Loading...
Landfill Cell No. 19 Construction PROJECT MANUAL CELL 19 CONSTRUCTION SALINA MUNICIPAL SOLID WASTE LANDFILL FACILITY SALINA, KANSAS JANUARY 2014 City of Salina Project Number 14-3022 SCS Aquaterra Project Number 27213801.10 Prepared For: City of -‘411111111111f11111111111.66:A Salina Prepared By: SCS AQUATERRA 7311 W. 130th St., Suite 100 Overland Park, Kansas 66213 Kansas Certificate of Authority No. 669 CERTIFICATION PROJECT MANUAL CELL 19 CONSTRUCTION SALINA MUNICIPAL SOLID WASTE LANDFILL FACILITY SALINA, KANSAS January 2014 City of Salina Project Number 14-3022 SCS Aquaterra Project Number 27213801.10 By means of this certification, the Professional Engineer affirms that Technical Specification Division 1 through Division 16 and the Bid Design Drawings in Appendix C of this Project Manual were prepared under my direct supervision in accordance with the local engineering standard of care. tictt[lfr ,,0,0 A, 8,e Prepared by: Nathan A. Hamm, P.E. Kansas P.E. Number 17474 1, 0 .z.01 SCS AQUATERRA I.' ;. • Vice President/ Project Director • M_. TABLE OF CONTENTS PROJECT MANUAL CELL 19 CONSTRUCTION SALINA MUNICIPAL SOLID WASTE LANDFILL FACILITY SALINA, KANSAS January 2014 City of Salina Project Number 14-3022 SCS Aquaterra Project Number 27213801.10 SECTION TITLE DIVISION 0 BIDDING REQUIREMENTS AND CONTRACTUAL ITEMS SECTION 00020 Invitation to Bid SECTION 00100 Instructions to Bidders SECTION 00301 Bid Form SECTION 00430 Bid Bond SECTION 00500 Agreement SECTION 00510 Notice of Award SECTION 00550 Notice to Proceed SECTION 00610 Performance Bond SECTION 00615 Payment Bond SECTION 00621 Certificate of Liability Insurance SECTION 00661 Appointment of Process Agent SECTION 00700 Standard General Conditions of the Construction Contract SECTION 00805 Supplementary Conditions DIVISION 1 GENERAL REQUIREMENTS SECTION 01010 Scope of Work SECTION 01110 Measurement and Payment SECTION 01120 General Provisions and Definitions SECTION 01130 Special Provisions SECTION 01210 Unit Prices SECTION 01310 Project Management and Coordination SECTION 01320 Project Meetings SECTION 01340 Submittals SECTION 01350 Environmental Protection SECTION 01400 Quality Assurance and Control Services SECTION 01510 Temporary Facilities and Controls • SECTION 01620 Security SECTION 01710 Construction Layout and Surveying SECTION 01720 Contract Closeout Procedures DIVISION 2 SITE WORK SECTION 02230 Granular Fill Materials SECTION 02240 Earthwork SECTION 02241 Compacted Earthen Liner • SECTION 02250 Geotextile SECTION 02279 Geosynthetic Clay Liner SECTION 02300 Geocomposite SECTION 02400 PVC Manhole Liner SECTION 02520 Forcemain SECTION 02600 HDPE Geomembrane SECTION 02700 Aggregate Road SECTION 02740 Bituminous Asphalt Base and Pavement SECTION 02800 Structural Excavation and Backfilling SECTION 02820 Chain-Link Fence SECTION 02900 Seeding, Fertilizing, and Mulching DIVISION 3 CONCRETE SECTION 03300 Concrete SECTION 03400 Manholes and Wetwell DIVISION 4 THROUGH 10 NOT USED DIVISION 11 EQUIPMENT SECTION 11150 Leachate Pump System DIVISION 12 THROUGH 14 NOT USED DIVISION 15 MECHANICAL SECTION 15010 HDPE Piping DIVISION 16 NOT USED APPENDIX A • Construction Quality Assurance Plan (CQA Plan) APPENDIX B Stormwater Pollution Prevention Plan APPENDIX C Bid Drawings DIVISION 0 BIDDING REQUIREMENTS AND CONTRACTUAL ITEMS SECTION 00020 2 INVITATION TO BID 3 4 RECEIPT OF BIDS 5 6 Sealed bids for the Cell 19 Construction will be received for the City of Salina, Kansas,represented by the 7 Department of Public Works, Engineering Division,by the City Clerk. 8 9 Bids will be received at City/County Building,300 West Ash Street,Salina, KS 67401 until 10:00 o'clock 10 a.m.,central daylight time on March 11,2014,and shortly thereafter the bids will be opened publicly and 11 read aloud in Room 107. 12 • 13 GENERAL DESCRIPTION OF WORK 14 The work includes the construction of a leachate pond,gravity leachate collection system and manholes, 15 leachate pumping system,and a municipal solid waste landfill cell.The work to be performed for this 16 contract includes,but is not necessarily limited to,excavating soil and placing and compacting structural 17 fill to achieve subgrade elevations,constructing 2 foot thick low permeability soil liners in the leachate 18 pond and Cell 19,supplying and installing the geosynthetic liner components, installing 12 inch thick 19 coarse aggregate drainage/protective layers,supplying and installing leachate collection/conveyance piping, 20 pumping system,and appurtenances. Textured 60 mil HDPE shall be installed on the side slopes,of the 21 leachate pond and Cell 19,and smooth 60 mil HDPE shall be installed on the floor,as shown in the 22 Construction Drawings. A temporary liner termination berm will be constructed along the southern edge of 23 Cell 19. 24 25 A gravity leachate conveyance pipeline shall be constructed of 6-inch SDR-1 1 HDPE,seven manholes,and 26 a wet well equipped with a pumping system to pump leachate to the proposed leachate pond. The leachate 27 pond shall be double lined with a 2-foot thick low permeability soil liner,geosynthetic components,and 28 sand drainage/protective layers. Cell 19 shall be lined with a 2-foot thick low permeability soil liner, 29 geosynthetic components,and a sand drainage/protective layer. 30 31 TYPE OF BID 32 Bids shall be on a firm unit price basis for respective bid items identified in the Bid Form. 33 34 DOCUMENT EXAMINATION AND PROCUREMENTS 35 The Bidding and Contract Documents may be examined at the following locations: 36 37 Salina Department of Public Works 38 300 W.Ash Street, Room 205 39 Salina, Kansas 67401 40 41 Copies of the Bidding and Contract Documents may be purchased from the Issuing Office which is as 42 follows: 43 44 Salina Blueprint&Micrographic Systems 45 209 S. Santa Fe 46 Salina, Kansas 67401 k 47 Telephone:(785)827-6182 48 www.salinablue.com 49 50 The cost of Bidding and Contract Documents is: 51 Set of Bidding and Contract Documents with full size drawings: $80.00 52 Set of Bidding and Contract Documents with half size drawings:$55.00 53 Electronic set of Bidding and Contract Documents: $3100 Project# 14-3022 City of Salina,Kansas January 2014 Cell 19 Construction INVITATION TO BID 00020- 1 • 1 Bidders will be required to provide payment for shipping of Bidding and Contract Documents. 2 3 No partial sets of Specifications or Drawings will be issued. Revised drawings will be issued to plan 4 holders at the size of the original issue as necessary with addenda. No refund for any Bidding and Contract 5 Documents will be made. 6 7 An electronic copy of the Construction Plans are available in AutoCAD 2013 format from the Engineer for 8 S200 for Bidders who have purchased a hard copy set of the Bidding and Contract Documents. The 9 electronic copy shall not be considered"Contract Document." Official Bidding and Contract Documents 10 shall be in hard copy format. 11 12 BID SECURITY 13 14 Each Bid shall be accompanied by bid security as described in Specification Section 00100- 15 INSTRUCTIONS TO BIDDERS. 16 17 CONTRACT SECURITY • 18 19 The successful BIDDER will be required to furnish Performance and Payment Bonds as described in 20 Section 00700-GENERAL CONDITIONS. 21 22 PREBID CONFERENCE 23 24 A prebid conference will be held as described in Specification Section 00100-INSTRUCTIONS TO 25 BIDDERS. 26 27 CONTRACT TIME 28 29 The Contract Time is defined in Section 00700-GENERAL CONDITIONS,and specified in Specification 30 Section 00500-AGREEMENT. 31 32 QUALIFICATION OF BIDDERS 33 34 Requirements concerning the qualifications of BIDDERS are described in Section Specification 00100- 35 INSTRUCTIONS TO BIDDERS. 36 37 OWNER'S RIGHT TO REJECT BIDS 38 39 The City of Salina reserves the right to waive irregularities and to reject bids. 40 41 42 CITY OF: SALINA,KANSAS DATE: February 11,2014 Dan Stack,P.E.—City Engineer 43 44 END OF SECTION Project# 14-3022 • City of Salina,Kansas January 2014 Cell 19 Construction INVITATION TO BID 00020-2 1 SECTION 00100 2 INSTRUCTIONS TO BIDDERS 3 4 1. Defined Terms 5 6 1.1. Terms used in these INSTRUCTIONS TO BIDDERS,which are defined in Section 00700- 7 GENERAL CONDITIONS,have the meanings assigned to them in the General Conditions. 8 9 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings 10 indicated below which are applicable to both the singular and plural thereof. 11 • 12 1.2.1. BIDDER: One who submits a Bid directly to OWNER as distinct from'a sub-bidder,who submits 13 a Bid to a BIDDER. 14 15 1.2.2. Issuing Office: The office from which the Bidding Documents are to be issued and where the 16 bidding procedures are to be administered. 17 18 1.2.3. Successful BIDDER: The lowest,responsible and responsive BIDDER to whom OWNER(on the 19 basis of OWNER's evaluation as hereinafter provided)makes an award. 20 21 2. Copies of Bidding Documents 22 23 2.1. Complete sets of the Bidding Documents in the number and for the non-refundable price stated in 24 the Advertisement or INVITATION TO BID may be obtained from the Issuing Office. • 25 26 2.2. Complete sets of Bidding Documents must be used in preparing Bids;neither OWNER nor 27 ENGINEER assume any responsibility for errors or misinterpretations resulting from the use of incomplete 28 sets of Bidding Documents. 29 30 2.3. OWNER and ENGINEER in making copies of Bidding Documents available on the above terms 31 do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 32 for any other use. 33 34 3. Qualifications of BIDDERS 35 36 3.1. To demonstrate qualifications to perform the Work,each BIDDER must be prepared to submit 37 within 5 days after Bid opening detailed written evidence,such as financial data,previous experience, 38 present commitments,and other such data as may be called for below(or elsewhere in the Contract 39 Documents). Failure of a Contractor to satisfy the experience requirements will disqualify the Contractor's 40 bid. 41 42 3.1.1. Each Bid must contain evidence of BIDDER's qualification to do business in the state where the • 43 Project is located or covenant to obtain such qualification prior to award of the Contract. 44 45 3.2. BIDDER is advised to carefully review those portions of the Bid Form requiring BIDDER's 46 representations and certifications. 47 48 Project#I4-3022 City of Salina,Kansas January 2014 Cell 19 Construction INSTRUCTIONS TO BIDDERS 00100- I 1 3.4 Bidder,acting as General Contractor,shall have previous experience installing low permeability 2 soil liner systems to specifications requiring hydraulic conductivity of 1 x 10-'centimeters per second 3 (cm/sec)or less;use of equipment designed to kneed and remold clay soils and adjusting in-place soil 4 moisture content of soil obtained from the borrow source or after soil is placed,as needed,to adhere to 5 project moisture and density specifications. Bidder shall have successfully completed construction of at 6 least two Subtitle D solid waste landfill liner systems. List a minimum of at least two(2)recently 7 completed landfill liner construction projects, including the following information: 8 9 • Project Name: 10 • Owner: l 1 • Project Description: 12 • Location: 13 • Contract Value: 14 • Completion Date: 15 • Contact(Phone Number): 16 17 3.5 The manufacturer of the HDPE liner material shall have at least five(5)years of continuous 18 experience in manufacturing of polyethylene geomembrane and/or experience totaling 10,000,000 square 19 feet of manufactured polyethylene geomembrane. The material must meet all requirements contained 20 within Section 02600. 21 22 3.6 The installation contractor shall be the manufacturer or an approved installer trained to install the 23 manufacturer's geomembrane.The Installer shall perform the installation under the constant direction of a 24 field installation supervisor who shall remain on site and be responsible, throughout the liner installation, 25 for liner layout,seaming,testing,repairs,and all other activities. The field installation supervisor shall have 26 installed or supervised the installation of a minimum of 2,000,000 square feet of polyethylene 27 geomembrane. Seaming shall be performed under the direction of a master seamer who has seamed a 28 minimum of 2,000,000 square feet of polyethylene geomembrane,using the same type of seaming 29 apparatus specified for this project.The field supervisor and/or master seamer shall be present whenever 30 seaming is performed.The Bidder shall provide the following written information: 31 32 • A list of completed facilities,totaling a minimum of 2,000,000 square feet for which the installer 33 has installed polyethylene geomembrane. For each installation,the following information shall be 34 provided: 35 o Nanie and purpose of facility, location,and date of installation. 36 o Name of owner,design engineer,manufacturer,and name and telephone number of 37 contact at the facility who can discuss the project. 38 o Thickness and quantity of the installed geomembrane. 39 • Resume of the field installation supervisor and master seamer confirming that each has supervised 40 the installation of and/or seamed a minimum of 2,000,000 square feet of polyethylene 41 geomembrane liner. 42 43 3.7 Any false statements made in or omitted from the statement of Bidder's qualifications shall 44 be grounds for rejection of that bid. 45 46 Project#14-3022 City of Salina,Kansas • January 2014 Cell 19 Construction INSTRUCTIONS TO BIDDERS 00100-2 • 1 2 4. Examination of Bidding and Contract Documents,Other Related Data,and Site 3 4 4.1. It is the responsibility of each BIDDER before submitting a Bid to: . 5 6 4.1.1. Examine and carefully study the Contract Documents and other related data identified in the 7 Bidding Documents(including"technical data" referred to in Paragraph 4.2.below). 8 9 4.1.2. Visit the site to become familiar with and satisfy BIDDER as to the general,local and site 10 conditions that may affect cost,progress,performance or furnishing of the Work. 11 12 Telephone Ron Rouse,at(785)826-7395 to make arrangements for site visits. 13 14 4.1.3. Consider federal,state and local Laws and Regulations that may affect cost,progress,performance 15 or furnishing of the Work. 16 17 4.1.4. Consider the information known to BIDDER; information commonly known to contractors doing 18 business in the locality of the Site; information and observations obtained from visits to the Site;the 19 Bidding Documents;and the Site-related reports and drawings identified in the Bidding Documents,with 20 respect to the effect of such information,observations,and documents on(i)the cost,progress,and 21 performance of the Work;(ii)the means,methods,techniques,sequences,and procedures of construction 22 to be employed by BIDDER,including applying any specific means,methods,techniques, sequences,and . 23 procedures of construction expressly required by the Bidding Documents;and(iii) BIDDER's safety 24 precautions and programs. 25 26 4.1.5. Agree at the time of submitting its Bid that no further examinations,investigations,explorations, 27 tests,studies,or data are necessary for the determination of its Bid for performance of the Work at the 28 price(s)bid and within the times required,and in accordance with the other terms and conditions of the 29 Bidding Documents. 30 31 4.1.6. Become aware of the general nature of the work to be performed by OWNER and others at the 32 Site that relates to the Work as indicated in the Bidding Documents. 33 34 4.1.7. Promptly notify ENGINEER of all conflicts,errors,ambiguities or discrepancies in or between the 35 Contract Documents and such other related documents. 36 37 4.1.8. When conflicts,errors,ambiguities or discrepancies are discovered in or between Contract 38 Documents and/or other related documents,and when said conflicts,etc.,have not been resolved through 39 the interpretations by ENGINEER as described in Paragraph 6., BIDDER shall include in the Bid the 40 greater quantity or better quality of Work,or compliance with the more stringent requirement resulting in a 41 greater cost. Such greater cost shall be included in the Bid. 42 • 43 4.2. Reference is made to the Supplementary Conditions for identification of: 44 45 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which 46 have been utilized by ENGINEER in preparation of the Contract Documents. 47 48 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures 49 (except Underground Facilities)which are at or contiguous to the site that have been utilized by 50 ENGINEER in preparation of the Contract Documents. 51 Project#14-3022 City of Salina,Kansas January 2014 Cell 19 Construction INSTRUCTIONS TO BIDDERS •'s 00100-3 1 4.2.3. copies of such reports and drawings will be made available by OWNER to any BIDDER on 2 request. A copy of said reports and drawings is available from Issuing Office for review in the Issuing 3 Office. Those reports and drawings are not part of the Contract Documents,but the"technical data" 4 contained therein upon which BIDDER is entitled to rely as provided in Paragraph 4.02. of the General 5 Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. 6 BIDDER is responsible for any interpretation or conclusion drawn from any"technical data" or any other 7 data, interpretations,opinions or information. 8 9 4.4. The Supplementary Conditions identify any reports and drawings known to OWNER relating to a 10 Hazardous Environmental Condition identified at the Site. ll 12 4.4.1. Copies of reports and drawings referenced in Paragraph 4.4 will be made available by OWNER to 13 any BIDDER on request. Those reports and drawings are not part of the Contract Documents,but the 14 "technical data"contained therein upon which BIDDER is entitled to rely as provided in Paragraph 4.06 of 15 the General Conditions has been identified and established in Paragraph 4.06 of the Supplementary 16 Conditions. BIDDER is responsible for any interpretation or conclusion BIDDER draws from any 17 "technical data"or any other data, interpretations,opinions,or information contained in such reports or 18 shown or indicated in such drawings. 19 20 4.5. Provisions concerning responsibilities for the adequacy of data furnished to prospective BIDDERS 21 with respect to subsurface conditions,other physical conditions,and Underground Facilities,and possible 22 changes in the Bidding Documents due to differing or unanticipated subsurface or physical conditions 23 appear in Paragraphs 4.02,4.03,and 4.04 of the General Conditions. Provisions concerning responsibilities 24 . for the adequacy of data furnished to prospective BIDDERS with respect to a Hazardous Environmental 25 Condition at the Site, if any,and possible changes in the Contract Documents due to any Hazardous 26 Environmental Condition uncovered or revealed at the Site which was not shown or indicated in the 27 drawings or specifications or identified in the Contract Documents to be within the scope of Work,appear 28 in Paragraph 4.06 of the General Conditions. 29 30 4.6. Before submitting Bid,each BIDDER will be responsible to obtain such additional or 31 supplementary examinations, investigations,explorations,tests, studies and data concerning conditions 32 (surface,subsurface and Underground Facilities)at or contiguous to the site or otherwise,which may affect 33 cost,progress,performance or furnishing of the Work or which relate to any aspect of the means, methods, 34 techniques, sequences or procedures of construction to be employed by BIDDER and safety precautions 35 and programs incident thereto or which BIDDER deems necessary to determine its Bid for performing and 36 furnishing the Work in accordance with the time,price and other terms and conditions of the Contract 37 Documents. 38 39 4.7. On request,OWNER will provide each BIDDER access to the site to conduct such examinations, 40 investigations,explorations,tests and studies as each BIDDER deems necessary for submission of a Bid. 41 BIDDER must fill all holes and clean up and restore the site to its former conditions upon completion of 42 such explorations, investigations,tests and studies. - 43 44 4.9. The submission of a Bid will constitute an incontrovertible representation by BIDDER(i)that 45 BIDDER has complied with every requirement of this Paragraph 4,(ii)that without exception the Bid is 46 premised upon performing and furnishing the Work required by the Contract Documents and applying the 47 specific means,methods,techniques,sequences or procedures of construction(if any)that may be shown 48 or indicated or expressly required by the Contract Documents,(iii)that BIDDER has given ENGINEER 49 written notice of all conflicts,errors,ambiguities and discrepancies in the Contract Documents and the 50 written resolutions thereof by ENGINEER are acceptable to BIDDER,and when said conflicts,etc.,have 51 not been resolved through the interpretations by ENGINEER as described in Paragraph 6.,BIDDER has 52 included in the Bid the greater quantity or better quality of Work,or compliance with the more stringent 53 requirement resulting in a greater cost,and(iv)that the Contract Documents are generally sufficient to 54 indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 55 Project#14-3022 City of Salina,Kansas January 2014 Cell 19 Construction INSTRUCTIONS TO BIDDERS 00100-4 • • 1 5. Availability of Lands for Work, Etc. 2 3 5.1. The lands upon which the Work is to be performed,rights-of-way and easements for access 4 thereto and other lands designated for use by CONTRACTOR in performing the Work are identified in the 5 Contract Documents. All additional lands and access thereto required for temporary construction facilities, 6 construction equipment or storage of materials and equipment to be incorporated in the Work are to be 7 obtained and paid for by CONTRACTOR. Easements for permanent structures or permanent changes in 8 existing facilities are to be obtained and paid for by OWNER unless otherwise provided in the Contract 9 Documents. 10 11 6. Interpretations and Addenda 12 13 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to 14 ENGINEER in writing. Interpretations or clarifications considered necessary by ENGINEER in response 15 to such questions will be issued by Addenda mailed or delivered to all parties recorded by ENGINEER as 16 having received the Bidding Documents. Questions received less than 10 days prior to the date for opening 17 of Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral 18 and other interpretations or clarifications will be without legal effect. 19 20 Address questions to: 21 22 SCS Aquaterra 23 7311 W. 130th St. STE 100 24 Attn: Nathan Hamm, P.E. 25 Phone:(913)681-0030 • 26 Fax: (913)681-0012 27 Email: nhamm @scsengineers.com 28 29 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by OWNER 30 or ENGINEER. 31 32 • 7. Bid Security 33 34 7.1. Each Bid must be accompanied by Bid security made payable to OWNER in an amount of 5 35 percent of BIDDER's maximum Bid price and in the form of a certified check,bank money order or a Bid 36 Bond on form attached, issued by a surety meeting the requirements of Paragraphs 5.01 and 5.02 of the 37 General Conditions. 38 39 7.2. The Bid security of Successful BIDDER will be retained until such BIDDER has executed the 40 Agreement, furnished the required Contract security and met the other conditions of the Notice of Award, 41 whereupon the Bid security will be returned. If the Successful BIDDER fails to execute and deliver the 42 Agreement and furnish the required Contract security and certificates of insurance within 15 days after the 43 Notice of Award,OWNER may consider BIDDER to be in default,annul the Notice of Award,and the Bid 44 security of that BIDDER will be forfeited. Such forfeiture shall be OWNER's exclusive remedy if 45 BIDDER defaults. The Bid security of other BIDDERS whom OWNER believes to have a reasonable 46 chance of receiving the award may be retained by OWNER until the earlier of the 7th day after the 47 Effective Date of the Agreement or the 61st day(time period for award plus one(1)day)after the Bid 48 opening,whereupon Bid security furnished by such BIDDERS will be returned. Bid security with Bids 49 which are not competitive will be returned within seven(7)days after the Bid opening. 50 Project#14-3022 City of Salina,Kansas January 2014 Cell 19 Construction INSTRUCTIONS TO BIDDERS 00100-5 1 8. Contract Times 2 3 The number of days within which,or the dates by which,the Work is to be substantially completed and 4 also completed and ready for final payment is set forth in the Agreement or incorporated therein by 5 reference to the attached Bid Form. 6 7 9. Liquidated Damages- 8 9 Provisions for liquidated damages, if any,are set forth in the Agreement. 10 11 10. Substitute and "Or-Equal" Items 12 13 The Contract, if awarded,will be on the basis of materials and equipment described in the Bidding 14 Documents without consideration of possible substitute or"or-equal" items. Whenever it is indicated or 15 specified in the Bidding Documents that a"substitute" or"or-equal" item of material or equipment may be 16 furnished or used by CONTRACTOR if acceptable to ENGINEER,application for such acceptance will 17 not be considered by ENGINEER until after the Effective Date of the Agreement. The procedure for 18 submission of any such application by CONTRACTOR and consideration by ENGINEER is set forth in 19 Paragraphs 6.05A.,6.05B.and 6.05C.of the General Conditions and may be supplemented in the General 20 Requirements. 21 22 11. Subcontractors,Suppliers and Others 23 24 11.1. If the Supplementary Conditions require the identity of certain Subcontractors,Suppliers and other 25 persons and organizations to be submitted to OWNER in advance ofa specified date prior to the Effective 26 Date of the Agreement,the apparent Successful BIDDER,and any other BIDDER so requested,shall 27 within 5 days after Bid opening submit to OWNER a list of all such Subcontractors,Suppliers and other 28 persons and organizations proposed for those portions of the Work for which such identification is 29 required. Such list shall be accompanied by an experience statement with pertinent information regarding 30 similar projects and other evidence of qualification for each such Subcontractor,Supplier,person or 31 organization if requested by OWNER. OWNER or ENGINEER,who after due investigation has 32 reasonable objection to any proposed Subcontractor,Supplier,other person or organization, may before the 33 Notice of Award is given request apparent Successful BIDDER to submit an acceptable substitute, 34 without an increase in Bid price. 35 36 If apparent Successful BIDDER declines to make any such substitution,OWNER may award the Contract 37 to the next lowest BIDDER that proposes to use acceptable Subcontractors,"Suppliers and other persons 38 and organizations. The declining to make requested substitutions will not constitute grounds for sacrificing 39 the Bid security of any BIDDER. Any Subcontractor,Supplier,other person or organization listed and to 40 whom OWNER or ENGINEER does not make written objection prior to the giving of the Notice of Award 41 will be deemed acceptable to OWNER and ENGINEER subject to revocation of such acceptance after the 42 Effective Date of the Agreement as provided in Paragraph 6.06.B.of the General Conditions. 43 44 11.2. No CONTRACTOR shall be required to employ any Subcontractor, Supplier,other person or 45 organization against whom CONTRACTOR has reasonable objection. 46 47 12. Bid Form 48 49 12.1. The Bid Form is included with the Bidding Documents;additional copies may be obtained from 50 the Issuing Office. 51 52 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form signed in ink. 53 Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be 54 indicated for each Bid item,alternative,and unit price item listed therein. In the case of optional 55 alternatives,the words"No Bid," "No Change,"or"Not Applicable"may be entered. Project#14-3022 City of Salina,Kansas January 2014 Cell 19 Construction INSTRUCTIONS TO BIDDERS 00100-6 1 2 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president 3 or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed 4 and attested by the secretary or an assistant secretary. The corporate address and state of incorporation 5 shall be shown below the signature. 6 7 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner,whose title 8 must appear under the signature accompanied by evidence of authority to sign. The official address of the 9 partnership shall be shown below the signature. 10 11 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and 12 accompanied by evidence of authority to sign. The state of formation of the firm and the official address of 13 the firm shall be shown. 14 15 12.6. Bids by individuals shall show the BIDDER's name and official address. 16 17 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner indicated on the Bid 18 Form. The official address of the joint venture shall be shown. 19 20 12.8. All names shall be typed or printed in ink below the signature. 21 22 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of which shall 23 be filled in on the Bid Form. 24 . , 25 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be 26 shown. 27 28 12.11. Evidence of authority to conduct business as an out-of-state corporation in the state where the 29 Work is to be performed shall be provided in accordance with Paragraph 3 above. State CONTRACTOR 30 license number,if any shall also be shown on the Bid Form. 31 32 12.12. BIDDERS may submit a Bid for any of the separate bid items or sections of the Work described in 33 the Contract Documents or any combination of bid items or sections of the Work as provided for in the Bid 34 Form. 35 36 13. Submission of Bids 37 38 Bids shall be submitted on the prescribed Bid Form,provided with the Bidding Documents,at the time and 39 place indicated in the Advertisement or INVITATION TO BID,addressed to the City Clerk of the City of 40 Salina,Kansas,and shall be enclosed in an opaque sealed envelope,marked with the Project title,and the 41 name and address of BIDDER,and accompanied by the Bid security and other required documents. If the 42 Bid is sent through the mail or other delivery system,the sealed envelope shall be enclosed in a separate 43 envelope with the notation"BID ENCLOSED" on the face of it. 44 45 14. Modification and Withdrawal of Bids 46 •- 47 14.1. Bids may be modified or withdrawn by an appropriate document duly executed in the manner that 48 a Bid must be executed and delivered to the place where Bids are to be submitted at any time prior to the 49 opening of Bids. 50 51 14.2. If,within 24 HRS after Bids are opened,any BIDDER files a duly signed,written notice with 52 OWNER and promptly thereafter demonstrates to the reasonable satisfaction of OWNER that there was a 53 material and substantial mistake in the preparation of its Bid,that BIDDER may withdraw its Bid and the 54 Bid security will be returned. Thereafter,that BIDDER will be disqualified from further bidding on the 55 Work to be provided under the Contract Documents. Project#14-3022 City of Salina,Kansas January 2014 Cell 19 Construction INSTRUCTIONS TO BIDDERS 00100-7 1 2 15. Opening of Bids 3 4 Bids will be opened and,unless obviously non-responsive,read aloud publicly at City/County Building, 5 300 W.Ash Street, Salina, Kansas 67401 in Room 107. An abstract of the amounts of the base Bids and 6 major alternates, if any,will be made available to BIDDERS after the opening of Bids. 7 8 16. Bids to Remain Subject to Acceptance 9 10 All Bids will remain subject to acceptance for the time period specified for Notice of Award and execution 11 and delivery of Agreement and required Contract security and certificate of insurance by Successful 12 BIDDER. OWNER may,at OWNER's sole discretion,release any Bid and return the Bid security prior to 13 that date. 14 15 17. Evaluation of Bids and Award of Contract 16 17 17.1. OWNER reserves the right to reject any or all Bids, including without limitation the rights to 18 reject any or all nonconforming,nonresponsive,unbalanced or conditional Bids and to reject the Bid of any 19 BIDDER if OWNER believes that it would not be in the best interest of the Project to make an award to 20 that BIDDER,whether because the Bid is not responsive or the BIDDER is unqualified or of doubtful 21 financial ability or fails to meet any other pertinent standard or criteria established by OWNER. OWNER 22 also reserves the right to waive all informalities not involving price,time or changes in the Work and to 23 negotiate Contract terms with the Successful BiDDER. Discrepancies between the multiplication of units 24 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated 25 sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 26 Discrepancies between words and figures will be resolved in favor of the words. 27 28 17.1.1. Any or all bids will be rejected if OWNER has reason to believe that collusion exists among the 29 BIDDERS. • 30 31 17.2. In evaluating Bids,OWNER will consider the qualifications of BIDDERS, whether or not the 32 Bids comply with the prescribed requirements,and such alternates,unit prices and other data,as may be 33 requested in the Bid Form or prior to the Notice of Award. 34 . 35 17.3. OWNER may consider the qualifications and experience of Subcontractors, Suppliers,and other 36 persons and organizations proposed for those portions of the Work as to which the identity of 37 Subcontractors,Suppliers,and other persons and organizations must be submitted as provided in the 38 Supplementary Conditions. OWNER also may consider the operating costs,maintenance requirements, 39 performance data and guarantees of major items of materials and equipment proposed for incorporation in 40 the Work when such data is required to be submitted prior to the Notice of Award. 41 42 17.4. OWNER may conduct such investigations as OWNER deems necessary to assist in the evaluation 43 of any Bid and to establish the responsibility,qualifications and financial ability of BIDDERS,proposed 44 Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in 45 accordance with the Contract Documents to OWN ER's satisfaction within the prescribed time. 46 47 17.5. If the Contract is to be awarded, it will be awarded to lowest responsive,responsible BIDDER 48 whose evaluation by OWNER indicates to OWNER that the award will be in the best interests of the 49 Project. 50 51 17.6. If the Contract is to be awarded,OWNER will give Successful BIDDER a Notice of Award within 52 60 days after the day of the Bid opening. No other act of OWNER or others will constitute acceptance of a 53 Bid. 54 55 Project#14-3022 City of Salina,Kansas January 2014 Cell 19 Construction INSTRUCTIONS TO BIDDERS 00100-8 { 1 18. Contract Security 2 3 Article 5 of the General Conditions,as may be modified by the Supplementary Conditions, sets forth 4 OWNER's requirements as to Performance and Payment Bonds. When the Successful BIDDER delivers 5 the executed Agreement to OWNER,it must be accompanied by the required Performance and Payment 6 Bonds. 7 8 19. Signing of Agreement 9 10 When OWNER gives a Notice of Award to the Successful BIDDER, it will be accompanied by the 11 required number of unsigned counterparts of the Agreement. Within 15 days thereafter CONTRACTOR 12 shall sign and deliver the required number of counterparts of the Agreement to OWNER with the required 13 Bonds and Certificates of Insurance. Within 10 days thereafter OWNER shall deliver one fully signed 14 counterpart to CONTRACTOR. 15 =' 16 20. Prebid Conference 17 18 A prebid conference will be held at two o'clock PM on February 26,2014 at the City of Salina Landfill, 19 4292 S. Burma Rd.,Salina,Kansas 67401. Representatives of OWNER and ENGINEER will be present to 20 discuss the Project. ENGINEER will transmit to all prospective BIDDERS of record such Addenda as 21 ENGINEER considers necessary in response to questions arising at the conference. Oral statements may 22 not be relied upon and will not be binding or legally effective. . 23 24 21. Sales and Use Taxes , 25 26 OWNER is exempt from Kansas State Sales and Use Taxes on materials and equipment to be incorporated 27 in the Work(Owner will provide exemption no.). Said taxes shall not be included in the Contract Price. 28 Refer to Supplementary Conditions SC 6.10. for additional information. 29 30 22. Retainage 31 32 Provisions concerning retainage are set forth in the Agreement. 33 34 23. Anti-Discrimination 35 36 BIDDERS on this work,including sub-contractors or vendors,will be required to comply with the Kansas 37 Act Against Discrimination(K.S.A.44-1001 et.seq.)and the Kansas Age Discrimination in Employment 38 Act(K.S.A.44-1111 et.seq.). 39 40 24. Appointment of Process Agent by Nonresident Contractor 41 42 Prior to the award of the construction contract, BIDDERS must submit in writing the Appointment of a 43 Process Agent in the county where public improvements are to be constructed when the State of Kansas or 44 any political subdivision of the State enters into a contract with any individual,partnership unincorporated 45 association who is not a resident of Kansas. Pursuant to requirements of Section 16-113,General Statues 46 of the State of Kansas, Process Agent shall be a resident of the county and the appointment of such agent • 47 shall be filed with the Clerk of the District Court in the county where public improvement is to be 48 constructed. --. 49 50 END OF SECTION Project#14-3022 City of Salina,Kansas January 2014 Cell 19 Construction ' • INSTRUCTIONS TO BIDDERS 00100-9 SECTION 00301 • 2 BID FORM 3 4 PROJECT IDENTIFICATION: Cell 19 Construction 5 6 CONTRACT IDENTIFICATION: Cell 19 Construction,Project Number 14-3022 7 8 THIS BID IS SUBMITTED TO: The City of Salina, Kansas,300 W.Ash Street,Salina,Kansas,herein after 9 referred to as OWNER. 10 11 1. Enter Into Agreement 12 13 The undersigned BIDDER proposes and agrees, if this Bid is accepted,to enter into an agreement with OWNER in 14 the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the 15 Contract Documents for the Bid Price and within the Bid Times indicated in this Bid and in accordance with the 16 other terms and conditions of the Contract Documents. 17 18 2. BIDDER Acknowledgements 19 20 BIDDER accepts all of the terms and conditions of the Advertisement or INVITATION TO BID and 21 INSTRUCTIONS TO BIDDERS,including without limitation those dealing with the disposition of Bid security. 22 This Bid will remain subject to acceptance for 60 days after the day of Bid opening or for such longer period of 23 time that BIDDER may agree to in writing upon request of Owner. BIDDER will sign and deliver the required 24 number of counterparts of the AGREEMENT with the Bonds and other documents required by the Bidding 25 Requirements within 15 days after the date of OWNER's Notice of Award. 26 27 3. BIDDER's Representations 28 29 In submitting this Bid, BIDDER represents that: 30 31 a. •BIDDER has examined and carefully studied the Bidding Documents,other related data identified in the 32 Bidding Documents,and the following Addenda receipt of all which is hereby acknowledged: (List 33 Addenda by Number) 34 ADDENDA NO 35 36 b. BIDDER has visited the site and become familiar with and is satisfied as to the general,local and site 37 conditions that may affect cost,progress,performance and furnishing of the Work. 38 39 c. BIDDER is familiar with and is satisfied as to all federal,state and local Laws and Regulations that may 40 affect cost,progress,performance and furnishing of the Work. 41 42 d. BIDDER has carefully studied all: (1)reports of explorations and tests of subsurface conditions at or 43 contiguous to the site and all drawings of physical conditions in or relating to existing surface or subsurface 44 structures at or contiguous to the site(except Underground Facilities)which have been identified in the 45 SUPPLEMENTARY CONDITIONS as provided in Paragraph 4.02A.of the General Conditions,and(2) 46 reports and drawings of Hazardous Environmental Conditions that have been identified in the 47 SUPPLEMENTARY CONDITIONS. 48 49 e. BIDDER accepts the determination set forth in Paragraph SC-4.02 of the Supplementary Conditions of the 50 extent of the"technical data"contained in such reports and drawings upon which BIDDER is entitled to 51 rely as provided in Paragraph 4.02 of the General Conditions. 52 Project# 14-3022 City of Salina,Kansas • January 2014 Cell 19 Construction BID FORM 00301 - I 1 f. BIDDER acknowledges that such reports and drawings are not Contract Documents and may not be 2 complete for BIDDER's purposes. 3 4 g. BIDDER acknowledges that OWNER and ENGINEER do not assume responsibility for the accuracy or 5 completeness of information and data shown or indicated in the Bidding Documents with respect to 6 existing Underground Facilities at or contiguous to the site. 7 8 h. BIDDER has obtained and carefully studied(or assumes responsibility for having done so)all reasonable 9 additional or supplementary examinations, investigations,explorations,tests,studies and data concerning 10 conditions(surface, subsurface and Underground Facilities)at or contiguous to the site or otherwise which 11 may affect cost progress,performance or furnishing of the Work or which relate to any aspect of the means, 12 methods,techniques,sequences and procedures of construction to be employed by BIDDER and safety 13 precautions and programs incident thereto. 14 15 BIDDER does not consider that any additional examinations,investigations,explorations,tests,studies or 16 data are necessary for the determination of this Bid for performance and furnishing of the Work in 17 accordance with the times,price and other terms and conditions of the Contract Documents. 18 19 i. BIDDER is aware of the general nature of Work to be performed by OWNER and others at the site that 20 relates to Work for which this Bid is submitted as indicated in the Contract Documents. 21 22 j. BIDDER has correlated the information known to BIDDER, information commonly known to 23 CONTRACTORS doing business in the locality of the Site,information and observations obtained from 24 visits to the site,reports and drawings identified in the Contract Documents and all additional 25 examinations,investigations,explorations,tests,studies and data with the Contract Documents. 26 27 k. BIDDER has given ENGINEER written notice of all conflicts,errors,ambiguities or discrepancies in the 28 Contract Documents and the written resolution thereof by ENGINEER is acceptable to BIDDER,and the 29 Contract Documents are generally sufficient to indicate and convey understanding of all terms and 30 conditions for performing and furnishing the Work for which this Bid is submitted. 31 32 I. Where conflicts,errors,ambiguities or discrepancies have been discovered in or between Contract • 33 Documents and/or other related documents,and where said conflicts,etc.,have not been resolved through 34 the interpretations or clarifications by ENGINEER as described in the INSTRUCTIONS TO BIDDERS, 35 because of insufficient time or otherwise, BIDDER has included in the Bid the greater quantity or better 36 quality of Work,or compliance with the more stringent requirement resulting in a greater cost. 37 38 m. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and 39 conditions for performance and furnishing of the Work. 40 41 n. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or 42 corporation and is not submitted in conformity with any agreement or rules of any group,association, 43 organization or corporation;BIDDER has not directly or indirectly induced or solicited any other BIDDER 44 to submit a false or sham Bid;BIDDER has not solicited or induced any person,firm or corporation to 45: refrain from bidding;and BIDDER has not sought by collusion to obtain for itself any advantage over any 46. other BIDDER or over OWNER. 47 48 4. BIDDER's Certification 49 50. a. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and 51 is not submitted in conformity with any collusive agreement or rules of any group,association, 52 organization,or corporation. 53 54 b. BIDDER has not directly or indirectly induced or solicited any other BIDDER to submit a false or sham 55 Bid. 56 57 c. BIDDER has not solicited or induced any individual or entity to refrain from bidding. 58 • Project# 14-3022 City of Salina,Kansas January 2014 Cell 19 Construction . BID FORM 00301 -2 1 d. BIDDER has not engaged in corrupt, fraudulent,collusive;or coercive practices in competing for the 2 Contract. For the purposes of this Paragraph: 3 4 (1) "corrupt practice" means the offering,giving,receiving,or soliciting of any thing of value likely to 5 influence the action of a public official in the bidding process. 6 7 (2) "fraudulent practice"means an intentional misrepresentation of facts made(a)to influence the bidding 8 process to the detriment of OWNER.(b)to establish Bid prices at artificial non-competitive levels,or 9 (c)to deprive OWNER of the benefits of free and open competition. 10 11 (3) "collusive practice" means a scheme or arrangement between two or more BIDDERS,with or without 12 the knowledge of OWNER,a purpose of.which is to establish Bid prices at artificial, non-competitive 13 levels. 14 15 (4) "coercive practice" means harming or threatening to harm,directly or indirectly,persons or their 16 property to influence their participation in the bidding process or affect the execution of the Contract. 17 18 5. Bid Prices 19 20 BIDDER will complete the Work in accordance with the Contract Documents for the following prices(s): 21 22 BID ITEM DESCRIPTION UNIT EST QTY UNIT PRICE BID PRICE NO. 1 Mobilization and Demobilization LS 1 $ $ 2 Excavate to Subgrade Elevations CY 180,000 $ $ 3 Place Compacted Fill to Subgrade Elevations CY 9,500 $ $ 4 Construct Low Permeability Soil Liner SF 536,300 $ $ 5 Excavate and Backfill Geosynthetics Anchor LF 2,400 $ $ Trench 6 Provide and Install Textured 60-mil HDPE SF 172,500 $ $ Geomembrane 7 Provide and Install Smooth 60-mil HDPE SF 484,000 $ $ Geomembrane 8 Provide and Install Geosynthetic Clay Liner SF 120,500 $ $ 9 Provide and Install 6 oz./yd2 Geocomposite SF 120,500 $ $ (Leachate Pond Only) 10 Provide and Install Leachate Pumping LS 1 $ $ System 11 Provide and Install Leachate Collection Layer SF 416,000 $ $ 12 Provide and Install Aggregate for Leachate SF 120,500 $ $ Pond 13 Provide and Install 6-inch SDR-11 HDPE LF 750 $ $ Perforated Leachate Collection Pipe 14 Provide and Install 6-inch SDR-11 HDPE Solid LF 1,350 $ $ Leachate Collection Pipe 15 Provide and Install 2/4-inch dual contained LF 20 $ $ SDR-11 HDPE Solid Leachate Pipe 16 Provide and Install PVC Lined Manholes EA 7 $ $ 17 Decommission Existing Termination Berm LF 800 $ $ 18 Provide and Install Liner Termination Berm LF 800 $ $ Project#14-3022 City of Salina,Kansas January 2014 Cell 19 Construction BID FORM 00301 -3 19 Provide and Install Leachate Pond Fencing LF 2,035 $ $ 20 Provide and Install Aggregate Road SF 106,500 $ $ 21 Provide and Install Asphalt Road SF 12,900 - $ $ 22 Provide and Install Stormwater Control LS 1 $ $ Structures 23 Seeding and Mulching AC 5 $ $ 1 TOTAL BID FOR ALL BID ITEMS S 2 Unit Prices have been computed in accordance with Paragraph 11.03B.of the General Conditions. 3 1 4 This worksheet is used to make your cost proposal. Where quantities are not given,CONTRACTORS shall 5 calculate their own. Final quantities utilized for payment will be from actual field measurement. 6 7 All quantities are estimated. Field verification for all locations and elevations must occur prior to commencing 8 construction and be approved by Engineer. 9 10 Geomembrane and 16-ounce non-woven geotextile include material installed in the cell and anchor trench.These 11 estimates do not include any allowance for waste or material overlapped in seams. They do not include 12 geomembrane utilized for the cell termination berm. 13 14 All quantities are based on the engineer's estimate, it is the contractor's responsibility to verify all quantities prior to 15 bidding. 16 17 BIDDER acknowledges that quantities are not guaranteed and final payment will be based on actual quantities 18 determined as provided in the Contract Documents. 19 20 All specific cash allowances are included in the price(s)set forth above and have been computed in accordance with 21 Paragraph 11.02 of the General Conditions. 22 24 6. Time of Completion 25 26 BIDDER agrees that the Work will be substantially completed and ready for final payment in accordance with 27 Paragraph 14.07B.of the General Conditions on or before the dates or within the number of calendar days indicated • 28 in the AGREEMENT. 29 30 BIDDER accepts the provisions of the AGREEMENT as to liquidated damages in the event of failure to complete 31 the Work within the times specified in the AGREEMENT. 32 33 7. Attached To This Bid 34 35 The following documents are attached to and made a condition of this Bid: 36 37 a. Required Bid Security in the form of Bid Bond. 38 b. Appointment of Process Agent(if nonresident Contractor). • 39 40 9. Address for Communications 41 42 Communications concerning this Bid shall be addressed to: 43 44 Nathan Hamm,P.E.SCS Aquaterra 45 46 Dan Stack,P.E.,City of Salina 47 48 10. Defined Terms 49 50 Terms used in this Bid which are defined in the General Conditions or INSTRUCTIONS TO BIDDERS will have 51 the meanings indicated in the General Conditions or INSTRUCTIONS TO BIDDERS. 52 Project# 14-3022 City of Salina,Kansas January 2014 Cell 19 Construction' BID FORM 00301 -4 1 11. Bid Submittal 2 - - 3 This Bid is submitted on ,20 by the entity named below. 4 5 If BIDDER is: 6 7 An Individual 8 9 By (SEAL) • 10 (Individual's name) 11 12 doing business as 13 14 Business address: 15 16 17 A Partnership 18 19 By (SEAL) 20 (Firm name) 21 22 (General partner) 23 Business address: 24 Project# 14-3022 . City of Salina,Kansas January 2014 Cell 19 Construction • BID FORM 00301 -5 • 1 2 A Corporation 3 4 By (SEAL) 5 (Corporation name) • 6 7 8 (State of incorporation) 9 - 10 By (SEAL) 11 (Name of person authorized to sign) 12 13 14 (Title) 15 16 17 (Corporate Seal) 18 19 Attest 20 (Secretary) 21 22 Business address: 23 24 25 26 A Joint Venture 27 28 By (SEAL) 29 (Name) 30 31 (Address) 32 33 By (SEAL) 34 (Name) 35 36 (Address) 37 38 39 40 . 41 NOTE: Each joint venturer must sign. The manner of signing for each individual,partnership and corporation that 42 is a party to the joint venture should be in the manner indicated above. - 43 END OF SECTION • Project# 14-3022 City of Salina,Kansas January 2014 • Cell 19 Construction • BID FORM st 00301 -6 PENAL SUM FORM SECTION 00430 BID BOND Any singular reference to Bidder, Surety, Owner or other party shall be considered plural where applicable. BIDDER(Name and Address): SURETY (Name and Address of Principal Place of Business): OWNER(Name and Address): City of Salina, Kansas 300 W. Ash Street Salina, KS 67401 BID Bid Due Date: March 11, 2014, ten o'clock a.m. central daylight time Description: The work includes the construction of a leachate pond, leachate pumping system, and a municipal solid waste landfill cell located at the City of Salina, Kansas Municipal Solid Waste Landfill. The work to be performed for this contract includes, but is not necessarily limited to, excavating soil and placing and compacting structural fill to achieve subgrade elevations, constructing 2 foot thick low permeability soil liners in the leachate pond and Cell 19, supplying and installing the geosynthetic liner components, installing 12 inch thick coarse aggregate drainage/protective layers, supplying and installing leachate collection/conveyance piping, pumping system, and appurtenances. Textured 60 mil HDPE shall be installed on the side slopes, of the leachate pond and Cell 19, and the smooth 60 mil HDPE shall be installed on the floor, as shown in the Construction Drawings. A temporary liner termination berm will be constructed along the southern edge of Cell 19. A gravity leachate conveyance pipeline shall be constructed of 6-inch SDR-11 HDPE, seven manholes, and a wet well equipped with a pumping system to pump leachate to the proposed leachate pond. The leachate pond shall be double lined with a 2-foot thick low permeability soil liner, geosynthetic components, and sand drainage/protective layers. Cell 19 shall be lined with a 2-foot thick low permeability soil liner, geosynthetic components, and a sand drainage/protective layer. . BOND Bond Number: Date (Not earlier than Bid due date): Penal sum $ (Words) (Figures) Surety and Bidder, intending to be legally bound hereby, subject to the terms set forth below, do each cause this Bid Bond to be duly executed by an authorized officer, agent, or representative. BIDDER SURETY (Seal) (Seal) Bidder's Name and Corporate Seal Surety's Name and Corporate Seal By: By: • Signature Signature(Attach Power of Attorney) EJCDC C-430 Bid Bond(Penal Sum Form) Prepared by the Engineers Joint Contract Documents Committee. Page 1 of 3 PENAL SUM FORM Print Name Print Name Title Title Attest: Attest: Signature Signature Title Title Note:Above addresses are to be used for giving any required notice. Provide execution by any additional parties, such as joint venturers, if necessary. • EJCDC C-430 Bid Bond(Penal Sum Form) Prepared by the Engineers Joint Contract Documents Committee. Page 2 of 3 • PENAL SUM FORM 1. Bidder and Surety,jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to pay to Owner upon default of Bidder the penal sum set forth on the face of this Bond. Payment of the penal sum is the extent of Bidder's and Surety's liability. Recovery of such penal sum under the terms of this Bond shall be Owner's sole and exclusive remedy upon default of Bidder. 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents. 3. This obligation shall be null and void if: 3.1 Owner accepts Bidder's Bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents, or 3.2 All Bids are rejected by Owner, or 3.3 Owner fails to issue a Notice of Award to Bidder within the time specified in the Bidding Documents (or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by Paragraph 5 hereof). 4. Payment under this Bond will be due and payable upon default of Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from Owner, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due. 5. Surety waives notice of any and all defenses based on or arising out of any time extension to issue Notice of Award agreed to in writing by Owner and Bidder, provided that the total time for issuing Notice of Award including extensions shall not in the aggregate exceed 120 days from Bid due date without Surety's written consent. 6. No suit or action shall be commenced under this Bond prior to 30 calendar days after the notice of default required in Paragraph 4 above is received by Bidder and Surety and in no case later than one year after Bid due date. 7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Project is located. 8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier, or by United States Registered or Certified Mail, return receipt requested, postage pre-paid, and shall be deemed to be effective upon-receipt by-the-party-concerned. — 9. Surety shall cause to be attached to this Bond a current and effective Power of Attorney evidencing the authority of the officer, agent, or representative who executed this Bond on behalf of Surety to execute, seal, and deliver such Bond and bind the Surety thereby. 10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length. If any provision of this Bond conflicts with any applicable statute, then the provision of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect. 11. The term"Bid"as used herein includes a Bid, offer, or proposal as applicable. EJCDC C-430 Bid Bond(Penal Sum Form) Prepared by the Engineers Joint Contract Documents Committee. Page 3 of 3 SECTION 00500 2 AGREEMENT 3 4 THIS AGREEMENT is by and between the City of Salina,Kansas,hereinafter called OWNER,and 5 Sporer Land Development, Inc.,P.O. Box 246,Oakley, Kansas 67748 • 6 hereinafter called CONTRACTOR. OWNER and CONTRACTOR, in consideration of the mutual 7 covenants hereinafter set forth,agree as follows: 8 9 Article 1. WORK 10 11 CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents for the 12 Project identified herein. 13 14 Article 2. PROJECT 15 16 The Project for which the Work under the Contract Documents may be the whole or only a part is generally 17 described as follows: 18 19 The work includes the construction of a leachate pond,leachate pumping system,and a municipal solid 20 waste landfill cell located at the City of Salina, Kansas Municipal Solid Waste Landfill. The work to be 21 performed for this contract includes,but is not necessarily limited to,excavating soil and placing and 22 compacting structural fill to achieve subgrade elevations,constructing 2 foot thick low permeability soil 23 liners in the leachate pond and Cell 19,supplying and installing the geosynthetic liner components, 24 installing 12 inch thick coarse aggregate drainage/protective layers,supplying and installing leachate 25 collection/conveyance piping,pumping system,and appurtenances. Textured 60 mil HDPE shall be 26 installed on the side slopes,of the leachate pond and Cell 19,and the smooth 60 mil HDPE shall be 27 installed on the floor,as shown in the Construction Drawings. A temporary liner termination berm will be 28 constructed along the southern edge of Cell 19. 29 30 A gravity leachate conveyance pipeline shall be constructed of 6-inch SDR-1 1 HDPE, seven manholes,and 31 a wet well equipped with a pumping system to pump leachate to the proposed leachate pond.The leachate 32 pond shall be double lined with a 2-foot thick low permeability soil liner,geosynthetic components,and 33 sand drainage/protective layers. Cell 19 shall be lined with a 2-foot thick low permeability soil liner, 34 geosynthetic components,and a sand drainage/protective layer. 35 36 Article 3. ENGINEER 37 38 The Project has been designed by SCS Aquaterra who is hereinafter called ENGINEER and who is to act as 39 OWNER's representative,assume all duties and responsibilities,and have the rights and authority assigned 40 to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with 41 the Contract Documents. •42 43 Article 4. CONTRACT TIMES 44 45 4.1. Time of the Essence. 46 47 A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness for 48 final payment as stated in the Contract Documents are of the essence of the Contract. 49 50 4.2. Days to Achieve Substantial Completion and Final Payment. 51 Project# 14-3022 City of Salina,Kansas January 2014 Cell 19 Construction AGREEMENT 00500- 1 - 1 A. The Work will be substantially completed within 145 days after the date when the Contract Times 2 commence to run as provided in Paragraph 2.03 of the General Conditions, and completed and 3 ready for final payment in accordance with Paragraph 14.07 of the General Conditions within 175 4 days after the date when the Contract Times commence to run. 5 6 4.3. Liquidated Damages. 7 A. OWNER and CONTRACTOR recognize that time is of the essence of this AGREEMENT and 8 that OWNER will suffer financial loss if the Work is not completed within the times specified in 9 Paragraph 4.2. above, plus any extensions thereof allowed in accordance with Article 12 of the 10 General Conditions. The parties also recognize the delays, expense and difficulties involved in 11 proving in a legal or arbitration proceeding the actual loss suffered by OWNER if the Work is not 12 completed on time. Accordingly, instead of requiring any such proof, OWNER and 13 CONTRACTOR agree that as liquidated damages for delay (but not as a penalty), 14 CONTRACTOR shall pay OWNER one thousand five hundred dollars ($1,500) for each day that 15 expires after the time specified in Paragraph 4.2. for Substantial Completion until the Work is 16 substantially complete. After Substantial Completion, if CONTRACTOR shall neglect, refuse or 17 fail to complete the remaining Work within the time specified in Paragraph 4.2. for completion 18 and readiness for final payment or any proper extension thereof granted by OWNER, 19 CONTRACTOR shall pay OWNER seven hundred fifty dollars ($750) for each day that expires 20 after the time specified in Paragraph 4.2. for completion and readiness for final payment. 21 22 Article 5. CONTRACT PRICE 23 24 5.1. OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract 25 Documents an amount in current funds equal to the sum of the amounts determined pursuant to 26 Paragraphs5.1.A.,below: 27 28 A. For all Work,at the prices stated in Contractor's Bid,attached hereto as an exhibit. 29 30 5.2 As provided in Paragraph 11.03 of the General Conditions,estimated quantities are not 31 guaranteed,and determinations of actual quantities and classification are to be made by 32 ENGINEER as provided in Paragraph 9.08 of the General Conditions. Unit prices have been 33 computed as provided in Paragraph 11.03B.of the General Conditions. 34 35 Article 6. PAYMENT PROCEDURES 36 37 6.1. Submittal and Processing of Payments. 38 39 A. CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the 40 General Conditions. Applications for Payment will be processed by ENGINEER as provided in 41 the General Conditions. 42 43 6.2. Progress Payments; Retainage. 44 45 A. OWNER shall make monthly progress payments on account of the Contract Price on the basis of 46 CONTRACTOR's Applications for Payment as recommended by ENGINEER,during 47 construction as provided in Paragraphs 6.1.1 and 6.1.2 below. All such payments will be 48 measured by the schedule of values established in Paragraph 2.07A. of the General Conditions 49 (and in the case of Unit Price Work based on the number of units completed)or, in the event there 50 is no schedule of values,as provided in the General Requirements. 51 52 1. Prior to Substantial Completion,progress payments will be made in an amount equal to 53 the percentage indicated below,but,in each case, less the aggregate of payments 54 previously made and less such amounts as accordance with Paragraph 14.02 of the 55 General Conditions. Project# 14-3022 City of Salina,Kansas January 2014 Cell 19 Construction AGREEMENT 00500-2 1 2 a. 90 percent of Work completed(with the balance being retainage). 3 4 b. 90 percent(with the balance being retainage)of materials and equipment not 5 incorporated in the Work(but delivered,suitably stored and accompanied by 6 documentation satisfactory to OWNER as provided in Paragraph 14.02 of the 7 General Conditions). 8 9 2. Upon Substantial Completion, in an amount sufficient to increase total payments to 10 CONTRACTOR to 95 percent of the Contract Price(with the balance being retainage), 11 less such amounts as ENGINEER shall determine,or OWNER may withhold, in 12 accordance with Paragraph 14.02 of the General Conditions. 13 14 6.3. Final Payment. 15 16 A. Upon final completion and acceptance of the Work in accordance with Paragraph 14.07 of the 17 General Conditions,OWNER shall pay the remainder of the Contract Price as recommended by 18 ENGINEER as provided in said Paragraph 14.07 19 20 Article 7. INTEREST NOT USED 21 22 23 Article 8. CONTRACTOR'S REPRESENTATIONS 24 25 8.1. In order to induce OWNER to enter into this Agreement,CONTRACTOR makes the following 26 • representations: 27 28 A. CONTRACTOR has examined and carefully studied the Contract Documents(including the 29 Addenda listed in Article 9.)and the other related data identified in the Bidding Documents. 30 • 31 B. CONTRACTOR has visited the site and become familiar with and is satisfied as to the general, 32 local and site conditions that may affect cost,progress, performance or furnishing of the Work. 33 34 C. CONTRACTOR is familiar with and is satisfied as to all federal,state and local Laws and 35 Regulations that may affect cost,progress,performance or furnishing of the Work. 36 37 D. CONTRACTOR has carefully studied all: (1)reports of explorations and tests of subsurface 38 conditions at or contiguous to the Site and all Drawings of physical conditions in or relating to 39 existing surface or subsurface structures at or contiguous to the Site(except Underground 40 Facilities)which have been identified in the Supplementary Conditions as provided in Paragraph 41 4.02A. of the General Conditions and(2)reports and drawings of a Hazardous Environmental 42 Condition, if any,at the Site which have been identified in the Supplementary Conditions as 43 provided in Paragraph 4.06 of the General Conditions. 44 45 1. CONTRACTOR accepts the determination set forth in the General and Supplementary 46 Conditions of the extent of the "technical data" contained in such reports and Drawings 47 upon which CONTRACTOR is entitled to rely as provided in Paragraph 4.02 of the 48 General Conditions. 49 50 2. CONTRACTOR acknowledges that such reports and Drawings are not Contract 51 Documents and may not be complete for CONTRACTOR's purposes. 52 • Project# 14-3022 City of Salina,Kansas January 2014 Cell 19 Construction AGREEMENT 00500-3 1 3. CONTRACTOR acknowledges that OWNER and ENGINEER do not assume 2 responsibility for the accuracy or completeness of information and data shown or 3 indicated in the Contract Documents with respect to Underground Facilities at or 4 contiguous to the Site. 5 6 E. CONTRACTOR has obtained and carefully studied(or assumes risk for not doing so)all 7 reasonable additional or supplementary examinations,investigations,explorations,tests,studies, 8 and data concerning conditions(surface,subsurface,and Underground Facilities)at or contiguous 9 to the Site which may affect cost,progress,or performance of the Work or which relate to any 10 aspect of the means, methods,techniques,sequences,and procedures of construction to be 11 employed by Contractor,including any specific means,methods,techniques, sequences,and 12 procedures of construction expressly required by the Bidding Documents,and safety precautions 13 and programs incident thereto. 14 15 F. CONTRACTOR does not consider that any additional examinations, investigations,explorations, 16 tests,studies or data are necessary for the performance and furnishing of the Work at the Contract 17 Price,within the Contract Times and in accordance with the other terms and conditions of the 18 Contract Documents. 19 • 20 G. CONTRACTOR is'aware of the general nature of work to be performed by OWNER and others at 21 the site that relates to the Work as indicated in the Contract Documents. 22 23 H. CONTRACTOR has correlated the information known to CONTRACTOR, information 24 commonly known to contractors doing business in the locality of the Site,information and 25 observations obtained from visits to the site,reports and drawings identified in the Contract 26 Documents and all additional examinations, investigations,explorations,tests,studies and data 27 with the Contract Documents. 28 29 I. CONTRACTOR has given ENGINEER written notice of all conflicts,errors,ambiguities or 30 discrepancies in the Contract Documents and the written resolution thereof by ENGINEER 31 through issued addendum or addenda is acceptable to CONTRACTOR,and the Contract 32 Documents are generally sufficient to indicate and convey understanding of all terms and 33 conditions for performance and furnishing of the Work. When said conflicts,etc.,have not been 34 resolved through interpretation or clarification by ENGINEER,because of insufficient time or 35 otherwise,CONTRACTOR has included in the Bid the greater quantity or better quality of Work, 36 or compliance with the more stringent requirement resulting in a greater cost;and said greater cost 37 is included in the Contract Price. 38 39 J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms 40 and conditions for performance and furnishing of the Work. 41 42 Article 9. CONTRACT DOCUMENTS 43 44 9.1. Contents. 45 46 A. The Contract Documents which comprise the entire agreement between OWNER and 47 CONTRACTOR concerning the Work consist of the following: • 48 49 1. This Agreement. 50 • 51 2. Exhibits to this Agreement. 52 53 3. Performance, Payment,and other Bonds. 54 55 4. Notice to Proceed. Project# 14-3022 City of Salina,Kansas January 2014 Cell 19 Constriction AGREEMENT 00500-4 1 2 5. General Conditions. 3 4 6. Supplementary Conditions. 5 6 7 7. Specifications as listed in Table of Contents of the Project Manual. 8 9 8. Drawings listed on attached Index of Drawings sheet. 10 11 9. Addenda numbers 1 to 3 ,inclusive. 12 13 10. CONTRACTOR's Bid. 14 15 11. Documentation submitted by CONTRACTOR prior to Notice of Award. 16 17 12. The following which may be delivered or issued after the Effective Date of the 18 AGREEMENT and are not attached thereto: 19 20 a. Notice to Proceed. 21 22 b. Field Orders. 23 24 c. Work Change Directives. 25 26 d. Change Orders. 27 28 e. There are no Contract Documents other than those listed above in this Article 9. 29 The Contract Documents may only be amended,modified or supplemented as 30 provided in Paragraph 3.04. of the General Conditions. 31 32 Article 10. MISCELLANEOUS 33 34 10.1 Terms. 35 36 A. Terms used in this Agreement which are defined in Article I of the General Conditions will have 37 the meanings indicated in the General Conditions. 38 39 10.2. Assignment of Contract. 40 41 A. No assignment by a party hereto of any rights under or interests in the Contract Documents will be 42 binding on another party hereto without the written consent of the party sought to be bound;and, 43 specifically but without limitation, moneys that may become due and moneys that are due may not 44 be assigned without such consent(except to the extent that the effect of this restriction may be 45 limited by law),and unless specifically stated to the contrary in any written consent to an 46 assignment,no assignment will release or discharge the assignor from any duty or responsibility 47 under the Contract Documents. 48 49 10.3. Successors and Assigns. 50 51 A. OWNER and CONTRACTOR each binds itself,its partners,successors,assigns and legal 52 representatives to the other party hereto, its partners,successors,assigns and legal representatives 53 in respect to all covenants,agreements and obligations contained in the Contract Documents. 54 55 10.4. Severability. Project# 14-3022 City of Salina,Kansas January 2014 Cell 19 Construction AGREEMENT 00500-5 1 2 A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law 3 or Regulation shall be deemed stricken,and all remaining provisions shall continue to be valid and 4 binding upon OWNER and CONTRACTOR,who agree that the Contract Documents shall be 5 reformed to replace such stricken provision or part thereof with a valid and enforceable provision 6 that comes as close as possible to expressing the intention of the stricken provision. . 7 8 10.5 CONTRACTOR'S Certifications. 9 10 A. CONTRACTOR certifies that it has not engaged in corrupt,fraudulent,collusive,or coercive 11 practices in competing for or in executing the Contract. For the purposes of this Paragraph: 12 13 1. "corrupt practice" means the offering,giving,receiving,or soliciting of any thing of 14 value likely to influence the action of a public official in the bidding process or in the 15 Contract execution. 16 17 2. "fraudulent practice" means an intentional misrepresentation of facts made(a)to 18 influence the bidding process or the execution of the Contract to the detriment of 19 OWNER,(b)to establish Bid or Contract prices at artificial non-competitive levels,or(c) 20 to deprive OWNER of the benefits of free and open competition. 21 22 3. "collusive practice" means a scheme or arrangement between two or more BIDDERS, 23 with or without the knowledge of OWNER,a purpose of which is to establish Bid prices 24 at artificial,non-competitive levels. 25 26 4. "coercive practice" means harming or threatening to harm,directly or indirectly,persons 27 or their property to influence their participation in the bidding process or affect the 28 execution of the Contract. 29 30 10.6. Other Provisions. 31 32 A. Equal Opportunity. 33 34 In conformity with the Kansas act against discrimination and Chapter 13 of the Salina Code, the 35 Contractor and its subcontractors, if any,agree that: 36 37 (1) The Contractor shall observe the provisions of the Kansas act against discrimination and 38 Chapter 13 of the Salina Code and in doing so shall not discriminate against any person in the 39 performance of work under this Agreement because of race, sex, religion, age, color, national 40 origin,ancestry or disability; 41 42 (2) The Contractor shall include in all solicitations, or advertisements for employees, the phrase 43 "equal opportunity employer,"or a similar phrase to be approved by the City's human relations 44 director; 45 46 (3) If the Contractor fails to comply with the manner in which the Contractor reports to the Kansas 47 human rights commission in accordance with the provisions of K.S.A.44-1031 and amendments 48 thereto, the Contractor shall be deemed to have breached this Agreement and it may be 49 canceled,terminated or suspended, in whole or in part,by the City; 50 51 (4) If the Contractor is found guilty of a violation of Chapter 13 of the Salina Code or the Kansas 52 act against discrimination under a decision or order of the Salina human relations commission or 53 the Kansas human rights commission which has become final,the Contractor shall be deemed to 54 have breached this Agreement and it may be canceled, terminated or suspended, in whole or in 55 part,by the City; Project# 14-3022 City of Salina,Kansas January 2014 Cell 19 Construction AGREEMENT 00500-6 1 2 (5) The Contractor shall not discriminate against any employee or applicant for employment in the 3 performance of this Agreement because of race, sex, religion, age, color, national origin, 4 ancestry or disability;and 5 6 (6) The Contractor shall include similar provisions in any subcontract under this Agreement. 7 8 The provisions of this section shall not apply to this Agreement if the Contractor: 9 10 (1) Employs fewer than four employees during the term of this Agreement;or 11 12 (2) Contracts with the City for cumulatively$5,000 or less during the City's calendar fiscal year. 13 Project# 14-3022 City of Salina,Kansas January 2014 Cell 19 Construction AGREEMENT 00500-7 • / I IN WITNESS WHEREOF,OWNER and CONTRACTOR have signed this Agreement in triplicate. One 2 counterpart each has been delivered to OWNER,CONTRACTOR,and ENGINEER. All portions of the 3 Contract Documents have been signed, initialed or identified by OWNER and CONTRACTOR or 4 identified by ENGINEER on their behalf. 5 6 This AGREEMENT will be effective on April 14 ,20 14 (which is the Effective 7 Date of the AGREEMENT). 8 9 OWNER City of Salina CONTRACTOR Sporer Land Development, Inc. �.- - 10 f/ 6 11 Barbara O. Shi - � .rt ar ,� 12 V — – 13 By: /JrC"\---- By: f 14 [CORPORATE SEAL] [CORPORATE SEAL] _ R 16 Attest (ilasteii• GC3(_Q/L�— Attest p��i (' -_ - 17 18 Address for giving notices: Address for giving notices: 19 20 P.O.Box 736 P.O. Box 246 21 22 Salina,Kansas 67402-0736 Oakey, Kansas 67748 23 24 Agent for service of process: Agent for service of process: 25 26 27 28 License No. 29 30 NOTE: If OWNER is a corporation,attach NOTE: If CONTRACTOR is a corporation,attach 31 evidence of authority to sign. If Owner is a evidence of authority to sign. 32 public body,attach evidence of authority to 33 sign and resolution or other documents 34 authorizing execution of Agreement. 35 END OF SECTION 36 • Project# 14-3022 City of Salina,Kansas January 2014 Cell 19 Construction AGREEMENT 00500-8 ATTACHMENT TO SECTION 00500 -AGREEMENT LIST OF DRAWINGS The following drawings,dated January, 2014,and prepared by SCS Aquaterra,accompany this Project Manual and are a part thereof. Drawings are the property of the OWNER and shall not be used for any purpose other than that intended by the Specifications. Sheet No. Title,Description 0 Cover 1 Construction Notes 2 Site Layout 3 Cell 19 Layout 4 Leachate Pond Site Layout 5 Construction Points Layout I 6 Construction Points Layout II 7 Construction Point Tables 8 Leachate Conveyance Line Alignment • 9 Leachate Conveyance Line Profile(1) • 10 Leachate Conveyance Line Profile(2) 11 Leachate Conveyance Line Profile(3) 12 Leachate Conveyance Line Profile(4) • 13 Details • 14 Details 15 Details 16 Details 17 Details • Project# 14-3022 City of Salina,Kansas January 2014 Cell 19 Construction ATTACHMENT TO SECTION 00500—LIST OF DRAWINGS SECTION 00510 NOTICE OF AWARD Date: March 25, 2014 Project: City of Salina Landfill Cell 19 Construction Owner: City of Salina Owner's Contract No.: 14-3022 Contract: Engineer's Project No.: 27213801.10 Bidder: Sporer Land Development, Inc. Bidder's Address: 431 US Highway 83, Oakley,KS 67748 You are notified that your Bid dated March 13, 2014 for the above Contract has been considered. You are the Successful Bidder and are awarded a Contract for total Work. The Contract Price of your Contract is Two Million, Two Hundred Ninety One Thousand, One Hundred Twenty Nine Dollars($2,291,129.00). Three(3)copies of the proposed Contract Documents (except Drawings) accompany this Notice of Award. Three(3) sets of the Drawings will be delivered separately or otherwise made available to you immediately. You must comply with the following conditions precedent within 15 days of the date you receive this Notice of Award. 1. Deliver to the Owner City of Salina / Public Works / Engineering, PO Box 736, Room # 205, Salina,Kansas 67402-0736 fully executed counterparts of the Contract Documents. 2. Deliver with the executed Contract Documents the Contract security (Bonds) as specified in the Instructions to Bidders (Article 20), General Conditions (Paragraph 5.01), and Supplementary Conditions(Paragraph SC-5.01). 3. Other conditions precedent: Include Certificates of Insurance as required by the General Conditions (Paragraph 5.03). -Failure to comply with these conditions within the time specified will entitle Owner to consider you in default, annul this Notice of Award, and declare your Bid security forfeited. Within ten days after you comply with the above conditions, Owner will return to you one fully executed counterpart of the Contract Documents. City of Salina Owner App By: Daniel R. Stack City Engineer Copy to Engineer EJCDC C-510 Notice of Award Prepared by the Engineers Joint Contract Documents Committee and endorsed by the Construction Specifications Institute. Page 1 of 1 SECTION 00510 NOTICE OF AWARD Date: Project: Owner: Owner's Contract No.: Contract: Engineer's Project No.: • Bidder: Bidder's Address: [send Notice of Award Certified Mail, Return Receipt Requested] You are notified that your Bid dated for the above Contract has been considered. You are the Successful Bidder and are awarded a Contract for [Indicate total Work, alternates, or sections of Work awarded.] The Contract Price of your Contract is Dollars ($ ). [Insert appropriate data if unit prices are used. Change language for cost-plus contracts.] copies of the proposed Contract Documents (except Drawings) accompany this Notice of Award. sets of the Drawings will be delivered separately or otherwise made available to you immediately. You must comply with the following conditions precedent within 15 days of the date you receive this Notice of Award. 1. Deliver to the Owner fully executed counterparts of the Contract Documents. 2. Deliver with the executed Contract Documents the Contract security (Bonds) as specified in the Instructions to Bidders (Article 20), General. Conditions (Paragraph 5.01), and Supplementary Conditions (Paragraph SC-5.01). 3. Other conditions precedent: Failure to comply with these conditions within the time specified will entitle Owner to consider you in default,annul this Notice of Award, and declare your Bid security forfeited. Within ten days after you comply with the above conditions, Owner will return to you one fully executed counterpart of the Contract Documents. Owner By: Authorized Signature Title Copy to Engineer EJCDC C-510 Notice of Award Prepared by the Engineers Joint Contract Documents Committee and endorsed by the Construction Specifications Institute. Page 1 of 1 SECTION 00550 NOTICE TO PROCEED Date: Project: Owner: Owner's Contract No.: Contract: Engineer's Project No.: Contractor: - . Contractor's Address: [send Certified Mail, Return Receipt Requested] _ , You are notified that the Contract Times under the above Contract will commence to run on . On or before that date, you are to start performing your obligations under the Contract Documents. In accordance with Article 4 of the Agreement, the date of Substantial Completion is , and the date of readiness for final payment is Before you may start any Work at the Site, Paragraph 2.01.B of the General Conditions provides that you and Owner must each deliver to the other (with copies to Engineer and other identified additional insureds and loss payees) certificates of insurance which each is required to purchase and maintain in accordance with the Contract Documents. Also, before you may start any Work at the Site,you must: [add other requirements]. Owner Given by: • , . Authorized Signature Title Date Copy to Engineer EJCDC C-550 Notice to Proceed Prepared by the Engineers Joint Contract Documents Committee and endorsed by the Construction Specifications Institute. Page 1 of 1 SPORE-1 OP ID: BC ACORO° DATE(MM/DDmm) CERTIFICATE OF LIABILITY INSURANCE 04/07/2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. • IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Campbell Insurance Agency PHONE FAX 220 Center (A/C.No,Ext): (A/C,No): Oakley,KS 67748 E-MAIL • ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Employers Mutual Companies 21415 INSURED Sporer Land Development, Inc. INSURER B: PO Box 246 Oakley, KS 67748 INSURER C: INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR I TYPE OF INSURANCE IJNSR IWVD I POLICY NUMBER (MM/DDY/YYYY) (MM/D1YYYY) I LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A X COMMERCIAL GENERAL LIABILITY X X 3X40815 06/25/2013 06/25/2014 DAMEMAGES(ERa EoN cc uErD re nce) $ 250,000 CLAIMS-MADE X OCCUR MED EXP(Any one person) $ 5,000 X Contractual Liab INCLUDED PERSONAL 8 ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 I POLICY I I ECT I I LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1 000 000 (Ea accident) $ > > A X ANY AUTO X X 3E40815 06/25/2013 06/25/2014 BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS HIRED AUTOS AU O WNED ( DAMAGE ER ACCIDENT) X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 10,000,000 A EXCESS LIAB CLAIMS-MADE X X 3X40815 06/25/2013 06/25/2014 AGGREGATE $ DED X RETENTION$ 10000 I$ WORKERS COMPENSATION X ITORY LAMITS I PEW- AND EMPLOYERS'LIABILITY A ANY PROPRIETOR/PARTNER/EXECUTIVE Y 1 N 3X40815 06/25/2013 06/25/2014 'EL.EACH ACCIDENT $ 500,000 OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 500,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 500,000 A Equipment Float 3X40815 06/25/2013 06/25/2014 see desc DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space Is required) Salina Landfill Cell 19 Construction Project No. 14-3022 Comprehensive general liability includes operations, broad form property ding; completed operations, independent contractors & contractual liaiblity. CERTIFICATE HOLDER CANCELLATION CITYSAI SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Clt of Salina THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN y ACCORDANCE WITH THE POLICY PROVISIONS. SCS Aquaterra Dan Stack 300 W Ash Street, P.O. Box 736 AUTHORIZED REPRESENTATIVE Salina, KS 67401 .. . I " ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) . The ACORD name and logo are registered marks of ACORD �! S '7 1 ( i SECTION 00610 PERFORMANCE BOND Any singular reference to Contractor, Surety, Owner, or other party shall be considered plural where applicable. CONTRACTOR(Name and Address): SURETY (Name, and Address of Principal Place of Business): Sporer Land Development, Inc. Liberty Mutual Insurance Company P. O. Box 246 175 Berkeley Street Oakley, KS 67748 Boston, MA 02116 OWNER(Name and Address): City of Salina, Kansas 300 W. Ash Street Salina, KS 67401 CONTRACT Effective Date of Agreement: 14// /zi Amount: $2,291 ,129.00 Description (Name and Location): Salina Landfill Cell 19 Construction Project No. 14-3022 BOND Bond Number: 3351 01 1 53 Date(Not earlier than Effective Date of 14, ar, Amount: $2,291 ,129.00 Modifications to this Bond Form: NONE Surety and Contractor, intending to be legally bound hereby, subject to the terms set forth below, do each cause this Performance Bond to be duly executed by an authorized officer, agent, or representative. •CONTRACTOR AS PRINCIPAL SURETY S••rer Land Develo• ent, Inc. (Seal) Liberty Mutual Insurance Ccinpany (Scat) Contractor's • e and Corp.rate Seal Surety's Nam/ d Corporate Seal By: ,,,,4114 By: /// /� Signat e ignature(Attach Power .' • ey,)•, =. S••rer John M. Koger, Jr. Pri t Name Print Name = -Vice President Attorney-in-Fact 'Title Title Witness: Atte Acttegiz sts , Si r Signature Secretary Witness Title Title Note: Provide execution by additional parties, such as joint venturers, if necessary. EJCDC C-610 Performance Bond Prepared by the Engineers Joint Contract Documents Committee. Page 1 of 3 Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to Owner for the performance of the Contract, which is incorporated herein by reference. 1. If Contractor performs the Contract, Surety and Contractor have no obligation under this Bond, except to participate in conferences as provided in Paragraph 2.1. 2. If there is no Owner Default, Surety's obligation under this Bond shall arise after: 2.1 Owner has notified Contractor and Surety, at the addresses described in Paragraph 9 below, that Owner is considering declaring a Contractor Default and has requested and attempted to arrange a conference with Contractor and Surety to be held not later than 15 days after receipt of such notice to discuss methods of performing the Contract. If Owner, Contractor, and Surety agree, Contractor shall be allowed a reasonable time to perform the Contract, but such an agreement shall not waive Owner's right, if any, subsequently to declare a Contractor Default; and 2.2 Owner has declared a Contractor Default and formally terminated Contractor's right to complete the Contract. Such Contractor Default shall not be declared earlier than 20 days after Contractor and Surety have received notice as provided in Paragraph 2.1; and 2.3 Owner has agreed to pay the Balance of the Contract Price to: 1. Surety in accordance with the terms of the Contract; or 2. Another contractor selected pursuant to Paragraph 3.3 to perform the Contract. 3. When Owner has satisfied the conditions of Paragraph 2, Surety shall promptly, and at Surety's expense, take one of the following actions: 3.1 Arrange for Contractor, with consent of Owner, to perform and complete the Contract; or 3.2 Undertake to perform and complete the Contract itself, through its agents or through independent contractors; or 3.3 Obtain bids or negotiated proposals from qualified contractors acceptable to Owner for a contract for performance and completion of the Contract, arrange for a contract to be prepared for execution by Owner and contractor selected with Owner's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Contract, and pay to Owner the amount of damages as described in Paragraph 5 in excess of the Balance of the Contract Price incurred by Owner resulting from Contractor Default; or 3.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor, and with reasonable promptness under the circumstances: 1. After investigation, determine the amount for which it may be liable to Owner and, as soon as practicable after the amount is determined, tender payment therefor to Owner; or 2. Deny liability in whole or in part and notify Owner citing reasons therefor. 4. If Surety does not proceed as provided in Paragraph 3 with reasonable promptness, Surety shall be deemed to be in default on this Bond 15 days after receipt of an additional written notice from Owner to Surety demanding that Surety perform its obligations under this Bond, and Owner shall be entitled to enforce any remedy available to Owner. If Surety proceeds as provided in Paragraph 3.4, and Owner refuses the payment tendered or Surety has denied liability, in whole or in part, without further notice Owner shall be entitled to enforce any remedy available to Owner. 5. After Owner has terminated Contractor's right to complete the Contract, and if Surety elects to act under Paragraph 3.1, 3.2, or 3.3 above, then the responsibilities of Surety to Owner shall not be greater than those of Contractor under the Contract, and the responsibilities of Owner to Surety shall not be greater than those of Owner under the Contract. To the limit of the amount of this Bond, but subject to commitment by Owner of the Balance of the Contract Price to mitigation of costs and damages on the Contract, Surety is obligated without duplication for: EJCDC C-610 Performance Bond Prepared by the Engineers Joint Contract Documents Committee. Page 2 of 3 5.1 The responsibilities of Contractor for correction of defective Work and completion of the Contract; 5.2 Additional legal, design professional, and delay costs resulting from Contractor's Default, and resulting from the actions of or failure to act of Surety under Paragraph 3; and 5.3 Liquidated damages, or if no liquidated damages are specified in the Contract, actual damages caused by delayed performance or non-performance of Contractor. 6. Surety shall not be liable to Owner or others for obligations of Contractor that are unrelated to the Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than Owner or its heirs, executors, administrators,or successors. 7. Surety hereby waives notice of any change, including changes of time, to Contract or to related subcontracts, purchase orders, and other obligations. 8. Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the Work or part of the Work is located, and shall be instituted within two years after Contractor Default or within two years after Contractor ceased working or within two years after Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. If the provisions of this paragraph are void or prohibited by law, the minimum period of limitation available to . sureties as a defense in the jurisdiction of the suit shall be applicable. 9. Notice to Surety, Owner,or Contractor shall be mailed or delivered to the address shown on the signature page. 10. When this Bond has been furnished to comply with a statutory requirement in the location where the Contract was to be performed, any provision in this Bond conflicting with said statutory requirement shall be deemed deleted herefrom and provisions conforming to such statutory requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 11. Definitions. 11.1 Balance of the Contract Price: The total amount payable by Owner to Contractor under the Contract after all proper adjustments have been made, including allowance to Contractor of any amounts received or to be received by Owner in settlement of insurance or other Claims for damages to which Contractor is entitled, reduced by all valid and proper payments made to or on behalf of Contractor under the Contract. 11.2 Contract: The agreement between Owner and Contractor identified on the signature page, including all Contract Documents and changes thereto. 11.3 Contractor Default: Failure of Contractor,which has neither been remedied nor waived, to perform or otherwise to comply with the terms of the Contract. 11.4 Owner Default: Failure of Owner, which has neither been remedied nor waived, to pay Contractor as required by the Contract or to perform and complete or otherwise comply with the other terms thereof. FOR INFORMATION ONLY—(Name, Address and Telephone) Surety Agency or Broker: Owner's Representative(Engineer or other party): Koger Agency, Inc. (785) 478-3200 SCS Aquaterra (913) 681-0030 P. O. Box 4587 7311 W. 130th St., Suite 100 Topeka, KS 66604-0587 Overland Park, KS 66213 EJCDC C.610 Performance Bond Prepated by the Engineers Joint Contract Documents Committee. Page 3 of 3 .TFiIS.POWER OFATTORNEY IS NOT VALID-UNLESS=IT IS PRINTED ON RED.BACKGROUND. • This Attorney limits the act -of those named Herein;-and they have:no authority to bind the Company except in the manner and to•the extent-herein stated.: Certificate No. 6114443• - American Fire and CasualtyCompany- Liberty.Mutual Insurance.Company . - _TheOhio CasuaItylnsurance.Company� West American Insurance Company - POWER OF-ATTORNEY ;• KNOWN ALL PERSONS BY.THESE PRESENTS.-ThatAmerican Fire 8_Casuatty•Company and The Ohio Casualty Insurance Company are corporations:duly organized•under the laws of .•the State of New Hampshire,that Liberty:Mu._....surance Company is a corporation duly-organized under thelaws of the State of Massachusetts,•and West Amencanlnsurance Company is a ixirporation.duly organized under the laws•of.fhe State of Indiana(herein collectively called the-Companies");pursuant to arid,byauthonty•herein set forth;,does-hereby_name,constitute- = and appoint John M:Koger Jr • 'all of the'cityof Topeka = state of KS _ each individually if there be•moire than one named,its true and.lawful attorney in fact to make execute cal,acknowledge and deliver;for and onitsbehalfas surety_and,asits:act:and deed;any.._nd=all undertakings;;bonds,recognizances and other surety obligations,'.in pursuance of tthesepresents and shall be •as binding upon the,Companies as if theyhave;been duty by the president and attested by the secretary of the Companies._n the r own proper persons : IN WITNESS WHEREOF;this Power_of:Attomey has been subscnbed.•by anauthonzed officer or official of:the Companies and the corporate seals of the.Companies have been affixed•Uiereto this: 8th day of May 20....3. _ - .•- r-- f„- _American Fire and Casualty Company -. <•`° > � . ' •`-y Z -- The Ohio Casually_Insuranompan pany N r'` E ! z: _ Libert y Mutual-.Insurance- -...ny w t r =;_; INestAmerican Insurance Company Y y ' Gregory :Davenport Assistant.Secretary.-_ _ -_. STATE:OF WASHINGTON ss_ = .-; .000NTY•OF KING = L;:=, On this-8th: day of May . . _.. ^before me_personally appeared Gregory.W:Davenport,who acknowledged himself to be the•Assistant Secretary of American-ar) c),rar, Fire and Casualty:Company,_Liberty Mutual•Insurance Company-The:Ohio Casualty Company,and West American Insurance Company and that tie,as such being authorized so to do;. T� �`2 execute-the foregoing instrument for the purposes therein contained by signingon behalf of•the corporations by himself-as:a.duly authorized officer. - !L y>` IN WITNESS WHEREOF i have hereunto subscribed my name and affixed mynotanatseal•at Seattle Washington,on the day and year.firstabovve written p Q .0c C•y sy o v d - KD:Rdey Not, Public` 9 L; _::o; This Power of Attomey is made and executed pursuant to and by authority:of the folloinnng By-laws and Authorizations of American Fire and Casualty Company,The Ohio Casualty Insurance: Nc0• a;; ; Company Liberty Mutual Insurance Company and,WestAmi ncanInsurance•Company which resohrtions are now......n full force and effect read__irtg;as folbws ? = .E o•ea:.cu ARTICLE IV—OFFICERS -Section12 Powerof Attorney Any officer or other official of the Corporationauthorized.forthatourpose in writing by the Chairmar'orthe President andsub)ect p==_ pGam; to such bimtation as the Chairman or ihe.President:may prescribe shall.appoint uch;attorneys-m fact:as may be necessary to act in.behalf of the Corporation to:make execute seat :�. E acknowledge•and,deliver as suretyany and all undertakings✓bonds re gnizances;and other suretyobligabons_Such.attorneys in fact aubjectao.the imitations setfort in then re'specti've: powers of attorney,;shall have'full`power:to bind the Corporation by their signature and ecution'of any such instruments.and to attach ther8lo the seal of the Corpora€ion..When so ==y �.. executed,such instrumentsshall he as bindin as rf si ned ti the President and attested to ti the Secret An rrtyg y p y �' �. g g y y ary y power or autho ranted to an re reseniative or attome in fact under !►-;�' the.prnyisinna ofthis artidP rnayf>P revoked at any time by`he-Board the Chairman the_President or byahe officer_orofficersgranting suchpower orauthority d�=� c ARTICLE XIII Executionof Contracts SECTIONS Surat Bonds and:Undertakiri s An officerofthe Corn an authorized for that u ose in wntin b the chairman orthe resident `� ca >_> - y; _ 9 Y_ P y, P rP 9 Y P_ ;:`''..._11.51--.--ubject to such hmdations as the chairman or thepresident may pres`cnbe shall'appoint such attorneys m fact as may be necessary`to actin behalf ofthe Companyto rriake execute M :O.:- eal cknowledge and deliver as surety:any and'all undertakings bonds recognizances and other surety obligations Such attorneys in fact subject to'ilia limitations set forttiin their •:=o� Z cr. respective powers:of alto wyshall:have`.full power to bind ilia Company byttreir�signature and execution of anysuch instruments and fo attachthereto the seaLof the Company Whercso 0 0 executed-such insirumems shall tie as bihding as rf:signed:by the president and attested:b`y,ttiesecretary. - = co 0_.�; Certificate of Designation .?The President of the Company acting pursuant to the Bylavrs of.the Com an authorizes Gregory_W Davenport Assistant Secretary to appoint such P Y _v attorneys in fact as may be necessary to act on behalf o€the,Company;to make;;execute;•seal acknowledge and�deli eras surety any and all.undertakings;bonds;:recogniz es and 'r- othersuretyobhgations =� _ _ " ifle ^_= Authorization By.unanirnous consent ofthe Companys Board of D ri actors the Company consents that facsimile ocmechani aftyre roduced signature of anyassistantsecretary of the =Com an .wherevera P p y ppearing upon a eertfied copy of any power of atforneyissued by the Gompanyin:connectionwith surety bonds shall f5e-.v'alid and bindingup`pnafieCiinipany witli : -_ the ame`.force and effect as though manuallyaffixed v = _ � _:=s =1 Dawd M Carey(he undersigned Assistant Secretary otAm"encan•Fire and Casualty Company The Ohio Casualty Insurance Company Liberty;Mutua€Insurance Company and West =American insurance Company do hereby certify that the original power of attorney of which the foregoing is a full_true:and correct opy ofihefower ofAttomey executed by saidCompanies -is tulfforce and effectand fias notbeen revoked t `' ? - it, , IN TESTIMONY WHEREOF,•I.have hereunto set mr hard end"aimed the seals of said Companies this ' day of� _ - -- f ```r �' `\, . -\ _ - - „;� _ ` .- `. �` .rte\ ' \ ---\'' I By i _ `, -t'rf '�"4 `ice ✓ ` - i :t ` ti r _ ^` �� ti ` David M Carey Assistant Secreiary_�•: :q,'::''::::::":-_ . - ,.,_ - _ s -.ter. �- "};-' ---=,:-_"%;,.-":.--'," ��_;h :,_'7J_ «. �_ _LMS 12573 092ot2 _ �^ — -- ,-_:.__ % _� ;_ _ \ �,�� "'-\,-_. 246 of 300 • SECTION 00615 . PAYMENT BOND Any singular reference to Contractor, Surety, Owner,or other party shall be considered plural where applicable. CONTRACTOR(Name and Address): SURETY(Name, and Address of Principal Place of Sporer Land Development, Inc. Business):Liberty Mutual Insurance Company P. O. Box 246 175 Berkeley Street Oakley, KS 67748 Boston, MA 02116 OWNER(Name and Address): City of Salina, Kansas 300 W. Ash Street Salina,KS 67401 CONTRACT Effective Date of Agreement: /'f, aD • Amount: $2,291 ,129.00 Description (Name and Location): Salina Landfill Cell 19 Construction Project No. 14-3022 BOND Bond Number: 33S101153 Date(Not earlier than Effective Date of Agreement): Lei -4-' J 1 / 4 Amount: $2,291 ,129.00 Modifications to this Bond Form: NONE Surety and Contractor, intending to be legally bound hereby, subject to the terms set forth below, do each cause this Payment Bond to be duly executed by an authorized officer, agent, or representative. CONTRACTOR AS PRINCIPAL SURETY Sporer Land Development, Inc. (Seal) Liberty Mutual Insurance Company (Seal) Contractor's •' e and Corporate Seal Surety's Nam- Corporate Seal By By: / ":re • /,'-.ture(Attach 'ower of 'f'°��y) . --,Troy S••rer John M. Koper, Jr. - ' Print: me Print Name _Vice President Attorney-in-Fact --- Title Title Witness: Attest: ^ A, c i{'iture Signature Secretary Witness Title Title Note: Provide execution by additional parties, such as joint venturers, if necessary. {MW001504;1} EJCDC C-615(A)Payment Bond March 2008 Prepared by the Engineers Joint Contract Documents Committee. Page 1 of 3 1. Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to Owner to pay for labor, materials, and equipment furnished by Claimants for use in the performance of the Contract, which is incorporated herein by reference. 2. With respect to Owner, this obligation shall be null and void if Contractor: 2.1 Promptly makes payment, directly or indirectly, for all sums due Claimants, and 2.2 Defends, indemnifies, and holds harmless Owner from all claims, demands, liens, or suits alleging non-payment by Contractor by any person or entity who furnished labor, materials, or equipment for use in the performance of the Contract, provided Owner has promptly notified Contractor and Surety (at the addresses described in Paragraph 12) of any claims, demands, liens, or suits and tendered defense of such claims, demands, liens, or suits to Contractor and Surety, and provided there is no Owner Default. 3. With respect to Claimants, this obligation shall be null and void if Contractor promptly makes payment, directly or indirectly, for all sums due. 4. Surety shall have no obligation to Claimants under this Bond until: 4.1 Claimants who are employed by or have a direct contract with Contractor have given notice to Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to Owner, stating that a claim is being made under this Bond and,with substantial accuracy, the amount of the claim. 4.2 Claimants who do not have a direct contract with Contractor: 1. Have furnished written notice to Contractor and sent a copy, or notice thereof, to Owner, within 90 days after having last performed labor or last furnished materials or equipment included in the claim stating, with substantial accuracy, the amount of the claim and the name of the party to whom the materials or equipment were furnished or supplied, or for whom the labor was done or performed; and 2. Have either received a rejection in whole or in part from Contractor, or not received within 30 days of furnishing the above notice any communication from Contractor by which Contractor had indicated the claim will be paid directly or indirectly; and 3. Not having been paid within the above 30 days, have sent a written notice to Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to Owner, stating that a claim is being made under this Bond and enclosing a copy of the previous written notice furnished to Contractor. 5. If a notice by a Claimant required by Paragraph 4 is provided by Owner to Contractor or to Surety, that is sufficient compliance. 6. Reserved. 7. Surety's total obligation shall not exceed the amount of this Bond, and the amount of this Bond shall be credited for any payments made in good faith by Surety. 8. Amounts owed by Owner to Contractor under the Contract shall be used for the performance of the Contract and to satisfy claims, if any, under any performance bond. By Contractor furnishing and Owner accepting this Bond, they agree that all funds earned by Contractor in the performance of the Contract are dedicated to satisfy obligations of Contractor and Surety under this Bond, subject to Owner's priority to use the funds for the completion of the Work. 9. Surety shall not be liable to Owner, Claimants, or others for obligations of Contractor that are unrelated to the Contract. Owner shall not be liable for payment of any costs or expenses of any Claimant under this Bond, and shall have under this Bond rio obligations to make payments to, give notices on behalf of, or otherwise have obligations to Claimants under this Bond. {MW001504;1} EJCDC C-615(A)Payment Bond March 2008 • Prepared by the Engineers Joint Contract Documents Committee. Page 2 of 3 1 10. Surety hereby waives notice of any change, including changes of time, to the Contract or to related subcontracts, purchase orders,and other obligations. 11. No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the location in which the Work or part of the Work is located or after the expiration of one year from the date (1) on which the Claimant gave the notice required by Paragraph 4.1 or Paragraph 4.2.3, or (2) on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Contract, whichever of (1) or (2) first occurs. If the provisions of this paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 12. Notice to Surety, Owner, or Contractor shall be mailed or delivered to the addresses shown on the signature page. Actual receipt of notice by Surety, Owner, or Contractor, however accomplished, shall be sufficient compliance as of the date received at the address shown on the signature page. 13. When this Bond has been furnished to comply with a statutory requirement in the location where the Contract was to be performed, any provision in this Bond conflicting with said statutory requirement shall be deemed deleted herefrom and provisions conforming to such statutory requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory Bond and not as a common law bond. 14. Upon request of any person or entity appearing to be a potential beneficiary of this Bond, Contractor shall promptly furnish a copy of this Bond or shall permit a copy to be made. 15. Definitions 15.1 Claimant: An individual or entity having a direct contract with Contractor, or with a first-tier subcontractor of Contractor, to furnish labor, materials, or equipment for use in the performance of the Contract. The intent of this Bond shall be to include without limitation in the terms "labor, materials or equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone service, or rental equipment used in the Contract, architectural and engineering services required for performance of the Work of Contractor and Contractor's subcontractors, and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials, or equipment were furnished. 15.2 Contract: The agreement between Owner and Contractor identified on the signature page, including all Contract Documents and changes thereto. 15.3 Owner Default: Failure of Owner, which has neither been remedied nor waived, to pay Contractor as required by the Contract, or to perform and complete or otherwise comply with the other terms thereof. FOR INFORMATION ONLY—(Name,Address, and Telephone) Surety Agency or Broker: Owner's Representative(Engineer or other): Koger Agency, Inc. (785) 478-3200 SCS Aquaterra (913) 681-0030 P. O. Box 4587 7311 W. 130th St., Suite 100 Topeka, KS 66604-0587 Overland Park, KS 66213 {MW001504;1} EJCDC C-615(A)Payment Bond March 2008 Prepared by the Engineers Joint Contract Documents Committee. Page 3 of 3 --.THIS-POWER OF ATTORNEY IS NOT-VALID.UNLESS:IT:IS PRINTED.ON RED BACKGROUND. . - This Power of Attorney limits the acts of those named herein:and they have-no'authorityto bind the Company except•in the manner and to the extent herein stated. - - . _ Certificate No. s1 14444 - • American Fire and,Casualty Company . Liberty Mutual Insurance-Company-. = --- - - "-The Ohio Casualty_Insurance_Company - -• _West Amencan.Insurance Company - POWER OF,.ATTORNEY - . KNOWN ALL PERSONS BY-THE-St PRESENTS:-That American Fire8"Casu ltyCompany and The Ohio Casualty Insurance Company are corporations.duly organized under.the laws of' the State of New Hampshire_chat LibertyMutual,InsuranceCompany is acorporation dulyorganized under lawsof the.Stateof Massachusetts,and WestAmencari Insurance Company. ▪ is a corporation duly organized-underthetaws of the State of Indiana(herein coilectively called the°Companies7.);pursuant to and by authority herein set forth;.does:hereby name,constitute. Land`appoint John M:Koger Jr _ = _ ----' _ ,. `all of the'city of Topeka state',of KS -each individually if:there:be more than one named,:its true.and lawful attorney;in-fact to make;execute:seal;acknowledge• and deliver for and on its behalf as surety acid as its act and:deed any;and all undertakings,bonds,recognizances and'other surety obligations;:in pursuance of these presents and shall: -'' be.as binding upon the Companies as if.theyhave:been duly signed bythe president.and attested by the secretary of the Companies in theirownproper persons.- -IN WITNESS WHEREOF this'Power"of Attorney has been subscribed by an:authorized officer-or official of.the.Companies and the corporate seals of the:Companies have been affixed thereto this. 8th- dayof:=May- 2013. . ,_. .. �� 7-,= f American Fire and Casualty Company i 0 ,,. r r ' • ;_ _ - The Ohio Casualty Insurance Company N _ - • _ - - - Liberty.MutuallnsuranceCompany: . '_c. '' `y c1-t r4 , - t : :WestAmerican Insurance Company: - . •N , ``�.. :47',..::.:-,,. :: - By S •STATE.OF.WASHINGTON ss: ` Gregory Davenport;Assistan• t'Secretary _ c =....1.:11-3. ; COUNTY:OF KIN.G - = ti,, Oi this•8th day_of May 2013-before me personally appeared Gregory W Davenport,who acknowledged:himself to be the Assistant Secretary ofArnencan ftf'F Iii:,-4)--'.7 Fire and•Casuafty Company,-Liberty\Mutual lnsutanceCompany The Ohio CasuaftyCompany and West American Insurance•Company,and that he assuch being authorized so to do .:>V) O•a `execute the foregoing instrument for the purposes.therein contained-by signing on-behalf of.the corporations by hirilself-as-adulyauthonzed officer. :=W.• ..> IN_WITNESS WHEREOF I have.hereunto subscnbed.myname and affixed my notarial seal at SeaPJe Washington;on the-day and year firstabovewntten ;`0_:a. >3; c N gy �� ,o:v" O.�` KD Riley Not` Public: m.0; 0 it C • r - a cc0 C�«:;Th."is Power ofAttomey is made.and executedpursuant to and by authority of the following By laws and Authonzahons of American Fire and.Casualty,Company;The Ohio Casualty Insurance .v o. - Company,Liberty Mutual Insurance Company and West American Insurance Company which resolutionsare now:in full force and effect readingas follows:;:•.--...•:_-.. = Vic. :g).-,1):. ARTICLEIV -OFFICERS Section 127PowerofAttorneyAnyofficerorotherofficiatoftieCorporationauthoriied:forthatpurposeinwntmgbytheChairrgarorthe President and,subject =p.== cn_l to such;limitation as=the Chairman or th615iesident:may prescribe shallappomt,such attomeys in fact-as maybe necessary to actin behalf of the Corporation to rnake execute seal ..>ar p= acknoivledgeanddeliver as suretyanyandallundertakings.bonds recognizances and othersurety obligations Such attorneys in fact;subjecttoahe limitations set forth in their respective='_ 3. 5"=� powers of attorney.shall havefull power to bind the Corporation by ttieir signature=and.execution of any such mstrunnents and to attach theretothe seal of the Corporation:=When so_- (......=.7;4,-,31- sm executed;such.instriimentsshall be as_biridmg as rfsignedby_the 1E>10*erit andfattested to by;the Secretary Any poweror authority`_grante,d o.any representative-orattomey m-factunder ">-r "•.... � the provisions of this:article may berevoked at anytime by the:Board the Chairman;the Presidentor by=the officer-or officers'grantingsuch power or authority: • 0:o I__° :ARTICLE:XIII - E z e c u t i o n;o f Contracts ;SECTION=S SuretyBonds aii t U dertakirigs A n y officerof theCompai authorized for that p u r p o s e i n wnting by the chairman or the president; .`.'F9_ > ` ,and subject.to such llmitationsas thechairman or thepresident may prescribe shallfappoint'uchattorneys in fact;as may be:necessary;to.act inbehalf ofthe.Companyto make:execute-_:Ni p ' seal.acknowledge anddelrver:assuretyanyand all undertekings bondssrecognizances andfothersurety obligatons Such attorneysan fact_sublect-to ttie{imitations set;forth`in their..4-co Z v__respective powers of:attomey_shall have:fultpov r tobind the Company_by their,signature�and.executionof anysuchmstruments and.toyattachlhereto theseal of the Corripai iflien so_'O'o: executed'such instruments shall be as binding as if signed by the:presidennt and attested by the secretary , ?- cn. ▪ Certificate of Desi nation :The President ofthe-Com an actin ursuant to the;Bi laws of he Com an authorizes pre o W Daven ort Assistant Secreta to a oint such▪ ~'�- 9 _ - p Y� 9 P Y_ P Y _ 9 rY P ry PP.__ _ -attorneys in fact-as;may be necessary to act on behalf of the:Companyao make execute seal acknowedge and:detiver as;"surety any and.all'undertakings'bonds recognizances and - .rather-surety obligations ;: " _-` '> - -� _ Authorization By thanimous consentofthe CompanysBoantof Duectors the Companyconsentss that facsimile:ormecharncallyrepmduced nature_.,5).,.ny asswtantsecretary of the - Company=wherever,appearing,upo\^certified copy of.any power ofattomey.issued by the.Companyin connechoriwith surety,bonds;shall be valid and binding upon•the Company with . ._.; the same forceand effectasthough manually affaed = > :=� _ - • _ ti -' _ . _ f David M Carey the undersigned Assistant Secretary of American Fite and Casualty Company TheOhio.Casualty Insurance Company liberty,Mutual Insurance Company;,and West .'Amencanlnsu`rariceCompanydohereby_certifythataheongmalpowe\ofattomeyofwhichthe_foregomglsafull true eandcorrectcopyof`tliePowerofAttomeyezecutedbysaidCompames _ as in fultforce and effect and has not been revoked = ="` - ,IN TESTIMONY WHEREOF I havehereunto set m Oland and�affixed t_t eals of said Gompanies this I- f day of X 0 T = �i - i 6 A P'./?^' .1=e - \ _"fit..♦ ` � / ▪ b z :� � t � 3c- s � _ s ; } ;sue j ` - =�;David M-Carey, ssistents.Se`cr• etr. Lip Y - \ ; � - ." r _ �_-���:� " � �..�:i: -_� _LMS`1287▪ 3 092012' �1'" :�;:1=4 - ':^~' .-.' _ "-���:�".^ ,^�^ _ • :-��,• 247•of 300 " - • SECTION 00621 CERTIFICATE OF LIABILITY INSURANCE • Project#14-3022 City of Salina,Kansa January 2014 Cell 19 Construction CERTIFICATE OF LIABILITY INSURANCE • 00621 - 1 P-1 - - 3 • . I .ACORD,„ CERTIFICATE OF LIABILITY INSU.RANCE DATE(MM/DDIYYYY) 3." PRODUCER THIS,•CERTIFICATE IS ISSUED AS.A.MATTER`OF INFORMATION J ONLY AND CONFERS NO, RIGHTS: UPON.THE CERTIFICATE HOLDER. THIS'CERTIFICATE DOES NOT AMEND; EXTEND OR ALTER THE:COVERAGE-AFFORDED'BY'.THE•POLICIES.BELOW. ii I INSURERS AFFORDING.COVERAGE ;NAIC# INSURED INSURER A: . . . • I t INSURER B:- 4 INSURER C: ' ,.;; INSURER D I . INSURERS: 1 . . COVERAGES. . . . THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE:INSURED NAMEDABOVE FOR THE.POLICY PERIOD INDICATED:'NOTWITHSTANDING •:.c: ANY REQUIREMENT.TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT:WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED'.OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN•IS SUBJECT TO•ALL THE TERMS,EXCLUSIONS'AND CONDITIONS'OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. WW1 yeO0'4 POLICY.EFFECTIVE POLICY EXPIRATION '. LTR'INSRQ TYPE OF INSUF4ANCE POLICY NUMBER DATEIMMIDDIYY) DATEIMM/DDIYYI LIMITS GENERAL LIABILITY EACH OCCURRENCE I.5 -"' . Zf.41.1AGE TO REMMED•• COMMERCIAL GENERAL_LIABILITY PRESSES(Ea occurence) S CLAIMS MADE ,-,_]OCCUR MED EXP(Any one person) I5 `1 i ___.____._ PERSONAL S ADV INJURY._.,, j$ _ It I-' GENERAL AGGREGATE S. I GENLAGGREGATE LIMII-APR ES PER: I I I I PRODUCTS-COMP/OPAGG 1.$ P I ,O JPECROT•. ri Y I.AUTOMOBILE LIABILITY COMBINED•SINGLE LIMIT 5 €ANY mil (Se aicidant) I ?ALLO.WNED AUTOS t__.•._.< I BODILY INJURY S i 1 SCHEDULED AUTOS (Per person) ' _.... .-17REO AUTOS I L�.._.w. S �1 BODILY INJURY I NON-OWNED AUTOS (Par accident) _..___.. .. ...._..._._._ . _. `PROPERTY DAMAGE. $ S(Per accident) —:—.. • GARAGE LIABILITY j AUTO ONLY•EA ACCIDENT, $ _ '.ANY AUTO EA ACC.. S -- - OTHER THAN I ) I:AUTO ONLY: "AGO E •I I EXCESSIUMBRELLA" CLAIMS MADE LIABILITY EACH OCCURRENCE' S : 1.00CUR I 1 ) AGGREGATE • S" DEDUCTIBLE . r'S RETENTION S I $ - _ ' WC STATU- I IOTH- N'ORK£R9COMPENSATION.AND j __.�74EiY11.MilS:_� _ :._ EMPLOYERS'LIABILITY ANYPROPRIETORIPARTNEWEXECUTIVE. - •E.L.EACHACCIDENT 'S I OFFICER/MEMBER EXCLUDED? E.L.DISEASE•EA EMPLOYEE S Dyes.de apnea ender _ SPECIAL PROVISIONS below j E.L.DISEASE POLICY LIMIT I S. ,; f I OTMER . . • DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENOORSEMENTI SPECIAL PROVISIONS T CERTIFICATEHOLDER CANCELLATION:'. I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES CANCELLED BEFORE THE'EXPIRATION DATE.-119F;THE TSSUING'INSURER WILLENDEAVOR TO:MAIL 30 " DAYS,WRITTEN ' . NOTICE TO THE CERTIFICATE HOLDER NAMED TO:THE LEFT; •. AUTHORIZED.REPREEN STATIVE 1 . ACORO 25(2001/08): ©ACC±RD CORPORATION'1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on .the.reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25(2001108) �a • SECTION 00661 2 APPOINTMENT OF PROCESS AGENT 3 4 5 6 Of as CONTRACTOR,having entered into written agreement,dated 7 , for construction of certain public work described as 8 9 10 For ,OWNER,does hereby appoint 11 12 Whose address is 13 County,Kansas, 14 As process agent,in compliance with the requisites of Section 16-113,General Statues of Kansas,as 15 amended. 16 17 18 Duly executed this day of, 20 19 20 21 CONTRACTOR 22 23 BY 24 • 25 TITLE 26 27 28 Note:Any Contractor awarded the foregoing agreement who is an individual,partnership,or 29 unincorporated association and who is not a resident of the State of Kansas,shall execute this document in 30 five copies,all considered as originals. Contractor shall file one copy with the Clerk of the District Court 31 of the County in which the work is to be performed. 32 33 34 35 END OF SECTION • Project# 14-3022 City of Salina,Kansas January 2014 Cell 19 Construction • APPOINTMENT OF PROCESS AGENT 00661 - 1 • This document has important legal consequences; consultation with an attorney is encouraged with respect to its use or modification. This document should be adapted to the particular circumstances of the contemplated Project and the controlling Laws and Regulations. NOTE: This EJCDC Document has been modified as indicated herein by City of Salina. A strikeout indicates that language has been deleted from the EJCDC General Conditions. An underline indicates that language has been added to the EJCDC General Conditions. STANDARD GENERAL, CONDITIONS OF THE CONSTRUCTION CONTRACT Prepared by ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE and Issued and Published Jointly by • WEE. ACEC AscEAmerican Society _ National Society of Professional Engineers of Civil Engineers Professional Engineers in Private Practice AMERICAN COUNCIL OF ENGINEERING COMPANIES ASSOCIATED GENERAL CONTRACTORS OF AMERICA AMERICAN SOCIETY OF CIVIL ENGINEERS PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE A Practice Division of the NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS Endorsed by CONSTRUCTION SPECIFICATIONS INSTITUTE EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 —Definitions and Terminology 1 1.01 Defined Terms 1 1.02 Terminology 5 Article 2—Preliminary Matters 6 2.01 Delivery of Bonds and Evidence of Insurance 6 2.02 Copies of Documents 6 2.03 Commencement of Contract Times; Notice to Proceed 6 2.04 Starting the Work 7 2.05 Before Starting Construction 7 2.06 Preconstruction Conference; Designation of Authorized Representatives 7 2.07 Initial Acceptance of Schedules 7 Article 3 —Contract Documents: Intent, Amending, Reuse 8 3.01 Intent 8 3.02 Reference Standards 8 3.03 Reporting and Resolving Discrepancies 9 3.04 Amending and Supplementing Contract Documents 10 3.05 Reuse of Documents 10 • 3.06 Electronic Data 10 Article 4—Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points 11 4.01 Availability of Lands 11 4.02 Subsurface and Physical Conditions 11 4.03 Differing Subsurface or Physical Conditions 12 4.04 Underground Facilities 13 4.05 Reference Points 14 4.06 Hazardous Environmental Condition at Site 14 Article 5—Bonds and Insurance 16 5.01 Performance, Payment, and Other Bonds 16 5.02 Licensed Sureties and Insurers 17 5.03 Certificates of Insurance 17 5.04 Contractor's Insurance 17 5.05 Owner's Liability Insurance 19 5.06 Property Insurance 19 5.07 .Waiver of Rights 20 5.08 Receipt and Application of Insurance Proceeds 21 5.09 Acceptance of Bonds and Insurance; Option to Replace 21 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. • Pagei • 5.10 Partial Utilization, Acknowledgment of Property Insurer 22 Article 6-Contractor's Responsibilities 22 6.01 Supervision and Superintendence 22 6.02 Labor; Working Hours 23 6.03 Services,Materials, and Equipment 23 6.04 Progress Schedule 24 6.05 Substitutes and"Or-Equals" 24 6.06 Concerning Subcontractors, Suppliers, and Others 26 6.07 Patent Fees and Royalties 27 6.08 Permits 28 6.09 Laws and Regulations 28 6.10 Taxes 29 6.11 Use of Site and Other Areas 29 6.12 Record Documents 30 6.13 Safety and Protection 30 6.14 Safety Representative 31 6.15 Hazard Communication Programs 31 6.16 Emergencies 31 6.17 Shop Drawings and Samples 31 6.18 Continuing the Work 34 6.19 Contractor's General Warranty and Guarantee 34 6.20 Indemnification 35 6.21 Delegation of Professional Design Services 36 Article 7-Other Work at the Site 36 7.01 Related Work at Site 36 7.02 Coordination 37 7.03 Legal Relationships 37 Article 8-Owner's Responsibilities 38 8.01 Communications to Contractor 38 8.02 Replacement of Engineer 38 8.03 Furnish Data 38 8.04 Pay When Due 38 8.05 Lands and Easements; Reports and Tests 38 8.06 Insurance 38 8.07 Change Orders 38 8.08 Inspections, Tests, and Approvals 38 8.09 Limitations on Owner's Responsibilities 38 8.10 Undisclosed Hazardous Environmental Condition 39 8.11 Evidence of Financial Arrangements 39 8.12 Compliance with Safety Program 39 Article 9-Engineer's Status During Construction 39 9.01 Owner's Representative 39 9.02 Visits to Site 39 9.03 Project Representative 40 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright 0 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page ii • 9.04 Authorized Variations in Work 40 9.05 Rejecting Defective Work 40 ; 9.06 Shop Drawings, Change Orders and Payments 40 9.07 Determinations for Unit Price Work 41 9.08 Decisions on Requirements of Contract Documents and Acceptability of Work 41 9.09 Limitations on Engineer's Authority and Responsibilities 41 9.10 Compliance with Safety Program 42 Article 10-Changes in the Work; Claims 42 10.01 Authorized Changes in the Work 42 10.02 Unauthorized Changes in the Work 43 10.03 Execution of Change Orders 43 10.04 Notification to Surety 43 10.05 Claims 43 Article 11 -Cost of the Work; Allowances; Unit Price Work 44 11.01 Cost of the Work 44 11.02 Allowances 47 • 11.03 Unit Price Work 47 Article 12-Change of Contract Price; Change of Contract Times 48 12.01 Change of Contract Price 48 12.02 Change of Contract Times 49 12.03 Delays 49 Article 13 -Tests and Inspections; Correction, Removal or Acceptance of Defective Work 50 13.01 Notice of Defects 50 13.02 Access to Work 50 13.03 Tests and Inspections 51 13.04 Uncovering Work 51 13.05 Owner May Stop the Work 52 13.06 Correction or Removal of Defective Work 52 13.07 Correction Period 52 13.08 Acceptance of Defective Work 53 13.09 Owner May Correct Defective Work 54 Article 14-Payments to Contractor and Completion 54 14.01 Schedule of Values 54 14.02 Progress Payments 54 14.03 Contractor's Warranty of Title 57 14.04 Substantial Completion 57 14.05 Partial Utilization 58 14.06 Final Inspection 59 14.07 Final Payment 59 14.08 Final Completion Delayed 60 14.09 Waiver of Claims 60 . Article 15-Suspension of Work and Termination 61 15.01 Owner May Suspend Work 61 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. • Page iii 15.02 Owner May Terminate for Cause 61 15.03 Owner May Terminate For Convenience 63 15.04 Contractor May Stop Work or Terminate 63 Article 16—Dispute Resolution 64 16.01 Methods and Procedures 64 Article 17—Miscellaneous 64 17.01 Giving Notice 64 17.02 Computation of Times 65 17.03 Cumulative Remedies 65 17.04 Survival of Obligations 65 17.05 Controlling Law 65 17.06 Headings 65 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page iv ARTICLE 1 –DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms capital letters, the terms listed below will have the meanings indicated which are applicable to both the singular and plural thereof. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. - In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. __ 2. Agreement—The written instrument which is evidence of the agreement between Owner and ' Contractor covering the Work. 3. Application for Payment—The form acceptable to Engineer which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 6. Bidder—The individual or entity who submits a Bid directly to Owner. 7. Bidding Documents—The Bidding Requirements and the proposed Contract Documents ,__ (including all Addenda). 8. Bidding Requirements—The advertisement or invitation to bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 9. Change Order—A document, which may be recommended by Engineer, which is signed by Contractor and Owner and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Times, issued on or after the Effective Date of the Agreement. 10. Claim—A demand or assertion by Owner or Contractor seeking an adjustment of Contract • Price or Contract Times, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Claim. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 1 of 65 11. Contract—The entire and integrated written agreement between the Owner and Contractor concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 12. Contract Documents—Those items so designated in the Agreement. Only printed or hard copies of the items listed in the Agreement are Contract Documents. Approved Shop Drawings, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 13. Contract Price—The moneys payable by Owner to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 14. Contract Times—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any; (ii) achieve Substantial Completion; and (iii) complete the Work so that it is ready for final payment as evidenced by Engineer's written recommendation of final payment. 15. Contractor—The individual or entity with whom Owner has entered into the Agreement. 16. Cost of the Work—See Paragraph 11.01 for definition. 17. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Shop Drawings and other Contractor submittals are not Drawings as so defined. 18. 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. 19. Engineer—The individual or entity named as such in the Agreement. 20. Field Order—A written order issued by Engineer which requires minor changes in the Work but which does not involve a change in the Contract Price or the Contract Times. 21. General Requirements—Sections of Division 1 of the Specifications. 22. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, or Radioactive Material in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 23. Hazardous Waste—The term Hazardous Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal Act(42 USC Section 6903) as amended from time to time. 24. Laws and Regulations; Laws or Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 25. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright CO 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 2 of 65 26. Milestone—A principal event specified in the Contract Documents relating to an intermediate completion date or time prior to Substantial Completion of all the Work. 27. Notice of Award—The written notice by Owner to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, Owner will sign and deliver the Agreement. 28. Notice to Proceed—A written notice given by Owner to Contractor fixing the date on which the Contract Times will commence to run and on which Contractor shall start to perform the Work under the Contract Documents. 29. Owner—The individual or entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 30. PCBs—Polychlorinated biphenyls. 31. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 32. Progress Schedule—A schedule, prepared and maintained by Contractor, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Times. 33. Project—The total construction of which the Work to be performed under the Contract Documents may be the whole, or a part. 34. Project Manual—The bound documentary information prepared for bidding and constructing the Work. A listing of the contents of the Project Manual, which may be bound in one or more volumes, is contained in the table(s) of contents. 35. Radioactive Material—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.)as amended from time to time. 36. Resident Project Representative—The authorized representative of Engineer who may be assigned to the Site or any part thereof. 37. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 38. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 39. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. . EJCDC C-700 Standard General Conditions of the Construction Contract • Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 3 of 65 40. Shop Drawings—All drawings, diagrams, illustrations, schedules, and other data or - information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 41. Site—Lands or areas indicated in the Contract Documents as being furnished by Owner upon which the Work is to be performed, including rights-of-way and easements for access thereto, and such other lands furnished by Owner which are designated for the use of Contractor. 42. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. 43. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 44. Substantial Completion—The time at which the Work (or a specified part thereof) has progressed to the point where, in the opinion of Engineer, the Work (or a specified part thereof) is sufficiently complete, in accordance with the Contract Documents, so that the Work(or a specified part thereof)can be safely and conveniently utilized for the purposes for which it is intended. The terms "substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof. 45. Successful Bidder—The Bidder submitting a responsive Bid to whom Owner makes an award. 46. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 47. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 48. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals,or traffic or other control systems. 49. Unit Price Work—Work to be paid for on the basis of unit prices. 50. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 51. Work Change Directive—A written statement to Contractor issued on or after the Effective Date of the Agreement and signed by Owner, andwhich may be recommended by Engineer, EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 4 of 65 ordering an addition, deletion, or revision in the Work, or responding to differing or • unforeseen subsurface or physical conditions under which the Work is to be performed or to emergencies. A Work Change Directive will not change the Contract Price or the Contract Times but is evidence that the parties expect that the change ordered or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Times. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through F are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of professional judgment by Engineer. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of Engineer as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective is not intended to and shall not be effective to assign to Engineer any duty or authority to supervise or direct the performance of the Work, or any duty or authority to undertake responsibility contrary to the provisions of Paragraph 9.09 or any other provision of the Contract Documents. C. Day: 1. The word "day" means a calendar day of 24 hours measured from midnight to the next midnight. D. Defective: 1. The word "defective," when modifying the word `.`Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to Engineer's recommendation of final payment (unless responsibility for the protection thereof has been assumed by Owner at Substantial Completion in accordance with Paragraph 14.04 or 14.05). • E. Furnish, Install, Perform, Provide Furnish, Install, Perform, Provide, Supply: EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 5 of 65 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. 2.The word "install,"when used in connection with services, materials, or equipment, shall mean ready for intended use. 3.The words "perform" or "provide," when used in connection with services, materials, or and ready for intended use. 'l.When "furnish," "install," "perform," or "provide" is not used in connection with services, materials, or equipment in a context clearly requiring an obligation of Contractor, "provide" F. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2—PRELIMINARY MATTERS 2.01 Delivery of Bonds and Evidence of Insurance A. When Contractor delivers the executed counterparts of the Agreement to Owner, Contractor shall also deliver to Owner such bonds as Contractor may be required to furnish. B. Evidence of Insurance: Before any Work at the Site is started, Contractor and Owner shall each deliver to the other, with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance which either of them or any additional insured may reasonably request) which Contractor and Owner respectively are required to purchase and maintain in accordance with Article 5. 2.02 Copies of Documents A. Owner shall furnish to Contractor up to ten printed or hard copies of the Drawings and Project Manual. Additional copies will be furnished upon request at the cost of reproduction. 2.03 Commencement of Contract Times;Notice to Proceed A. The Contract Times will commence to run on the thirtieth day after the Effective Date of the Agreement or, if a Notice to Proceed is given, on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 30 days after the Effective Date of the Agreement. In no event will the Contract Times commence to run later than the sixtieth day EJCDC C-700 Standard General Conditions of the Construction Contract Copyright O 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 6 of 65 after the day of Bid opening or the thirtieth day after the Effective Date of the Agreement, whichever date is earlier. 2.04 Starting the Work 3 A. Contractor shall start to perform the Work on the date when the Contract Times commence to run. No Work shall be done at the Site prior to the date on which the Contract Times commence to run. 2.05 Before Starting Construction A. Preliminary Schedules: Within 10 days after the Effective Date of the Agreement (unless otherwise specified in the General Requirements), Contractor shall submit to Engineer for timely review: 1. a preliminary Progress Schedule indicating the times (numbers of days or dates) for starting and completing the various stages of the Work, including any Milestones specified in the Contract Documents; 2. a preliminary Schedule of Submittals; and 3. a preliminary Schedule of Values for all of the Work which includes quantities and prices of items which when added together equal the Contract Price and subdivides the Work into component parts in sufficient detail to serve as the basis for progress payments during performance of the Work. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work. • 2.06 Preconstruction Conference; Designation of Authorized Representatives A. Before any Work at the Site is started, a conference attended by Owner, Contractor, Subcontractors, Engineer, and others as appropriate will be held to establish a working understanding among the parties as to the Work and to discuss the schedules referred to in Paragraph 2.05.A, procedures for handling Shop Drawings and other submittals, processing Applications for Payment,and maintaining required records. B. At this conference Owner and Contractor each shall designate, in writing, a specific individual to act as its authorized representative with respect to the services and responsibilities under the Contract. Such individuals shall have the authority to transmit instructions, receive information, render decisions relative to the Contract, and otherwise act on behalf of each respective party. 2.'07 Initial Acceptance of Schedules A. At least 10 days before submission of the first Application for Payment a conference attended by Contractor, Engineer, and others as appropriate will be held to review for acceptability to Engineer as provided below the schedules submitted in accordance with Paragraph 2.05.A. Contractor shall have an additional 10. days to make corrections and adjustments and to complete and resubmit the schedules. No progress payment shall be made to Contractor until acceptable schedules are submitted to Engineer. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 7 of 65 1. The Progress.Schedule will be acceptable to Engineer if it provides an orderly progression of the Work to completion within the Contract Times. Such acceptance will not impose on Engineer responsibility for the Progress Schedule, for sequencing, scheduling, or progress of the Work, nor interfere with or relieve Contractor from Contractor's full responsibility therefor. 2. Contractor's Schedule of Submittals will be acceptable to Engineer if it provides a workable arrangement for reviewing and processing the required submittals. 3. Contractor's Schedule of Values will be acceptable to Engineer as to form and substance if it provides a reasonable allocation of the Contract Price to component parts of the Work. ARTICLE 3—CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to Owner. C. Clarifications and interpretations of the Contract Documents shall be issued by Engineer as provided in Article 9. D. The Specifications may vary in form, format and style. Some specification sections are written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omissions of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the section. The Contractor shall not take advantage of any variation of for m, format or style in making claims for extra Work. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes,Laws,and Regulations EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 8 of 65 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations - in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of Owner, Contractor, or Engineer, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to Owner, Engineer, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein and-against all applicable field measurements and conditions. Contractor shall promptly report in writing to Engineer any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from Engineer before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or(c) any instruction of any Supplier, then Contractor shall promptly report it to Engineer in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph 6.16.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to Owner or Engineer for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: . 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and: a. the provisions of any standard, specification, manual, or code, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents);or EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 9 of 65 b. the provisions of any Laws or Regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by either a Change Order or a Work Change Directive. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work, not involving a change in Contract Price or Contract time, may be authorized;by one or more of the following ways: 1. A Field Order; 2. Engineer's approval of a Shop Drawing or Sample (subject to the provisions of Paragraph 6.17.D.3); or 3. Engineer's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer or its consultants, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of Owner and Engineer and specific written verification or adaptation by Engineer. B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by Owner or Engineer to Contractor, or by Contractor to Owner or Engineer, that may be relied upon are limited to the printed copies (also known as hard copies). Files in electronic media format of text, data, graphics, or other"types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. Because data stored in electronic media format can deteriorate or be modified inadvertently or otherwise without authorization of the data's creator, the party receiving electronic files agrees that it will perform acceptance tests or procedures within 60 days, after which the receiving EJCDC C-700 Standard General Conditions of the Construction Contract .Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 10 of 65 party shall be deemed to have accepted the data thus transferred: Any errors detected within the 60-day acceptance period will be corrected by the transferring party. C. When. transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. Owner shall furnish the Site. Owner shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. Owner will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. If Contractor and Owner _ , are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, as a result of any delay in Owner's furnishing the • Site or a part thereof, Contractor may make a Claim therefor as provided in Paragraph 10.05. 1. Where easement lines are shown on the Contract Drawings, they shall be considered as shown in their final location unless stipulated otherwise in the Supplementary Conditions. B. Upon reasonable written request, Owner shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed and Owner's interest therein as necessary for giving notice of or filing a mechanic's or construction lien against such lands in accordance with applicable Laws and Regulations. C. Contractor shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to Owner of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to Owner of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such"technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data," Contractor may not rely upon or make any claim against Owner or-Engineer, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 11 of 65 • 1. the"completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.16.A), notify Owner and Engineer in writing about such condition. Contractor shall not further disturb such condition or perform any Work in connection therewith (except as aforesaid)until receipt of written order to do so. B. Engineer's Review: After receipt of written notice as required by Paragraph 4.03.A, Engineer will promptly review the pertinent condition, determine the necessity of Owner's obtaining additional exploration or tests with respect thereto, and advise Owner in writing(with a copy to Contractor) of Engineer's findings and conclusions. C. Possible Price and Times Adjustments: 1. The Contract Price or the Contract Times, or both, will be equitably adjusted to the extent that the existence of such differing subsurface or physical condition causes an increase or decrease in Contractor's cost of, or time required for, performance of the Work; subject, however, to the following: a. such condition must meet any one or more of the categories described in Paragraph 4.03.A; and b. with respect to Work that is paid for on a unit price basis, any adjustment in Contract Price will be subject to the provisions of Paragraphs 9.07 and 11.03. EJCDC C-700 Standard General Conditions of the Construction Contract • . Copyright O 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 12 of 65 2. Contractor shall not be entitled to any adjustment in the Contract Price or Contract Times if: a. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to Owner with respect to Contract Price and Contract Times by the submission of a Bid or becoming bound under a negotiated contract; or b. the existence of such condition could reasonably have been discovered or revealed as a result of any examination, investigation, exploration, test, or study of the Site and contiguous areas required by the Bidding Requirements or Contract Documents to be conducted by or for Contractor prior to Contractor's making such final commitment; or c. Contractor failed to give the written notice as required by Paragraph 4.03.A. 3. If Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, a Claim may be made therefor as provided in Paragraph 10.05. However, neither Owner or Engineer, or any - of their officers, directors, members, partners, employees, agents, consultants, or subcontractors shall be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to Owner or Engineer by the owners of such Underground Facilities, including Owner, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. Owner and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination of the Work with the owners of such Underground Facilities, including Owner, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 13 of 65 Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.16.A), identify the owner of such Underground Facility and give written notice to that owner and to Owner and Engineer. Engineer will promptly review the Underground Facility and determine the extent, if any, to which a change is required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. During such time, Contractor shall be responsible for the safety and protection of such Underground Facility. 2. If Engineer concludes that a change in the Contract Documents is required, a Work Change Directive or a Change Order will be issued to reflect and document such consequences. An equitable adjustment shall be made in the Contract Price or Contract Times, or both, to the extent that they are attributable to the existence or location of any Underground Facility that was not shown or indicated or not shown or indicated with reasonable accuracy in the Contract Documents and that Contractor did not know of and could not reasonably have been expected to be aware of or to have anticipated. If Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any such adjustment in Contract Price or Contract Times, Owner or Contractor may make a Claim therefor as provided in Paragraph 10.05. 4.05 Reference Points A. Owner shall provide engineering surveys to establish reference points for construction which in Engineer's judgment are necessary to enable Contractor to proceed with the Work. Contractor shall be responsible for laying out the Work, shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations without the prior written approval of Owner. Contractor shall report to Engineer whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations, and shall be responsible for the accurate replacement or relocation of such reference points or property monuments by professionally qualified personnel. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to Owner relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data," Contractor may not rely upon or make any claim against Owner or Engineer, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto; or EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 14 of 65 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations,opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.16.A); and (iii) notify Owner and Engineer (and promptly thereafter confirm such notice in writing). Owner shall promptly consult with Engineer concerning the necessity for Owner to retain a qualified expert to evaluate such condition or take corrective action, if any. Promptly after consulting with Engineer, Owner shall take such actions as are necessary to permit Owner to timely obtain required permits and provide Contractor the written notice required by Paragraph 4.06.E. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after Owner has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered safe for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed safely. If Owner and Contractor cannot agree as to entitlement to or on the amount or extent, if any, of any adjustment in Contract Price or Contract Times, or both, as a result of such Work stoppage or such special conditions under which Work is agreed to be resumed by Contractor, either party may make a Claim therefor as provided in Paragraph 10.05. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then Owner may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. If Owner and Contractor cannot agree as to entitlement to or on the amount or extent, if any, of an adjustment in Contract Price or Contract Times as a result of deleting such portion of the Work, then either party may make a Claim therefor as provided in Paragraph 10.05. Owner may have such deleted portion of the Work performed by Owner's own forces or others in accordance with Article 7. G. To the fullest extent permitted by Laws and Regulations, Owner shall indemnify and hold harmless Contractor, Subcontractors, and Engineer, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition, . EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 15 of 65 provided that such Hazardous Environmental Condition:'(i) was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be included within the scope of the Work, and (ii) was not created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Owner to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.H shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. I. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. ARTICLE 5— BONDS AND INSURANCE 5.01 Performance, Payment, and Other Bonds A. Contractor shall furnish performance and payment bonds, each in an amount at least equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. These bonds shall remain in effect until one year after the date when final payment becomes due or until completion of the correction period specified in Paragraph 13.07, whichever is later, except as provided otherwise by Laws or Regulations or by the Contract Documents. Contractor shall also furnish such other bonds as are required by the Contract Documents. B. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a certified copy of that individual's authority to bind the surety. The evidence of authority shall show that it is effective on the date the agent or attorney-in-fact signed each bond. C. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of Paragraph 5.01.B, Contractor shall promptly notify Owner and Engineer and shall, within 20 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01.B and 5.02. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 16 of 65 5.02 Licensed Sureties and Insurers A. All bonds and insurance required by the Contract Documents to be purchased and maintained by Owner or Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the jurisdiction in which the Project is located to issue bonds or - - insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. ..- 5.03 Certificates of Insurance A. Contractor shall deliver to Owner, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by Owner or any other additional insured) which Contractor is required to purchase and maintain. B. Owner shall deliver to Contractor, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by Contractor or any other additional insured) which Owner is required to - purchase and maintain. • C. Failure of Owner to demand such certificates or other evidence of Contractor's full compliance with these insurance requirements or failure of Owner to identify a deficiency in compliance from the evidence provided shall not be construed as a waiver of Contractor's obligation to maintain such insurance. D. Owner does not represent that insurance coverage and limits established in this Contract necessarily will be adequate to protect Contractor. E. The insurance and insurance limits required herein shall not be deemed as a limitation on • Contractor's liability under the indemnities granted to Owner in the Contract Documents. 5.04 Contractor's Insurance A. Contractor shall purchase and maintain such insurance as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or - Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work,or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees; 3. claims for damages because of bodily injury, sickness or disease, or death of any person other than Contractor's employees; EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. , Page 17 of 65 4. claims for damages insured by reasonably available personal injury liability coverage which are sustained: a. by any person as a result of an offense directly or indirectly related to the employment of such person by Contractor,or b. by any other person for any other reason; 5. claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including loss of use resulting therefrom; and 6. claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. B. The policies of insurance required by this Paragraph 5.04 shall: 1. with respect to insurance required by Paragraphs 5.04.A.3 through 5.04.A.6 inclusive, be written on an occurrence basis, include as additional insureds (subject to any customary exclusion regarding professional liability) Owner and Engineer, and any other individuals or entities identified in the Supplementary Conditions, all of whom shall be listed as additional insureds, and include coverage for the respective officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of all such additional insureds, and the insurance afforded to these additional insureds shall provide primary coverage for all claims covered thereby; 2. include at least the specific coverages and be written for not less than the limits of liability provided in the Supplementary Conditions or required by Laws or Regulations, whichever is greater; 3. include contractual liability insurance covering Contractor's indemnity obligations under Paragraphs 6.11 and 6.20; 4. contain a provision or endorsement that the coverage afforded will not be canceled, materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each other additional insured identified in the Supplementary Conditions . - . -- . - . •- .. . -- • . . (and the certificates of insurance furnished by the Contractor pursuant to Paragraph 5.03 will so provide); 5. remain in effect at least until final payment and at all times thereafter when Contractor may be correcting, removing, or replacing defective Work in accordance with Paragraph 13.07; and 6. include completed operations coverage: a. Such insurance shall remain in effect for two years after final payment. b. Contractor shall furnish Owner and each other additional insured identified in the Supplementary Conditions, to whom a certificate of insurance has been issued, evidence EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 18 of 65 satisfactory to Owner and any such additional insured of continuation of such insurance at final payment and one year thereafter. 7. With respect to all insurance required by this Paragraph 5.04, Contractor agrees to waive all rights of subrogation against Owner, Engineer, and each additional insured identified in the Supplementary Conditions. 8. The Contractor's general liability insurance shall include a per project or per location - endorsement, which shall be identified in the certificate of insurance provided to the Owner. 5.05 Owner's Liability Insurance A. In addition td the insurance required to be provided by Contractor under Paragraph 5.04, Owner, at Owner's option, may purchase and maintain at Owner's expense Owner's own liability insurance as will protect Owner against claims which may arise from operations under the Contract Documents. 5.06 Property Insurance A. Unless otherwise provided in the Supplementary Conditions, Owner Contractor shall purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof (subject to such deductible amounts as may be provided in the Supplementary Conditions or required by Laws and Regulations). This insurance shall: 1. include the interests of Owner, Contractor, Subcontractors, and Engineer, and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them, each of whom is deemed to have an insurable interest and shall be listed as a loss payee; 2. be written on a Builder's Risk "all-risk" policy form that shall at least include insurance for physical loss or damage to the Work, temporary buildings, falsework, and materials and equipment in transit, and shall insure against at least the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, explosion, underground exposure, debris removal, demolition occasioned by enforcement of Laws and Regulations, water damage (other than that caused by flood), and such other perils or causes of loss as may be specifically required by the Supplementary Conditions. 3. include expenses incurred in the repair or replacement of any insured property (including but not limited to fees and charges of engineers and architects); 4. cover materials and equipment stored at the Site or at another location that was agreed to in writing by Owner prior to being incorporated in the Work, provided that such materials and - equipment have been included in an Application for Payment recommended by Engineer; 5. allow for partial utilization of the Work by Owner; 6. include testing and startup; and EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. • Page 19 of 65 7. be maintained in effect until final payment is made unless otherwise agreed to in writing by Owner, Contractor, and Engineer with 30 days written notice to each other loss payee—to B. Owner shall purchase and maintain such equipment breakdown insurance or additional property insurance as may be required by the Supplementary Conditions or Laws and Regulations which will include the interests of Owner, Contractor, Subcontractors, and Engineer, and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them, each of whom is deemed to have an insurable interest and shall be listed as a loss payee. C. All the policies of insurance (and the certificates or other evidence thereof) required to be purchased and maintained in accordance with this Paragraph 5.06 will contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each other loss payee • . -- . - . . . - . -- ' .-: and will contain waiver provisions in accordance with Paragraph 5.07. D. Owner shall not be responsible for purchasing and maintaining any property insurance specified in this Paragraph 5.06 to protect the interests of Contractor, Subcontractors, or others in the Work to the extent of any deductible amounts that are identified in the Supplementary Conditions. The risk of loss within such identified deductible amount will be borne by Contractor, Subcontractors, or others suffering any such loss, and if any of them wishes property insurance coverage within the limits of such amounts, each may purchase and maintain it at the purchaser's own expense. E. If Contractor requests in writing that other special insurance be included in the property insurance policies provided under this Paragraph 5.06, Owner shall, if possible, include such insurance, and the cost thereof will be charged to Contractor by appropriate Change Order. Prior to commencement of the Work at the Site, Owner shall in writing advise Contractor whether or not such other insurance has been procured by Owner. 5.07 Waiver of Rights A. Owner and Contractor intend that all policies purchased in accordance with-Paragraph 5.06 will protect Owner, Contractor, Subcontractors, and Engineer, and all other individuals or entities identified in the Supplementary Conditions as loss payees (and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them) in such policies and will provide primary coverage for all losses and damages caused by the perils or causes of loss covered thereby. All such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurers will have no rights of recovery against any of the insureds or loss payees thereunder. Owner and Contractor waive all rights against each other and their respective officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them for all losses and damages caused by, arising out of or resulting from any of the perils or causes of loss covered by such policies and any other property insurance applicable to the Work; and, in addition, waive all such rights against Subcontractors and Engineer, and all other individuals or entities identified in the Supplementary Conditions as loss payees (and the officers, directors,.members, partners, employees, agents, consultants, and subcontractors of each and any of them)under such policies EJCDC C-700 Standard General Conditions of the Construction Contract Copyright 0.2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 20 of 65 for losses and damages so caused. •None of the above waivers shall extend to the rights that any party making such waiver may have to the proceeds of insurance held by Owner as trustee or otherwise payable under any policy so issued. , B. Owner waives all rights against Contractor, Subcontractors, and Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them for: 1. loss due to business interruption, loss of use, or other consequential loss extending beyond direct physical loss or damage to Owner's property or the Work caused by, arising out of, or resulting from fire or other perils whether or not insured by Owner; and 2. loss or damage to the completed Project or part thereof caused by, arising out of, or resulting from fire or other insured peril or cause of loss covered by any property insurance maintained on the completed Project or part thereof by Owner during partial utilization pursuant to Paragraph 14.05, after Substantial Completion pursuant to Paragraph 14.04, or after final payment pursuant to Paragraph 14.07. _ C. Any insurance policy maintained by Owner covering any loss, damage or consequential loss referred to in Paragraph 5.07.B shall contain provisions to the effect that in the event of payment of any such loss, damage, or consequential loss, the insurers will have no rights of recovery against Contractor, Subcontractors, or Engineer, and the officers, directors, members, partners, employees,agents, consultants and subcontractors of each and any of them. 5.08 Receipt and Application of Insurance Proceeds A. Any insured loss under the policies of insurance required by Paragraph 5.06 will be adjusted with Owner and made payable to Owner as fiduciary for the loss payees, as their interests may appear, subject to the requirements of any applicable mortgage clause and of Paragraph 5.08.B. Owner shall deposit in a separate account any money so received and shall distribute it in accordance with such agreement as the parties in interest may reach. If no other special agreement is reached, the damaged Work shall be repaired or replaced, the moneys so received applied on account thereof, and the Work and the cost thereof covered by an appropriate Change Order. B. Owner as fiduciary shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within 15 days after the occurrence of loss to Owner's exercise of this power. If such objection be made, Owner as fiduciary shall make settlement with the insurers in accordance with such agreement as the parties in interest may reach. If no such agreement among the parties in interest is reached, Owner as fiduciary shall adjust and settle the loss with the insurers and, if required in writing by any party in interest, Owner as fiduciary shall give bond for the proper performance of such duties. 5.09 Acceptance of Bonds and Insurance; Option to Replace A. If either Owner or Contractor has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the other party in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the objecting party shall so notify the other party in writing within 10 days after receipt of the EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 21 of65 certificates (or other evidence requested) required by Paragraph 2.01.B. Owner and Contractor shall each provide to the other such additional information in respect of insurance provided as the other may reasonably request. If either party does not purchase or maintain all of the bonds and insurance required of such party by the Contract Documents, such party shall notify the other party in writing of such failure to purchase prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. Without prejudice to any other right or remedy, the other party may elect to obtain equivalent bonds or insurance to protect such other party's interests at the expense of the party who was required to provide such coverage, and a Change Order shall be issued to adjust the Contract Price accordingly. 5.10 Partial Utilization, Acknowledgment of Property Insurer A. If Owner finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 14.05, no such use or occupancy shall commence before the insurers providing the property insurance pursuant to Paragraph 5.06 have acknowledged notice thereof and in writing effected any changes in coverage necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be canceled or permitted to lapse on account of any such partial use or occupancy. 1. All insurance required by the Contract Documents, or by laws or regulations shall remain in full force and effect on all phases of the Work, whether or not the Work is occupied or utilized by Owner, until all Work included in the agreement has been completed and final payment has been made. 2. Nothing contained in the insurance requirements shall be construed as limiting the extent of Contractor's responsibility for payment of damages resulting from Contractor's, subcontractor's or supplier's operations under the Contract. Contractor agrees that Contractor alone shall be completely responsible for procuring and maintaining full insurance coverage as provided herein or as may be otherwise required by the Contract Documents. Any approval by Owner or Engineer shall not operate to the contrary. ARTICLE 6—CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. Contractor shall not be responsible for the negligence of Owner or Engineer in the design or specification of a specific means, method, technique, sequence, or procedure of construction which is shown or indicated in and expressly required by the Contract Documents. B. At all times during the progress of the Work, Contractor shall assign a competent resident superintendent who shall not be replaced without written notice to Owner and Engineer except under extraordinary circumstances. The superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communications given to or received from the superintendent shall be binding on Contractor. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 22 of 65 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to survey and lay out the Work and perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. In the absence of any Federal, state or local laws, regulations or covenants, the Contractor may conduct its performance of the Work at the Contractor's sole discretion, except that the cost of any overtime pay or other expense incurred by the Owner for Resident Project Representative, Owner's Representative and construction observation services, occasioned by the conduct of Work on Saturday, Sunday, any legal holiday, or as overtime on any regular work day, shall be reimbursed to the Owner by the Contractor. the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during regular working hours. Contractor will not permit-the • • , - consent(which will not be unreasonably withheld)given after prior written notice to Engineer. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, testing, start-up, and completion of the Work. 1. Where the Work requires equipment be furnished, due to the lack of standardization of equipment as produced by the various manufacturers, it may become necessary to make minor modifications in the structures, buildings, piping, mechanical work, electrical work, accessories, controls, or other work, to accommodate the particular equipment offered. Contractor's bid price for any equipment offered shall include the cost of making any necessary changes subject to the approval of Engineer. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of Owner. If required by Engineer, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. C. All materials and equipment shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment shall be the latest model at the time of bid, unless otherwise specified. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 23 of 65 - • 6.04 Progress Schedule A. Contractor shall adhere to the Progress Schedule established in accordance with Paragraph 2.07 as it may be adjusted from time to time as provided below. 1. Contractor shall submit to Engineer for acceptance(to the extent indicated in Paragraph 2.07) proposed adjustments in the Progress Schedule that will not result in changing the Contract Times. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Proposed adjustments in the Progress Schedule that will change the Contract Times shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Times may only be made by a Change Order. 6.05 Substitutes and "Or-Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment or material or equipment of other Suppliers may be submitted to Engineer for review under the circumstances described below. 1. "Or-Equal" Items: If in Engineer's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by Engineer as an "or-equal" item, in which case review and approval of the proposed item may, in Engineer's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. in the exercise of reasonable judgment Engineer determines that: • 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service. b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the Owner or increase in Contract Times; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright O 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 24 of 65 2. Substitute Items: a. If in Engineer's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.05.A.1, it will be considered a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow Engineer to determine if the item of material or equipment proposed is essentially equivalent to that - named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by Engineer from anyone other than Contractor. . c. The requirements for review by Engineer will be as set forth in Paragraph 6.05.A.2.d, as supplemented by the General Requirements, and as Engineer may decide is appropriate under the circumstances. d. Contractor shall make written application to Engineer for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design, b) be similar in substance to that specified, and c) be suited to the same use as that specified; 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of Substantial Completion on time, 3 b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with Owner for other work on the Project) to adapt the design to the proposed substitute item, and c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; 3) will identify: a) all variations of the proposed substitute item from that specified, and b) available engineering, sales,maintenance,repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and claims of other contractors affected by any resulting change. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 25 of 65 • B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by Engineer. Contractor shall submit sufficient information to allow Engineer, in Engineer's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The requirements for review by Engineer will be similar to those provided in Paragraph 6.05.A.2. C. Engineer's Evaluation: Engineer will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. Engineer may require Contractor to furnish additional data about the proposed substitute item. Engineer will be the sole judge of acceptability. No "or equal" or substitute will be ordered, installed or utilized until Engineer's review is complete, which will be evidenced by a Change Order in the case of a substitute and an approved Shop Drawing for an "or equal." Engineer will advise Contractor in writing of any negative determination. D. Special Guarantee: Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. E. Engineer's Cost Reimbursement: Engineer will record Engineer's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.B. Whether or not Engineer approves a substitute so proposed or submitted by Contractor, Contractor shall reimburse Owner for the reasonable charges of Engineer for evaluating each such proposed substitute. Contractor shall also reimburse Owner for the reasonable charges of Engineer for making changes in the Contract Documents (or in the provisions of any other direct contract with Owner) resulting from the acceptance of each proposed substitute. F. Contractors Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal"at Contractor's expense. G. See Specification Section 01640. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity(including those acceptable to Owner as indicated in Paragraph 6.06.B), whether initially or as a replacement, against whom Owner may have reasonable.objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection. B. If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers, or other individuals or entities to be submitted to Owner in advance for acceptance by Owner by a specified date prior to the Effective Date of the Agreement, and if Contractor has submitted a list thereof in accordance with the Supplementary Conditions, Owner's acceptance (either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in the Bidding Documents or the Contract Documents) of any such Subcontractor, Supplier, or other individual or entity so identified may be revoked on the basis of reasonable objection after due investigation. Contractor shall submit an acceptable replacement for the rejected Subcontractor, Supplier, or other individual or entity, and the Contract Price will be EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 26 of 65 adjusted by the difference in the cost occasioned by such replacement, and an appropriate Change Order will be issued. No acceptance by Owner of any such Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, shall constitute a waiver of any right of Owner or Engineer to reject defective Work. C. Contractor shall be fully responsible to Owner and Engineer for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: l. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity • any contractual relationship between Owner or Engineer and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of Owner or Engineer to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. D. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. E. Contractor shall require all Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work to communicate with Engineer through Contractor. F. The divisions and sections of the Specifications and the identifications of any Drawings shall not control Contractor in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. G. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of Owner and Engineer. Whenever any such agreement is with a Subcontractor or Supplier who is listed as a loss payee on the property insurance provided in Paragraph 5.06, the agreement between the Contractor and the Subcontractor or Supplier will contain provisions whereby the Subcontractor or Supplier waives all rights against Owner, Contractor, Engineer, and all other individuals or entities identified in the Supplementary Conditions to be listed as insureds or loss payees (and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them) for all losses and damages caused by, arising out of relating to, or resulting from any of the perils or causes of loss covered by such policies and any other property insurance applicable to the Work. If the insurers on any such policies require separate waiver forms to be signed by any Subcontractor or Supplier, Contractor will obtain the same. • 6.07 Patent Fees and Royalties . A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 27 of 65 particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of Owner or Engineer, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by Owner in the Contract Documents. B. To the fullest extent permitted by Laws and Regulations, Owner shall indemnify and hold harmless Contractor, and its officers, directors, members, partners, employees, agents, consultants, and subcontractors from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals, and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device specified in the Contract Documents, but not identified as being subject to payment of any license fee or royalty to others required by patent rights or copyrights. C. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.08 Permits A. Unless otherwise provided in the Supplementary Conditions, Contractor shall obtain and pay for all construction permits and licenses. Owner shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement. Owner shall pay all charges of utility owners for connections for providing permanent service to the Work. 6.09 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither Owner nor Engineer shall be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.03. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 28 of 65 C. Changes in Laws or Regulations not known at the time of opening of Bids (or, on the Effective Date of the Agreement if there were no Bids) having an effect on the cost or time of performance of the Work shall be the subject of an adjustment in Contract Price or Contract Times. If Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any such adjustment, a Claim may be made therefor as provided in Paragraph 10.05. 6.10 Taxes A. Contractor shall pay all sales, consumer, use, and other similar taxes required to be paid by Contractor in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work. 6.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. Should any claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly settle with such other party by negotiation or otherwise resolve the claim by arbitration or other dispute resolution proceeding or at law. 3. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other ; dispute resolution costs) arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against Owner, Engineer, or any other party indemnified hereunder to the extent caused by or based upon Contractor's performance of the > Work. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Cleaning: Prior to Substantial Completion of the Work Contractor shall clean the Site and the Work and make it ready for utilization by Owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition all property not designated for alteration by the Contract Documents. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 29 of 65 D. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded 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 will endanger it. 6.12 Record Documents A. Contractor shall maintain in a safe place at the Site one record copy of all Drawings, Specifications, Addenda, Change Orders, Work Change Directives, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all approved Shop Drawings will be available to Engineer for reference. Upon completion of the Work, these record documents, Samples, and Shop Drawings will be delivered to Engineer for Owner. Contractor shall include accurate locations for buried and imbedded items. 6.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury,or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of Owner's safety programs, if any. The Supplementary Conditions identify any Owner's safety programs that are applicable to the Work. D. Contractor shall inform Owner and Engineer of the specific requirements of Contractor's safety • program with which Owner's and Engineer's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.13.A.2 or 6.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 30 of 65 other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of Owner or Engineer or anyone employed by any of them, or anyone for whose acts any of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of Contractor or any Subcontractor, Supplier, or other individual or entity directly or indirectly employed by any of them). F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and Engineer has issued a notice to Owner and Contractor in accordance with Paragraph 14.07.B that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion) and during the Correction Period to the extent the Contractor or Contractor's Subcontractors are present on the Site to fulfill Correction Period obligations. 6.14 Safety Representative A. Contractor shall designate a qualified and experienced safety representative at the Site whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and programs. 6.15 Hazard Communication Programs A. Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers at the Site in accordance with Laws or Regulations. 6.16 Emergencies A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give Engineer prompt written notice if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If Engineer determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Work Change Directive or Change Order will be issued. 6.17 Shop Drawings and Samples A. Contractor shall submit required Shop Drawings and Samples to Engineer for review and approval in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as Engineer may require. 1. Shop Drawings: a. Submit number of copies specified in the General Requirements. b. Data shown on the Shop Drawings will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 3113f 65 show Engineer the services, materials, and equipment Contractor proposes to provide and to enable Engineer to review the information for the limited purposes required by Paragraph 6.17.D. c. Shop Drawings submitted as herein provided by Contractor and reviewed by Engineer for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by Owner. d. When Shop Drawings are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the drawings and Specifications. e. For-Information-Only submittals upon which the Engineer is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 2. Samples: a. Submit number of required Samples specified in the Specifications. b. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as Engineer may require to enable Engineer to review the submittal for the limited purposes required by Paragraph 6.17.D. B. Where a Shop Drawing or Sample is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to Engineer's review and approval of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. Submittal Procedures: 1. Before submitting each Shop Drawing or Sample, Contractor shall have: a. reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents; b. determined and verified all field measurements, quantities, dimensions, specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information with respect thereto; c. determined and verified the suitability of all materials offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and d. determined and verified all information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. 2. Each submittal shall bear a stamp or specific written certification that Contractor has satisfied Contractor's obligations under the Contract Documents with respect to Contractor's review and approval of that submittal. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDO. All rights reserved. Page 32 of 65 ' 3. With each submittal, Contractor shall give Engineer specific written notice of any variations that the Shop Drawing or Sample may have from the requirements of the Contract Documents. This notice shall be both a written communication separate from the Shop Drawings or Sample submittal; and, in addition, by a specific notation made on each Shop Drawing or Sample submitted to Engineer for review and approval of each such variation., otherwise Contractor will not be relieved of the responsibility of executing the Work in , accordance with the Contract Documents, even though such Shop Drawings or Samples have been otherwise reviewed. a. If a Shop Drawing or Sample, as•submitted, indicates a variation from the Contract Requirements as set forth in the Contract Documents and Engineer finds same to be in the interest of Owner and to be so minor as not to involve a change in the Contract Price or time for performance,Engineer may approve the Shop Drawings or Samples; provided however, such departure is slight in nature and does not affect the design concept of the Work. 3.1 4. Contractor shall submit all Shop Drawings and Samples sufficiently in advance of construction requirements to allow ample time for checking, correcting, resubmitting and rechecking and to avoid any delay in progress of the Work. 5. See Specification Section 01340. 6. Shop Drawings and Sample submittals not conforming to requirements of this Paragraph 6.17C. and Specification Section 01340 will be returned to Contractor without action for resubmittal and the resulting delay shall be entirely the responsibility of Contractor. D. Engineer's Review: 1. Engineer will provide timely review of required Shop Drawings and Samples in accordance with the Schedule of Submittals acceptable to Engineer. Engineer's review and approval will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. Engineer's review and approval will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. 3. Engineer's review and approval shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Paragraph 6.17.C.3 and Engineer has given written approval of each ; , such variation by specific written notation thereof incorporated in or accompanying the Shop • Drawing or Sample. Engineer's review and approval shall not relieve Contractor from responsibility for complying with the requirements of Paragraph 6.17.C.1. , EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 33 of 65 4. Engineer's check and review of Shop Drawings and Samples, Standard Specifications and descriptive literature submitted by Contractor will be only for general conformance with design concept, except as otherwise provided, and shall not be construed as: a. permitting any departure from the Contract Requirements; b. relieving Contractor of the responsibility for any error in details, dimensions or otherwise that may exist in such submittals; c. constituting a blanket approval of dimensions, quantities, or details of the material or equipment shown; or d. approving departures from additional details or instructions previously furnished by Engineer. Such check or review shall not relieve Contractor of the full responsibility of meeting all of the requirements of the Contract Documents. E. Resubmittal Procedures: 1. Contractor shall make corrections required by Engineer and shall return the required number of corrected copies of Shop Drawings and submit, as required, new Samples for review and approval. Contractor shall direct specific attention in writing to revisions other than the corrections called for by Engineer on previous submittals. 6.18 Continuing the Work A. Contractor shall carry on the Work and adhere to the Progress Schedule during all disputes or disagreements with Owner. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by Paragraph 15.04 or as Owner and Contractor may otherwise agree in writing. 6.19 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to Owner that all Work will be in accordance with the Contract Documents and will not be defective. Engineer and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will 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: EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 34 of 65 1. observations by Engineer; 2. recommendation by Engineer or payment by Owner of any progress or final payment; 3. the issuance of a certificate of Substantial Completion by Engineer or any payment related thereto by Owner; 4. use or occupancy of the Work or any part thereof by Owner; 5. any review and approval of a Shop Drawing or Sample submittal or the issuance of a notice of acceptability by Engineer; 6. any inspection, test, or approval by others; or - 7. any correction of defective Work by Owner. 6.20 Indemnification A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to the performance of the Work, provided that any such claim, cost, loss, or damage is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom but only to the extent caused by any negligent act or omission of Contractor, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform any of the Work or anyone for whose acts any of them may be liable . B. In any and all claims against Owner or Engineer or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors by any employee (or the survivor or personal representative of such employee) of Contractor, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, the indemnification obligation under Paragraph 6.20.A shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for Contractor or any such Subcontractor, Supplier, or other individual or entity under workers' compensation acts, disability benefit acts, or other employee benefit acts. C. The indemnification obligations of Contractor under Paragraph 6.20.A shall not extend to the liability of Engineer and Engineer's officers, directors, members, partners, employees, agents, consultants and subcontractors arising out of: 1. the preparation or approval of, or the failure to prepare or approve maps, Drawings, opinions, reports, surveys, Change Orders, designs, or Specifications; or EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. ' Page 35 of 65 2. giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage. 6.21 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. Contractor shall not be required to provide professional services in violation of applicable law. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, Owner and Engineer will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, Shop Drawings and other submittals prepared by such professional. Shop Drawings and other submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to Engineer. C. Owner and Engineer shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided Owner and Engineer have specified to Contractor all performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.21, Engineer's review and approval of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. Engineer's review and approval of Shop Drawings and other submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.17.D.1. E. Contractor shall not be responsible for the adequacy of the performance or design criteria required by the Contract Documents. ARTICLE 7—OTHER WORK AT THE SITE 7.01 Related Work at Site A. Owner may perform other work related to the Project at the Site with Owner's employees, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then: 1. written notice thereof will be given to Contractor prior to starting any such other work; and 2. if Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times that should be allowed as a result of such other work,a Claim may be made therefor as provided in Paragraph 10.05. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright O 2007 National Society of Professional Engineers for EJCDC. All rights reserved. • Page 36 of 65 B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and Owner, if Owner is performing other work with Owner's employees, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly - integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of Engineer and the others whose work will be affected. The duties and responsibilities of Contractor under this Paragraph are for the benefit of such utility owners and other contractors to the extent that there are comparable provisions for the benefit of Contractor in said direct contracts between Owner and such utility owners and other contractors. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to Engineer in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects and deficiencies in such other work. 7.02 Coordination A. If Owner intends to contract with others for the performance of other work on the Project at the Site,the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, Owner shall have sole authority and responsibility for such coordination. 7.03 Legal Relationships - A. Paragraphs 7.01.A and 7.02 are not applicable for utilities not under the control of Owner. B. Each other direct contract of Owner under Paragraph 7.01.A shall provide that the other contractor is liable to Owner and Contractor for the reasonable direct delay and disruption costs incurred by Contractor as a result of the other contractor's wrongful actions or inactions. - C. Contractor shall be liable to Owner and any other contractor under direct contract to Owner for the reasonable direct delay and disruption costs incurred by such other contractor as a result of Contractor's wrongful action or inactions. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 37 of 65 ARTICLE 8—OWNER'S RESPONSIBILITIES 8.01 Communications to Contractor A. Except as otherwise provided in these General Conditions, Owner shall issue all communications to Contractor through Engineer. 8.02 Replacement of Engineer A. In case of termination of the employment of Engineer, Owner shall appoint an engineer to whom Contractor makes no reasonable objection, whose status under the Contract Documents shall be that of the former Engineer. 8.03 Furnish Data A. Owner shall promptly furnish the data required of Owner under the Contract Documents. 8.04 Pay When Due A. Owner shall make payments to Contractor when they are due as provided in Paragraphs 14.02.0 and 14.07.C. 8.05 Lands and Easements; Reports and Tests A. Owner's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to Owner's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by Engineer in preparing the Contract Documents. 8.06 Insurance A. Owner's responsibilities, if any, with respect to purchasing and maintaining liability and property insurance are set forth in Article 5. 8.07 Change Orders A. Owner is obligated to execute Change Orders as indicated in Paragraph 10.03. 8.08 Inspections, Tests, and Approvals A. Owner's responsibility.,with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03.B. 8.09 Limitations on Owner's Responsibilities A. The Owner shall not supervise, direct, or have control or authority over, nor be.responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply EJCDC C-700 Standard General Conditions of the Construction Contract Copyright O 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 38 of 65 with Laws and Regulations applicable to the performance of the Work. Owner will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. 8.10 Undisclosed Hazardous Environmental Condition A. Owner's responsibility in respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.11 Evidence of Financial Arrangements A. Upon request of Contractor, Owner shall furnish Contractor reasonable evidence that financial arrangements have been made to satisfy Owner's obligations under the Contract Documents. 8.12 Compliance with Safety Program A. While at the Site, Owner's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which Owner has been informed pursuant to Paragraph 6.13.D. ARTICLE 9—ENGINEER'S STATUS DURING CONSTRUCTION 9.01 Owner's Representative A. 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. 9.02 Visits to Site A. Engineer will make visits to the Site at intervals appropriate to the various stages of construction as Engineer deems necessary in order to observe as an experienced and qualified design professional the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, Engineer, for the benefit of Owner, will determine, in general, if the Work is proceeding in accordance with the Contract Documents. Engineer will not be required to make exhaustive or continuous inspections on the Site 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 generally to the Contract Documents. On the basis of such visits and observations, Engineer will keep Owner informed of the progress of the Work and will endeavor to guard Owner against defective Work. B. Engineer's visits and observations are subject to all the limitations on Engineer's authority and responsibility set forth in Paragraph 9.09. Particularly, but without limitation, during or as a result of Engineer's visits or observations of Contractor's Work, Engineer will not supervise, direct, control, or have authority over or be responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. • Page 39 of 65 9.03 Project Representative A. If Owner and Engineer agree, Engineer will furnish a Resident Project Representative to assist Engineer in providing more extensive observation of the Work. The authority and responsibilities of any such Resident Project Representative and assistants will be as provided in •- - .. -••- .. . . :• Paragraph 9.03B., and limitations on the responsibilities thereof will be as provided in Paragraph 9.09. If Owner designates another representative or agent to represent Owner at the Site who is not Engineer's consultant, agent or employee, the responsibilities and authority and limitations thereon of such other individual or entity will be as provided in the Supplementary Conditions. B. Engineer's Resident Project Representative shall not authorize any deviation from the Contract Documents or substitutions of materials or equipment. 9.04 Authorized Variations in Work A. Engineer may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Times and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on Owner and also on Contractor, who shall perform the Work involved promptly. If Owner or Contractor believes that a Field Order justifies an adjustment in the Contract Price or Contract Times, or both, and the parties are unable to agree on entitlement to or on the amount or extent, if any, of any such adjustment, a Claim may be made therefor as provided in Paragraph 10.05. 9.05 Rejecting Defective Work A. Engineer will have authority to reject Work which Engineer believes to be defective, or that Engineer believes will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. Engineer will also have authority to require special inspection or testing of the Work as provided in Paragraph 13.04, whether or not the Work is fabricated, installed, or completed. B. The acceptance at any time of materials or equipment by or on behalf of Owner shall not be a bar to future rejection if they are subsequently found to be defective, inferior in quality, or not equal to the material or equipment specified, or are not as represented to Engineer or Owner. 9.06 Shop Drawings, Change Orders and Payments A. In connection with Engineer's authority, and limitations thereof, as to Shop Drawings and Samples, see Paragraph 6.17. B. In connection with Engineer's authority, and limitations thereof, as to design calculations and design drawings submitted in response to a delegation of professional design services, if any, see Paragraph 6.21. C. In connection with Engineer's authority as to Change Orders, see Articles 10, 11, and 12. EJCDC C-700 Standard General Conditions of the Construction Contract • Copyright O 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 40 of 65 D. In connection with Engineer's authority as to Applications for Payment, see Article 14. 9.07 Determinations for Unit Price Work A. Engineer will determine the actual quantities and classifications of Unit Price Work performed by Contractor. Engineer will review with Contractor the Engineer's preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or otherwise). Engineer's written decision thereon will be final and binding (except as modified by Engineer to reflect changed factual conditions or more accurate data)upon Owner and Contractor, subject to the provisions of Paragraph 10.05. 9.08 Decisions on Requirements of Contract Documents and Acceptability of Work A. Engineer will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. All matters in question and other matters between Owner and Contractor arising prior to the date final payment is due relating to the acceptability of the Work, and the interpretation of the requirements of the Contract Documents pertaining to the performance of the Work, will be referred initially to Engineer in writing within 30 days of the event giving rise to the question. B. Engineer will, with reasonable promptness, render a written decision. on the issue referred. If Owner or Contractor believes that any such decision entitles them to an adjustment in the Contract Price or Contract Times or both, a Claim may be made under Paragraph 10.05. The date of Engineer's decision shall be the date of the event giving rise to the issues referenced for the purposes of Paragraph 10.05.B. C. Engineer's written decision on the issue referred will be final and binding on Owner and Contractor, subject to the provisions of Paragraph 10.05. D. When functioning as interpreter and judge under this Paragraph 9.08, Engineer will not show partiality to Owner or Contractor and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. 9.09 Limitations on Engineer's Authority and Responsibilities A. Neither Engineer's authority or responsibility under this Article 9 or under any other provision of the Contract Documents nor any decision made by Engineer in good faith either to exercise or not exercise such authority or responsibility or the undertaking, exercise, or performance of any authority or responsibility by Engineer shall create, impose, or give rise to any duty in contract, tort, or otherwise owed by Engineer to Contractor, any Subcontractor, any Supplier, any other individual or entity, or to any surety for or employee or agent of any of them. B. Engineer will not supervise, direct, control, or have authority over or be responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. Engineer will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 41 of 65 C. Engineer Will not be responsible for the acts or omissions of Contractor or of any Subcontractor, any Supplier, or of any other individual or entity performing any of the Work. D. Engineer's review of the final Application for Payment and accompanying documentation and all maintenance and operating instructions, schedules, guarantees, bonds, certificates of inspection, tests and approvals, and other documentation required to be delivered by Paragraph 14.07.A will only be to determine generally that their content complies with the requirements of, and in the case of certificates of inspections, tests, and approvals that the results certified indicate compliance with, the Contract Documents. E. The limitations upon authority and responsibility set forth in this Paragraph 9.09 shall also apply to the Resident Project Representative, if any, and assistants, if any. 9.10 Compliance with Safety Program A. While at the Site, Engineer's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which Engineer has been informed pursuant to Paragraph 6.13.D. ARTICLE 10—CHANGES IN THE WORK; CLAIMS 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, Owner may, at any time or from time to time, order additions, deletions, or revisions in the Work by a Change Order, or a Work Change Directive. Upon receipt of any such document, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). 1. Change Proposal Request: a. When Owner requests Contractor to present a proposal to accomplish a change in the Work, the request will be made in the form of a Change Proposal Request (CPR) prepared by Engineer. The CPR will describe the change and request Contractor to propose a cost and Contract Price and/or Contract Time change. Contractor will propose cost and/or time changes, if any, sign the CPR and return it to Engineer. If requested by Owner or Engineer, Contractor shall provide an itemized breakdown of the cost of the change. Engineer will make recommendations to Owner concerning acceptance. If the CPR is approved by Owner, the CPR will be included in a Change Order. Contractor is not authorized to proceed with a change contained in a CPR until the Change Order is properly signed and issued. b. When the Contractor desires to propose changes to the Work, it may initiate a CPR in the same form as provided in Paragraph 10.01A.1.a. and submit the CPR to the Engineer for the Engineer's review and recommendation. B. If Owner and Contractor are unable to agree on entitlement to, or on the amount or extent, if any,of an adjustment in the Contract Price or Contract Times, or both,that should be allowed as EJCDC C-700 Standard General Conditions of the Construction Contract • Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 42 of 65 a result of a Work Change Directive, a Claim may be made therefor as provided in Paragraph 10.05. 10.02 Unauthorized Changes in the Work A. Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.16 or in the case of uncovering Work as provided in Paragraph 13.04.D. 10.03 Execution of Change Orders A. Owner and Contractor shall execute appropriate Change Orders recommended by Engineer covering: 1. changes in the Work which are: (i) ordered by Owner pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08.A or Owner's correction of defective Work under Paragraph 13.09, or(iii) agreed to by the parties; 2. changes in the Contract Price or Contract Times which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed in accordance with a Work Change Directive; and 3. changes in the Contract Price or Contract Times which embody the substance of any written decision rendered by Engineer pursuant to Paragraph 10.05; provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal, Contractor shall carry on the Work and adhere to the Progress Schedule as provided in Paragraph 6.18.A. 10.04 Notification to Surety A. If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Times), the giving of any such notice will be Contractor's ._,. responsibility. The amount of each applicable bond will be adjusted to reflect the effect of any such change. 10.05 Claims A. Engineer's Decision Required: All Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the Engineer for decision. A decision by Engineer shall be required as a ' condition precedent to any exercise by Owner or Contractor of any rights or remedies either may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Claims. B. Notice: Written notice stating the general nature of each Claim shall be delivered by the claimant to Engineer and the other party to the Contract promptly (but in no event later than 30 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 43 of 65 3 days) after the start of the event giving rise thereto. The responsibility to substantiate a Claim shall rest with the party making the Claim. Notice of the amount or extent of the Claim, with supporting data shall be delivered to the Engineer and the other party to the Contract within 60 days after the start of such event(unless Engineer allows additional time for claimant to submit additional or more accurate data in support of such Claim). A Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01.B. A Claim for an adjustment in Contract Times shall be prepared in accordance with the provisions of Paragraph 12.02.B. Each Claim shall be accompanied by claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant believes it is entitled as a result of said event. The opposing party shall submit any response to Engineer and the claimant within 30 days after receipt of the claimant's last submittal (unless Engineer allows additional time). C. Engineer's Action: Engineer will review each Claim and, within 30 days after receipt of the last submittal of the claimant or the last submittal of the opposing party, if any, take one of the following actions in writing: 1. deny the Claim in whole or in part; 2. approve the Claim; or 3. notify the parties that the Engineer is unable to resolve the Claim if, in the Engineer's sole discretion, it would be inappropriate for the Engineer to do so. For purposes of further resolution of the Claim, such notice shall be deemed a denial. D. In the event that Engineer does not take action on a Claim within said 30 days, the Claim shall be deemed denied. E. Engineer's written action under Paragraph 10.05.0 or denial pursuant to Paragraphs 10.05.C.3 or 10.05.D will be final and binding upon Owner and Contractor, unless Owner or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. F. No Claim for an adjustment in Contract Price or Contract Times will be valid if not submitted in accordance with this Paragraph 10.05. ARTICLE 11 —COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order or when a Claim for an adjustment in Contract Price is determined on the basis of Cost of the Work, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work or because of the event giving rise to the Claim. Except as otherwise may be agreed to in writing by Owner, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall not include any of the costs itemized in Paragraph 11.01.B, and shall include only the following items: EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. • Page 44 of 65 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by Owner and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel , employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of regular working hours, on Saturday, Sunday, or legal holidays, shall be included in the above to the extent authorized by Owner. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. All cash discounts shall accrue to Contractor unless Owner deposits funds with Contractor with which to make payments, in which case the cash discounts shall accrue to Owner. All trade discounts, rebates and refunds and returns from sale of surplus materials and equipment shall accrue to Owner, and Contractor shall make provisions so that they may _ be obtained. 3. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by Owner,Contractor shall obtain competitive bids from subcontractors acceptable to Owner and Contractor and shall deliver such bids to Owner, who will then determine, with the advice of Engineer, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 4. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 5. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by = Owner with the advice of Engineer, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 45 of 65 d. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable, as imposed by Laws and Regulations. e. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. f. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work (except losses and damages within the deductible amounts of property insurance established in accordance with Paragraph 5.06.D), provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of Owner. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. g. The cost of utilities, fuel, and sanitary facilities at the Site. h. Minor expenses such as telegrams, long distance telephone calls, telephone service at the Site, express and courier services, and similar petty cash items in connection with the Work. i. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.01.A.1 or specifically covered by Paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. • Page 46 of 65 5. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in Paragraphs 11.01.A. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order or when a Claim for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to Engineer an itemized cost breakdown together with supporting data. 11.02 Allowances A. It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to Owner and Engineer. B. Cash Allowances: 1. Contractor agrees that: a. the cash allowances include the cost to Contractor(less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the cash allowances have been included in the Contract Price and not in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: 1. Contractor agrees that a contingency allowance, if any, is for the sole use of Owner to cover unanticipated costs. D. Prior to final payment, an appropriate Change Order will be issued as recommended by Engineer to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work ,.s A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 47 of 65 actual quantities and classifications of Unit Price Work performed by Contractor will be made by Engineer subject to the provisions of Paragraph 9.07. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as a part of the unit price. D. Owner or Contractor may make a Claim for an adjustment in the Contract Price in accordance with Paragraph 10.05 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work; and 3. Contractor believes that Contractor is entitled to an increase in Contract Price as a result of having incurred additional expense or Owner believes that Owner is entitled to a decrease in Contract Price and the parties are unable to agree as to the amount of any such increase or decrease. ARTICLE 12—CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. Any Claim for an adjustment in the Contract Price shall be based on written notice submitted by the party making the Claim to the Engineer and the other party to the Contract in accordance with the provisions of Paragraph 10.05. B. The value of any Work covered by a Change Order or of any Claim for an adjustment in the Contract Price will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum is not reached under Paragraph 12.01.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit(determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's fee for overhead and profit shall be determined as follows: EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. • Page 48 of 65 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.A.1 and 11.01.A.2, the Contractor's fee shall be 15 percent; b. for costs incurred under Paragraph 11.01.A.3, the Contractor's fee shall be five percent; c. where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent of the amount paid to the next lower tier Subcontractor; d. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.4, 11.01.A.5, and 11.01.B; e. the amount of credit to be allowed by Contractor to Owner for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent of such net decrease; and f. when both additions and credits are involved in any one change, the adjustment in Contractor's fee shall be computed on the basis of the net change in accordance with Paragraphs 12.01.C.2.a through 12.01.C.2.e, inclusive. 12.02 Change of Contract Times A. The Contract Times may only be changed by a Change Order. Any Claim for an adjustment in • the Contract Times shall be based on written notice submitted by the party making the Claim to the Engineer and the other party to the Contract in accordance with the provisions of Paragraph 10.05. B. Any adjustment of the Contract Times covered by a Change Order or any Claim for an adjustment in the Contract Times will be determined in accordance with the provisions of this Article 12. C. No extension of the Contract Time will be allowed for additional Work or for claimed delay unless the additional Work contemplated or claimed delay is shown to be on the critical path of the Project's schedule of construction or Contractor can show by Critical Path Method analysis how the additional Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is prevented from completing any part of the Work within the Contract Times due to delay beyond the control of Contractor, the Contract Times will be extended in an amount equal to the time lost due to such delay if a Claim is made therefor as provided in EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 49 of 65 Paragraph 12.02.A. Delays beyond the control of Contractor shall include,but not be limited to, acts or neglect by Owner, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. B. If Owner, Engineer, or other contractors or utility owners performing other work for Owner as contemplated by Article 7, or anyone for whom Owner is responsible, delays, disrupts, or interferes with the performance or progress of the Work, then Contractor shall be entitled to an equitable adjustment in the Contract Price or the Contract Times, or both. Contractor's entitlement to an adjustment of the Contract Times is conditioned on such adjustment being essential to Contractor's ability to complete the Work within the Contract Times. C. If Contractor is delayed in the performance or progress of the Work by fire, flood, epidemic, abnormal weather conditions, acts of God, acts or failures to act of utility owners not under the control of Owner, or other:causes not the fault of and beyond control of Owner and Contractor, then Contractor shall be entitled to an equitable adjustment in Contract Times, if such adjustment is essential to Contractor's ability to complete the Work within the Contract Times. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph 12.03.C. D. Owner, Engineer, and their officers, directors, members, partners, employees, agents, consultants,or subcontractors shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. E. Contractor shall not be entitled to an adjustment in Contract Price or Contract Times for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION,REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects A. Prompt notice of all defective Work of which Owner or Engineer has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work A. Owner, Engineer, their consultants and other representatives and personnel of Owner, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 50 of 65 13.03 Tests and Inspections A. Contractor shall give Engineer timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. ; 2 B. Owner shall employ and pay for the services of an independent testing laboratory to perform all inspections,tests,or approvals required by the Contract Documents except: 1. for inspections,tests,or approvals covered by Paragraphs 13.03.0 and 13.03.D below; 2. that costs incurred in connection with tests or inspections conducted pursuant to Paragraph 13.04.B shall be paid as provided in Paragraph 13.04.C; and 3. as otherwise specifically provided in the Contract Documents. C. If Laws or Regulations of any public body having jurisdiction require any Work (or part thereof) specifically to be inspected, tested, or approved by an employee or other representative of such public body, Contractor shall assume full responsibility for arranging and obtaining such inspections, tests, or approvals, pay all costs in connection therewith, and furnish Engineer the required certificates of inspection or approval. D. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, or approvals required for Owner's and Engineer's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, or approvals shall be performed by organizations acceptable to Owner and Engineer. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of Engineer, Contractor shall, if requested by Engineer, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense unless Contractor has given Engineer timely notice of Contractor's intention to cover the same and Engineer has not acted with reasonable promptness in response to such notice. 13.04 Uncovering Work - A. If any Work is covered contrary to the written request of Engineer, it must, if requested by Engineer, be uncovered for Engineer's observation and replaced at Contractor's expense. B. If Engineer considers it necessary or advisable that covered Work be observed by Engineer or inspected or tested by others, Contractor, at Engineer's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as Engineer may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. C. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees •and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 51 of 65 arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or Owner shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. and Owner shall be -- - - • • •• ••-• : • • - • • - . If the parties are unable to agree as to the amount thereof, Owner may make a Claim therefor as provided in Paragraph 10.05. D. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Times, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. If the parties are unable to agree as to the amount or extent thereof, Contractor may make a Claim therefor as provided in Paragraph 10.05. 13.05 Owner May Stop the Work A. If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, Owner may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of Owner to stop the Work shall not give rise to any duty on the part of Owner to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work, whether or not fabricated, installed, or completed, or, if the Work has been rejected by Engineer, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair Owner's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within one year after the date of Substantial Completion(or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents) or by any specific provision of the Contract Documents, any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by Owner or permitted by Laws and Regulations as contemplated in Paragraph 6.11.A is found to be defective, Contractor shall promptly, without cost to Owner and in accordance with Owner's written instructions: 1. repair such defective land or areas; or EJCDC C-700 Standard General Conditions of the Construction Contract Copyright 0 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 52 of 65 2. correct such defective Work; or . 3. if the defective Work has been rejected by Owner, remove it from the Project and replace it with Work that is not defective,and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of Owner's written instructions, or in an emergency where delay would cause serious risk of loss or damage, Owner may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work, the correction period for that item may start to , run from an earlier date if so provided in the Specifications. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work will be extended for an additional period of one year after such correction or removal and replacement has been satisfactorily completed. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work A. If, instead of requiring correction or removal and replacement of defective Work, Owner (and, prior to Engineer's recommendation of final payment, Engineer) prefers to accept it, Owner may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) attributable to Owner's evaluation of and determination to accept such defective Work (such costs to be approved by Engineer as to reasonableness) and for the diminished value of the Work to the extent not otherwise paid by Contractor pursuant to this sentence. If any such acceptance occurs prior to Engineer's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and Owner shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. If the parties are unable to agree as to the amount thereof,Owner may make a Claim therefor as provided in Paragraph 10.05. If the acceptance occurs after such recommendation, an appropriate amount will be paid by Contractor to Owner. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 53 of 65 13.09 Owner May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from Engineer to correct defective Work, or to remove and replace rejected Work as required by Engineer in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, Owner may, after seven days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, Owner shall proceed expeditiously. In connection with such corrective or remedial action, Owner may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, take possession of Contractor's tools, appliances, construction equipment and machinery at the Site, and incorporate in the Work all materials and equipment stored at the Site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Owner's representatives, agents and employees, Owner's other contractors, and Engineer and Engineer's consultants access to the Site to enable Owner to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) incurred or sustained by Owner in exercising the rights and remedies under this Paragraph 1109 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and Owner shall be entitled to an appropriate decrease in the Contract Price. If the parties are unable to agree as to the amount of the adjustment, Owner may make a Claim therefor as provided in Paragraph 10.05. Such claims, costs, losses and damages will include but not be limited to all costs of repair, or replacement of work of others destroyed or damaged by correction, removal, or replacement of Contractor's defective Work. D. Contractor shall not be allowed an extension of the Contract Times because of any delay in the performance of the Work attributable to the exercise by Owner of Owner's rights and remedies under this Paragraph 13.09. ARTICLE 14—PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values A. The Schedule of Values established as provided in Paragraph 2.07.A will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to Engineer. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. At least 20 days before the date established in the Agreement for each progress payment(but not more often than once a month), Contractor shall submit to Engineer for review an EJCDC C-700 Standard General Conditions of the Construction Contract • Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 54 of 65 Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that Owner has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate property insurance or other arrangements to protect Owner's interest therein, all of which must be satisfactory to Owner. 2. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that all previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 3. The amount of retainage with respect to progress payments will be as stipulated in the Agreement. B. Review of Applications: 1. Engineer will, within 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. 2. Engineer's recommendation of any payment requested in an Application for Payment will constitute a representation by Engineer to Owner, based on Engineer's observations of the executed Work as an experienced and qualified design professional, and on Engineer's review of the Application for Payment and the accompanying data and schedules, that to the best of Engineer's knowledge, information and belief: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Unit Price Work under Paragraph 9.07, and any other qualifications stated in the recommendation); and c. the conditions precedent to Contractor's being entitled to such payment appear to have been fulfilled in so far as it is Engineer's responsibility to observe the Work. 3. By recommending any such payment Engineer will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. • Page 55 of 65 involved detailed inspections of the Work beyond the responsibilities specifically assigned to Engineer in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by Owner or entitle Owner to withhold payment to Contractor. 4. Neither Engineer's review of Contractor's Work for the purposes of recommending payments nor Engineer's recommendation of any payment, including final payment, will impose responsibility on Engineer: a. to supervise, direct, or control the Work, or b. for the means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or c. for Contractor's failure to comply with Laws and Regulations applicable to Contractor's performance of the Work, or d. to make any examination to ascertain how or for what purposes Contractor has used the moneys paid on account of the Contract Price, or e. to determine that title to any of the Work, materials, or equipment has passed to Owner free and clear of any Liens. • 5. Engineer may refuse to recommend the whole or any part of any payment if, in Engineer's opinion, it would be incorrect to make the representations to Owner stated in Paragraph 14.02.B.2. Engineer may also refuse to recommend any such payment or, because of subsequently discovered evidence or the results of subsequent inspections or tests, revise or revoke any such payment recommendation previously made, to such extent as may be necessary in Engineer's opinion to protect Owner from loss because: a. the Work is defective, or completed Work has been damaged, requiring correction or replacement; b. the Contract Price has been reduced by Change Orders; c. Owner has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or d. Engineer has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Payment Becomes Due: 1. Ten days after presentation of the Application for Payment to Owner with Engineer's recommendation, the amount recommended will (subject to the provisions of Paragraph 14.02.D)become due, and when due will be paid by Owner to Contractor. EJCDC C-700 Standard General Conditions of the Construction Contract • Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 56 of 65 D. Reduction in Payment: 1. Owner may refuse to make payment of the full amount recommended by Engineer because: a. claims have been made against Owner on account of Contractor's performance or furnishing of the Work; b. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to Owner to secure the satisfaction and discharge of such Liens; c. there are other items entitling Owner to a set-off against the amount recommended; or d. Owner has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.5.a through 14.02.B.5.c or Paragraph 15.02.A. 2. If Owner refuses to make payment of the full amount recommended by Engineer, Owner will give Contractor immediate written notice (with a copy to Engineer) stating the reasons for such action and promptly pay Contractor any amount remaining after deduction of the amount so withheld. Owner shall promptly pay Contractor the amount so withheld, or any adjustment thereto agreed to by Owner and Contractor, when Contractor remedies the reasons for such action. 3. Upon a subsequent determination that Owner's refusal of payment was not justified, the amount wrongfully withheld shall be treated as an amount due as determined by Paragraph 14.02.C.1 and subject to interest as provided in the Agreement. 14.03 Contractor's Warranty of Title A. Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to Owner no later than the time of payment free and clear of all Liens. 14.04 Substantial Completion A. When Contractor considers the entire Work ready for its intended use Contractor shall notify Owner and Engineer in writing that the entire Work is substantially complete (except for items specifically listed by Contractor as incomplete) and request that Engineer issue a certificate of : Substantial Completion. B. Promptly after Contractor's notification, Owner, Contractor, and Engineer shall make an inspection of the Work to determine the status of completion. If Engineer does not consider the Work substantially complete, Engineer will notify Contractor in writing giving the reasons therefor. 1. If portions of the Work have been determined not to be at a point of Substantial Completion and require re-inspection or retesting by Engineer, the cost of such re-inspection or retesting, including the cost of time, travel and living expenses, shall be paid by Contractor to Owner who will reimburse Engineer. Owner may offset said monies by deducting that amount from payments due to Contractor. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. • Page 57 of 65 C. If Engineer considers the Work substantially complete, Engineer will deliver to Owner a tentative certificate of Substantial Completion which shall fix the date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment. Owner shall have seven days after receipt of the tentative certificate during which to make written objection to Engineer as to any provisions of the certificate or attached list. If, after considering such objections, Engineer concludes that the Work is not substantially complete, Engineer will, within 14 days after submission of the tentative certificate to Owner, notify Contractor in writing, stating the reasons therefor. If, after consideration of Owner's objections, Engineer considers the Work substantially complete, Engineer will, within said 14 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. D. At the time of delivery of the tentative certificate of Substantial Completion, Engineer will deliver to Owner and Contractor a written recommendation as to division of responsibilities • pending final payment between Owner and Contractor with respect to security, operation, safety, and protection of the Work, maintenance, heat, utilities, insurance, and warranties and guarantees. Unless Owner and Contractor agree otherwise in writing and so inform Engineer in writing prior to Engineer's issuing the definitive certificate of Substantial Completion, Engineer's aforesaid recommendation will be binding on Owner and Contractor until final payment. E. Owner shall have the right to exclude Contractor from the Site after the date of Substantial Completion subject to allowing Contractor reasonable access to remove its property and complete or correct items on the tentative list. 14.05 Partial Utilization A. Prior to Substantial Completion of all the Work, Owner may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which Owner, Engineer, and Contractor agree constitutes a separately functioning and usable part of the Work that can be used by Owner for its intended purpose without significant interference with Contractor's performance of the remainder of the Work, subject to the following conditions: 1. Owner at any time may request Contractor in writing to permit Owner to use or occupy any such part of the Work which Owner believes to be ready for its intended use and substantially complete. If and when Contractor agrees that such part of the Work is substantially complete, Contractor, Owner, and Engineer will follow the procedures of Paragraph 14.04.A through D for that part of the Work. 2. Contractor at any time may notify Owner and Engineer in writing that Contractor considers any such part of the Work ready for its intended use and substantially complete and request Engineer to issue a certificate of Substantial Completion for that part of the Work. 3. Within a reasonable time after either such request, Owner, Contractor, and Engineer shall make an inspection of that part of the Work to determine its status of completion. If Engineer does not consider that part of the Work to be substantially complete, Engineer will EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. • Page 58 of 65 • notify Owner and Contractor in writing giving the reasons therefor. If Engineer considers that part of the Work to be substantially complete, the provisions of Paragraph 14.04 will ' l apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 4. No use or occupancy or separate operation of part of the Work may occur prior to compliance with the requirements of Paragraph 5.10 regarding property insurance. 14.06 Final Inspection A. Upon written notice from Contractor that the entire Work or an agreed portion thereof is complete, Engineer will promptly make a final inspection with Owner and Contractor and will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 14.07 Final Payment A. Application for Payment. 1. After Contractor has, in the opinion of Engineer, satisfactorily completed all corrections identified during the final inspection and has delivered, in accordance with the Contract Documents, all maintenance and operating instructions, schedules, guarantees, bonds, certificates or other evidence of insurance, certificates of inspection, marked-up record documents (as provided in Paragraph 6.12), and other documents, Contractor may make application for final payment following the procedure for progress payments. 2. The final Application for Payment shall be accompanied (except as previously delivered)by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.04.B.6; b. consent of the surety, if any,to final payment; c. a list of all Claims against Owner that Contractor believes are unsettled; and d. complete and legally effective releases or waivers (satisfactory to Owner) of all Lien rights arising out of or Liens filed in connection with the Work. 3. In lieu of the releases or waivers of Liens specified in Paragraph 14.07.A.2 and as approved by Owner, Contractor may furnish receipts or releases in full and an affidavit of Contractor that: (i) the releases and receipts include all labor, services, material, and equipment for which a Lien could be filed; and (ii) all payrolls, material and equipment bills, and other indebtedness connected with the Work for which Owner might in any way be responsible, or which might in any way result in liens or other burdens on Owner's property, have been paid or otherwise satisfied. If any Subcontractor or Supplier fails to furnish such a release or receipt in full, Contractor may furnish a bond or other collateral satisfactory to Owner to indemnify Owner against any Lien. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 59 of 65 • B. Engineer's Review of Application and Acceptance. I. If, on the basis of Engineer's observation of the Work during construction and final inspection, and Engineer's review of the final Application for Payment and accompanying documentation as required by the Contract Documents, Engineer is satisfied that the Work has been completed and Contractor's other obligations under the Contract Documents have been fulfilled, Engineer will, within ten days after receipt of the final Application for Payment, indicate in writing Engineer's recommendation of payment and present the Application for Payment to Owner for payment. At the same time Engineer will also give written notice to Owner and Contractor that the Work is acceptable subject to the provisions of Paragraph 14.09. Otherwise, Engineer will return the Application for Payment 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 for Payment. C. Payment Becomes Due: 1. Thirty days after the presentation to Owner of the Application for Payment and accompanying documentation, the amount recommended by Engineer, less any sum Owner is entitled to set off against Engineer's recommendation, including but not limited to liquidated damages,will become due and will be paid by Owner to Contractor.- 14.08 Final Completion Delayed A. If, through no fault of Contractor, final completion of the Work is significantly delayed, and if Engineer so confirms, Owner shall, upon receipt of Contractor's final Application for Payment (for Work fully completed and accepted) and recommendation of Engineer, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by Owner for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if bonds have been furnished as required in Paragraph 5.01, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by Contractor to Engineer with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Claims. 14.09 Waiver of Claims A. The making and acceptance of final payment will constitute: 1. a waiver of all Claims by Owner against Contractor, except Claims arising from unsettled Liens, from defective Work appearing after final inspection pursuant to Paragraph 14.06, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from Contractor's continuing obligations under the Contract Documents; and 2. a waiver of all Claims by Contractor against Owner and/or Engineer other than those previously made in accordance with the requirements herein and expressly acknowledged by Owner and/or Engineer in writing as still unsettled. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright O 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 60 of 65 ARTICLE 15—SUSPENSION OF WORK AND TERMINATION 15.01 Owner May Suspend Work A. At any time and without cause, Owner may suspend the Work or any portion thereof for a .: period of not more than 90 consecutive days by notice in writing to Contractor and Engineer which will fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. Contractor shall be granted an adjustment in the Contract Price or an . extension of the Contract Times, or both, directly attributable to any such suspension if Contractor makes a Claim therefor as provided in Paragraph 10.05. 15.02 Owner May Terminate for Cause A. The occurrence of any one or more of the following events will justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the Progress Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of Engineer; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents. B. If one or more of the events identified in Paragraph 15.02A. occur, Owner will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the Owner, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the Construction Contract, the Owner may, to the extent permitted by Laws and Regulations, declare a Contractor Default and formally terminate the Contractor's right to complete the Contract. Contractor Default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its obligations, then Owner, without process or action at law, may take over any portion of the Work and complete it as described below. a. If Owner completes the Work, Owner may exclude Contractor and Surety from the site and take possession of the Work and of all tools, appliances, construction equipment and machinery at the site and use the same to the full extent they could be used by Contractor and Surety (without liability to Contractor and Surety for trespass or conversion), incorporate in the Work all materials and equipment stored at the site or for which Owner EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 61 of 65 • has paid Contractor or Surety but which are stored elsewhere, and finish the Work as Owner may deem expedient. 3. Whether Owner or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by Owner arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to Owner. Such claims, costs, losses and damages incurred by Owner will be reviewed by Engineer as to their reasonableness and when so approved by Engineer incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, Owner shall not be required to obtain the lowest price for the Work performed. 4. Neither Owner, Engineer, nor any of their respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. Owner, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim for damages on account of the method used by Owner in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. Contractor: tools, appliances, construction equipment, and machinery at the Site, and use the same to the full extent they could be used by Contractor (without liability to Contractor for trespass or conversion); 3.complete the Work as Owner may deem expedient. C. If Owner proceeds as provided in Paragraph 15.02.B, Contractor shall not be entitled to receive any further payment until the Work is completed. If the unpaid balance of the Contract Price exceeds all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Owner arising out of or relating to completing the Work, such excess will be paid to Contractor. If such claims, costs, losses, and damages exceed such unpaid balance, Contractor shall pay the difference to Owner. Such claims, costs, losses, and EJCDC C-700 Standard General Conditions of the Construction Contract Copyright O 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 62 of 65 damages incurred by Owner will be reviewed by Engineer as to their reasonableness and, when so approved by Engineer, incorporated in a Change Order. When exercising any rights or remedies under this Paragraph, Owner shall not be required to obtain the lowest price for the Work performed. D. Notwithstanding Paragraphs 15.02.B and 15.02.C, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. E. Where Contractor's services have been so terminated by Owner, the termination will not affect any rights or remedies of Owner against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by Owner will not release Contractor from liability. F. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.01.A, the termination procedures of that bond shall supersede the provisions of Paragraphs 15.02.B and 15.02.C. 15.03 Owner May Terminate For Convenience A. Upon seven days written notice to Contractor and Engineer, Owner may, without cause and without prejudice to any other right or remedy of Owner, terminate the Contract. In such case, Contractor shall be paid for(without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; 3. all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other . .. dispute resolution costs) incurred in settlement of terminated contracts with Subcontractors, Suppliers, and others; and 4. reasonable expenses directly attributable to termination. B. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. 15.04 Contractor May Stop Work or Terminate A. If, through no act or fault of Contractor, (i) the Work is suspended for more than 90 consecutive days by Owner or under an order of court or other public authority, or (ii) Engineer fails to act on any Application for Payment within 30 days after it is submitted, or (iii) Owner fails for 30 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. • Page 63 of 65 days to pay Contractor any sum finally determined to be due, then Contractor may, upon seven days written notice to Owner and Engineer, and provided Owner or Engineer do not remedy such suspension or failure within that time, terminate the Contract and recover from Owner payment on the same terms as provided in Paragraph 15.03. B. In lieu of terminating the.Contract and without prejudice to any other right or remedy, if Engineer has failed to act on an Application for Payment within 30 days after it is submitted, or Owner has failed for 30 days to pay Contractor any sum finally determined to be due, Contractor may, seven days after written notice to Owner and Engineer, stop the Work until payment is made of all such amounts due Contractor, including interest thereon. The provisions of this Paragraph 15.04 are not intended to preclude Contractor from making a Claim under Paragraph 10.05 for an adjustment in Contract Price or Contract Times or otherwise for expenses or damage directly attributable to Contractor's stopping the Work as permitted by this Paragraph. ARTICLE 16—DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either Owner or Contractor may request mediation of any Claim submitted to Engineer for a decision under Paragraph 10.05 before such decision becomes final and binding. The mediation will be governed by the Construction Industry Mediation Rules of the American Arbitration Association in effect as of the Effective Date of the Agreement. The request for mediation shall be submitted in writing to the American Arbitration Association and the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.05.E. B. Owner and Contractor shall participate in the mediation process in good faith. The process shall be concluded within 60 days of filing of the request. The date of termination of the mediation shall be determined by application of the mediation rules referenced above. C. If the Claim is not resolved by mediation, Engineer's action under Paragraph 10.05.0 or a denial pursuant to Paragraphs 10.05.C.3 or 10.05.D shall become final and binding 30 days after termination of the mediation unless, within that time period, Owner or Contractor: 1. elects in writing to invoke any dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Claim to a court of competent jurisdiction. ARTICLE 17—MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 64 of 65 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. 17.02 Computation of Times A. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. 17.03 Cumulative Remedies A. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation,right, and remedy to which they apply. 17.04 Survival of Obligations A. All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Controlling Law A. This Contract is to be governed by the law of the state in which the Project is located. 17.06 Headings A. Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 65 of 65 SECTION 00805 2 SUPPLEMENTARY CONDITIONS 3 TO 4 EJCDC GENERAL CONDITIONS, C-700 (2007 EDITION) 5 6 Supplementary Conditions 7 8 These Supplementary Conditions modify and supplement Section 00700-General Conditions,and other 9 provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are 10 modified or supplemented remain in full force and effect as so modified or supplemented. All provisions 11 of the General Conditions which are not so modified or supplemented remain in full force and effect. 12 13 Defined Terms 14 15 The terms used in these Supplementary Conditions which are defined in the General Conditions have the 16 meaning assigned to them in the General Conditions. 17 • 18 Modifications and Supplements 19 20 The following are instructions that modify or supplement specific paragraphs in the General Conditions and 21 other Contract Documents. 22 23 SC-1.01A.36. 24 25 Amend Paragraph GC-1.01A.36 to read as follows: 26 27 "Resident Project Representative-The authorized representative of Owner who may be assigned to the 28 Site or any part thereof." 29 30 SC-2.02A. 31 32 Delete Paragraph GC-2.02A. in its entirety and insert a new paragraph to read as follows: 33 34 "A. Contractor shall contact Salina Blueprint&Micrographics Systems to request additional copies of 35 Contract Documents. Contractor shall pay for all requested additional copies of Contract 36 Documents." 37 38 SC-4.01B. 39 40 Delete Paragraph GC-4.01B. in its entirety. 41 42 SC-4.02A. . .43 44 There are no reports of explorations and tests of subsurface conditions at the site of the Work that were 45 used in preparation of the Contract Documents. 46 47 The following are drawings of physical conditions in or relating to existing surface and subsurface 48 structures(except Underground Facilities)which are at or contiguous to the site of the Work: 49 50 (1) The City of Salina,Kansas, Landfill Master Plan,SCS Aquaterra,September 2012. 51 (2) The City of Salina,Kansas,Construction Quality Assurance Report,Cell 5,SCS Aquaterra, 52 June 2010. 53 SC-4.05. 54 Project#14-3022 City of Salina,Kansas January 2014 • Cell 19 Construction 00805- 1 • 1 Delete the first sentence of Paragraph GC-4.05A.and substitute the following: 2 3 "Contractor shall engage,at Contractor's expense,a registered professional engineer or licensed 4 land surveyor to provide all construction staking necessary to enable Contractor to proceed with 5 Work as shown on the Drawings. 6 7 SC-4.06A. 8 9 There are no reports or drawings of existing hazardous environmental conditions known to the Owner that 10 were used in preparation of the Contract Documents. 11 12 SC-4.06G. 13 • 14 Delete Paragraph GC-4.06G. in its entirety. 15 16 SC-5.04A. 17 18 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 19 coverages for not less than the following amounts or greater where required by laws and regulations: 20 21 5.04A.1.and 5.04A.2. Workers'Compensation,etc.,under Paragraphs GC-5.04A.1.and GC-5.04A.2. 22 23 (I) State: Statutory. 24 25 (2) Applicable Federal(e.g., Longshoreman's): Statutory. 26 27 (3) Employer's Liability: $500,000. 28 29 5.04A.3.,5.04A.4.,and 5.04A.5. Contractor's Liability Insurance under Paragraphs GC-5.04A.3., 30 GC-5.04A.4.and GC-5.04A.5.,which shall also include completed operations and product liability 31 coverages and eliminate the exclusion with respect to property under the care,custody and control of 32 Contractor: 33 34 (1) General Aggregate(Except Products--Completed Operations): $2,000,000. 35 36 (2) Products--Completed Operations Aggregate: $1,000,000. 37 38 (3) Personal and Advertising Injury(Per Person/Organization): $1,000,000. 39 40 (4) Each Occurrence(Bodily Injury and Property Damage): $1,000,000. 41 42 (5) Property Damage liability insurance will provide Explosion,Collapse and Underground 43 coverages where applicable. 44 45 (6) Excess Liability 46 47 General Aggregate: $1,000,000. 48 49 Each Occurrence: $1,000,000. 50 51 5.04A.6. Automobile Liability. 52 53 Combined Single Limit(Bodily Injury and Property Damage): $1,000,000 Each Accident 54 55 SC-5.04B.1. 56 Project#14-3022 City of Salina,Kansas January 2014 Cell 19 Construction • 00805-2 • • • 1 The entities listed below are"additional insureds as their interest may appear" including their respective 2 officers,directors,agents and employees. 3 4 OWNER: City of Salina 5 ENGINEER: SCS Aquaterra 6 7 SC-5.04B.3. 8 9 The Contractual Liability coverage required by Paragraph 5.04B.3 of the General Conditions shall provide 10 coverage for not less than the following amounts: I1 '12 (1) General Aggregate: $1,000,000. 13 14 (2) Each Occurrence(Bodily Injury and Property Damage): $1,000,000. 15 16 SC-6.05G. • 17 18 Delete Paragraph GC-6.05G. in its entirety 19 20 SC-6.06B. 21 22 Add a new subparagraph immediately after Paragraph GC-6.06B. 23 24 "Contractor shall provide a listing of Subcontractors, Suppliers or other individuals or entities to be 25 submitted to Owner in advance for acceptance by Owner prior to the Effective Date of the Agreement." 26 27 SC-6.07B. 28 29 Delete Paragraph GC-6.07B. in its entirety. 30 31 SC-6.08. 32 33 Add a new paragraph immediately after Paragraph GC-6.08A. which is to read as follows: 34 35 "B. Contractor is responsible for complying with the following permits obtained by Owner: 36 1. Kansas Department of Health and Environment Bureau of Waste Management Permit. 37 2. Kansas Department of Health and Environment Industrial Activity Stormwater Permit. 38 39 SC-6.10. 40 41 Delete Paragraph GC-6.10A. in its entirety and insert a new paragraph to read as follows: 42 43 "Owner shall obtain a project exemption certificate for the project from the Kansas Department of 44 Revenue and provide to the Contractor to be used by the Contractor for the sales of tangible personal 45 property to or services purchased by the Contractor for the work or portions thereof that may be properly 46 exempt from the Kansas Retailer's Sales Tax Act and the Kansas Compensating Tax Act." 47 48 SC-6.12A. 49 50 At the end of Paragraph GC-6.I2A.,add the following language: 51 52 "Contractor to make one reproducible copy of said record drawings and deliver to Engineer for Owner." 53 54 SC-6.13C. 55 56 Delete the second sentence of Paragraph GC-6.13C and insert the following: Project#14-3022 City of Salina,Kansas January 2014 Cell 19 Construction • 00805-3 2 "The following Owner safety programs are applicable to the Work: 3 1. Confined Space Entry." 4 5 SC-6.17A. 6 7 Add the following new subparagraph immediately following GC-6.17E.: 8 9 "F. Engineer will accept and review for approval two separate submittals of Shop Drawings for each 10 item indicated on Contractor's accepted schedule of Shop Drawings(see Paragraph 2.07 of the 11 General Conditions). Additional reviews of Shop Drawings for the same items will be provided • 12 by Engineer and Contractor shall reimburse Owner for the charges of Engineer and Engineer's 13 consultants for evaluating and reviewing each Shop Drawing submittal in excess of three 14 submittals for the same item. Contractor will issue a certified check to Owner,drawn from 15 Owner's approved financial institution,to reimburse Owner for the charges of Engineer and 16 Engineer's consultant at the rate of$150.00 per man-hour for evaluating and reviewing each Shop 17 Drawing submittal in excess of three submittals for the same item." 18 19 SC-7.03D. 20 21 Add the following new subparagraph immediately following GC-7.03C.: 22 23 "D. If a separate contractor cause damage to the Work or property of Contractor or if the performance 24 of work by any separate contractor at the site give rise to any other claim,Contractor shall not 25 institute any action, legal or equitable,against Owner or Engineer,or permit any action against 26 either of them to be maintained and continued in its name or for its benefit in any court or before 27 any arbiter that seeks to impose liability on or to recover damages from Owner or Engineer on 28 account of any such damage or claim. If Contractor is delayed at any time in performing or 29 furnishing Work by any act or neglect of a separate contractor and Owner and Contractor are 30 unable to agree as to the extent of any adjustment in Contract Time attributable thereto,Contractor 31 may make a claim for an extension of times in accordance with Article 12. An extension of the 32 Contract Times shall be Contractor's exclusive remedy with respect to Owner or Engineer for any 33 delay,disruption, interference or hindrance caused by any separate contractor." 34 35 SC-9.03A. 36 37 Amend the first sentence of Paragraph 9.03.A to read as follows: 38 39 "Owner will furnish a Resident Project Representative to assist Engineer in providing more extensive 40 observation of the Work." 41 • 42 SC-9.03B. 43 44 Delete Paragraph 9.03B in its entirety and add the following new paragraphs: 45 46 B. "The Resident Project Representative(RPR)will be Owner's employee or agent at the Site,will 47 act as directed by and under the supervision of Engineer,and will confer with Engineer regarding 48 RPR's actions. RPR's dealings in matters pertaining to the Work in general shall be with . 49 Engineer and Contractor. RPR's dealings with Subcontractors shall be through or with the full 50 knowledge and approval of Contractor. The RPR shall: ' 51 52 1. Conferences and Meetings: Attend meetings with Contractor,such as preconstruction 53 conferences,progress meetings,job conferences and other project-related meetings. 54 2. Liaison: Project# 14-3022 City of Salina,Kansas January 2014 Cell 19 Construction 00805-4 1 a. Serve as Engineer's liaison with Contractor,working principally through Contractor's 2 authorized representative,assist in providing information regarding the intent of the 3 Contract Documents. 4 b. Assist Engineer in serving as Owner's liaison with Contractor when Contractor's 5 operations affect Owner's on-Site operations. 6 c. Assist in obtaining from Owner additional details or information,when required for 7 proper execution of the Work. 8 3. Interpretation of Contract Documents: Report to Engineer when clarifications and 9 interpretations of the Contract Documents are needed and transmit to Contractor 10 clarifications and interpretations as issued by Engineer. 11 4. Modifications: Consider and evaluate Contractor's suggestions for modifications in 12 Drawings or Specifications and report such suggestions,together with RPR's 13 recommendations,to Engineer.Transmit to Contractor in writing decisions as issued by 14 Engineer. 15 5. Review of Work and Rejection of Defective Work: 16 a. Conduct on-Site observations of Contractor's work in progress to assist Engineer in 17 determining if the Work is in general proceeding in accordance with the Contract 18 Documents. 19 b. Report to Engineer whenever RPR believes that any part of Contractor's work in 20 progress will not produce a completed Project that conforms generally to the Contract 21 Documents or will imperil the integrity of the design concept of the completed Project 22 as a functioning whole as indicated in the Contract Documents,or has been damaged,or 23 does not meet the requirements of any inspection,test or approval required to be made; 24 and advise Engineer of that part of work in progress that RPR believes should be 25 corrected or rejected or should be uncovered for observation,or requires special testing, 26 inspection or approval. 27 6. Inspections, Tests, and System Startups: 28 a. Verify that tests,equipment,and systems start-ups and operating and maintenance 29 training are conducted in the presence of appropriate Owner's personnel,and that 30 Contractor maintains adequate records thereof. 31 b. Observe,record,and report to Engineer appropriate details relative to the test procedures 32 and systems start-ups. 33 7. Records: 34 a. Record names,addresses, fax numbers,e-mail addresses,web site locations,and 35 telephone numbers of all Contractors,Subcontractors,and major Suppliers of materials 36 and equipment. 37 b. Maintain records for use in preparing Project documentation. 38 8. Reports: Project#14-3022 City of Salina,Kansas January 2014 Cell 19 Construction • 00805-5 • 1 a. Furnish to Engineer periodic reports as required of progress of the Work and of 2 Contractor's compliance with the progress schedule and schedule of Shop Drawing and • 3 Sample submittals. 4 c. Immediately notify Engineer of the occurrence of any Site accidents,emergencies,acts 5 of God endangering the Work,damage to property by fire or other causes,or the 6 discovery of any Hazardous Environmental Condition. 7 9. Payment Requests: Review Applications for Payment with Contractor for compliance with 8 the established procedure for their submission and forward with recommendations to 9 Engineer,noting particularly the relationship of the payment requested to the schedule of 10 values,Work completed,and materials and equipment delivered at the Site but not 11 incorporated in the Work. 12 10. Certificates, Operation and Maintenance Manuals: During the course of the Work,verify 13 that materials and equipment certificates,operation and maintenance manuals and other 14 data required by the Specifications to be assembled and furnished by Contractor are 15 applicable to the items actually installed and in accordance with the Contract Documents, 16 and have these documents delivered to Engineer for review and forwarding to Owner prior 17 to payment for that part of the Work. 18 11. Completion: 19 a. Participate in a Substantial Completion inspection,assist in the determination of • 20 Substantial Completion and the preparation of lists of items to be completed or 21 corrected. 22 b. Participate in a final inspection in the company of Engineer,Owner,and Contractor and 23 assist in preparation of a final list of items to be completed and deficiencies to be 24 remedied. 25 c. Observe whether all items on the final list have been completed or corrected and make 26 recommendations to Engineer concerning acceptance and issuance of the final payment. 27 C. The RPR shall not: 28 1. Authorize any deviation from the Contract Documents or substitution of materials or 29 equipment(including"or-equal"items). 30 2. Exceed limitations of Engineer's authority as set forth in the Contract Documents. 31 3. Undertake any of the responsibilities of Contractor,Subcontractors,Suppliers,or 32 Contractor's superintendent. 33 4. Advise on, issue directions relative to,or assume control over any aspect of the means, 34 methods,techniques,sequences or procedures of Contractor's work unless such advice or 35 directions are specifically required by the Contract Documents. 36 5. Advise on, issue directions regarding,or assume control over safety practices,precautions, 37 and programs in connection with the activities or operations of Owner or Contractor. 38 6. Participate in specialized field or laboratory tests or inspections conducted off-site by others 39 except as specifically authorized by Engineer. 40 7. Accept Shop Drawing or Sample submittals from anyone other than Contractor. • Project#14-3022 City of Salina,Kansas January 2014 Cell 19 Construction 00805-6 • 1 8. Authorize Owner to occupy the Project in whole or in part. 2 3 SC-11.03D. 4 5 Modify Paragraph GC-I 1.03D.by deleting Paragraph 11.03D.1.and substituting the following: 6 7 "1. the total cost of a particular item of Unit Price Work amounts to 10 percent or more of the Contract 8 Price at time of Notice of Award and the variation in the quantity of that particular item of Unit 9 Price Work performed by Contractor differs by more than 15 percent from the estimated quantity 10 of such item indicated in the Bid Schedule;and" 11 12 SC-12.03. 13 14 Add a new subparagraph after Paragraph GC-12.03A. which is to read as follows: 15 16 "1. Time extensions will not be granted for rain,wind, flood,or other natural phenomena of normal 17 intensity for the locality where Work is performed. For purpose of determining extent of delay 18 attributable to unusual weather phenomena,a determination shall be made by comparing the 19 weather for a minimum continuous period of at least one-fourth of the Contract Time involved 20 with the average of the preceding 5-year climatic range during the same time interval based on 21 U.S. Weather Bureau statistics for the locality where the Work is performed." 22 23 SC-13.02. 24 25 Add a new paragraph immediately after Paragraph GC-13.02A. which is to read as follows: 26 27 "1. The Contractor shall secure the right of entry to the project site for representatives of the Kansas 28 Department of Health and Environment,so they may have access to the work whenever it is in 29 preparation or progress and also to any books,documents,papers and records of the Contractor 30 which are directly pertinent to that specific contract for the purpose of making audit, 31 examinations,excerpts and transcriptions. Proper facilities and safe conditions must be provided 32 for access and inspections,including advice regarding site safety procedures and programs to 33 allow compliance." 34 35 SC-13.03B. 36 37 Delete Paragraphs GC-I3.03B, 13.03B.1, 13.03B.2,and 13.03B.3 and insert the following: 38 39 "B. Contractor shall employ and pay for services of a qualified,independent testing laboratory or 40 agency to perform all specified inspection and testing. Employment of testing laboratory or 41 agency shall in no way relieve Contractor of obligation to perform Work in accordance with 42 requirements of Contract Documents. 43 44 1. Contractor shall submit the name of the independent testing laboratory Contractor intends to 45 use for the Project to Engineer for approval. Engineer will not withhold approval except for 46 cause which includes potential conflict of interest if independent testing lab has or is 47 performing services for the Project under Contract with either the Owner or Engineer." 48 2. Laboratory shall be authorized to operate in the state of Kansas. Testing equipment shall be 49 calibrated at reasonable intervals with devices of an accuracy traceable to either"National 50 Bureau of Standards"or accepted values of natural physical constants. 51 2. Laboratory Responsibilities: 52 a. Test samples of mixes or materials submitted by Contractor. Project# 14-3022 City of Salina,Kansas January 2014 Cell 19 Construction • 00805-7 b. Provide qualified personnel at site after due notice,cooperate with Engineer in 2 performance of services. 3 c. Perform specified inspection,sampling and testing of products in accordance with 4 specified standards. 5 d. Ascertain compliance of materials and mixes with requirements of Contract Documents. 6 e. Promptly notify Engineer and Contractor of observed irregularities or non-conformance 7 of work or products. 8 3. After each inspection and test, promptly submit three copies of laboratory report to Engineer 9 and to Contractor. Include: date issued;project title and number;name of inspector;date 10 and time of sampling or inspection;identification of product and specification section; 11 location in the project;type of inspection or test;date of test; results of test and conformance 12 with Contract Documents. When requested by Engineer,provide interpretation of test 13 results. 14 4. Limits on Testing Laboratory Authority: 15 a. Laboratory may not release,revoke,alter or enlarge on requirements of Contract 16 Documents. 17 b. Laboratory may not approve or accept any portion of the Work. 18 c. Laboratory may not assume any duties of Contractor. 19 d. Laboratory has no authority to stop Work. 20 5. Contractor's Responsibilities: 21 a. Deliver to laboratory at designated location adequate samples of materials proposed to 22 be used which require testing,together with proposed mix designs. 23 b. Cooperate with laboratory personnel,and provide access to Work and to manufacturer's 24 facilities. 25 c. Provide incidental labor and facilities to provide access to Work to be tested,to obtain 26 and handle samples at the site or at source of products to be tested,to facilitate tests and 27 inspections and for storage and curing of test samples. 28 d. Notify Engineer and laboratory 24 hours prior to expected time for operations requiring 29 inspection and testing services. 30 e. Pay all costs for testing laboratory or agency for specified testing and inspection." 31 SC-14.02A. 32 33 Modify Paragraph 14.02A.1.by adding the following: 34 35 "a. Provide a copy of the Shop Drawing Transmittal Letter indicating approval of material or 36 equipment for which payment as stored material is requested." 37 38 39 Project#14-3022 City of Salina,Kansas January 2014 Cell 19 Construction 00805-8 1 SC-14.02C. 2 3 Delete Paragraphs GC-14.02C.1 in its entirety and insert the following: 4 5 "1. Ten days after presentation of the Application for Payment to Owner with Engineer's 6 recommendation,the amount recommended will(subject to the provisions of paragraph 14.02D) 7 become due. Payment will be made to Contractor within 30 days of becoming due. 8 9 SC-17.05B. 10 11 Add the following new subparagraph immediately following GC-17.05A: 12 13 B. In the event of any legal action to enforce or interpret this Agreement,the sole and exclusive 14 venue shall be in the Saline County, Kansas District Court. 15 16 SC-17.07. 17 18 Add new paragraph 17.07 immediately after Paragraph GC-17.06A which is to read as follows: 19 20 "17.07 Historical and Archeological 21 A. If during the course of construction evidence of deposits of historical or archeological 22 interest is found,the Contractor shall cease operations affecting the find and shall notify 23 the Owner who shall notify the Kansas Department of Health and Environment and the 24 Executive Director,Kansas State Historical Society,6425 SW 6`''Street,Topeka, Kansas 25 66615. No further disturbance of the deposits shall ensue until the Contractor has been 26 notified by the Owner that he may proceed. The Owner will issue a Notice to Proceed 27 only after the State official has surveyed the find and made a determination to Kansas 28 Department of Health and Environment and the Owner. Compensation to the Contractor, 29 if any, for lost time or changes in construction to avoid the find,shall be determined in 30 accordance with changed conditions or change order provisions of the Contract 31 Documents." 32 33 END OF SECTION 34 36 Project#14-3022 City of Salina,Kansas January 2014 Cell 19 Construction 00805-9 DIVISION I GENERAL REQUIREMENTS Section 01010 SCOPE OF WORK 01010.1 LOCATION OF WORK The City of Salina Sanitary Landfill is in Section 7, Township 15S, Range 3W, in Saline County, Kansas. The site is located approximately 3.5 miles west of US Interstate 135 along Water Well Road, accessed by South Burma Road. The construction area will be in the southwest portion of the landfill, commonly referred to as the Cell 19 Construction. 01010.2 INTENT OF THE CONTRACT The intent of this Contract is to provide information regarding the construction and completion of the Work in accordance with the Construction Drawings and Technical Specifications using a standard of care consistent with the solid waste facility construction industry and in compliance with the Kansas Department of Health and Environment (KDHE) approved permit documents, applicable regulations, and consistent with the other requirements contained herein. Unless otherwise specified, the CONTRACTOR shall furnish all labor, materials, tools, equipment and incidentals that are necessary to complete the work in a proper, complete, and acceptable manner in accordance with the Construction Drawings and these Technical Specifications. 01010.3 DESCRIPTION OF WORK The work performed shall result in the construction of a leachate pond, leachate collection and pumping system, and a municipal solid waste landfill cell. The work to be performed for this contract includes, but is not necessarily limited to, excavating soil and placing and compacting structural fill to achieve subgrade elevations, constructing 2-foot thick low permeability soil liners in the leachate pond and Cell 19, supplying and installing the geosynthetic liner components, installing 12-inch thick sand drainage/protective layers, supplying and installing leachate collection/conveyance piping, pumping system, and appurtenances. Textured 60 mil HDPE shall be installed on the side slopes of the leachate pond and Cell 19, and smooth 60 mil HDPE shall be installed on the floor, as shown in the Construction Drawings. A temporary liner termination berm will be constructed along the southern edge of Cell 19. A gravity leachate conveyance pipeline shall be constructed of 6-inch SDR-11 HDPE, seven manholes, and a wet well equipped with a pumping system to pump leachate to the proposed leachate pond. The leachate pond shall be double lined with a 2-foot thick low permeability soil liner, geosynthetic components, and granular protective layers. Cell 19 shall be lined with a 2-foot thick low permeability soil liner, geosynthetic components, and a sand drainage/protective layer. The primary construction items consist of the following: • Mobilizing and demobilizing to and from the site. City of Salina MSWLF S` S-YA`,Q U FA,Tr E R&`Ag$ Section 01010 Scope Of Work Cell 19 Construction • Performing earthwork cut and fill to achieve subgrade elevations. • Constructing 2-foot minimum thickness low permeability soil liners. • • Excavating and backfilling anchor trenches. • Providing and installing 60 mil textured and smooth HDPE Geomembrane. • Providing and installing 6 oz./yd2 geocomposite in leachate pond. Option for Cell 19 available, , See 01010.6 Item 11 and Technical Specifications • Providing and installing a geosynthetic clay liner(GCL). • Providing and installing 6-inch diameter HDPE SDR-11 perforated leachate collection pipe, aggregate, geotextile, fittings, and appurtenances as indicated on the Construction Drawings. • Providing and installing 6-inch diameter HDPE SDR-11 solid leachate conveyance pipe, aggregate, fittings, and appurtenances as indicated on the Construction Drawings. • Providing and installing 48-inch concrete manholes, 96-inch concrete wet well, pumps, and force main piping. • Installing 12-inch thick aggregate protective/drainage layers. • Providing and installing a termination berm along the southern edge of the cell. • Installing an aggregate and asphalt roadway, fencing, and access gate. • Providing and installing stormwater control structures. • Seeding and mulching disturbed areas. • All work shall be carried out and maintained in accordance with the Construction Drawings, Construction Quality Assurance (CQA) Plan, and Technical Specifications subject to the approval of the ENGINEER, OWNER, and QUALITY ASSURANCE/QUALITY CONTROL (QA/QC) CONSULTANT. Any materials which are found to be outside the tolerances identified in the Construction Drawings, Technical Specifications, and Construction Quality Assurance (CQA) Plan must be reworked or removed and replaced to the approval of the OWNER, ENGINEER, and QA/QC CONSULTANT at the CONTRACTOR'S expense. CONTRACTOR shall be responsible for all dewatering, cleanup, and repairs required due to precipitation or freezing; associated costs, along with anticipated weather delays, are to be included in the bid. The CONTRACTOR shall also be responsible for dust control and maintaining all required haul roads during construction. 01010.4 OWNER-SUPPLIED MATERIALS For the purpose of this Contract,the OWNER will provide the following: • Non-potable water denoted-on the Construction Drawings (fire hydrant, water tower, and on- site ponds which are weather dependent) • Low permeability soil liner material, stockpile location shown on the Construction Drawings All other construction materials required for this project shall be supplied by the CONTRACTOR. • City of Salina MSWLF • • 01010-2 SG'S =(+S,Q UATIE BRA;= • Section 01010 Scope Of Work Cell 19 Construction 01010.5 OWNER-SUPPLIED SERVICES Services to be provided by the OWNER for this project include: • OWNER will provide adequate storage area and equipment parking area in the vicinity of the construction area. • Construction Quality Assurance Services (QA/QC CONSULTANT) • Verification surveying services. Verification surveying includes separate trips to record as- built top of subgrade, top of clay liner, and top of protective/drainage layers. • OWNER will provide a Site Manager to interface with CONTRACTORS working at the site. • OWNER will provide a disposal area for any waste that is excavated and removed by the • CONTRACTOR during the project. • OWNER will provide approval of Work. 01010.6 CONTRACTOR SCOPE OF WORK The CONTRACTOR shall furnish all labor, materials, and equipment for the construction of the Work as shown and indicated on the Construction Drawings and described in the Technical Specifications. Prior to work commencing onsite the CONTRACTOR shall prepare a site specific health and safety plan and provide a copy of this plan to the ENGINEER and OWNER for informational purposes only. The Site Health and Safety Plan shall be prepared in accordance with applicable provisions of OSHA regulations for the work to be performed for the project. This plan shall be prepared by a certified Health and Safety Professional (HASP). The scope of work covered by this Contract includes, but is not necessarily limited to, the following: (These items correspond to the items in the bid worksheet) 1. Furnish all transportation, equipment, and labor required to supply all materials and equipment to the site and remove equipment and unused materials at the end of construction. CONTRACTOR shall provide for the unloading, storing, securing, protecting from traffic, etc. of all stored materials at the site. 2. Furnish equipment and labor required to excavate soil to achieve subgrade elevations as shown on the Construction Drawings and in accordance with the Technical Specifications and CQA Plan. 3. Furnish equipment and labor required to place compacted fill to achieve subgrade elevations as shown on the Construction Drawings and in accordance with the Technical Specifications and CQA Plan. 4. Furnish labor and equipment necessary to construct the 2 foot minimum thickness low permeability soil liner (permeability 1x10-7 cm/sec) as shown on the Construction Drawings and as described and indicated in the Technical Specifications and CQA Plan. OWNER will provide low permeability soil liner material. City of Salina MSWLF 01010-3 Section 01010 Scope Of Work Cell 19 Construction 5. Furnish labor and equipment necessary to excavate and backfill the geosynthetics anchor trench as shown in the Construction Drawings and ash described in the Technical Specifications. 6. Furnish materials, labor, and equipment necessary to install the textured 60-mil HDPE geomembrane as shown on the Construction Drawings and as described in the Technical Specifications and CQA Plan. 7. Furnish materials, labor, and equipment necessary to install the smooth 60-mil HDPE geomembrane as shown on the Construction Drawings and as described in the Technical Specifications and CQA Plan. 8. Furnish materials, labor, and equipment necessary to install the GCL as shown on the • Construction Drawings and as described in the Technical Specifications and CQA Plan. 9. Furnish materials, labor, and equipment necessary to provide and install the 6 oz./yd2 geocomposite in the leachate pond as shown on the Construction Drawings and as described in the Technical Specifications and CQA Plan. 10. Furnish materials, labor, and equipment necessary to provide and install the leachate pumping system. Includes providing and installing a 96-inch lined concrete manhole, pumps, electrical hookups, control panels, 18-inch leachate extraction risers, aggregate, headwalls, cleanouts, fittings, appurtenances, and forcemain as shown on the Construction Drawings and as described in the Technical Specifications and CQA Plan. Includes all labor, materials, and equipment necessary to provide adequate electrical power to the proposed pump station. The contractor shall be responsible for contacting Westar and providing the required power from the existing transformer to the proposed pump station. All electrical work shall be performed by a licensed electrician. 11. Furnish materials, labor, and equipment necessary to provide and install all leachate drainage layer as shown in the Construction Drawings and described in the Technical Specifications. Includes providing and installing all sand protective/drainage material to the . required gradation and permeability. Sand within Cell 19 that has a permeability greater than or equal to 1x10-2 cm/sec is not required to have geocomposite underlying the aggregate. Sand that has permeability between 1x102 and 1x10' cm/sec is required to have geocomposite underlying the sand. 12. Furnish materials, labor, and equipment necessary to provide and install all aggregate protective/drainage material and appurtenances as shown in the Construction Drawings and described in the Technical Specifications. 13. Furnish materials, labor, and equipment necessary to provide and install the 6-inch SDR-11 HDPE perforated leachate collection pipe, aggregate, geotextile, fittings, and appurtenances to the Cell 19 penetration as shown on the Construction Drawings and as described in the Technical Specifications and CQA Plan. 14. Furnish materials, labor, and equipment necessary to provide and install the 6-inch SDR-11 HDPE solid leachate collection pipe, fittings, flanges, aggregate and appurtenances from the Cell 19 penetration to the wet well as shown on the Construction Drawings and as described in the Technical Specifications and CQA Plan. Includes all excavation, trenching, connections to proposed manholes/wetwell, and backfilling necessary for installation. 15. Furnish materials, labor, and equipment necessary to provide and install the forcemain, fittings, flanges, aggregate and appurtenances from the Cell 5 pump vault to the Cell 5 City of Salina MSWLF 01010-4 UAi E Ratr"'A • Section 01010 • Scope Of Work Cell 19 Construction manhole as shown on the Construction Drawings and as described in the Technical Specifications and CQA Plan. Includes all excavation, trenching, connections to proposed manholes/wetwell, and backfilling necessary for installation. Includes labor, materials, and equipment necessary to reverse flow of existing 2-inch forcemain. To reverse flow of existing forcemain the check valves in the Cell 5 vault and manhole shall be reversed. Check valve from Cell 4 forcemain shall not be left in current configuration. The existing metering manhole at the existing leachate tanks contain two 2-inch forcemains discharging into it. These two forcemains shall be connected to each other in order for flow to discharge to the new gravity main system. 16. Furnish materials, labor, and equipment necessary to provide and install the 48-inch lined concrete manholes as shown on the Construction Drawings and described in the Technical Specifications. 17. Furnish materials, labor, and equipment necessary to remove the 60 mil geomembrane on the existing temporary liner termination berm to allow for proper tie-in of new liner system. 18. Furnish materials, labor, and equipment necessary to install the temporary liner termination berm along the southern extents of the Cell 19 as shown on the Construction Drawings. The termination berm includes the sand drainage material berm construction, 60-mil HDPE rain flap, plywood, 24-inch thick nominally compacted soil layer, and placing aggregate to anchor rain flap on the cell side of the termination berm. 19. Furnishing materials, labor, and equipment necessary to install gates and chain link fencing as shown on the Construction Drawing and as described in the Technical Specifications. 20. Furnishing materials, labor, and equipment necessary to install the asphalt road, including aggregate base, as shown on the Construction Drawing and as described in the Technical Specifications. 21. Furnishing materials, labor, and equipment necessary to install the aggregate road as shown on the Construction Drawings and as described in the Technical Specifications. 22. Furnishing materials, labor, and equipment necessary to install all stormwater control structures including culverts and end sections, stormwater channels, rip rap, geotextile, low water crossings, etc. as shown on the Construction Drawings and as described in the Technical Specifications. 23. Furnishing materials, labor, and equipment necessary to seed and mulch all disturbed finished areas as shown on the Construction Drawings and described in the Technical Specifications. In addition to the above items, the CONTRACTOR shall provide all construction surveying services • necessary to maintain horizontal and vertical control during execution of all work at the site, construction staking, provide a full-time project manager/construction superintendent who shall direct and oversee all work for the duration of the project, and provide all necessary facilities (i.e., construction trailer, electrical, sanitary, potable water, facsimile, and telephone) as may be required by CONTRACTOR'S personnel. The OWNER shall provide prior approval of any CONTRACTOR facility locations. 01010.7 SERVICES TO BE FURNISHED BY OTHERS City of Salina MSWLF 01010-5 °S 0 S.kq.CRI Ai'E 11 A Section 01010 Scope Of Work Cell 19 Construction The following services will be provided by others: - • Independent Verification Surveying—City of Salina (OWNER) • Construction Quality Assurance Testing Services-SCS Aquaterra (QA/QC CONSULTANT) • Design Services—SCS Aquaterra (ENGINEER) 01010.8 COORDINATION BETWEEN CONTRACTORS Before any work is performed, each CONTRACTOR shall carefully review all Construction Drawings and Technical Specifications for each trade and job condition. Any lack of coordination between the CONTRACTOR'S work, other Contractors, Drawings, Specifications, or job conditions shall be immediately reported to OWNER in writing. If the CONTRACTOR fails to call such conflict or lack of coordination between other Contractors, plans, specifications, or job conditions to OWNER'S attention before any work is done, it will be assumed that no conflict or lack of coordination exists, and that all deadlines in the approved schedule will be met. Notwithstanding the above, every attempt will be made by CONTRACTOR, OWNER, and QA/QC CONSULTANT to ensure well-coordinated operations and construction activities during this project. 01010.9 WORK HOURS Construction activities shall be limited to 7:00 AM to 7:00 PM Monday through Friday and 7:00 AM to 5:00 PM Saturday. Additional work hours shall be coordinated with the City. A minimum of a 24-hour notice must be given to the City prior to any material delivery. ***End of Section 01010*** City of Salina MSWLF 01010-6 S;CS +i Q.0<Ai E Ra4'h.' Section 01110 MEASUREMENT AND PAYMENT 01110.1 SUMMARY A. This section describes the measurement methods to be used and general payment descriptions for each section of work. 01110.2 GENERAL MEASUREMENT AND PAYMENT PROVISIONS A. Unless specified as a Lump Sum item, all Contract prices shall be based on a price per unit of measurement for materials and/or services. The Contract Price shall be adjusted for the actual quantities required and approved by the OWNER. B. The CONTRACTOR shall take all measurements and compute all preliminary pay quantities, using methods sufficiently accurate to satisfy the ENGINEER. C. The ENGINEER shall review all measurements and determine final pay quantities. D. Payment shall only be made for Work as specifically described in these Specifications and the Agreement. E. Payment shall only be made for approved, in-place materials and Work, unless specifically permitted by these specifications or as approved by the OWNER. F. OWNER shall retain 10 percent from progress payments until construction is complete. G. The OWNER shall provide verification surveying. Verification surveying includes separate trips to record as-built top of subgrade, top of clay liner, and top of leachate drainage layers (8 trips). Additional trips required for surveys due to failure to achieve minimum thickness or work outside of specified tolerances shall be deducted from CONTRACTOR'S payment at a rate of$1500 per additional trip. H. In the event that the CONTRACTOR requests to use existing fire hydrants for water source the OWNER shall provide water free of charge at any of the fire hydrants or firefighting water tank onsite. 01110.3 SPECIFIC BID ITEM MEASUREMENT AND PAYMENT GUIDELINES 1. Mobilization and Demobilization A. Measurement • The Work for this item shall be measured on the basis of satisfactory evidence of mobilization of sufficient labor, equipment and material to adequately advance the Work and removal of equipment and left over materials at the end of the project. B. Payment The Lump Sum Price shall be payment in full less retainage as detailed in Section 01110.2 for mobilizing all labor, equipment, materials and other incidentals to the site, as well as CONTRACTOR provided utilities and ongoing related expenses considered normal for administration of the work. Mobilization Partial Payments Percent of Original Pay Lesser of the Two Contract Amount to of Mobilization %of Original Contract Amount Completed 5 25 2.5 10 50 5.0 City of Salina MSWLF S`C S Q;q?U Ai<E RQ A Section 01110 Measurement And Payment Cell 19 Construction 25 60 7.5 50 100 10.0 Accepted 100 NA The Percent of Original Contract Amount Completed = the amount earned by the Contractor divided by the total dollar value of the original contract(all bid items). 2. Excavate to Subgrade Elevations A. Measurement The Work for this item shall be measured on a cubic yard basis of excavated soil to the grades and elevations within -0.1 feet of the subgrade (2 feet below top of low permeability soil liner) as depicted on the Construction Drawings. Measurements are to be based on before and after topographic surveys of the excavation areas. B. Payment The Contract Unit Price shall be full compensation less retainage as detailed in Section 01110.2 for all labor, materials, equipment, and incidentals required to excavate the existing grade to achieve the subgrade elevations shown in the Construction Drawings (2 feet below top of liner elevations) and as described in the technical specifications. 3. Place Compacted Fill to Subgrade Elevations A. Measurement The Work for this item shall be measured on a cubic yard basis.of installed fill to the grades and elevations within -0.1 feet of the subgrade (2 feet below top of low permeability soil liner) as depicted on the Construction Drawings. Measurements are to be based on before and after topographic surveys of the compacted fill areas. B. Payment The Contract Unit Price shall be full compensation less retainage as detailed in Section 01110.2 for all labor, materials, equipment, and incidentals required to install structural fill to achieve the subgrade elevations shown in the Construction Drawings (2 feet below top of liner elevations) and as described in the technical specifications. 4. Construct Low Permeability Soil Liner A. Measurement The Work for this item shall be measured on a square foot basis of installed 2-feet thick low permeability soil liner as shown on the Construction Drawings and as described in the Technical Specifications. Measurements shall be based on a topographic survey of the installation area. No payments shall be made for low permeability soil liner material placed outside of the designated construction areas unless approved by the OWNER in writing. B. Payment The Contract Unit Price shall be full compensation less retainage as detailed in Section 01110.2 for all labor, materials, equipment, and incidentals required to City of Salina MSWLF 01110-2 S C s 0A.CrU °P E R R'A Section 01110 Measurement And Payment Cell 19 Construction moisture condition, place, compact, grade, and amend as necessary the 2-feet thick liner to the grades and elevations shown in the Construction Drawings (top of liner elevations) and as described in the Technical Specifications. • 5. Excavate and Backfill Geosynthetics Anchor Trench A. Measurement The Work for this item shall be measured on a lineal foot of constructed anchor trench as shown on the Construction Drawings and as described in the Technical Specifications. Measurements are to be based on a surveyed lineal foot of anchor trench installed. B. Payment The Contract Unit Price shall be full compensation less retainage as detailed in Section 01110.2 for all labor, equipment, and incidentals required to excavate, backfill, and compact the geosynthetics anchor trench according to the dimensions and locations shown on the Construction Drawings and as described in the Technical Specifications. 6. Provide and Install Textured 60 mil HDPE Geomembrane A. Measurement The Work for this item shall be measured on an installed square foot basis. Measurements shall be based on a topographic survey of the finished compacted soil liner sloped surface and anchor trench. No additional payments will be made for material incorporated in seams, overlaps, patches, shrinkage, swelling, creep, or for unauthorized material placed beyond the limits depicted on the Construction Drawings. B. Payment The Contract Unit Price shall be full compensation less retainage as detailed in Section 01110.2 for all labor, material, equipment, and other incidentals required for installation as indicated on the Construction Drawings and as described in the Technical Specifications. • 7. Provide and Install Smooth 60 mil HDPE Geomembrane A. Measurement The Work for this item shall be measured on an installed square foot basis. Measurements shall be based on a topographic survey of the finished compacted soil liner surface along the cell floor. No additional payments will be made for material incorporated in seams, overlaps, patches, shrinkage, swelling, creep, or for unauthorized material placed beyond the limits depicted on the Construction Drawings. B. Payment The Contract Unit Price shall be full compensation less retainage as detailed in Section 01110.2 for all labor, material, equipment, and other incidentals required for installation as indicated on the Construction Drawings and as described in the Technical Specifications. • City of Salina MSWLF 01110-3 ,S C S';rA Q;U Ai_E RrR Are. • Section 01110 Measurement And Payment Cell 19 Construction 8. Provide and Install Geosynthetic Clay Liner A. Measurement The Work for this item shall be measured on an installed square foot basis. Measurements shall be based on a topographic survey of the finished surface. No additional payments will be made for material incorporated in seams, overlaps, patches, shrinkage, swelling, creep, or for unauthorized material placed beyond the limits depicted on the Construction Drawings. B. Payment The Contract Unit Price shall be full compensation less retainage as detailed in Section 01110.2 for all labor, material, equipment, and other incidentals required . for installation as indicated on the Construction Drawings and as described in the Technical Specifications. 9. Provide and Install 6 oz./yd2 Geocomposite (Leachate Pond Only) A. Measurement The Work for this item shall be measured on an installed square foot basis. Measurements shall be based on a topographic survey of the finished top of compacted soil liner surface. No additional payments will be made for material incorporated in seams, overlaps, patches, shrinkage, swelling, creep, or for unauthorized material placed beyond the limits depicted on the Construction Drawings. B. Payment The Contract Unit Price shall be full compensation less retainage as detailed in Section 01110.2 for all labor, material, equipment, and other incidentals required for installation as indicated on the Construction Drawings and as described in the Technical Specifications. 10. Provide and Install Leachate Pumping System : A. Measurement The Work required for this item shall be based on a schedule of values for completed portions of the Work. Within 30 days after execution of the Agreement and prior to the first payment request, Contractor shall prepare and submit a schedule of values for this bid item. The schedule shall list the value of the component parts or the Work item in sufficient detail to serve as a basis for - computing values for partial payment requests during construction. An unbalanced schedule of values providing for overpayment of items of Work which will be performed first will not be accepted. B. Payment The Lump Sum Price shall be payment in full less retainage as detailed in Section 01110.2 for all labor, equipment, materials and other incidentals required to construct the pumping system including the pumps, controls, sensors, valves, wetwell manhole, piping, and other appurtenances in accordance with the Contract Drawings and Technical Specifications. This item includes providing all City of Salina MSWLF 01110-4 S °_S A Q,tJ$AT ER,,9=A Section 01110 Measurement And Payment Cell 19 Construction required electrical connections and equipment required to tap into the on-site 3- phase power. Progress payments shall be based on the items completed and listed on the schedule of values requested by the Contractor and approved by the Engineer. • 11. Provide and Install Leachate Collection Layer A. Measurement The Work for this item shall be measured on an installed square foot basis. Measurements shall be based on a topographic survey of the finished top of compacted soil liner surface. If sand does not meet the required permeability as specified, then geocomposite is required. No additional payments will be made for unauthorized material placed beyond the limits depicted on the Construction Drawings. B. Payment The Contract Unit Price shall be full compensation less retainage as detailed in Section 01110.2 for all labor, material, equipment, and other incidentals required for installation as indicated on the Construction Drawings and as described in the Technical Specifications. 12. Provide and Install Aggregate for Leachate Pond A. Measurement The Work for this item shall be measured on an installed square foot basis. Measurements shall be based on a survey measurement of the finished top of aggregate surface. No additional payments will be made for unauthorized material placed beyond the limits depicted on the Construction Drawings. B. Payment The Contract Unit Price shall be full compensation less retainage as detailed in Section 01110.2 for all labor, material, equipment, and other incidentals required for installation as indicated on the Construction Drawings and as described in the Technical Specifications. 13. Provide and Install 6-inch Diameter SDR-11 HDPE Perforated Leachate Collection Pipe A. Measurement The Work for this item shall be measured on a lineal foot of installed perforated pipe, granular material, fittings, and appurtenances in accordance with the Construction Drawings and Technical Specifications. Measurements are to be based on a survey of the installed pipe. B. Payment The Contract Unit Price shall be full compensation less retainage as detailed in Section 01110.2 for all labor, material, equipment, and other incidentals required to install the perforated leachate collection pipe as indicated on the Construction Drawings and as described in the Technical Specifications. City of Salina MSWLF 01110-5 C SYQQU QT E;R=B=1i Section 01110 Measurement And Payment Cell 19 Construction 14. Provide and Install 6-inch Diameter SDR-11 HDPE Solid Leachate Pipe A. Measurement The Work for this item shall be measured on a lineal foot of installed solid leachate pipe, granular material, fittings, and appurtenances in accordance with the Construction Drawings and Technical Specifications. Measurements are to be based on a survey of the installed pipe. B. Payment The Contract Unit Price shall be full compensation less retainage as detailed in Section 01110.2 for all labor, material, equipment, and other incidentals required to trench, excavate, and install the solid leachate pipe, flanges, and appurtenances as indicated on the Construction Drawings and as described in , . the Technical Specifications. 15. Provide and Install Dual Contained 2/4-inch Diameter SDR-11 HDPE Solid Leachate Pipe A. Measurement The Work for this item shall be measured on a lineal foot of installed solid leachate pipe and completing reversal of flow direction in existing 2-inch forcemain to dis charge to the new gravity main in accordance with the Construction Drawings and Technical Specifications. Measurements are to be based on a survey of the installed pipe. B. Payment The Contract Unit Price shall be full compensation less retainage as detailed in Section 01110.2 for all labor, material, equipment, and other incidentals required to trench, excavate, and install the solid leachate pipe, flanges, and appurtenances as indicated on the Construction Drawings and as described in the Technical Specifications. 16. Provide and Install Manholes A. Measurement The Work for this item shall be measured on an installed per manhole basis. B. Payment The Contract Unit Price shall be full compensation less retainage as detailed in Section 01110.2 for all labor, equipment, and incidentals required to install the manholes as indicated on the Construction Drawings and as described in the Technical Specifications. 17. Decommission Existing Termination Berm A. Measurement The Work for this item shall be measured on a lineal foot of berm. Measurements shall be based on a physical measurement or survey of the decommissioned berm. B. Payment City of Salina MSWLF 01110-6 "S,C,S, A , A T E REAN" Section 01110 Measurement And Payment Cell 19 Construction The Contract Unit Price shall be full compensation less retainage as detailed in Section 01110.2 for all labor, equipment, materials, and incidentals required to remove the geomembrane from the existing liner termination berm and connect the granular drainage layer between the new and existing cell. 18. Provide and Install Liner Termination Berm A. Measurement The Work for this item shall be measured on a lineal foot of installed berm. Measurements shall be based on a physical measurement or survey of the completed berm. B. Payment The Contract Unit Price shall be full compensation less retainage as detailed in Section 01110.2 for all labor, equipment, materials, and incidentals required to construct the berm including drainage material, 60-mil HDPE rain flap, plywood, 12-inch thick nominally compacted soil layer, and placing sandbags or soil to anchor the rain flap on the cell side of the termination berm as indicated on the Construction Drawings and as described in the Technical Specifications. 19. Provide and Install Leachate Pond Fencing A. Measurement The Work for this item shall be measured on a lineal foot of installed fencing. Measurements shall be based on a physical measurement or survey of the fence. B. Payment The Contract Unit Price shall be full compensation less retainage as detailed in Section 01110.2 for all labor, equipment, materials, and incidentals required to construct the fence, including gates, as indicated on the Construction Drawings and as described in the Technical Specifications. 20. Provide and Install Aggregate Road A. Measurement The Work for this item shall be measured on a square foot of installed aggregate road. Measurements shall be based on a survey of the installed aggregate. B. Payment The Contract Unit Price shall be full compensation less retainage as detailed in Section 01110.2 for all labor, equipment, materials, and incidentals required to construct the aggregate road, as indicated on the Construction Drawings and as described in the Technical Specifications. 21. Provide and Install Asphalt Road A. Measurement The Work for this item shall be measured on a square foot of installed asphalt road. Measurements shall be based on a survey of the installed asphalt road. B. Payment City of Salina MSWLF 01110-7 4S C WA QeU/1TSE7t A=Au Section 01110 Measurement And Payment Cell 19 Construction The Contract Unit Price shall be full compensation less retainage as detailed in Section 01110.2 for all labor, equipment, materials, and incidentals required to construct the asphalt road, as indicated on the Construction Drawings and as described in the Technical Specifications. 22. Provide and Install Stormwater Control Structures A. Measurement The Work required for this item shall be based on a schedule of values for completed portions of the Work. Within 30 days after execution of the Agreement and prior to the first payment request, Contractor shall prepare and submit a schedule of values for this bid item. The schedule shall list the value of the component parts or the Work item in sufficient detail to serve as a basis computing values for partial payment requests during construction. An unbalanced schedule of values providing for overpayment of items of Work which will be performed first will not be accepted. B. Payment The Lump Sum Price shall be payment in full less retainage as detailed in Section 01110.2 for all labor, equipment, materials and other incidentals required to construct all stormwater control structures including the culverts, low water crossing, stormwater channels, and all temporary erosion control structures in accordance with the Contract Drawings and Technical Specifications. Progress payments shall be based on the items completed and listed on the schedule of values requested by the Contractor and approved by the Engineer. 23. Provide Seeding and Mulching A. Measurement The Work required for this item shall be measured on the basis of satisfactorily grading and establishing grass (both temporary and permanent as required) over disturbed construction areas, replacing landscaping designated for replacement, and restoring any damaged property to a condition satisfactory to the City. B. Payment The Lump Sum Price of Seeding, Mulching and Restoration shall be payment in full less retainage as detailed in Section 01110.2 for all labor, equipment, materials and other incidentals required to vegetate the disturbed soil areas in execution of the Work. Progress payments will be on an estimated percent completion basis for seeded and mulched areas. ***End of Section 01110*** • City of Salina MSWLF 01110-8SrC.S d QUpQi Flit,A • Section 01120 GENERAL PROVISIONS AND DEFINITIONS 01120.1 SUMMARY A. This section includes the general provisions and definitions associated with completion of the Work. 01120.2 DEFINITIONS A. The OWNER: The City of Salina, Kansas B. The ENGINEER or QA/QC CONSULTANT: Individual(s), firm(s) or corporation(s) who have entered into contractual agreements with the OWNER to perform CONSTRUCTION QUALITY ASSURANCE (CQA)during the completion of Work at the project site. C. The CONTRACTOR(S): Individual(s), firm(s) or corporation(s) who have entered into contractual agreements with the OWNER to perform various Work tasks and/or supply materials at the project site. There may be one or more CONTRACTORS. D. The SUBCONTRACTOR(S): Individual(s), firm(s), or corporation(s) supplying Work and/or materials at the project site pursuant to separate contractual agreements with the CONTRACTOR(S). E. Unit price is an amount proposed by bidders, stated on the Bid Form, as a price per unit of measurement for materials or services added to or deducted from the Contract Sum by appropriate modification, if the estimated quantities of Work required by the Contract Documents are increased or decreased. Unit prices include all necessary material, plus cost for delivery, installation, insurance, overhead, profit, and applicable taxes. 01120.3 FORM OF SPECIFICATIONS A. The Technical Specifications are written in an imperative and abbreviated form. The imperative language of the technical sections is directed at the CONTRACTOR unless specifically noted otherwise. Incomplete sentences in the specifications shall be completed by inserting either "shall", "the CONTRACTOR shall", "shall be" or similar mandatory - phrases by inference in the same manner as they are applied to notes on drawings. Words "shall be" shall be supplied by inference where a colon (:) is used within sentences or phrases. Except as worded to the contrary, indicated requirements whether stated imperatively or otherwise shall be fulfilled (performed). B. Items of Work are specified by section. Specifications or requirements of one or more sections may apply to or be referenced in other sections. C. The CONTRACTOR shall perform or provide items of Work stated and shall comply with the requirements stated in each section, unless the items are specifically assigned to other CONTRACTORS, the ENGINEER, or the OWNER. D. The term "provide" or"provided"shall mean furnished and installed by the CONTRACTOR. City of Salina MSWLF S GjS^A Q'.UA,i E RiR A Section 01120 General Provisions And Definitions Cell 19 Construction 01120.4 QUALITY ASSURANCE/QUALITY CONTROL A. The OWNER shall retain the ENGINEER to perform CQA for the Work. B. The ENGINEER shall monitor and document the Work completed by the CONTRACTOR. Performance criteria set forth in the Technical Specifications and as shown on the Construction Drawings shall be the standard for the Work to be performed by the CONTRACTOR. C. The CONTRACTOR shall be responsible for reworking or removing and replacing nonconforming construction materials that do not meet the requirements of the Technical Specifications and the Construction Drawings. 01120.5 PERMITS • A. Kansas Department of Health and Environment Construction Stormwater Permit (Provided by OWNER) B. City of Salina Stand-Alone Electrical Permit t- 1. Contractor is required to obtain permit from City of Salina. Fees for permit application will be at no cost to the CONTRACTOR. ***End of Section 01120*** = 3 City of Salina MSWLF 01120-2 ,S-C SSA QtlA1t ERR SECTION 01130 SPECIAL PROVISIONS 01130.1 SUMMARY A. Section includes special provisions and administrative procedures required during construction operations. • 01130.2 LANDFILL GAS A. Landfill gas is approximately fifty (50) percent methane, fifty (50) percent carbon dioxide, and trace amounts of other gases. The gas is saturated with moisture and will support combustion. 01130.3 LEACHATE A. Leachate is liquid that has percolated through solid waste and contains extracted dissolved or suspended solids. 01130.4 UTILITIES A. CONTRACTOR is responsible for providing any temporary water, power, and sanitary facilities required at the site during the construction of the Work. 01130.5 SAFETY AND PROTECTION A. General 1. CONTRACTOR is advised that the proposed Work will be performed at the City of Salina MSW Landfill. CONTRACTOR shall comply with all Federal, State, and local safety codes, ordinances, and regulations, including the requirements of the Occupational Safety and Health Administration (OSHA), the Division of Industrial Safety, and other such safety measures as may be required by the above-mentioned regulatory agencies whenever any work is being performed in or within fifty (50) feet of a refuse-filled area. 2. Landfill gas is colorless, can be odorless, may contain hydrogen sulfide, is combustible, and contains no oxygen. Landfill gas can also migrate through soil near the landfill. CONTRACTOR is advised of the need for precautions against fire, explosion, and asphyxiation when working in or near refuse-filled areas. 3. CONTRACTOR shall implement explosion protection measures during construction. Caution shall be exercised on overnight stoppages to prevent methane accumulation. CONTRACTOR shall be responsible for enforcing all additional explosion protection precautions according to the Guidelines prepared by the Solid Waste Association of North America (SWANA) Landfill Gas Division, Health and Safety Task Force. 4. CONTRACTOR shall implement fire control measures during construction. City of Salina MSWLF "'•S' SA;Q;U AifERVAI >-a Section 01130 Special Provisions Cell 19 Construction 5. First aid facilities conforming at least to the minimum requirements of OSHA shall be provided in a readily accessible location or locations. 6. CONTRACTOR shall make all reports available as required by any authority having jurisdiction and shall permit all safety inspections of the Work being performed under - this contract. 7. CONTRACTOR shall be prepared to respond to potential injuries, illnesses, or situations of imminent hazard to employees or public health and safety. Personnel from local medical facilities shall be contacted in case of a medical need, and the quickest route to these facilities shall be determined in advance. B. Landfill Safety Hazards 1. Potential landfill safety hazards may include the following: a. Fires may start or be started from exposed and/or confined decomposing solid waste. b. Fires or explosions may occur in confined or enclosed spaces. c. Landfill gases displace oxygen and may cause an oxygen deficiency in underground trenches, vaults, conduits, and structures. d. Heavy acid gases, including hydrogen sulfide may be present. Hydrogen sulfide is a colorless, toxic, flammable gas which, in low concentrations, has an offensive odor described as that of rotten eggs. It is unlikely that hazardous concentrations of hydrogen sulfide will build up except in vaults or other confined spaces. In addition, hydrogen sulfide quickly numbs the olfactory senses so that reliance upon odor can lead to a very dangerous condition and cause instant death. e. Wildlife, which could represent hazards to humans, including rattlesnakes and black widow spiders. Rodents, birds, and stray dogs should be treated as potential hazards. 2. Air quality studies consistently show that concentrations of most potentially hazardous substances (Priority Pollutants) in the ambient air on and in the vicinity of sanitary landfills are well below threshold limits. However, in confined or enclosed L areas or venting sources of gas on or adjacent to landfills, dangerous concentrations of combustible and possibly toxic gases may accumulate. Oxygen depletion may also occur in these areas of confinement; therefore, planning shall be performed followed by safety procedures which shall be continuously observed. C. Level of Protection 1. Three levels of protection are described as follows: a. Level D: Coveralls, chemical-resistant boots with steel toe and shank, hard hat and goggles. b. Level C: A NIOSH-approved half-face air purifying respirator with acid gas/organic vapor cartridges and goggles (or safety glasses) may be worn when none to very limited accidental exposure is anticipated. Appropriate protective clothing, eg., Tyvek suit, chemical-resistant boots with steel toe and shank, ' goggles, inner and outer chemical-resistant gloves, and hard hat. . OR Level C: A NIOSH-approved full-face air purifying mask connected by a hose to a ' ' City of Salina MSWLF 01130-2 Section 01130 Special Provisions Cell 19 Construction • portable combination-type nonorganic vapor/acid gas canister with HEPA filter. Appropriate protective clothing, e.g., Tyvek suit with gloves and boots. c. Level B: A portable, self-contained breathing apparatus with same protective clothing as mentioned above. 2. All clothing must be appropriately donned, secured, taped, and worn. 3. Based on prevailing site conditions, it is anticipated that Level D protection shall be enforced for site activities at all times. However, if CONTRACTOR believes that higher levels of protection are required and the ENGINEER and OWNER concur, the CONTRACTOR will be compensated for the additional levels of protection provided by a Change Order approved by the OWNER. 4. With consideration for the fact that excessive application of "level of protection" can also be a safety hazard (such as causing accidents due to limitations of vision, clumsiness, and heat stress), the level of protection may be adjusted by the CONTRACTOR. Under no circumstances shall the CONTRACTOR allow his personnel to be overexposed beyond allowable limits. 5. Chemical cartridge respirators can be used for gaseous contaminants (not hydrogen sulfide) only if oxygen concentration is satisfactory and if the chemical contaminants have been identified, the concentrations are monitored, the cartridges are effective in removing the contaminants, and if the contaminants have good warning properties. If all of the above conditions cannot be satisfied, a special auxiliary plan is required. Air purifying respirators will not be used for protection in environments containing constituents which have poor warning properties and which are near, at, or above, or can reasonably be expected to be near, at, or above the threshold limit value. Initial characterization in conjunction with continuous monitoring of total hydrocarbons in parts per million (ppm) as methane can be used to monitor conditions to ensure dangerous levels are not reached. Written records of monitoring should be maintained. 6. Self-contained breathing apparatus or supplied-air masks shall be used when entering areas containing oxygen deficient atmospheres, unknown atmospheres, or atmospheres considered to be at or above Immediately Dangerous to Life and Health (IDLH) levels (as declared and published by NIOSH). Under no circumstances should any worker ever inhale raw, undiluted landfill gas. 7. The length of time a canister or cartridge is effective in removing hazardous material from the ambient air will depend on the concentration of hazardous material in the air and the level of effort required for a worker to accomplish his assigned tasks. The higher the breathing rate, the more frequently canisters will need to be replaced. These maximum operating periods vary according to manufacturer, so it will be necessary to monitor the total usage of cartridges and canisters during all work requiring a respirator. Monitoring will be the responsibility of the CONTRACTOR. City of Salina MSWLF . 01130-3 j S C S Section 01130 Special Provisions Cell 19 Construction 8. The cartridges or respirators chosen will be rated for the removal of both organic vapors and acid gases. The type of respirator recommended has been based on an 8-hour day for each worker at the site. Disposable clothing, if worn, shall be worn only once and then securely bagged in plastic and placed in a trash receptacle. •• Under no circumstances shall workers be permitted to wear the disposable clothing or rubber boots off site. D. Planning 1. The address, telephone number, and location map of the local hospital and medical emergency room shall be prominently posted. In addition, the telephone number of ambulance and fire department/rescue units shall be posted. 2. Fires or explosions in confined areas are caused by a source of ignition. Smoking shall be strictly forbidden. Nonsparking and/or explosion-proof tools shall be used in vaults, trenches, or other enclosed areas. Positive ventilation is required in 7! construction shacks or other structures on or near a landfill. Temporary structures on the landfill surface shall be constructed on supports with a ventilated area under the main floor. . E. General Requirements 1. The CONTRACTOR shall assign a site Safety Officer during the course of the Work. The site Safety Officer shall conduct safety orientation and instruction at all meetings • with all workers prior to the start of operations. This person shall be trained in the use of all of the recommended safety equipment. The workers shall be advised concerning the kind and degree of hazard associated with the operations and the safety precautions required. Any persons employed after the initiation of operations shall also be oriented and instructed on said safety hazards and precautions. 2. Smoking or open flames shall be prohibited within the landfill site construction area. 3. No worker shall be allowed to work alone at any time in or immediately near an excavation and/or construction area. Another worker shall be present at the site, but shall maintain a safe distance to preclude possible adverse impacts from landfill gas. 4. The CONTRACTOR is responsible for monitoring the excavation and construction , work areas for levels of methane and hydrogen sulfide to ensure safe working conditions. 5. No worker shall handle excavated refuse without wearing work gloves. 6. Construction equipment shall be equipped with a vertical exhaust at least five (5)feet above grade and/or with spark arrestors. 7. Motors utilized in the excavation area shall be explosion-proof. 8. No arc welding shall be permitted in or within fifty (50) feet of an excavation area or where monitoring indicates the potential presence of methane. 9. No excavation or drilled hole greater than twelve (12) inches deep shall be left open overnight unless securely covered in an acceptable manner. 10. A minimum of two (2) fire extinguishers of the 50-pound dry chemical type shall be maintained or kept within easy access of working area. City of Salina MSWLF 01130-4 =s�C,s i4=p U AT E B k Section 01130 • Special Provisions Cell 19 Construction 11. Startup and shutdown of equipment shall not be performed in areas of exposed refuse. 12. in addition to conforming to the safety rules and regulations of governmental authorities having jurisdiction, the CONTRACTOR is advised of the presence of methane gas emanating from the natural decomposition of refuse buried at the . jobsite and shall take precautions to ensure the safety of workers and the public. 13. A copy of the safety plan shall be posted at the jobsite. Scheduled meetings shall be held to review the safety program. 14. CONTRACTOR shall adequately identify and guard all hazardous areas and conditions by visual warning devices and, where necessary, physical barriers. Such devices shall, at a minimum, conform to the requirements of OSHA. F. Safety Equipment 1. Prior to commencement of the construction of landfill gas migration control facilities, the following equipment shall be provided by the CONTRACTOR: a. Hard hats, work gloves, coveralls, and chemical-resistant boots with steel-toe and shank for all personnel. b. First aid kit, eye wash station, stretcher, and blankets. c. Two (2)fire extinguishers, 50-pound dry chemical-type. d. No smoking signs. e. Barricades. f. Ladders. g. Suitable cover plate for excavations that will remain open at end of Working day. h. Clean water, soap, and paper towels. 01130.6 SITE CONDITIONS A. CONTRACTOR shall be responsible for having determined to his/her satisfaction, prior to the submission of his bid, the nature and location of the Work, the conformation of the ground, the character and quality of the landfill, the type and quantity of materials to be • encountered, the character of equipment and facilities needed preliminary to and during the execution of the Work, the general and local conditions, and all other matters which can in any way affect the Work under the Contract. The prices established for the Work to be completed will reflect all costs pertaining to the Work. Any claims for extras based on landfill or groundwater table conditions will not be allowed. ***END OF SECTION 01130*** City of Salina MSWLF 01130-5 S C;Sr A CYUAT E:R;R`d Section 01210 UNIT PRICES 01210.1 SUMMARY A. Section includes administrative and procedural requirements for unit prices. 01210.2 DEFINITIONS A. Unit price is an amount proposed by bidders, stated on the Bid Form or in letter format, as a price per unit of measurement for materials or services added to or deducted from the Contract Sum by appropriate modification, if the estimated quantities of Work required by the Technical Specifications and Construction Drawings are increased or decreased. 01210.3 PROCEDURES A. Unit prices include all necessary material, plus cost for delivery, installation, insurance, overhead, profit, and applicable taxes. B. Refer to the Bid Form for instructions regarding the methods of measurement and payment for unit prices. C. The OWNER reserves the right to reject the CONTRACTOR'S measurement of work-in- place that involves use of established unit prices, and to have this work measured, at the OWNER'S expense, by an independent surveyor acceptable to the CONTRACTOR. ***End of Section 01210*** City of Salina MSWLF S E=R tit:; Section 01310 PROJECT MANAGEMENT AND COORDINATION 01310.1 SUMMARY A. This section includes administrative and supervisory requirements necessary for coordinating construction operations including, but not necessarily limited to,the following: 1. General project coordination procedures. 2. Conservation. 3. Administrative and supervisory personnel. 4. Cleaning and protection. 01310.2 COORDINATION A. CONTRACTOR shall coordinate construction operations in accordance with the Technical Specifications and Construction Drawings to assure efficient and orderly installation of each part of the Work including: 1. Schedule construction operations in the sequence required to obtain the best results where installation of one part of the Work depends on installation of other components, before or after its own installation. 2. Coordinate installation of different components to assure maximum accessibility for required maintenance, service, and repair. 3. Make provisions to accommodate items scheduled for later installation. B. CONTRACTOR shall coordinate scheduling and timing of required administrative procedures with other construction activities to avoid conflicts and assure orderly progress of the Work. Such administrative activities include, but are not limited to, the following: 1. Installation and removal of temporary facilities. 2. Delivery and processing of submittals. 3. Progress meetings. 4. Project closeout activities. C. CONTRACTOR shall coordinate construction operations to assure that operations are carried out with consideration given to conservation of energy, water, and materials. 01310.3 SUBMITTALS A. No later than five days prior to commencement of construction operations, CONTRACTOR shall submit a list of the CONTRACTOR'S principal staff assignments, including the superintendent and other personnel in attendance at the Project Site. The listing shall also identify individuals and their duties and responsibilities. List their addresses and telephone numbers. CONTRACTOR shall post copies of the list in the Project meeting room, the temporary field office, and near each temporary telephone. City of Salina MSWLF 5c?SAsQ2U+A;T„ER;ft=AV - Section 01310 Project Management And Coordination • Cell 19 Construction 01310.4 GENERAL COORDINATION PROVISIONS A. CONTRACTOR shall require the Installer of each major component to inspect both the substrate and conditions under which Work is to be performed. CONTRACTOR shall not allow questionable Work to proceed until unsatisfactory conditions have been corrected in a manner acceptable to the ENGINEER and/or OWNER. • 01310.5 CLEANING AND PROTECTION A. CONTRACTOR shall clean and protect construction in progress and adjoining materials in place, during handling and installation. Apply protective covering where required to assure protection from damage or deterioration until Substantial Completion. B. CONTRACTOR shall clean and provide maintenance on completed construction as frequently as necessary through the remainder of the construction period. Adjust and lubricate operable components to assure operability without damaging effects. ***End of Section 01310*** City of Salina MSWLF 01310-2 S,C S APE .4 . =' Section 01320 PROJECT MEETINGS 01320.1 SUMMARY A. This section includes requirements regarding attendance at project update meetings. CONTRACTOR'S representatives shall attend all project conferences and progress meetings and shall be authorized to act on behalf of the CONTRACTOR. 01320.2 PRE-CONSTRUCTION CONFERENCE A. Conference shall be held at a date, time, and location selected by OWNER. B. Conference shall be attended by: 1. CONTRACTOR'S Office Representative; 2. CONTRACTOR'S Resident Superintendent; 3. Any SUBCONTRACTOR or Supplier whom CONTRACTOR may invite or ENGINEER may request; 4. ENGINEER'S Representative; and 5. OWNER. C. The agenda shall include, but not be limited to, the following subjects: 1. Presentation of the preliminary construction progress schedule and preliminary submittal schedule. 2. Review of procedures for handling submittals. 3. Direction of correspondence and coordinating responsibility between CONTRACTORS. 4. Review of required attendees and agenda at any scheduled progress meetings. 5. Field and laboratory testing of material requirements. 6. Schedule of values, application for payment and progress payment procedures. 7. OWNER'S jobsite rules and regulations. 01320.3 PROGRESS MEETINGS A. CONTRACTOR shall attend all progress meetings, at a minimum of one per week, and any such additional meetings as requested by OWNER or ENGINEER. Progress meetings will be held at the project site. B. Progress meetings shall be attended by: 1. ENGINEER'S Representative; 2. CONTRACTOR'S Resident Superintendent; 3. SUBCONTRACTORS as appropriate to agenda; 4. Suppliers as appropriate to agenda; and 5. OWNER. C. The suggested agenda shall include, but not be limited to, the following subjects: 1. Review and approval of record of previous meeting. 2. Review of work progress since previous meeting. • City of Salina MSWLF ZS(C Sei Q;,U Ai=E{8'&A., 1 Section 01320 Project Meetings Cell 19 Construction 3. Field observations, problems and conflicts. r 4. Problems which are or could impact schedule. 5. Review of off-site delivery schedules. 6. Corrective measures and procedures to regain schedule (if applicable). <<.j 7. Coordination of CONTRACTOR'S schedules. 8. Planned activities and progress during upcoming work period. 9. New or additional work activities. 10. Review submittal schedule and expedite submittals as required. 11. Review of site quality and safety standards. 12. Pending design changes and/or substitutions. 13. Review proposed changes for effect on construction schedule and completion date. 14. Other business as needed. • lYl ***End of Section 01320*** ..,..E City of Salina MSWLF 01320-2 C SA=,t�U lI;TE R A Section 01340 SUBMITTALS 01340.1 SUMMARY A. This section includes instructions to CONTRACTOR regarding submittal procedures, review, and approval. 01340.2 GENERAL SUBMITTAL REQUIREMENTS A. This Section specifies procedural requirements for work-related submittals, which include shop drawings, substitutions, product data, samples, construction progress schedules, • quality control test results and other miscellaneous work-related submittals. B. Administrative submittals such as listing of manufacturers, suppliers, subcontractors, bonds, payment applications and insurance certificates shall also be covered under this section. C. Documentation requirements are covered by detailed requirements listed herein. The ENGINEER will determine if documentation is complete as submitted by the CONTRACTOR, and reserves the right to disapprove any materials, schedules, methods, equipment, plans, drawings, or other submittals that do not meet the contract requirements. D. Types of work-related submittals: 1. Substitutes or"or equal" items: a. This item shall include material or equipment CONTRACTOR requests ENGINEER or OWNER to accept as a substitute for items specified or described by using proprietary name or name of a particular supplier. 2. Shop drawings: a. This item shall include technical data and drawings specifically prepared for this project, including fabrication and installation drawings, diagrams, actual performance curves, data sheets, schedules, templates, patterns, reports, instructions, operations and maintenance manuals, design mix formulas, measurements, and similar information not in standard print form. 01340.3 SUBMITTAL PROCEDURES. A. CONTRACTOR shall prepare and submit to ENGINEER for review.and approval a submittal schedule. 1. A preliminary submittal schedule shall be submitted to ENGINEER at least five days before the scheduled pre-construction conference. 2. ENGINEER will review schedule for requirements related to other work and usage of Project Site. - 3. Within one week after the pre-construction conference, CONTRACTOR shall prepare and submit a final submittal schedule to ENGINEER. 4. As applicable, each submittal shall be prepared and transmitted to ENGINEER sufficiently in advance of the scheduled performance of the related work or other • City of Salina MSWLF SC+S '1011 ITCR Air • m• Section 01340 Submittals Cell 19 Construction applicable activity. Material submittals must be approved by the ENGINEER prior to delivery to the site. B. CONTRACTOR shall coordinate submittals as follows: 1. CONTRACTOR shall coordinate preparation and processing of each submittal with other submittals and related work activities, such as substitution requests, testing, purchasing, fabrication, delivery, and similar activities that require sequential activity. 2. CONTRACTOR shall coordinate submittal of different units of interrelated work so - - that one submittal shall not be delayed by ENGINEER needing to review a related submittal. ENGINEER reserves the right to withhold action on any submittal requiring coordination with other submittals until related submittals are received. C. CONTRACTOR shall prepare submittals as follows: 1. CONTRACTOR shall stamp and sign each submittal certifying review and acceptance of submittal. 2. CONTRACTOR shall provide transmittal form identifying: a. Date and revision of submittal; b. Project title and number; c. Submittal and transmittal number; d. Contract identification; • e. Applicable names of CONTRACTOR, Supplier, and Manufacturer; f. Identification of product with equipment identification numbers, if applicable, and specification section number; and g. Variations from requirements of the Technical Specifications and Construction Drawings. 01340.4 ACTION OF SUBMITTALS A. ENGINEER'S action shall include: 1. General a. Except for submittals for record and similar purposes, where action and return on submittals is required or requested, ENGINEER shall review each submittal, mark with appropriate action and return. Where submittal must be held for coordination, ENGINEER will advise CONTRACTOR. b. ENGINEER will stamp each submittal to be returned with a uniform, self - explanatory action stamp, appropriately marked and executed to indicate whether submittal returned is for unrestricted use, final-but restricted use (as marked), must be revised and resubmitted (use not permitted), or without action (as explained on transmittal form). B. Action Stamp 1. Approved: Where submittal is so marked, work covered by submittal may proceed provided it complies with requirements of the Technical Specifications. Acceptance • of work will depend upon that compliance. 2. Approved with noted exceptions: When submittal is so marked, work covered by submittal may proceed provided it complies with both the notations and/or corrections marked on the submittal and with the requirements of the Technical Specifications. Acceptance of work will depend upon that compliance. City of Salina MSWLF 01340-2 S C S ^A Q U AE Rktt A=! ' Section 01340 Submittals • Cell 19 Construction 3. Not approved: When submittal is so marked, work covered by submittal shall not proceed as submittal does not comply with the requirements of the Technical Specifications. A new submittal shall be prepared which meets the Technical Specifications. 4. Revise and resubmit: When submittal is so marked, work covered by submittal shall not proceed (including purchasing, fabrication, or material delivery) as submittal does not comply with the requirements of the Technical Specifications. Submittal shall be revised or a new submittal prepared in accordance with the ENGINEER'S notations stating reasons for returning submittal. Repeat as necessary to' obtain different action marking. 01340.5 SAMPLES A. : Submit full-size samples cured and finished as specified and identical with the material proposed. 1. Include the following: a. Specification Section number and reference. b. Generic description of the Sample. c. Sample source. d. Product name or name of the manufacturer. e. Availability and delivery time. 2. Submit samples for review of size, kind, color, pattern, and texture, for a check of these characteristics, and for a comparison of these characteristics between the final submittal and the actual component as delivered and installed. Where variations are inherent in the material, submit at least three units that show limits of the variations. a. Refer to other Sections for requirements for samples that illustrate workmanship, fabrication techniques, details of assembly, connections, operation, and similar characteristics. b. Refer to other Sections for samples to be incorporated in the Work. Samples must be undamaged at time of use. c. Samples not incorporated into the Work, or designated as the OWNER'S property, are the CONTRACTOR'S property and shall be removed from the site. 01340.6 QUALITY CONTROL SUBMITTALS A. Submit quality control submittals, including design data, certifications, manufacturer's instructions, and manufacturer's field reports required under other Sections of the Technical Specifications. 1. Where it is required that certification of a product or installation complies with specified requirements is required, submit a notarized certification from the manufacturer certifying compliance. Certification shall be signed by an officer authorized to sign documents on behalf of the company. `**End of Section 01340*** City of Salina MSWLF 01340-3 $SSA Q UA;3 E R R Ass Section 01350 ENVIRONMENTAL PROTECTION 01350.1 SUMMARY A. Section includes furnishing all labor, material and equipment required for the protection of • the environment during construction operations including: 1. Compliance with laws. 2. Noise. 3. Land Resources Protection. 4. Water Resources Protection. 5. Air Resources Protection. 6. Recording and Preserving Historical and Archeological Finds. 7. Protection of Wildlife. 8. Disposal of Debris. 9. Maintenance of Pollution Control Facilities During Construction. .,q 10. Dust Control. 11. Odor Control. 12. Litter. 01350.2 DEFINITIONS A. Environmental Protection - Protection of the environment in its natural state to the greatest extent possible during project construction, and an effort to enhance the natural appearance in its final condition. Environmental protection requires consideration of noise level, and protection of air, water and land resources. It involves solid waste management, and activities aimed at abatement of pollution in general. 01350.3 SUBMITTALS A. None 01350.4 COMPLIANCE WITH LAWS A. It is the CONTRACTOR'S responsibility to assure himself/herself that all applicable Federal, State and local laws concerning pollution of rivers, streams, waterways and drainage channels are being complied with by his personnel and subcontractors. B. When CONTRACTOR is in non-compliance with applicable Federal, State, and local laws or regulations, OWNER may issue an order stopping all or part of the work until satisfactory corrective actions have been taken. No part of the time lost due to any such - stop order shall be made subject of a claim for extension of time, or for extra compensation or damages by the CONTRACTOR. 01350.5 NOISE LEVELS A. Excessive use of vehicle horns and unmuffled exhaust systems will not be tolerated. CONTRACTOR is to take corrective action to eliminate such deficiencies. • City of Salina MSWLF C.SfIfttt A Q't1 Section 01350 Environmental Protection Cell 19 Construction 01350.6 LAND RESOURCES PROTECTION A. CONTRACTOR shall preserve all land resources within site premises in their present condition or restore them to a natural condition at project completion except as otherwise delineated by specifications. B. Off-site areas where CONTRACTOR will deforest or clear shall be restored to their former condition. • C. Selective placement of materials shall be done so as to minimize erosion. CONTRACTOR shall comply with all applicable laws concerning soil erosion and sediment control. 01350.7 WATER RESOURCES PROTECTION A. CONTRACTOR shall not pollute any streams, rivers, waterways or drainage channels with fuels, oils, solvents, acids, insecticides, herbicides, trash or other harmful material and/or substances. Secondary or dual containment will be provided for all above-ground fuel storage tanks. B. Soil erosion shall be kept to a minimum by use of rough grading. C. Run-on and run-off storm water shall be controlled. • • 01350.8 AIR RESOURCES PROTECTION A. CONTRACTOR shall minimize pollution of air. B. Measures shall be taken to prevent fires, excessive vehicle smoke and excessive • releases of organic vapors to atmosphere during excavations. 01350.9 PROTECTION OF FISH AND WILDLIFE A. CONTRACTOR shall perform all work in a manner that will not endanger fish and wildlife. CONTRACTOR will not be permitted to alter water flows or otherwise disturb native habitat adjacent to the work area, which, in the opinion of the ENGINEER, are critical to fish and wildlife. 01350.10 DISPOSAL OF DEBRIS A. All debris resulting from CONTRACTOR operations on this site shall be removed and disposed at CONTRACTOR'S expense. Transport and disposal shall comply with all applicable Federal, State and local laws. Such materials are to be removed from the site prior to final completion and acceptance of the work. B. Excavated soil and fill materials shall be disposed at the site as directed by the OWNER and ENGINEER. C. Excavated refuse materials shall be disposed at the working face of the landfill at no cost to the CONTRACTOR as approved by the OWNER. The vehicle used to transport excavated refuse materials shall be covered and cleaned to prevent any materials from dispersing during transport. • 01350.11 MAINTENANCE OF POLLUTION CONTROL FACILITIES DURING CONSTRUCTION City of Salina MSWLF 01350-2 S'f`S ATQ 11,=IC:fiE,R k tt Section 01350 Environmental Protection Cell 19 Construction A. CONTRACTOR shall maintain all facilities provided for pollution control as long as construction operations continue. B. CONTRACTOR is responsible to maintain and service his/her equipment in a suitable and clean manner. CONTRACTOR shall prohibit the discharge, leaking, or spilling of any fuels, oils, grease, lubricants or other potentially hazardous substances to the surface. Any contamination caused by the CONTRACTOR'S equipment or operations shall be immediately reported to the OWNER or ENGINEER. A clean up plan shall be prepared and executed by the CONTRACTOR to the satisfaction of the OWNER and ENGINEER. 01350.12 DUST CONTROL A. CONTRACTOR shall be responsible for maintaining dust control during the completion of the construction. B. Trucked water shall be used for dust control as approved by the OWNER. 01350.13 ODOR CONTROL A. CONTRACTOR shall be responsible for maintaining odor control during construction. B. Excavated materials causing odors shall be loaded directly onto trucks provided by the CONTRACTOR and shall be disposed at the working face of the landfill on a continuous basis as directed by the ENGINEER. All excavated refuse materials shall be disposed by the end of the work day. Under no circumstances shall odorous excavated materials remain on the transport truck for longer than one(1) hour. • 01350.14 LITTER A. CONTRACTOR shall be required to control, collect, and dispose all litter excavated or exposed during construction. B. Litter shall be disposed at the working face of the Landfill at the end of each working day at no cost to CONTRACTOR. • ***End of Section 01350*** • City of Salina MSWLF 01350-3 GS;C 5 A:;QaJATER< A= Section 01400 QUALITY ASSURANCE AND CONTROL SERVICES 01400.1 SUMMARY A. This section includes the responsibilities of the CONTRACTOR to cooperate and coordinate with a third party Technical Representative(QA/QC CONSULTANT). 01400.2 DESCRIPTION OF WORK A. OWNER shall employ and pay for the services of the Technical Representative to perform construction monitoring and testing services to assure the OWNER that the Work is completed according to the Specifications and Drawings. B. CONTRACTOR shall cooperate with the Technical Representative to facilitate the execution of its required services. C. Employment of the Technical Representative shall in no way relieve the CONTRACTOR'S obligations to perform the Work and supply materials in accordance with the Contract Documents. D. The CONTRACTOR shall provide all quality control testing and services required by the Specifications, Drawings, or the CONTRACTOR'S approved Quality Assurance/Quality Control (QA/QC) Plan. The CONTRACTOR shall also provide any additional testing he requires to control construction quality at no additional cost to the OWNER. Quality control testing and services do not include activities performed by the Technical Representative. 01400.3 CONTRACTOR'S RESPONSIBILITIES The CONTRACTOR shall: A. Cooperate with the Technical Representative and its personnel and provide access to Work and to Supplier's operations. B. Secure and deliver to the Technical Representative adequate quantities of representative samples of materials proposed to be used which require testing. C. Furnish copies of Supplier's test reports as required. D. Furnish incidental labor and facilities: 1. To provide access to Work to be tested. 2. To obtain and handle samples at the Project site or at the source of the product to be tested. 3. To facilitate inspections and tests. 4. For storage and curing of test samples. E. Coordinate activities to accommodate services with a minimum delay. Notify Technical Representative 48 hours in advance of operations to allow for laboratory assignment of personnel and scheduling of tests. When tests or inspections cannot be performed after such notice, reimbursing the OWNER for laboratory personnel and travel expenses incurred due to CONTRACTOR'S negligence. F. Employ and pay for the services of a separate, qualified independent testing laboratory to perform additional inspections, sampling and testing required: 1. For the CONTRACTOR'S convenience; 2. As required by the Specifications or approved QA/QC Plans; or 3. When initial tests indicate Work does not comply with Contract Documents. G. Promptly notify the Technical Representative of observed irregularities or deficiencies of Work or products. City of Salina MSWLF S 0'S 'A Q U;A;i E S R°AC` • Section 01400 Quality Assurance And Control Services Cell 19 Construction • y H. Promptly submit three copies of a written report of each test to Technical Representative. Each report shall include: 1. Date issued. 2. Project title and number. 3. Testing laboratory name, address and telephone number. 4. Name and signature of laboratory inspector. 5. Date and time of sampling or inspection. 6. Record of temperature and weather conditions. 7. Date of test. 8. Identification of product and specification section. 9. Location of sample or test in the Project. 10. Type of inspection or test. 11. Results of tests and compliance with Contract Documents. 12. Interpretation of test results,when requested by Technical Representative. I. Be responsible for retesting where results of inspections and tests prove unsatisfactory and indicates noncompliance with requirements. 01400.4 REPAIR AND PROTECTION A. Unless specified otherwise, the CONTRACTOR shall protect construction exposed for testing and shall repair construction damaged by sampling,testing,or inspection. ***End of Section 01400*** City of Salina MSWLF 01400-2 "S C S RQ U A;7E,R R A Section 01510 TEMPORARY FACILITIES AND CONTROLS 01510.1 SUMMARY A. Section includes furnishing, installation, and maintenance of temporary facilities and controls required for construction. All facilities shall be removed upon completion of Work. 01510.2 REGULATIONS AND STANDARDS A. CONTRACTOR shall comply with industry standards and applicable laws and regulations of authorities having jurisdiction including, but not limited to, the following: 1. Building code requirements. 2. Health and safety regulations. 3. Police, fire department, and rescue squad rules. 4. Environmental protection regulations. B. Comply with NFPA 241 "Standard for Safeguarding Construction, Alterations, and Demolition Operations," ANSI A10 Series standards for "Safety Requirements for Construction and Demolition," and NECA Electrical Design Library "Temporary Electrical Facilities." 01510.3 TEMPORARY WATER FACILITIES A. Provide, maintain and pay for potable and nonpotable water services required to support construction operations. Install service(s)at time of site mobilization. B. CONTRACTOR shall make arrangements to obtain potable and nonpotable water from off-site source(s). C. CONTRACTOR shall be responsible to protect water supply facilities used within the jobsite, including freeze protection. 01510.4 TEMPORARY SANITARY FACILITIES A. Provide, maintain and pay for sanitary facilities required to support construction operations. Sanitary facilities shall be in compliance with state and local health and sanitation regulations. Provide facilities at time of site mobilization. B. Separate sanitary facilities for men and women shall be provided. C. CONTRACTOR shall not use existing sanitary facilities. D. CONTRACTOR shall clean area of facilities daily and maintain in sanitary condition. Provide toilet paper, paper towels and soap in suitable dispensers. 01510.5 TEMPORARY FIRE PROTECTION A. Provide, maintain in working order and pay for fire extinguisher and such other equipment as dictated by OSHA, the National Electric Code (NEC) and the National Fire Protection Association (NFPA No. 70). City of Salina MSWLF S'C SA.QU Qi ER>&Ar J Section 01510 Temporary Facilities And Controls Cell 19 Construction 01510.6 WATER CONTROL 79 A. CONTRACTOR shall, at all times, grade site to drain and maintain excavations free of y t water. CONTRACTOR shall provide, operate and maintain pumping equipment. B. CONTRACTOR shall protect site from ponding or running water. CONTRACTOR shall f 1 provide water barriers, (such as hay bales and silt fences) as necessary to protect site from soil erosion. C. CONTRACTOR shall exercise caution and attempt to minimize increases in suspended solids and turbidity in surface waters within and adjacent to construction areas. Spoils • shall not be deposited in surface waters. CONTRACTOR shall control and minimize sediment run-off and excavation erosion to surface waters. +, 01510.7 ACCESS ROADS A. CONTRACTOR shall provide, maintain and pay for temporary roadways required to support and carry out construction operations in a clean, dust free and drivable condition. B. Extend and relocate roadways as work progress requires. Provide detours necessary for unimpeded traffic flow. C. Site access and temporary roadways shall stay within designated landfill boundaries. D. Traffic control at the Work entrance and within the Work area shall be performed as part of this requirement and shall include proper signs, barricades and diversions. , 01510.8 DAMAGE TO EXISTING PROPERTY A. CONTRACTOR shall replace or repair CONTRACTOR caused damage to existing buildings, sidewalks, roads, parking lot surfacing or any other existing asset. 01510.9 PARKING A. CONTRACTOR shall arrange for temporary parking areas to accommodate construction personnel. B. Costs shall be borne by CONTRACTOR. 01510.10 FIELD OFFICES AND BUILDINGS A. CONTRACTOR shall provide and maintain a temporary field office for CONTRACTOR'S use if it is necessary to complete the Work. B. OWNER will provide a temporary field office for ENGINEER. 01510.11 TEMPORARY ELECTRICITY AND LIGHTING A. Install initial services at time of site mobilization. Arrange for suitable transformer capacity to supply at least ten (10) percent more power than expected requirements. Modify and extend services as required to support work progress. B. All circuits throughout the construction site shall be protected either by a ground fault interrupter or an approved grounding system. C. CONTRACTOR shall be responsible for providing continuous service, including the use of emergency generator power when temporary service is interrupted during site work. i City of Salina MSWLF 01510-2 -S C 5;'A A:.71111`.1M: • Section 01510 Temporary Facilities And Controls • Cell 19 Construction D. Disconnect and remove temporary electrical and lighting systems upon substantial completion of site work. E. If, in the opinion of the CONTRACTOR, portable generators of sufficient capacity are more economical than regular electrical service, they may be used, if at least one back- up generator is provided. F. All utility hook ups shall be in compliance with NEC and State and local utility codes and regulations. 01510.12 REMOVAL OF UTILITIES, FACILITIES AND CONTROLS A. CONTRACTOR shall remove temporary abovegrade or buried utilities, equipment, facilities and materials prior to final application for payment inspection. B. CONTRACTOR shall grade, repair and restore areas used for temporary facilities. C. CONTRACTOR shall restore any existing facilities used during construction to original condition and restore permanent facilities used during construction to specified condition. 01510.13 COSTS A. CONTRACTOR shall obtain and pay for permits, inspections, and temporary easements. B. CONTRACTOR shall pay for installation, operation, maintenance and removal of temporary facilities, utilities and controls. 01510.14 MATERIALS A. CONTRACTOR shall provide new materials. If acceptable to the OWNER, the CONTRACTOR may use undamaged, previously used materials in serviceable condition. Provide materials suitable for the use intended. 01510.15 INSTALLATION, GENERAL A. Use qualified personnel to install temporary facilities. Locate facilities where they will serve the Project adequately and result in minimum interference with performance of the Work, and a minimum interference to the regular activities at the site. Relocate and modify facilities as required. 1. Provide each facility ready for use when needed to avoid delay. Maintain and modify as required. Do not remove until facilities are no longer needed or are replaced by authorized use of completed permanent facilities. • 2. Conditions of Use: Keep temporary facilities clean and neat in appearance. Operate safely and efficiently. Relocate as the Work progresses. Do not overload facilities or permit them to interfere with progress. Take necessary fire-prevention measures. Do not allow hazardous, dangerous, or unsanitary conditions, or public nuisances to develop or persist on-site. 01510.16 SUPPORT FACILITIES INSTALLATION A. Locate field offices, storage sheds, and other construction and support facilities for easy access. Maintain facilities until near Substantial Completion. Remove prior to City of Salina MSWLF 01510-3 S Cgs 'A OILIWVE;R:it'AV. 71 :1 ! Section 01510 Temporary Facilities And Controls Cell 19 Construction `. Substantial Completion. Personnel remaining after Substantial Completion will be fi permitted to use permanent facilities, under conditions acceptable to the OWNER. B. Review subparagraph below with OWNER'S insurance carrier. 1. Provide incombustible construction for offices, shops, and sheds located within the construction area or within 30 feet of building lines. Comply with requirements of NFPA 241. 2. Field Offices: Provide heated and air-conditioned, insulated, weather-tight temporary offices of size to accommodate personnel at the Project Site. Provide offices on foundations adequate for normal loading. Provide units with lockable entrances, operable windows, and serviceable finishes. Keep the office clean and orderly for , use for small progress meetings. Insert additional equipment, such as fax or copying machines. 3. Storage and Fabrication Sheds: Install sheds equipped to accommodate materials and equipment involved. Sheds may be open shelters or fully enclosed spaces within the building. 4. Dewatering Facilities and Drains: For temporary drainage and dewatering operations !3•' not directly associated with construction, comply with dewatering requirements of applicable of the Technical Specifications. Where feasible, utilize the same facilities. Maintain excavations and construction free of water. 5. Waste Collection and Disposal: Collect waste daily and dispose as agreed with OWNER. 01510.17 OPERATION A. Enforce discipline in use of temporary facilities. Limit availability to intended uses to minimize waste and abuse. 01510.18 MAINTENANCE A. Maintain facilities in operating condition until removal. Protect from damage by freezing temperatures and similar elements. Maintain temporary enclosures, heating, cooling, humidity control, ventilation, and similar facilities on a 24-hour basis where required to achieve indicated results and to avoid damage. 01510.19 PROTECTION A. Prevent water-filled piping from freezing. Maintain markers for underground lines. Protect during excavation. 01510.20 TERMINATION AND REMOVAL • A. Remove each temporary facility when the need has ended, when replaced by a permanent facility or no later than Substantial Completion. Complete or restore permanent construction delayed because of interference with the temporary facility. Repair damaged Work, clean exposed surfaces, and replace construction that cannot be satisfactorily repaired. City of Salina MSWLF 01510-4 S C•SW4g)U AT=E R,C A= Section 01510 Temporary Facilities And Controls Cell 19 Construction 1. Materials and temporary facilities are the CONTRACTORS property. The OWNER reserves the right to take possession of project identification signs. 2. At Substantial Completion, clean and renovate permanent facilities used during the construction period. ***End of Section 01510*** City of Salina MSWLF 01510-5 r 5WA Q<UATE R_R'AY 7= Section 01620 SECURITY 01620.1 SUMMARY A. This section includes the requirement to maintain a secure Project Site during the completion of construction activities. 01620.2 ENTRANCE CONTROL A. Control of persons and vehicles entering and leaving the Project Site shall be provided by the CONTRACTOR during the construction period on-site. Project Site security shall be maintained at all times, both during and after working hours. The CONTRACTOR shall exclude personnel from the site not properly identified. The CONTRACTOR shall: 1. Maintain a current list of persons allowed on site and submit a copy of the list to the OWNER and ENGINEER. 2. Require all site visitors to sign in upon entering the Project Site and to sign out when leaving. 01620.3 SITE SECURITY PROTOCOLS A. The CONTRACTOR shall submit a set of Project Site security protocols to the OWNER and ENGINEER. These protocols shall address as a minimum: 1. Description of standard operating procedures for responses to emergency situations such as contingencies, telephone numbers, radio frequencies, and call signs. B. CONTRACTOR shall be responsible for the security of all his/her personnel, equipment, vehicles, field offices, sheds, and employee facilities during the active construction period. CONTRACTOR shall be responsible for loss or injury to persons or property where his work is involved and shall provide such security and take such precautionary measures to protect CONTRACTOR'S and OWNER'S interests. CONTRACTOR shall not receive monetary compensation or additional construction time for any equipment or material losses due to site security breaches, such as vandalism or theft. ***End of Section 01620*** City of Salina MSWLF S C 5;dQ UATER&"A Section 01710 • CONSTRUCTION LAYOUT AND SURVEYING 01710.1 SUMMARY A. Section specifies the OWNER'S and CONTRACTOR'S construction surveying responsibilities. 01710.2 CONSTRUCTION SURVEYING A. CONTRACTOR shall complete the layout of the Work from the control points provided by the OWNER and shall be responsible for all measurements that may be required for execution of the Work to the location and limits prescribed in the Technical Specifications and Construction Drawings, subject to such modification as may be required to meet changed conditions of the Work. B. CONTRACTOR shall be responsible for all grade staking and location/control surveys during the completion of the Work. 01710.3 QUALITY CONTROL A. CONTRACTOR shall perform surveying required to verify construction quantities for measurement and payment acceptable to the ENGINEER. B. OWNER will complete "As-built" and certification surveys (completed subgrade, top of compacted soil liner, and top of granular drainage layer). The purpose of the certification surveys is to document elevations and layer thicknesses are in accordance with the Construction Drawings and Technical Specifications. C. OWNER shall complete as-built certification surveys for the following: top of subgrade, top of compacted soil liner, top of granular drainage layer and the leachate control system. The as- built certification survey for the top of subgrade shall commence only after all of Cell 19's subgrade has been completed. The as-built certification survey for the top of compacted soil liner shall commence only after all of Cell 19's compacted soil liner has been completed. The as-built certification survey for the top of granular drainage layer shall commence only after all of Cell 19's granular drainage layer has been completed. The as-built certification survey for the leachate control system shall commence only after all of the leachate control system has been installed. The purpose of the as-built certification surveys is to document the elevation, layer thickness and to assure that construction is in accordance with the construction drawings and technical specifications. Any additional as-built certification surveying that is required, due to CONTRACTOR's failure to construct to the specifications of the contract documents or due to CONTRACTOR's request, shall be performed by the OWNER at the CONTRACTOR's expense. 01710.4 SUBMITTALS A. Submit legible copies of survey notes and documentation verifying accuracy of survey work to ENGINEER upon request. 01710.5 PROJECT RECORD DOCUMENTS City of Salina MSWLF aS 5 54 Q LIWT E;10:1%=�? -1 Section 01710 Construction Layout And Surveying Cell 19 Construction A. At project completion, survey notes and documentation verifying survey work shall be submitted to ENGINEER. .. A 01710.6 SURVEY REFERENCE POINTS A. OWNER will provide one (1) permanent survey benchmark for survey control and reference , points near the project work area. B. CONTRACTOR shall be responsible to protect survey control and reference points. CONTRACTOR shall be responsible for all grade staking and location/control surveys. 01710.7 FIELD ENGINEERING REQUIREMENTS A. CONTRACTOR shall utilize recognized field engineering practices. B. CONTRACTOR shall periodically verify elevations, lines and levels by instrumentation and similar appropriate means, such as grade stakes for fill placement and slopes. 01710.8 SURVEYS FOR MEASUREMENT AND PAYMENT A. Surveys shall be performed to determine quantities of unit cost work and to establish measurement reference lines. Notify OWNER and ENGINEER prior to starting work. B. CONTRACTOR'S engineer or representative shall calculate quantities for payment purposes. All quantities must be approved by the ENGINEER. The OWNER reserves the right to reject the CONTRACTOR'S measurement of work-in-place that involves use of established unit prices, and to have this work measured and/or calculated, at the OWNER'S expense, by an independent engineer or surveyor acceptable to the CONTRACTOR. C. The OWNER shall provide for verification surveying. Verification surveying includes three separate trips to record as-built top of subgrade, top of clay liner, and top of leachate drainage layer. Additional trips required due to CONTRACTOR'S failure to achieve the minimum layer thickness or work outside of specified tolerances shall be performed at the CONTRACTOR'S expense. 01710.9 GENERAL A. Benchmark monuments and other control points for horizontal and vertical control will be provided by the OWNER. B. CONTRACTOR shall carefully preserve all established monuments, benchmarks, reference points, stakes, and other control points. 1. Promptly replace lost or destroyed Project Site control points at no additional cost to OWNER. 2. Base replacements on original survey control points 3. CONTRACTOR shall be responsible for any construction errors or loss of time resulting • from loss or disturbance of control points. C. CONTRACTOR shall notify OWNER in writing of benchmarks, reference lines, or other control points which may have been disturbed or which appear to be off line or grade. 01710.10 PERFORMANCE A. CONTRACTOR shall be responsible for all measurements that may be required for execution of the work to the location and limits prescribed in the Technical Specifications and City of Salina MSWLF 01710-2 S S A'Q U9;(1;1 R R A • Section 01710 Construction Layout And Surveying Cell 19 Construction Construction Drawings, subject to such modification as may be required to meet changed conditions in the work. B. CONTRACTOR shall perform all surveys required for determining quantities for progress payment estimates. C. OWNER or ENGINEER does not guarantee the existence and location of underground facilities or utilities. Before beginning work, CONTRACTOR shall investigate and verify the existence and location of underground facilities. D. OWNER will perform "As-Built"and certification surveying. The CONTRACTOR shall inform the OWNER and ENGINEER that the following grades have been achieved (subgrade, top of compacted soil liner, and top of drainage layer). The OWNER'S surveyor will then survey those items to verify the work (elevations and thickness) is in accordance with the Construction Drawings and the Technical Specifications. Costs for additional surveys required because the CONTRACTOR has not met the project specifications for elevations or layer thicknesses are the CONTRACTOR'S responsibility. ***End of Section 01710*** • City of Salina MSWLF 01710-3 S C 5"A C l Ai E k&`A • Section 01720 CONTRACT CLOSEOUT PROCEDURES . 01720.1 SUMMARY A. This section includes administrative provisions for Substantial Completion and for Final Acceptance required for Contract Closeout following the completion of the Work. 01720.2 SUBSTANTIAL COMPLETION A. When CONTRACTOR considers Work (or designated portion of Work) is substantially , completed, submit written notice with list of items completed or corrected. B. Should inspection by ENGINEER find Work is not substantially complete, the ENGINEER will promptly notify CONTRACTOR in writing, listing observed deficiencies and create an entry into the deficiency/correction log. C. CONTRACTOR shall remedy deficiencies and send a second written notice.of substantial completion. ENGINEER shall observe and approve all corrections and note in • deficiency/correction log. D. When ENGINEER finds Work is substantially complete, ENGINEER will prepare a Certificate of Substantial Completion. 01720.3 FINAL COMPLETION A. When CONTRACTOR considers Work is complete, submit written certification: 1. Technical Specifications and Construction Drawings have been reviewed. 2. Work has been inspected for compliance with Technical Specifications and Construction Drawings. 3. Work has been completed in accordance with Technical Specifications and Construction Drawings, and deficiencies listed with Certificate of Substantial Completion have been corrected. 4. Work is complete and ready for final inspection. B. Should ENGINEER'S inspection find Work incomplete, the ENGINEER will promptly notify CONTRACTOR in writing listing observed deficiencies. C. CONTRACTOR shall remedy deficiencies and send a second certification of :final completion. D. When ENGINEER finds Work is complete, the ENGINEER will consider closeout . submittals. . E. CONTRACTOR will submit all data required to the ENGINEER for the preparation of the project record drawings. ' • 01720.4 REINSPECTION FEES A. Should status of completion of Work require reinspection by ENGINEER due to failure of work to comply with CONTRACTOR'S claims on initial inspection, OWNER may deduct the amount of ENGINEER'S compensation for reinspection services from final payment to CONTRACTOR. City of Salina MSWLF S S;_„A Q;t1,1iT E`R&A Section 01720 Contract Closeout Procedures Cell 19 Construction 01720.5 CLOSEOUT SUBMITTALS A. Evidence of Payment and Release of Liens shall be in accordance with Conditions of the Contract. 01720.6 RECORD DOCUMENT SUBMITTALS A. Do not use record documents for construction purposes. Protect record documents from deterioration and loss in a secure location. Provide access to record documents for the OWNER'S reference during normal working hours. B. Maintain a clean, undamaged set of blue-line or black-line prints of Construction Drawings and Shop Drawings. Mark the set to show the actual installation where the installation varies substantially from the Work as originally shown. Mark which drawing is most capable of showing conditions fully and accurately. 1. Mark record sets with red erasable pencil. Use other colors to distinguish between variations in separate categories of the Work. 2. Mark new information that is important to the OWNER, but was not shown on Construction Drawings or Shop Drawings. 3. Note related change-order numbers where applicable. 4. Organize record drawing sheets into manageable sets. Bind sets with durable-paper cover sheets; print suitable titles, dates, and other identification on the cover of each set. C. Maintain one complete copy of the Technical Specifications, including addenda. Include with the Technical Specifications one copy of other written construction documents, such as Change Orders and modifications issued in printed form during construction. 1. Mark these documents to show substantial variations in actual Work performed in comparison with the text of the Technical Specifications and modifications. 2. Give particular attention to substitutions and selection of options and information on concealed construction that cannot otherwise be readily discerned later by direct observation. 3. Note related record drawing information and product data. 4. Upon completion of the Work, submit record Technical Specifications to the OWNER for the OWNER'S records. 01720.7 STATEMENT OF ADJUSTMENT OF ACCOUNTS A. Submit final statement reflecting adjustments to Contract Sum indicating: 1. Original contract sum. 2. Previous change orders. 3. Changes under allowances. 4. Changes under unit prices. 5. Deductions for uncorrected work. 6. Penalties. 7. Deductions for liquidated damages. 8. Deduction for re-inspection fees. 9. Other adjustments to contract sum. 10. Total contract sum as adjusted. 11. Previous payments. 12. Sum remaining due. B. ENGINEER will issue a final change order reflecting approved adjustments to contract sum not previously made by change orders. City of Salina MSWLF 01720-2 45 C S A Q U 0,E;E RA 2 Section 01720 Contract Closeout Procedures "- Cell 19 Construction s' 01720.8 APPLICATION FOR FINAL PAYMENT A. When all adjustments have been made, CONTRACTOR shall submit application for final payment and retainage. 01720.9 PAYMENT A. There shall be no separate payment to CONTRACTOR for any work associated with this section. Any work required to be performed shall be considered as included in the unit or 2 lump sum prices paid for the work involved. 01720.10 FINAL CLEANING A. General cleaning is required during construction. • B. Remove temporary structures, tools, equipment, supplies, and surplus materials. C. Remove temporary protection and facilities installed for protection of the Work during construction. ' D. Comply with regulations of authorities having jurisdiction and safety standards for cleaning. Do not burn waste materials. Do not bury debris or excess materials on the OWNER'S property. Do not discharge volatile, harmful, or dangerous materials into drainage systems. Remove waste materials from the site and dispose of lawfully. _ 1. Where extra materials of value remain after completion of associated Work, they become the OWNER'S property. Dispose of these materials as directed by the OWNER. E. Repairs 1. Repair damaged protective coated surfaces. 2. Repair roads, walks, fences, and other items damaged or deteriorated because of construction operations. 3. Restore all ground areas affected by construction operations. ***End of Section 01720*** f • City of Salina MSWLF 01720-3 $ S d Re°t1 A7 rzRiR A u 5 DIVISION II SITE WORK Section 02230 GRANULAR FILL MATERIALS 02230.1 SUMMARY A. These requirements outline the associated work including testing, sample collection, excavation, loading, shipping, delivering, stockpiling, placement and installation of granular fill materials (washed aggregate and sand). It will be necessary to furnish all labor, materials, equipment and incidentals required and to install granular fill materials as shown on the Construction Drawings and as specified herein. 02230.2 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) 1. ASTM D75—Standard Practice for Sampling Aggregates 2. ASTM D422—Standard Test Method for Particle-Size Analysis of Soils 3. ASTM D698 — Standard Test Methods for Moisture-Density Relations of Soil and Soil- Aggregate Mixtures Using 5.5-lb Rammer and 12-in Drop 4. ASTM D854—Standard Test Method for Specific Gravity of Soils 5. ASTM D2992—Density of soil in place by nuclear methods (Shallow Depth) 6. ASTM D3017 — Standard Test Method for Water content of Soil and Rock in Place by Nuclear Methods (Shallow Depth) 7. ASTM D3042—Standard Test Method for Insoluble residue in Carbonate Aggregates 8. ASTM D4254 — Standard Test Methods for Minimum Index Density of Soils and Calculation of Relative Density 9. ASTM D4373—Standard Test Method for Calcium Carbonate content of Soils 10. ASTM C40 — Standard Test Method for Organic Impurities in Fine Aggregates for Concrete 11. ASTM C136—Standard Method for Sieve Analysis of Fine and Coarse Aggregates 12. ASTM C289 — Standard Test Method for Potential Reactivity of Aggregates (Chemical Method) B. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 02230.3 RELATED SECTIONS A. Section 01420 TESTING LABORATORY SERVICES B. Section 02240 EARTHWORK C. Section 02241 COMPACTED EARTHEN LINER D. Section 02600 HIGH DENSITY POLYETHYLENE GEOMEMBRANE E. Section 02700 AGGREGATE ROAD F. Section 15010 HIGH DENSITY POLYETHYLENE PIPING 02230.4 QUALITY ASSURANCE AND QUALITY CONTROL A. The Quality Control and Quality Assurance consists of laboratory conformance testing of the samples supplied from the drainage sand and coarse aggregate sources and quality control during installation. B. The CONTRACTOR will retain a Third-Party Laboratory that has specific permeability equipment to provide preconstruction test results in a timely manner in accordance with the Technical Specifications. The CONTRACTOR shall coordinate and schedule all tests as required by the Construction Drawings and Technical Specifications. C. Conformance testing requirements are specified in Paragraph 02230.8. The purpose of conformance testing is to assure that the supplied materials from each source conform to the Technical Specifications and specified permeability. City of Salina MSWLF T:C S A Q U A7 E.R•R=A • Section 02230 Granular Fill Materials Cell 19 Construction D. Field quality control requirements are specified in Paragraph 02230.10. The purpose of field quality control procedures is to assure that the drainage layer has been installed in accordance with the Technical Specifications meeting the specified hydraulic conductivity. 02230.5 SUBMITTALS A. The CONTRACTOR shall submit the following information in accordance with Section 01340: • 1. Identification of the granular fill supplier. 2. A description of the installation procedure for leachate collection system; a schedule and granular fill installation for lateral drainage layer and a list of installation equipment. 3. 10-pound samples for laboratory testing from each granular fill and coarse aggregate source to be used in this project. 4. Preconstruction laboratory test results. 02230.6 DELIVERY, STORAGE, AND HANDLING A. If granular fill materials are delivered to the site prior to placement approval, materials shall be stockpiled on site in areas designated by OWNER/ENGINEER. Provisions shall be implemented to minimize surface water impact on the stockpile. Removal and placement of granular fill material shall be done in a manner to minimize intrusion of soils adjacent to and beneath the stockpile. 02230.7 MATERIAL A. Bedding Sand 1. Material shall be of well-graded sand, inorganic non-calcareous material, free from organic substance and other deleterious matter. Bedding sand shall have a gradation as follows: Sieve Size %Passing Passing 0.375" 100 Passing #4 95-100 Passing #10 90-95 Passing #20 50-60 Passing #40 20-30 Passing #200 1-2.5 2. Bedding material shall be subject to the approval of the ENGINEER. B. Aggregate Road Course 1. See Section 02700 C. Sand Drainage Layer 1. Material shall be of well-graded sand, inorganic non-calcareous material, free from organic substance and other deleterious matter with a minimum permeability of either a. (KMIN) of 1 x 10-2 cm/sec at 90 percent of Standard Proctor density, ASTM D698. No geocomposite material is required with this material b. (KMIN) between 1 x 10-2 cm/sec and 1 x 104 cm/sec at 90 percent of Standard Proctor density, ASTM D698. Geocomposite material is required with this material 2. Drainage media that will be in contact with geomembrane liners shall be well rounded particle shapes to avoid possible liner damage. D. 2-inch Clean Aggregate 1. Washed coarse aggregate shall be used for bedding material around the leachate collection pipes, wrapped with geotextile fabric as shown on the Construction Drawings and as specified herein. The coarse aggregate shall be sound, hard, durable, resistant to weathering, and shall be free of overburden, spoil, shale, limestone, and organic material. City of Salina MSWLF 022302 ASC_S.AQgAiFRR=EI`_ i Section 02230 Granular Fill Materials Cell 19 Construction 2. The coarse aggregate shall be rounded and shall have particle size gradation within the following limits(ASTM D422) Sieve Size %Passing --- Passing 2" 100 Passing 1.5" 90-100 Passing 1" 20-55 Passing 3/4" 0-15 Passing 5/8" 0 E. Fill Materials 1. Backfill and fill materials shall be suitable excavated materials, natural or processed mineral soils obtained from offsite source, or graded crushed stone or gravel, conforming to the specified gradations. Backfill and fill materials shall be free of all organic material, trash, snow, ice, frozen soil, or other objectionable materials which may be compressible or which cannot be properly compacted. Soft, wet, plastic soils which may be expansive, clay soils having a natural, in-place water content in excess - of 30 percent, soils containing more than 5 percent (by weight) fibrous organic materials, and soils having a plasticity index greater than 30 shall be considered unsuitable for use as backfill and fill. Backfill and fill materials shall have a maximum dry density at 2 percent below optimum moisture content under a 100 lb/sq ft surcharge. 2. Select Structural Fill shall be an inactive sandy-clay or clayey sand. Material shall have a plasticity index between 10 and 18. 3. Common Fill shall not contain granite blocks, broken concrete, masonry rubble, asphalt pavement, or any material larger than 6-in in any dimension. Common Fill shall have a plasticity index less than 18. 02230.8 CONFORMANCE TESTING A. Sand Drainage Layer 1. Conformance testing shall be performed by the CONTRACTOR at a Third-Party Laboratory on samples from each source of granular fill material to assure compliance with the Technical Specifications. The following test shall be performed on the samples. a. Sieve Analysis (ASTM D422) b. Specific Gravity(ASTM D854) c. Standard Proctor d. Constant Head Hydraulic Conductivity B. 2 inch Clean Aggregate 1. Gradation analysis shall be performed by the CONTRACTOR at a Third-Party Laboratory on samples from each source of the coarse aggregate to assure compliance with the Technical Specifications. C. Aggregates for use in surface course shall conform to the requirements of Section 1103 of the Kansas Department of Transportation Standard Specifications; shall be Type SR- 12.5A; and shall consist of crushed stone, sand and mineral filler. D. Materials shall be sampled and tested by an approved testing laboratory at the expense of the CONTRACTOR and acceptance will be based on certified test results, as specified above for bituminous material. .-. 02230.9 SUBGRADE PREPARATION A. After installation completion and acceptance of the liner system and related work activities, place the granular fill material to thickness and area extent as shown on the Construction Drawings. B. During the placement of the granular fill material, no construction equipment shall be allowed directly on the geomembrane and any damage shall be repaired immediately in accordance with Section 02600. City of Salina MSWLF 02230-3 PLOSI A q U A;TE R A, Section 02230 Granular Fill Materials Cell 19 Construction C. Care shall be taken to protect the geomembrane liner. Sand ramps shall be provided at down slopes and in other heavily traveled areas. All heavily traveled areas shall have a minimum of 3-ft. of material above the liner. Only large radius turns by the loader and other equipment shall be permitted as sharp turns may damage liner. D. Drainage materials shall not be placed over a fold in the geomembrane. E. Drainage media shall be placed on the side slopes starting at the toe of the slope and working toward the top of the berm. F. Drainage layer material can only be spread when the geomembrane is taut or stretched evenly over the base of the landfill. The drainage layer material shall not be spread when the geomembrane is elongated due to higher daytime temperatures and exposure to sun. The CONTRACTOR shall make provisions to cover the geomembrane under non elongated conditions. G. No material shall be placed, spread, or compacted while the ground or material is frozen or thawing or during unfavorable weather conditions. The sand surface must be made smooth and free from ruts or indentations at the end of any working day when significant precipitation is forecast and/or at the completion of the compaction operations in that area in order to prevent saturation of the sand material. H. Trenches for the leachate collection pipes shall be excavated within the granular fill where shown on the Construction Drawings. The CONTRACTOR shall exercise special care not to disturb or damage the geomembrane. If a backhoe is used to construct the trench, a rubber modification section shall be installed on the bucket to protect the geomembrane. All areas of the liner damaged shall be immediately repaired as directed by the ENGINEER. A 3-in minimum layer of drainage media material shall be placed in the bottom of the trench followed by a geotextile fabric. The leachate piping shall be installed, and shall be backfilled with coarse aggregate to the depth and width shown on the Construction Drawings. Care shall be taken during backfilling of the pipe to assure the pipe will not be crushed or otherwise damaged. The geotextile fabric shall be overlapped at least 8-in over the coarse aggregate. J. Following construction of the leachate piping, the granular fill material shall be brought to final grade and compacted as specified herein. 02230.10 FIELD QUALITY CONTROL A. Conformance samples shall be taken, by the QA/QC CONSULTANT, at intervals shown in the CQA Plan of in-place granular fill material (sand and aggregate). The sand layer thickness shall be measured periodically throughout the day during construction to confirm that the thickness of the installed material is in accordance with the Construction • Drawings. B. Any sample or area tested shall be rejected, removed and replaced if it does not meet the requirements of the Technical Specifications. Reconstructed areas shall have feathered, overlapping edges that tie into adjacent fill material. ***END OF SECTION 02230*** City of Salina MSWLF 02230-4 t S`e S A TU;A=i+E R 6<a Section 02240 EARTHWORK 02240.1 SUMMARY A. Section includes excavating, filling, compacting, grading and related items necessary to complete the Work. 02240.2 RELATED SECTIONS A. Compacted Earthen Liner: SECTION 02241 02240.3 QUALITY ASSURANCE AND QUALITY CONTROL A. The OWNER will retain the CQA CONSULTANT to perform CQA for the project. The CQA • CONSULTANT will monitor and document the Work completed by the CONTRACTOR. Performance criteria set forth in the Technical Specifications and as shown on the Construction Drawings will be the standard for the Work to be performed by the CONTRACTOR. B. The CQA CONSULTANT will perform the field and laboratory soil testing, in order to pre- qualify the materials, as described in the Technical Specifications (except for proof-rolling, and other similar items which the CONTRACTOR shall perform and the CQA CONSULTANT will observe). The CONTRACTOR shall be responsible for providing adequate notice prior to needing in-place field and laboratory tests performed (e.g., density, moisture content or hydraulic conductivity testing). The CONTRACTOR shall schedule Work activities to avoid interruptions and impacting the progress schedule and be aware that some laboratory tests may require more than one week to complete (hydraulic conductivity). C. The CONTRACTOR shall be responsible for reworking or removing and replacing nonconforming soil and other construction materials that do not meet the requirements of the Technical Specifications and the Construction Drawings as directed by the CQA CONSULTANT. D. The CONTRACTOR shall be responsible for all survey work required to complete • construction in accordance with the required lines and elevations as described in the Technical Specifications and as shown on the Construction Drawings. E. Referenced Standards and Documents: 1. American Society for Testing and Materials (ASTM)most current versions: a. ASTM D422-Test Method for Particle-Size Analysis of Soils. b. ASTM D698 — Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort(12,400 ftlbf/ft3 (600 kNm/m3)). c. ASTM D2216 - Test Method for Laboratory Determination of Water (Moisture) Content of Soil and Rock by Mass. d. ASTM D2487 - Test Method for Classification of Soils for Engineering Purposes (Unified Soil Classification). e. ASTM D6938—Standard Test Method for In-Place Density and Water Content of Soil and Soil-Aggregate by Nuclear Methods (Shallow Depth). f. ASTM D4318-Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. - • City of Salina MSWLF S C S b''C? .1A TERRA Section 02240 Earthwork Cell 19 Construction g. ASTM D5084 — Test Methods for Measurement of Hydraulic Conductivity of Saturated Porous Materials using a Flexible-Wall Permeameter. 02240.4 TOLERANCES A. Excavation and backfill grades will conform to the lines, grades, sections and elevations shown on the Construction Drawings. Grading tolerance for Cell 19 and leachate pond subgrade will be 0 to minus 0.2 foot. Grading tolerance for granular drainage layer and clay liner will be 0 to plus 0.2 foot. There is no negative grade tolerance for the soil liner and granular drainage layer thickness. The compacted soil liner and granular drainage layer thickness shall be at least two and one foot respectively, measured perpendicular to slope, as documented by survey measurements. Grading tolerances for earthwork outside of Cell 19 and the leachate pond limits are± 0.2 foot. 02240.5 MATERIALS A. General 1. All fill material must be approved by the CQA CONSULTANT. 2. Excavated materials from the project construction areas may be used as fill material as directed by the CQA CONSULTANT. 3. The final surface of all excavated areas and all areas designated to receive fill will be prepared and accepted in accordance with this section of the Technical Specifications. • The final surface will also be free of loose material, clods and any other debris including grade stakes and hubs. 4. Natural subgrade soils or compacted fill softened by frost, flooding, weather or any other natural or man-made events will be removed and replaced or recompacted in accordance with the requirements specified herein. 5. Fill will not be placed on snow, ice, or frozen ground surfaces. B. Subgrade Fill 1. Subgrade fill materials will refer to materials used for the construction of the Cell 19 or leachate pond subgrade. 2. Subgrade fill materials will be removed from the borrow area as directed by the OWNER or the CQA CONSULTANT. 3. The subgrade fill materials will be prepared by the CONTRACTOR and tested by the CQA CONSULTANT to verify compliance with the Technical Specifications and the Construction Drawings. 4. Subgrade fill soil will be free of debris, roots, organic matter, frozen matter, roots, wood, peat, cinders, rubbish, stones having any dimension greater than three (3) inches or any other deleterious materials. C. Compacted Soil Liner 1. Compacted soil liner materials will refer to materials used for the construction of the compacted soil liner in the leachate pond and Cell 19. 2. Compacted soil liner materials will be removed from the stockpile as directed by the OWNER and CQA CONSULTANT. City of Salina MSWLF 02240-2 OS:C SDA Ci'U;/11ME R&A°° • Section 02240 Earthwork Cell 19 Construction 3. The compacted soil liner materials will be moisture conditioned and installed by the CONTRACTOR and tested by the CQA CONSULTANT to verify compliance with the Test Pad Report, Technical Specifications and the Construction Drawings. 4. Compacted soil liner materials will be free of debris, roots, organic matter, frozen matter, roots, wood, peat, cinders, rubbish, stones having any dimension greater than two (2) inches or any other deleterious materials. Soil will be capable of being compacted to the minimum specified density and achieve the maximum allowable hydraulic conductivity (1 x 10'cm/sec). D. Structural Fill 1. Structural fill materials will refer to materials used for the construction of berms, roads, and backfilling the anchor trench. 2. Structural fill materials will be removed from the borrow area as directed by the OWNER or the CQA CONSULTANT. 3. The structural fill materials will be prepared by the CONTRACTOR and tested by the CQA CONSULTANT to verify compliance with the Technical Specifications and the Construction Drawings. 4. Structural fill materials will be free of debris, roots, organic matter, frozen matter, roots, wood, peat, cinders, rubbish, stones having any dimension greater than two (2) inches or any other deleterious materials. • E. Trench Backfill 1. Trench backfill materials will refer to the materials used for the construction of pipe trenches. 2. Backfill materials will be removed from the borrow area as directed by the OWNER or the CQA CONSTULTANT. 3. The backfill materials will be prepared by the CONTRACTOR and tested by the CQA CONSULTANT to verify compliance with the Technical Specifications and the Construction Drawings. 4. Structural fill materials will be free of debris, roots, organic matter, frozen matter, roots, wood, peat, cinders, rubbish, stones having any dimension greater than two (2) inches or any other deleterious materials. 02240.6 SURFACE DRAINAGE A. The CONTRACTOR will control grading around excavations to prevent surface water from flowing into excavation areas. CONTRACTOR shall drain or pump as required to continuously maintain all excavations and trenches free of water or mud from any source and . discharge to approved drains or drainage channels. B. The CONTRACTOR shall provide surface water diversion as needed at the CONTRACTOR'S expense, without obstructing current site water and traffic flow as directed by the OWNER. Drainage features will be removed at the CONTRACTOR'S expense if directed by the OWNER. 02240.7 EXCAVATION A. The CONTRACTOR shall excavate to elevations and dimensions necessary to complete construction as shown on the Construction Drawings. • S City of Salina MSWLF 02240-3 ;,`S C Section 02240 • Earthwork Cell 19 Construction B. All excavated materials will be segregated and stockpiled or disposed on-site in accordance with the Technical Specifications and Construction Drawings as directed by the OWNER or ENGINEER. C. The CONTRACTOR shall implement erosion control measures for soil stockpiles in accordance to the site specific Stormwater Pollution Prevention Plan (SWPPP). Stockpiles will be graded to provide positive drainage at all times. D. The CONTRACTOR shall apply water as needed to the project construction areas to minimize airborne dust as directed by the OWNER or ENGINEER. E. The CONTRACTOR shall excavate all loose soil materials (e.g., colluvium, alluvium, or landslide debris) from any area to receive backfill. The OWNER or ENGINEER will determine the extent of over-excavation required. F. The final surface of all excavated areas and all areas designated to receive fill will be prepared, proof-rolled and accepted by the CQA CONSULTANT in accordance with the Technical Specifications. G. The final surface of all excavated areas and all areas designated to receive fill will be free of loose material, clods and any other debris including grade stakes and hubs. 02240.8 PLACEMENT AND COMPACTION A. The OWNER and CQA CONSULTANT will be notified forty eight (48) hours prior to CONTRACTOR placing any fill material. B. The CONTRACTOR shall place and compact fill in accordance with industry standard construction practices and procedures. C. Hauling and spreading equipment will not be considered compaction equipment. D. Exposed areas to receive fill, backfill, or embankment shall be proofrolled to detect localized zones of excessively wet, unstable, organic, or low bearing capacity materials to the extent as follows: 1. Proofroll as a single-pass operation with conventional compaction equipment during subgrade preparation and prior to placement of fill, and as a spot check process without. the need for complete coverage per unit area of tire. Soft spots shall be overexcavated, backfilled, and compacted with suitable material. E. The CONTRACTOR shall be responsible for maintaining proper lift thickness. The maximum loose lift thickness will not exceed eight(8)inches. F. Soil utilized for structural components shall be compacted to a minimum of 90 percent of the maximum dry density as determined by the testing performed in accordance with ASTM D698 by the CQA CONSULTANT. The compacted soil liner shall be compacted to at least 95 percent of the maximum dry density at a moisture content at or exceeding the optimum moisture content or as directed by the CQA CONSULTANT. G. Each accepted lift will be left rough or scarified at least two(2)inches before placing the next overlying lift. H. Final surfaces will be graded to the lines and elevations shown on the Construction Drawings. Final surfaces will be smooth drum rolled and be free of loose material, clods, and other debris including grade stakes and hubs. J. Compact each lift so that the in-place dry unit weight and moisture content are within the acceptable placement zone as indicated by the CQA CONSULTANT. The structural fill City of Salina MSWLF 02240-4 S C S=°A Q�U4,T E 13•&A Section 02240 Earthwork Cell 19 Construction material for the anchor trench backfill material will be nominally compacted to the satisfaction of the CQA CONSULTANT. K. Granular Drainage Layer 1. The CONTRACTOR shall place the granular drainage material so as not to damage the geomembrane or the cushion geotextile. Low ground pressure equipment(less than 5 psi ground pressure) shall be used to spread the granular drainage material. Any damage to the geomembrane or the geotextile will be repaired at the CONTRACTOR'S expense. 2. Drainage material ramps shall be provided for hauling equipment that does not meet the low ground pressure requirements. The haul ramps shall have a minimum of three feet of material above the geomembrane and geotextile. Only large radius turns by the haul trucks and other equipment shall be permitted as sharp turns may damage the underlying liner. 3. Drainage layer material can only be spread when the geomembrane is taut or stretched evenly over the base of the landfill. Drainage material shall not be placed over folds in the geomembrane. The drainage layer material shall not be spread when the geomembrane is elongated due to higher daytime temperatures and exposure to sun. The CONTRACTOR shall make provisions to cover the geomembrane under non elongated conditions. 4. Drainage Material shall be placed on the side slopes starting at the toe of the slope and working toward the top of the slope. CONTRACTOR shall not install granular drainage material at the top of slope working down. ***End of Section 02240*** City of Salina MSWLF 02240-5 :!S C S 71-R fk A> Section 02241 COMPACTED EARTHEN LINER 02241.1 SUMMARY A. This Section describes Work necessary to construct a minimum 2-foot thick minimum compacted earthen liner, including all filling, backfilling, sorting, moisture conditioning, processing, compacting, and all related items necessary to complete the Work indicated or specified. B. Related Work Specified Elsewhere 1. Earthwork: SECTION 02240. 02241.2 REFERENCES A. American Society for Testing and Materials (ASTM): a. D698 Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort(12,400 ftlbf/ft3(600 kNm/m3)). b. D2216 — Test Methods for Laboratory Determination of Water (Moisture) Content of Soil and Rock by Mass. c. D6938 — Test Method for In-Place Density and Water Content of Soil and Soil- Aggregate by Nuclear Methods (Shallow Depth). d. D5084 — Test Methods for Measurement of Hydraulic Conductivity of Saturated Porous Materials Using a Flexible Wall Permeameter. 02241.3 SUBMITTALS AND CONSTRUCTION RECORDS A. Submittals: 1. CONTRACTOR shall submit a proposed equipment list for installing compacted clay liner to the ENGINEER for approval prior to mobilizing to the site. 2. A detailed plan for moisture conditioning, placing, processing, compacting,.final grading, and maintaining the compacted earthen liner. This plan shall include, but is not limited to, the following information: a. Listing of the proposed types, manufacturer, and model number of the placement and moisture conditioning equipment, along with a detailed description of placement and moisture conditioning methods. Methods of grade and lift thickness control should be discussed in detail. b. A listing of the proposed processing equipment, including manufacturer and model number, and a detailed description of the processing procedure. c. A listing of the proposed compaction equipment, including manufacturer and model number, and a detailed description of compaction methods. d. A detailed description of final grading equipment, including manufacturer and model number, and procedures for final grading of the compacted soil liner surface and preparation of the surface for geomembrane liner placement. e. A detailed description of the proposed methods and equipment for maintenance and protection of the compacted earthen liner surface from desiccation, freezing, and other damaging events. City of Salina MSWLF S C SF:`A Q 11/A.i;;E R&A1'z Section 02241 • Compacted Earthen Liner Cell 19 Construction B. Construction Records: 1. Survey information as described in this Section. 02241.4 EARTHEN LINER MATERIAL A. The earthen liner shall be compacted within the acceptable moisture and dry density placement zone as determined by the CQA CONSULTANT based on laboratory test results. Typical compaction requirements are greater than or equal to 95 percent of maximum dry density as determined by the Standard Proctor Test at moisture content greater than the optimum water content. The anticipated moisture and density placement range and historical test results for the material are included for information in the bid package. The placement zone may be revised by the CQA CONSULTANT based on additional laboratory test results. B. The earthen liner material shall have a maximum particle size of 2 inches in any dimension, and shall be kept free of all organic matter and foreign debris at the time of placement. .. 02241.5 EQUIPMENT A. Equipment for compacting and shaping the compacted earthen liner shall, at a minimum, consist of the following: • 1. A 12-inch pull behind disc to breakdown and moisture condition the soil material. 2. A footed drum roller imparting a kneading action to the soil material, with a foot length of at least 7.5 inches or the loose lift thickness, whichever is greater, and having a minimum static weight of 40,000 pounds. 3. A smooth steel drum roller for shaping the compacted soil surface prior to placement of the geomembrane liner. 02241.6 EARTHEN LINER SUBGRADE A. Excavate or backfill as required to construct subgrade to the elevations and grades indicated on the Construction Drawings. B. Scarify or disc subgrade to a minimum depth of 6 inches, if necessary, to remove unacceptable large particles. C. Compact scarified or disked subgrade and proof roll unscarified subgrade with a loaded haul truck or scraper having a minimum single axle weight of 10 tons. Compaction shall continue until the surface is relatively even, rutting depth is less than 2 inches, and pumping does not occur. Areas where pumping or rutting is in excess of 2 inches with proofrolling, or continues to occur with compaction, shall be undercut, backfilled with suitable materials, and compacted until deficient conditions are corrected. D. Subgrade material shall not have rock or gravel particles larger than 6 inches in any - dimension within the upper 6 inches. E. Construction of the compacted earthen liner shall not begin until the subgrade has been prepared in accordance with these Specifications and approved by the Owner and CQA CONSULTANT. 02241.7 EARTHEN LINER PLACEMENT A. Construct compacted earthen liner to the contours and elevations indicated on the Construction Drawings. City of Salina MSWLF 02241-2 S'C.?S A Q L1 A`Y=E;R Section 02241 Compacted Earthen Liner Cell 19 Construction B. The compacted earthen liner shall be developed, in general, by compacting successive 6-inch thick layers (maximum compacted lift thickness) of approved soil material for a total compacted earthen liner thickness of not less than 2 feet. C. Compacted earthen liner material shall be placed in loose lifts not exceeding 8 inches in thickness. D. Final compacted thickness of each lift shall not be greater than 6 inches. E. Compact each lift so that the in-place dry unit weight and moisture content are within the acceptable placement zone as indicated by the CQA CONSULTANT. F. Adjust moisture content of compacted earthen liner material as follows: 1. In amounts less than 2% after placement, but prior to processing and compaction. Moisture content may be adjusted less than 2% during the processing stage, if the processing equipment allows for direct addition of water and processing equipment will produce a uniformly mixed material with even moisture distribution. 2. In amounts greater than 2%: a. Prior to placement at a separate location. b. In a maximum 12-inch thick layer of material. c. With tilling equipment such that the compacted earthen liner material will wet or dry evenly. 3. With a distributor bar or other approved equipment that will distribute moisture evenly and at a constant rate. G. Stagger horizontal joints between overlying and underlying lifts a minimum of 5 feet. H. Protect soil liner from damage caused by freezing, desiccation or other harsh exposure conditions. Geomembrane installation and gravel drainage layer installation shall be sequenced appropriately to minimize the potential for damage caused by freezing, desiccation or other harsh exposure conditions. Damaged compacted soil liner material shall be repaired at the CONTRACTOR'S expense including removal and reinstallation of any overlying geosynthetic and/or drainage layers. I. Protect the compacted earthen liner after placement of the final lift so that the in-place dry unit weight and moisture content are maintained within the acceptable placement zone until the final lift is covered by the geomembrane liner. J. If the soil liner is damaged by weather exposure, remove the damaged material, adjust the moisture content if required, and recompact to meet the requirements of this Specification. K. The final surface lift shall not contain rock or stone particles larger than 2 inches in maximum dimension. 02241.8 FIELD QUALITY ASSURANCE/QUALITY CONTROL A. Quality Assurance: 1. A CQA CONSULTANT has been retained by the OWNER to monitor CONTRACTOR'S compliance with the Construction Drawings and Specifications. The CQA CONSULTANT is also required to monitor compliance with the CQA Plan. The CQA Plan is included for review with these technical specifications. 2. The CQA CONSULTANT will perform the tests prescribed in the CQA plan to determine conformance with project specifications and specified density and hydraulic conductivity relationships. City of Salina MSWLF 02241-3 ES'C--S Af?U Ai E RiR A Section 02241 Compacted Earthen Liner ' Cell 19 Construction 3. Method of test may be any of the following: a. Density and Unit Weight by Sand Cone, ASTM DI556. b. Density and Unit Weight by Balloon, ASTM D2I67. c. Density and Water Content by Nuclear Methods,ASTM D6938. d. Density of Soil in Place by Drive-Cylinder, ASTM D2937. B. Quality Control: 1. Perform quality control testing considered necessary to permit completion of the Work in compliance with these Specifications. 2. Rework areas identified by the CQA CONSULTANT as not meeting the project specifications or placement criteria until those areas satisfy the project specifications or - placement criteria as indicated by the CQA CONSULTANT. ***End of Section 02241*** • • City of Salina MSWLF 02241-4 ' "C V d Ct'U A71;R'tF=A;: 4 Section 02250 GEOTEXTILE • 02250.1 SUMMARY A. This section describes the material and placement requirements for the geotextile associated with Cell 19 Construction. B. The geotextile associated with Cell 19 Construction shall be supplied and installed by the CONTRACTOR. C. The 8 oz/yd2 non-woven cushion geotextile shall be installed around the 2-inch clean gravel and perforated pipe in the leachate collection trench 02250.2 RELATED SECTIONS A. Section 02600 HIGH DENSITY POLYETHYLENE (HDPE) GEOMEMBRANE B. Section 02300 GEOCOMPOSITE 02250.3 QUALITY ASSURANCE AND QUALITY CONTROL A. Quality control material testing shall be provided by the GEOSYNTHETICS MANUFACTURER and shall be in accordance with these Technical Specifications. Conformance sampling shall be completed at a minimum frequency of one sample every 100,000 square feet or one per lot of geotextile delivered, and will be performed before shipment to the Project Site. B. American Society for Testing and Materials (ASTM) most current versions: 1. ASTM D5261, Standard Test Method for Measuring Mass per Unit Area of Geotextiles 2. ASTM D4632, Standard Test Method for Grab Breaking Load and Elongation of Geotextiles 3. ASTM D4533, Standard Test Method for Trapezoidal Tearing Strength of Geotextiles 4. ASTM D4833, Standard Test Method for Index Puncture Resistance of Geomembranes and Related Products 5. ASTM D4491, Standard Test Methods for Water Permeability of Geotextiles by Permittivity 6. ASTM D4751, Standard Test Method for Determining Apparent Opening Size of a Geotextile 7. ASTM D4354, Standard Practice for Sampling of Geosynthetics for Testing 8. ASTM D4759, Standard Practice for Determining the Specifications Conformance of Geosynthetics 9. ASTM D4355, Standard Test Method for Deterioration of Geotextiles by Exposure to Light, Moisture and Heat in a Xenon Arc Type Apparatus C. Geosynthetic Institute 1. GRI Test Method GT12(a) - ASTM Version, Test Methods and Properties for Nonwoven Geotextiles Used as Protection (or Cushioning) Materials 2. GRI Test Method GT13(a) - ASTM Version, Test Methods and Properties for Geotextiles Used as Separation Between Subgrade Soil and Aggregate City of Salina MSWLF S'CSS Ai.Q=U IC €E,R R:As. • Section 02250 Geotextile Cell 19 Construction 02250.4 SUBMITTALS A. Material/product verification data and quality control test results shall be submitted to the ENGINEER including: 1. Manufacturer's specifications and installation recommendations for the geotextile. • 2. Quality control certificates signed by a responsible entity employed by geotextile manufacturer. Each quality control certificate shall include roll identification numbers, testing procedures, and results of quality control tests. 02250.5 GENERAL A. Geotextile Requirements: 1. Furnish materials that meets or exceeds criteria as follows: a. 8 oz/yd2 non-woven filter geotextile shall meet or exceed GRI GT13(a)Class I 2. Geotextile shall be stock products. The supplier shall not furnish products specifically manufactured to meet the requirements. 3. Geotextile shall be comprised of polymeric yarns, or fibers, oriented into a stable network which retains its structure during handling and placement. 4. The geotextile shall be stored in the original, unopened wrapping in a dry area and protected from precipitation and direct sun light. The material shall be stored above the ground surface and beneath a roof or other protective covering. 5. The CONTRACTOR shall submit a material certification signed by the geotextile manufacturer stating the product performance data and the product specifications to the ENGINEER for approval before installation. 02250.6 INSTALLATION A. The geotextile shall be installed in the areas shown on the Construction Drawings. B. The geotextile shall be installed and seamed (sewn) in accordance with the manufacturer's specifications, procedures and recommendations, as reviewed by the • ENGINEER. Geotextile panels shall be overlapped along all edges a minimum of 6 inches after being sewn. C. Geotextile that is torn or otherwise damaged shall not be used. D. The thread shall be polymeric thread with chemical resistance equal to or exceeding that of the geotextile and of such color that it is easily distinguished from the geotextile. E. Geotextile shall be covered as soon as practical to protect it from ultraviolet light damage. F. In the presence of wind, all geotextiles shall be weighted by sandbags or approved equivalent. G. Adhere to the following stipulations while working on or near geotextile: 1. No smoking shall be allowed. 2. No glass or metal containers or other sharp objects shall be used. 3. No construction installation equipment shall pass over any exposed fabric surface. 4. Remove snow and water from the ground surface prior to fabric installation. 5. Placement of the cover and/or drainage aggregate materials shall be by low pressure equipment (55 psi). Place cover soil in the direction of seam overlaps and in a manner that does not pull, separate, or puncture geotextile. Spreading and/or hauling City of Salina MSWLF 02250-2 ;y5 C Sf 4Q U A ,E;R&A • Section 02250 Geotextile Cell 19 Construction equipment shall not be allowed to make sudden stops or sharp turns when spreading cover. 02250.7 ACCEPTANCE H. The CONTRACTOR retains ownership and responsibility for geotextile until accepted by OWNER and ENGINEER. OWNER shall accept geotextile only when the following are completed: 1. Installation of geotextile, or section(s)thereof. 2. All quality control documentation for installation is complete. 3. Verification of adequacy of field seams and repairs. 4. Recommended acceptance by ENGINEER. ***End of Section 02250*** City of Salina MSWLF 02250-3 S eS Q Q U AT E R RWI • • Section 02279 GEOSYNTHETIC CLAY LINER 02279.1 SUMMARY A. This Section describes the material and placement requirements for the completion of the geosynthetic clay liner(GCL) installation as shown on the Construction Drawings. 02279.2 REFERENCES A. American Society for Testing and Materials (ASTM) most current versions: 1. ASTM 05890—Standard Test Method for Swell Index of Clay Mineral Component of Geosynthetic Clay Liners. 2. ASTM D5891 — Standard Test Method for Fluid Loss of Clay Component of Geosynthetic Clay Liners. 3. ASTM D5993 —Standard Test Method for Measuring Mass per Unit for Geosynthetic Clay Liners. 4. ASTM D463 — Standard Test Method for Grab Breaking Load and Elongation of Geotextiles. 5. ASTM D6768 — Standard Test Method for Tensile Strength of Geosynthetic Clay Liners. 6. ASTM D6496 — Standard Test Method for Determining Average Bonding Peel Strength Between the Top and Bottom Layers of Needle-Punched Geosynthetic Clay Liners. 7. ASTM D5887 — Standard Test Method for Measurement of Index Flux through Saturated Geosynthetic Clay Liner Specimens Using a Flexible Wall Permeameter. 8. ASTM D5321 — Standard Test Method for Determining the Coefficient of Soil and Geosynthetic or Geosynthetic and Geosynthetic Friction by the Direct Shear Method. 9. ASTM D6243 — Standard Test Method for Determining the Internal and Interface Shear Resistance of Geosynthetic Clay Liner by the Direct Shear Method. 02279.3 RELATED SECTIONS A. Section 02241 COMPACTED EARTHEN LINER B. Section 02250 GEOTEXTILE C. Section 02300 GEOCOMPOSITE D. Section 02600 HDPE GEOMEMBRANE 02279.4 QUALIFICATIONS A. GCL MANUFACTURER must have produced at least 300 million square feet of GCL within the past three years. The manufacturing facility must have produced at least 200 million square feet of GCL within the past 5 years in order to ensure consistency in • material and workmanship. B. The GCL INSTALLER must either have installed at least 1 million square feet of GCL, or must provide to the ENGINEER satisfactory evidence, through similar experience in the installation of other type s of geosynthetics, that the GCL will be installed in a competent, professional manner. City of Salina MSWLF C".:NS/U,47 R 4 Section 02279 Geosynthetic Clay Liner Cell 19 Construction 02279.5 QUALITY ASSURANCE AND QUALITY CONTROL A. Quality control testing of the GCL shall be provided by the GCL MANUFACTURER in accordance with GRI-GCL3 and these Technical Specifications. B. The OWNER will retain the CQA CONSULTANT to perform CQA for the project. The CQA CONSULTANT will monitor and document the work completed by the CONTRACTOR. Performance criteria set forth in the Technical Specifications, CONTRACTOR'S CQA plan, manufacturer's recommendation, and as shown on the Construction Drawing shall be the standard for the Work to be performed by the CONTRACTOR. C. The CONTRACTOR shall be responsible for removing and replacing nonconforming GCL materials that do not meet the requirements of these Technical Specifications and the Construction Drawings at no additional cost to the OWNER. 02279.6 SUBMITTALS A. Material/product verification data and quality control test results shall be submitted by the CONTRACTOR to the ENGINEER. The quality control certificates pertaining to manufactured GCL shall be provided by the CONTRACTOR to the ENGINEER prior to any GCL installation. The ENGINEER shall review the test results for completeness and for compliance with the required minimum properties for the manufactured GCL in this section. Materials and rolls which are in noncompliance with the minimum required properties shall be rejected. 1. The CONTRACTOR shall submit the following for approval, prior to GCL deployment: a. Manufacturer's specifications for the GCL, which includes the properties measured and the test methods. b. Written certification that minimum values given in GCL manufacturer's specification are guaranteed by GCL manufacturer. c. Quality control certificates, signed by a responsible entity employed by the GCL manufacturer. Each quality control certificate shall include roll identification numbers, testing procedures and results of quality control tests. 2. The CONTRACTOR shall submit the following for approval, as GCL installation proceeds: a. Surface acceptance certificates, signed daily by the CONTRACTOR for each area that will be covered by GCL in that day's operation. b. The CONTRACTOR shall provide the ENGINEER with daily reports of: The total quantity and location of GCL placed. ii. Total number and location of seams completed and seamer's and units used. iii. Changes in layout drawings. iv. Location and results of repairs 02279.7 GCL MATERIALS A. The GCL shall consist of a granular sodium bentonite clay layer encapsulated by two reinforced, non-woven geotextiles. B. The GCL shall be manufactured of first quality newly produced raw materials. C. The GCL, as manufactured, shall meet or exceed the following properties: City of Salina MSWLF 02279-2 S C;, A,Q UTA,T E S&A Section 02279 Geosynthetic Clay Liner Cell 19 Construction IATERI,4L PROPERTYr ST METHODr " T S�T` REQU CY� QU RE.D VALU ES� r EOTEXTILE`,PROPERTIES(TOP;AND BOTTOM).k 4, s' '" Z 'a Nonwoven, Mass/Unit Area ASTM D 5261 1 1/25,000 yd2(1/20,000m2) J 6.0 oz/yd2 MARV' ,rc: r` -S4:} ri Mks+- , ,- , b`S ;BENTONITUA94/3ERTIS u u r,,, t m ` ,t ,,, k r s: �` r v , Swell Index ASTM D5890 1/100,000 lb(1/50,000 kg) 24 mU2g min. Fluid Loss ASTM D5891 1/100,000 lb(1/50,000 kg) 18 mL max. Mass/Area ASTM D5993 1/5,000 yd2(1/4,000 m2) 0.75 lb/ft2 min. Mass/Area ASTM D 5993 1/5,000 yd2(1/4,000 m2) 0.81 lb/ft2 Tensile Strength ASTM D6768 25,000 yd2(20,000 m2) 23 lbs/in Peel Strength ASTM D6496 1/5,000 yd2(1/4,000 m2) 2.1 lb/in Moisture Content ASTM D5993 1/5,000 yd2(1/4,000 m2) 35%max. Index Flux ASTM D5887 30,000 yd2(25,000 m2) 1 x 10-6 cm/sec max Permeability(cm/sec) ASTM D5887 30,000 yd2(25,000 m2) 5 x 10"9 max v Internal Shear Strength ASTM D 6243 Periodically 500 psf Typical 'Minimum Average Roll Value D. The mass of GCL and bentonite, as listed in the table above, shall be measured after oven drying per the stated test method. E. Test results and certification shall be submitted to the ENGINEER for approval prior to delivery of the GCL to the Project Site. Alternate testing methods may be used with prior approval by the ENGINEER. 02279.8 MATERIAL DELIVERY AND PROTECTION A. Transportation of the GCL shall be the responsibility of the GCL MANUFACTURER. The GCL MANUFACTURER shall be liable for all damages to the materials incurred prior to and during transportation to the site. B. The GCL shall be supplied in rolls wrapped in relatively impermeable and opaque protective covers and marked or tagged with the following information: 1. Manufacturer's name. 2. Product identification. 3. Lot or batch number. 4. Roil number. 5. Roll dimensions. C. Handling, storage, and care of the GCL, prior to and following installation, is the responsibility of the CONTRACTOR, until final acceptance of the WORK by the OWNER. D. The GCL shall be protected from moisture, excessive heat or cold, puncture, or other damaging or deleterious conditions. The GCL shall be stored off the ground, out of direct sunlight, and protected from precipitation. Any additional storage procedures required by the manufacturer shall be the CONTRACTOR'S responsibility. E. The CONTRACTOR shall use all means necessary to protect all prior work, and all materials and completed work of other Sections. City of Salina MSWLF 02279-3 S C 5 ;`fit f�U AT E R,R At ,.z Section 02279 Geosynthetic Clay Liner Cell 19 Construction F. In the event of damage, the CONTRACTOR shall immediately make all repairs and replacements necessary to the approval of the QA/QC CONSULTANT at no additional cost to the OWNER. G. The CONTRACTOR shall place all materials above the GCL.in such a manner as to• ensure that the GCL is not damaged. H. Equipment that can damage the GCL shall not travel directly on it. Acceptable installation shall be accomplished by unrolling the GCL in front of backwards-moving equipment. 02279.9 GCL INSTALLATION A. The field-erected drawings showing GCL panel layout shall be submitted by the. CONTRACTOR and approved the ENGINEER prior to GCL installation. B. Prior to installing the GCL, the CONTRACTOR shall carefully inspect the installed work of all other Sections and verify that all work is complete to the point where the installation of this Section may properly commence without adverse impact. If the CONTRACTOR has any concerns regarding the installed work of other Sections, the ENGINEER shall be notified in writing or the installation of the GCL panels will be construed as CONTRACTOR'S acceptance of the related work of all other Sections. C. The GCL shall be installed as soon as possible and in accordance with the Construction Drawings and as indicated by the manufacturer, ENGINEER, or QA/QC CONSULTANT. D. The CONTRACTOR shall handle all GCLs in such a manner as to ensure they are not damaged in any way. E. The GCL shall not be installed until the thickness of the compacted earthen liner is verified and approved by the ENGINEER. Before placing the GCL, the subgrade surface must be prepared in accordance with the project specifications. The finished surface should be firm and unyielding, without abrupt elevation changes, voids, cracks, vegetation, sharp-edged rocks,• construction debris, ice, or standing water. During placement, care shall be taken not to entrap stones, or moisture under the GCL. Care shall be taken not to walk on or drag equipment across the exposed GCL. F. Any GCL damaged by stones or other foreign objects, or installation activities shall be replaced at no additional cost to the OWNER. G. The GCL shall be installed by using a rubber-tired fork lift equipped with a spreader bar. Smooth rolling of the compacted earthen liner surface may be necessary to remove tire: tracks of the rubber-tired fork lift prior to GCL placement. H. The GCL should be placed so that seams are parallel to the direction of the slope: End-of-panel seams should also be located at least 3 ft (1m) from the toe and crest of slopes. GCL rolls shall not be released on the slope and allowed to unroll freely by gravity. J. The orientation of the GCL (i.e., which side faces up) shall be in accordance with the manufacturer's recommendations or as directed by the ENGINEER. K. The GCL shall not be installed on a saturated subgrade or on standing water. The GCL shall be installed in a way that prevents hydration of the mat prior to completion of construction of the liner system. L. GCLs shall be cut using a utility blade in a manner recommended by the manufacturer. Care should be taken to prevent damage to any underlying liner system components during cutting. • City of Salina MSWLF 02279-4 -4S C S A Q?Cl l(i ER'E.* Section 02279 Geosynthetic Clay Liner Cell 19 Construction M. The GCL shall not be installed during precipitation, high winds or other conditions that may cause hydration of or damage to the GCL. N. All GCL panels should lie flat, with no wrinkles or folds, especially at the exposed edges of the panels. O. In the presence of wind, GCL panels shall be sufficiently weighted with sandbags or other approved methods. Sandbags shall be installed during placement and remain until placement of overlying material P. The end of the GCL panels at the top of side slopes shall be placed in an anchor trench as shown on the Construction Drawings. The front edge of the anchor trench shall be rounded so as to eliminate any sharp corners. Loose soil should be removed from the floor of the anchor trench. The GCL should cover the entire trench floor, but should not extend up the rear trench wall. ; Q. Unless otherwise directed by the ENGINEER, geomembrane installation shall immediately follow the GCL installation. All GCL that is placed during a day's work shall be covered with geomembrane before the CONTRACTOR leaves the site at the end of the day. Geomembrane shall not be placed on a GCL which is hydrated. R. All geomembrane seams shall be welded after each geomembrane panel is placed. Heat sealing of the seam alone is not acceptable unless approved by the ENGINEER. S. All geomembrane defects and destructive sample locations above a GCL shall be immediately repaired. T. All hydrated GCL shall be removed and replaced with new material by the CONTRACTOR at no additional cost to the OWNER. U. Overlaps 1. All GCL panels shall be overlapped. Along the length of the mat, the overlap shall be a minimum of six (6) inches or as specified by the manufacturer. End-of-panel overlapped seams shall be overlapped 24 inches or as specified by the manufacturer. The edges of the GCL panels should be adjusted to smooth out any wrinkles, creases, or "fishmouths" in order to maximize contact with the underlying panel. 2. The overlaps shall not be nailed or stapled to the underlying materials. • 3. To facilitate drainage in the event of precipitation, panels shall be placed from the highest to the lowest elevation within the area to be lined. Up-slope panels shall be shingled over down-slope panels in order that flow is over the seam and not into the seam. 4. After panels are placed, proper overlap orientation shall be established and the edge of the panel shall be pulled back to expose the overlap zone. Any soil or other deleterious material present in the overlap zone shall be removed. For needle- punched non-woven geotextile GCLs, a fillet of granular bentonite, Volclay 7, or other sealing material acceptable to the ENGINEER shall be poured in a continuous manner along the overlap zone at a rate of at least 0.25 pound per lineal foot. 02279.10 REPAIRS A. Any holes or tears in the GCL shall be repaired by placing a GCL patch over the hole; the patch shall overlap the edges of the hole or tear by at least 12 inches in all directions. The patch may be secured with a water-based adhesive approved by the manufacturer. B. Care shall be taken to remove any soil or other material which may have penetrated the torn GCL. • City of Salina MSWLF 02279-5 , s Section 02279 Geosynthetic Clay Liner Cell 19 Construction C. All repairs shall be made at no additional cost to the OWNER. D. Patches shall not be nailed or stapled. ***END OF SECTION 02279*** • City of Salina MSWLF 02279-6 'tSC S,.-sA QiU AT E RI[t`A Section 02300 GEOCOMPOSITE 02300.1 SUMMARY A. This Section includes double-sided 250 mil geocomposite for use above the geomembrane liner within the cell if the sand drainage layer hydraulic conductivity is between 1x10-2 cm/sec and 1x10 cm/sec. Geocomposite is used above the first geomembrane liner in the leachate pond. B. Related Work Specified Elsewhere: 1. Section 02250 Geotextile 2. Section 02600 HIGH DENSITY POLYETHYLENE (HDPE) GEOMEMBRANE 02300.2 REFERENCES A. American Society for Testing and Materials (ASTM) 1. D 1505-98 Standard Test Method for Density of Plastics by the Density-Gradient Technique 2. D 1603-94 Standard Test Method for Carbon Black in Olefin Plastics 3. D 4355-02 Standard Test Method for Deterioration of Geotextiles by Exposure to Light, Moisture and Heat in a Xenon Arc Type Apparatus 4. D 4491-99 Standard Test Method for Water Permeability of Geotextiles by Permittivity 5. D 4716-00 Standard Test Method for Determining the (In-Plane) Flow Rate Per Unit 6. D 4751-99 Standard Test Method for Determining Apparent Opening Size of a Geotextile 7. D 4833-88 (1996) Standard Test Method for Index Puncture Resistance of Geotextiles, Geomembranes and Related Products 8. D 5261-92 (1996) Standard Test Method for Measuring the Mass Per Unit Area of Geotextiles 9. D7005-03 Determining The Bond Strength (Ply-Adhesion)of Geocomposites B. Relevant publications from the Environmental Protection Agency(EPA): 1. Daniel, D.E. and R.M. Koerner, (1993), Technical Guidance Document: Quality Assurance and Quality Control for Waste Containment Facilities, EPA/600/R-93/182. 02300.3 SUBMITTALS A. Submit as specified in Section 01340 (Submittals). B. Includes, but not limited to, the following: 1. Product Data: Specifications, installation instructions, and general recommendations from materials manufacturer of geocomposite. Specification sheets shall give full details of minimum physical properties and test methods used. 2. Geocomposite manufacturer's quality control certificates for each roll of geocomposite delivered to the Project Site. The quality control certificates shall be City of Salina MSWLF s c,t Q U t T E R•R Section 02300 • Geocomposite Cell 19 Construction submitted prior to installation and include material properties listed in the table included in Section 02300.6. 3. Geocomposite installer's quality control manual describing method of documenting placement, seaming, laps, and related items. 02300.4 QUALITY ASSURANCE A. Conformance sampling may be arranged by the QA/QC CONSULTANT for the rolls delivered to the site. For this purpose, the QA/QC CONSULTANT shall take a sample three feet by the roll width. The sample shall be properly marked, wrapped and sent to an independent laboratory for conformance testing. 1. Conformance testing of the geocomposite may include, but not be limited to: a. Mass/Unit Area: ASTM D5261-92. b. Tensile Properties: ASTM D5035-95. c. Thickness: ASTM D5199-99. d. Transmissivity: ASTM D4716-00. e. Determination of Adhesion and Bond Strength of Geocomposites: GRI GC-7. f. Percent Carbon Black:ASTM D1603-94. g. Density: ASTM D1505-98. h. UV Resistance: ASTM D4355-02. Permeability: ASTM D4491-99. j. Apparent Opening Size: ASTM D4751-99. k. Puncture Resistance: ASTM D4833-88. 2. QA/QC CONSULTANT may revise the test methods used for determination of conformance properties to allow for use of improved methods. • B. All geocomposite conformance test data as well as geocomposite manufacturer quality control testing shall meet or exceed requirements of this Section. Any materials that do not conform to these requirements shall be retested or rejected at the direction of QA/QC CONSULTANT. 1. Geocomposite that is rejected shall be removed from the Project Site and replaced at Contractor's expense. Sampling and conformance testing of the geocomposite supplied, as required for rejected material, shall be performed by QA/QC CONSULTANT at Contractor's expense. C. Owner will furnish, as part of the engineering services contract, a Construction Quality Assurance (CQA) program. One or more CQA officers and technicians will be on-Site during the geocomposite installation. D. Contractor shall provide one or more Construction Quality Control (CQC) Managers to monitor installation, testing, and documentation. The QA/QC CONSULTANT will coordinate all activities relating to conformance testing and documentation. City of Salina MSWLF 02300-2 'IS G S.'?A Q1U Ai F REW Section 02300 Geocomposite Cell 19 Construction 02300.5 DELIVERY. STORAGE. AND HANDLING A. Receive, store, and handle the geocomposite materials as recommended by manufacturer. Cover all materials completely while stored at the Project Site prior to use. B. Damaged material on rolls shall be cut out and removed from the Project Site. 02300.6 GEOCOMPOSITE A. Shall be manufactured by extruding two crossing strands to form a bi-planar drainage net structure. B. Shall consist of geotextile heat-bonded to both sides of geonet as described below. No burning through geotextile will be permitted. C. Shall be manufactured of new, first quality products. D. Shall be free of tears, punctures, or contamination by foreign material. All such defects shall be repaired in a manner satisfactory to the QA/QC CONSULTANT. 1. Geotextile: Shall be in accordance with SECTION 02250. E. HDPE Geocomposite properties are as follows: Property Test Method HDPE Density(g/cm3) ASTM D 1505 >0.94 Melt Flow Index(g/10 min) ASTM D 1238 < 1.0 Geocomposite Transmissivity, gal/min/ft ASTM D4716 2.4 Ply Adhesion, lb/in GRI GC-7 1.0 Geonet core Transmissivity, gal/min/ft ASTM D4716 14.5 Thickness, mils ASTM D5199 250 Tensile Strength, lb/in ASTM D5035 55 Carbon Black Content, % ASTM D1603 2.0 Geotextile(prior to lamination) Mass per Unit Area, oz/yd2 ASTM D5261 6 Grab Tensile, lb ASTM D4632 160 Puncture Strength, lb ASTM D4833 435 Apparent Opening Size, US ASTM D4751 70 sieve Permittivity, sec'. ASTM D4491 1.5 Flow Rate, gpm/ft` ASTM D4491 110 UV Resistance, % retained ASTM D4355 70 02300.7 PREPARATION A. The surface should provide a firm, unyielding foundation for the fabric with no sudden, sharp, or abrupt changes or breaks in grade. B. Standing water or excessive moisture shall not be allowed. • City of Salina MSWLF 02300-3 S,C S A Q.UA:T E MA Section 02300 Geocomposite Cell 19 Construction 02300.8 INSTALLATION A. Material Placement: 1. The geocomposite roll should be installed in the direction of the slope and in the intended direction of flow unless otherwise specified by the ENGINEER. 2. In the presence of wind, all geocomposites shall be weighted down with sandbags or the equivalent. Such sandbags shall be used during placement and remain until replaced with cover material. 3. The geocomposite shall be properly anchored in the anchor trench to resist sliding. Anchor trench compacting equipment shall not come into direct contact with the geocomposite. 4. Heavy equipment shall not drive on the geocomposite. Fill shall be placed and spread over the geocomposite using low ground pressure equipment approved by the QA/QC CONSULTANT. • B. Seams and Overlaps: 1. Each component of the geocomposite will be secured or seamed to the like component at overlaps. 2. Geonet Components a. Adjacent edges of the geonet along the length of the geocomposite roll shall be placed with the edges of each geonet butted against each other. b. The overlaps shall be joined by typing the geonet structure with cable ties. These ties shall be spaced every 5 feet along the roll length. c. Adjoining geocomposite rolls (end to end) across the roll width should be shingled down in the direction of the slope, with the geonet portion of the top overlapping the geonet portion of the bottom geocomposite a minimum of 12 inches across the roll width. d. The geonet portion should be tied every 6 inches in the anchor trench or as specified by the QA/QC CONSULTANT. C. Repair: 1. Prior to covering the deployed geocomposite, each roll shall be inspected for damage resulting from construction. 2. Any rips,:tears or damaged areas on the deployed geocomposite shall be removed and patched. The patch shall be secured to the original geonet by tying every 6 inches with the approved tying devices. If the area to be repaired is more than 50 percent of the width of the panel, the damaged area shall be cut out and the two portions of the geonet shall be joined in accordance with this section. ***End of Section 02300*** • City of Salina MSWLF 02300-4 S S?A�Q UrAi E R;R A Section 02400 PVC MANHOLE LINER 02400.1 SUMMARY A. This section describes the material and placement requirements for the completion of the PVC manhole liner installation associated with the Cell 19 Construction as shown on the Construction Drawings. B. This specification covers the supply and installation of a flexible PVC sheet liner with locking. extensions in reinforced concrete manhole sections to effectively protect the exposed concrete surfaces from corrosion. To accomplish this, the liner must be continuous and free of pinholes both across the joints and in the liner itself. C. All work for and in connection with the installation of the lining in concrete manhole sections, and the field sealing and welding of joints, shall be done in strict conformity with all applicable specifications, instructions and recommendations of the lining manufacturer. 02400.2 MATERIAL A. Liner shall be Amer-Plate T-Lock as manufactured by Ameron Protective Linings Division, Brea, California or approved equal. B. Composition: 1. The material used in the liner, welding strips and other accessory items, shall be a combination of polyvinyl chloride resin, pigments and plasticizers, specially compounded to remain flexible. Polyvinyl chloride resin shall constitute not less than 99 percent, by weight, of the resin used in the formulation. Copolymer resins will not be permitted. C. Physical Properties: 1. All plastic liner plate sheets, welding strips and other accessory items, shall have the following physical properties when tested at 77° F +5°. Property Initial (Par.2.4) Tensile Strength 2200 psi min. 2100 psi min. Elongation at break 200% min.. 200% min. Shore durometer, Type D 1-sec. 50-60 +5 (with respect to initial test result) 10-sec. 35=50 ±5 Weight change +1.5% 2. Tensile specimens shall be prepared and tested in accordance with ASTM D412 using Die B. Weight change specimens shall be 1-inch by 3-inch samples. Specimens for testing of initial physical properties maybe taken from liner plate sheet and welding strip at any time prior to final acceptance of the work. 3. Liner plate locking extensions embedded in concrete shall withstand a test pull of at least 100 pounds per linear inch, applied perpendicularly to the concrete surface for a period of one minute, without rupture of the locking extensions or withdrawal from embedment. This test shall be made at a temperature of 70°-80° F inclusive. 4. All plastic liner plate sheets, including locking extensions, all joint, corner and welding strips shall be free of cracks, cleavages or other defects adversely affecting the protective City of Salina MSWLF $GS r+4SR LtAi°g R it AEA ' Section 02400 PVC Manhole Liner Cell 19 Construction characteristics of the material. The engineer may authorize the repair of such defects by approved methods. 5. The lining shall have good impact resistance, shall be flexible and shall have an elongation sufficient to bridge up to 1/4 -inch settling cracks, which may occur in the manhole wall or in the joint after installation, without damage to the lining. 6. The lining shall be repairable at any time during the life of the manhole. D. Chemical Resistance: 1. After conditioning to constant weight at 110° F, tensile specimens and weight change specimens shall be exposed to the following solutions for a period of 112 days at 77°F+5°. 2. At 28-day intervals, tensile specimens and weight change specimens shall be removed from each of the chemical solutions and tested in accordance with Paragraph 02400.2,C If any specimen fails to meet the 112-day exposure, the material will be subject to rejection. Chemical Solution Concentration Sulfuric acid 20% Sodium hydroxide 5% Ammonium hydroxide 5% Nitric acid 1% Ferric chloride 1% Bacteriological BOD not less than 700 ppm. E. Details and Dimensions of Basic Size of Sheets: 1. Liner sheets shall be a minimum of 0.065 inch in thickness. Locking extensions (T- shaped) of the same material as that of the liner shall be integrally extruded with the sheet. Locking extensions shall be approximately 2% inches apart and shall be at least 0.375-inch high. 2. Sheets shall have a nominal width of 48 inches and a length of not more than 24 feet. 3. Sheets not used for shop fabrication into larger sheets shall be shop tested for pinholes using an electrical spark tester set between 18,000 and 22,000 volts. Any holes shall be repaired and re-tested. F. Pipe Size Sheets and Accessories 1. Linings shall be supplied as pipe-size sheets, fabricated by shop-welding the basic-size sheets together. Shop welds shall be made by lapping sheets a minimum of% inch and applying heat and pressure to the lap to produce a continuous welded joint. Tensile • strength measured across shop-welded joints in accordance with ASTM D412 shall be at least 2000 psi. 2. If required, strap channels shall be 1-inch wide maximum and formed by removing the locking extensions so that a maximum of 3/16 inch remains. 3. Sheets also can be supplied in prefabricated, pipe-size tubular-shaped sheets, ready to lower onto the inner manhole section forms. These normally do not require the use of strap channels. 4. Transverse flaps may be provided at the ends of sheets. Locking extensions shall be removed from flaps so that a maximum of 1/32 inch of the base of the locking extension is left on the sheet. 5. Welding strips shall be approximately 1-inch wide with a minimum width of 7/8 inch. The edges of weld strips shall be beveled in the manufacturing process. Thickness of weld strip shall be a nominal 1/8 inch. 6. Joint strips for pipe shall be 4-inches wide with a minimum width of 3 3/4 inches. Thickness of joint strips shall be a nominal of 3/32 inch. 7. Prior to preparing the sheets for shipment, the sheets shall be tested for pinholes using an electrical spark tester set between 18,000 and 22,000 volts. Any holes shall be repaired and re-tested. • City of Salina MSWLF 02400-2 SC S A QU RTsEIttR A • Section 02400 PVC Manhole Liner Cell 19 Construction 02400.3 INSTALLATION A. General 1. Installation of the lining, including preheating of sheets in cold weather and the welding of all joints, shall be done in accordance with the recommendations of the liner manufacturer. 2. All interior surfaces of the concrete manhole sections shall be lined. 3. The lining shall be installed with the locking extensions running parallel with the longitudinal axis of the manhole section. 4. The lining shall be held snugly in place against inner forms. 5. Locking extensions shall terminate not more than 1 1/2 inches from the end of the inside surface of the pipe section. Joint flaps when used shall extend approximately 4 inches beyond the end of the inside surface. 6. Concrete placed against lining shall be vibrated, spaded or compacted in a careful manner so as to protect the lining and produce a dense, homogenous concrete, securely anchoring the locking extensions into the concrete. 7. In removing forms, care should be taken to protect the lining from damage. Sharp instruments shall not be used to pry forms from lined surfaces. When forms are removed, any nails that remain in the lining shall be pulled, without tearing the lining, and the resulting holes clearly marked. - _ 8. All nail and tie holes and all cut, torn and seriously abraded areas in the lining shall be patched. Patches made entirely with welding strip shall be fused to the liner over the entire patch area. Larger patched may consist of smooth liner sheet applied over the damaged area with adhesive. All edges must be covered with welding strip fused to the patch and the sound lining adjoining the damaged area. 9. Hot joint compounds, such as coal tar, shall not be poured or applied to the lining. 10. The contractor shall take all necessary measures to prevent damage to installed lining from equipment and materials used in or taken through the work. B. Application of Concrete Pipe Manhole Sections 1. The lining shall be set flush with the inner edge of the bell or spigot end of a manhole section and shall extend to the opposite end or to approximately 4 inches beyond the opposite end depending upon the type of lining joint to be made with the adjoining concrete section. • 2. Lined concrete manhole sections may be cured by standard.curing methods. 3. Care shall be exercised in handling, transporting and placing lined sections to prevent damage to the lining. No interior hooks or slings shall be used in lifting the sections. All • handling operations shall be done with an exterior sling or with a suitable fork lift. 4. On pipe having a 360° liner coverage, the longitudinal edges of the sheet shall be butt welded. When pipe tubes are furnished, these are shop-welded joints made in accordance with 2. E.1. 5. No manhole section with damaged lining will be accepted until the damage has been repaired to the satisfaction of the engineer. C. Field Joints Lining 1. The joint between sections of lined pipe shall be prepared in the following manner: a. Thejnside joint shall be filled and carefully pointed with cement mortar in such a manner that the mortar shall not, at any point, extend into the pipe beyond the straight line connecting the surfaces of the adjacent pipe sections: Section joints must be dry before lining joints are made. 2. -All mortar and other foreign material shall be removed from lining surfaces adjacent to the joint, leaving the surface clean and dry. 3. Field joints in the lining at section joints may be either of the following described types: ; a. Type P-1: . The joint shall be made with a separate 4-inch joint strip and two welding strips. The 4-inch joint strip shall be centered over the joint, heat-sealed to the • lining, then welded along each edge to adjacent liner sheets with a 1-inch weld strip. • The 4-inch joint strip shall lap over each sheet a minimum of Y2 inch. • City of Salina MS1h/LF 02400-3 Section 02400 PVC Manhole Liner Cell 19 Construction b. Type P-2: The joint shall be made with a joint flap with locking extensions removed per Paragraph 02400.2,F,4 and extending approximately 4 inches beyond the pipe end. The joint flap shall overlap the lining in the adjacent pipe section a minimum of 1/2 inch and be heat-sealed in place prior to welding. The field joint shall be completed by welding the flap to the lining of the adjacent pipe section using 1-inch weld strip. 4. Care shall be taken to protect the flap from damage. Excessive tension and distortion in bending back the flap to expose the pipe joint during laying and joint mortaring shall be avoided. At temperatures below 50° F, heating of the liner may be required to avoid damage. 5. The joint flap or strip on beveled pipe shall be trimmed to a width (measured from the end of the spigot)of approximately 4 inches for the entire circumferential length of the lining. 6. All welding of joints is to be in strict conformance with the specifications and instructions of the lining manufacturer. a. Welding shall fuse both sheets and weld strip together to provide continuous joint equal in corrosion resistance and impermeability to the liner plate. b. Hot-air welding tools shall provide effluent air to the sheets to be joined at a temperature between 500° and 600° F. Welding tools shall be held approximately 1/2 inch from and moved back and forth over the junction of the two materials to be joined. The welding tool shall be moved slowly enough as the weld progresses to cause a small bead of molten material to be visible along both edges and in front of the weld strip. 02400.4 SUBMITTALS A. Material/product verification data and quality control test results shall be submitted by the CONTRACTOR to the ENGINEER. The quality control certificates pertaining to manufactured PVC shall be provided by the manufacturer to the ENGINEER prior to any installation. The ENGINEER shall review the test results for completeness and for compliance with the required minimum properties for the manufactured material in this section. Materials which are in noncompliance with the minimum required properties shall be rejected. 1. The CONTRACTOR shall submit the following for approval, prior to installation. a. Manufacturer's specifications for the material, which includes the properties measured and the test methods. b. Written certification that minimum values given in manufacturer's specification are guaranteed by manufacturer. c. Quality control certificates, signed by a responsible entity employed by manufacturer. 02400.5 MATERIAL DELIVERY AND PROTECTION . A. Material shall be packaged and labeled prior to shipment to the project site. The label shall indicate the manufacturer, fabricator, thickness and identification number. During transportation the material shall be handled so that no damage is caused. The manufacturer shall be responsible for the material transportation. B. The storage of the material is the responsibility of the CONTRACTOR. The material shall be protected from direct sunlight and heat to prevent degradation of the material and adhesion of individual whorls of the roll. Adequate measures shall be taken to keep the material away from deteriorating sources such as theft and vandalism. On-site handling of the material is • City of Salina MSWLF 02400-4 SAQ;U AE`R_ A Section 02400 PVC Manhole Liner Cell 19 Construction the responsibility of the CONTRACTOR. Appropriate equipment shall be used in moving the rolls and methods for moving the rolls shall be reviewed and accepted by the ENGINEER. C. The PVC liner shall be free of pinholes and reasonably free from surface blemishes and other defects as judged by the ENGINEER. . 02400.6 ACCEPTANCE A. The CONTRACTOR retains ownership and responsibility for the material until accepted by the OWNER and ENGINEER. Any damage to the PVC liner shall be the sole responsibility of the CONTRACTOR. B. OWNER shall accept the PVC liner only when the following are completed: 1. Installation of PVC liner, or section thereof. 2. All CQA documentation for testing and installation is complete. 3. Verification of adequacy of field seams and repairs including associated testing. 4. Recommended acceptance by ENGINEER. ***End of Section 02400*** City of Salina MSWLF 02400-5 S C:St A,Q tJAY E RR It • Section 02520 FORCEMAIN 02520.1 SUMMARY A. This Section describes Work necessary to construct the forcemain in accordance with the requirements of the Contract Drawings and Technical Specifications. The latest revision at the time of the contract for all standards, specifications, and methods shall be used if cited without dates. 02520.2 RELATED SECTIONS A. Section 02240 EARTHWORK B. Section 02800 STRUCTURAL EXCAVATION AND BACKFILLING C. Section 15010 HDPE PIPING 02520.3 QUALITY ASSURANCE AND QUALITY CONTROL A. The CONTRACTOR will ensure that all MATERIAL SUPPLIERS shall provide polyethylene pipe, tubing, and fittings manufactured in accordance with Technical Specifications and local regulations. B. All materials that come in contact with leachate (including lubricants) shall be evaluated, tested and certified for compatibility. C. The MATERIAL SUPPLIERS for all pipe, tubing, and fittings supplied under this specification shall establish and qualify the heat fusion procedures for the joining of the materials related to the Technical Specifications. D. The MATERIAL SUPPLIERS shall be responsible for all costs associated with performing said material tests and qualifications. 02520.4 SUBMITTALS A. None 02520.5 MATERIAL DELIVERY AND PROTECTION A. The pipe, tubing, and fittings shall be homogeneous throughout and free of visible cracks, holes, foreign inclusions, blisters, dents or any other injurious defects as judged by the ENGINEER. The pipe, tubing, and fittings shall be as uniform as commercially practicable in • color, opacity, density, and other physical properties. 02520.6 PIPE INSTALLATION A. Adequate signs, guards, flashing warning lights, or other protective warning devices required by OSHA and any federal, state, or local laws shall be placed at the trench site for safety purposes and are the sole responsibility of the CONTRACTOR. All OSHA regulations and any federal, state, or local laws in regards to shoring of trenches during the installation process shall be followed by the CONTRACTOR and adherence to all applicable laws or regulations in regards to this matter is the sole responsibility of the CONTRACTOR. B. The location of all existing underground utilities in the areas of excavation Work must be determined before trenching is performed and must adhere to the following conditions: City of Salina MSWLF SIC S`'A*Q'U JI;7 E R R A`? A � .3 Section 02520 Forcemain 11'4 Cell 19 Construction Li 1. Existing utilities serving facilities occupied by the Owner or others must not be interrupted unless Owner or Owner's representative gives explicit written permission and only after acceptable temporary utility services have been provided. 2. No less than 72 hours notice must be given to the Owner or Owner's representative and ;F written authorization must be granted before the interruption of any utility service. C. All applicable OSHA regulations or any federal, state, or local laws shall be strictly adhered to =.t when cutting and joining polyethylene pipe, tubing, and fittings. A detailed safety guide shall be obtained from the fusion equipment manufacturer and equipment operators should read . and carefully follow this document before performing any fusion of pipe or fittings. D. Warning tape and tracer wire shall be installed directly above the forcemain pipe in accordance with Section 15010. ' '-• 02520.7 FIELD QUALITY ASSURANCE/QUALITY CONTROL A. Quality Control: <. 1. Perform quality control testing considered necessary to permit completion of the Work in compliance with these Specifications. 2. Rework areas identified by the OWNER or ENGINEER as not meeting the project specifications or placement criteria until those areas satisfy the project specifications or placement criteria as indicated by the OWNER or ENGINEER. 3. Testing of newly installed forcemain shall be tested in accordance with 15010.9 02520.8 ACCEPTANCE A. The CONTRACTOR retains ownership and responsibility for all material related to this section until accepted by the OWNER and ENGINEER. Any damage to the said material due to wind, rain, hail, or other weather condition shall be the sole responsibility of the CONTRACTOR. At OWNER'S and ENGINEER'S discretion, the material related to this section may be accepted in segments or at points of substantial completion. B. OWNER shall accept the installation of the materials related to this section only when the r .: following are completed: 1. Installation of pipe, tubing, and fittings or section thereof. 2. All Quality Control documentation for testing and installation is complete. 3. All flushing, hydrostatic pressure testing and other necessary tests of the distribution system are conducted. 4. Recommended acceptance by the ENGINEER. ***END OF SECTION 02520*** City of Salina MSWLF 02520-2 u,S C , sA°Q U AT E R V Ar' • Section 02600 HDPE GEOMEMBRANE • 02600.1 SUMMARY A. This section describes the material and placement requirements for the completion of the geomembrane installation associated with the Cell 19 Construction as shown on the Construction Drawings. B. The geomembrane associated with the Cell 19 Construction shall be supplied and installed by the CONTRACTOR. 02600.2 RELATED SECTIONS A. Section 02250 GEOTEXTILE B. Section 02279 GEOSYNTHETIC CLAY LINER C. Section 02300 GEOCOMPOSITE 02600.3 QUALITY ASSURANCE AND QUALITY CONTROL A. Quality control testing shall be provided by the geomembrane manufacturer in accordance with GRI-GM13 standards and these Technical Specifications. B. The OWNER will retain the QA/QC CONSULTANT to perform CQA for the project. The QA/QC CONSULTANT will monitor and. document the work completed by the CONTRACTOR. Performance criteria set forth in the Technical Specifications, CQA plan, manufacturer's recommendation, and as shown on the Construction Drawings and shall be the standard for the Work to be performed by the CONTRACTOR. C. The CONTRACTOR shall be responsible for removing and replacing nonconforming geomembrane materials that do not meet the requirements of the Technical Specifications and the Construction Drawings at no additional cost to the OWNER. D. American Society for Testing and Materials (ASTM)most current versions: 1. ASTM D1004 Standard Test Method for Tear Resistance (Graves Tear) of Plastic Film and Sheeting 2. ASTM D1505 Standard Test Method for Density of Plastics by the Density-Gradient Technique 3. ASTM D1603 Standard Test Method for Carbon Black Content in Olefin Plastics 4. ASTM D3895 Standard Test Method for Oxidative-Induction Time of Polyolefins by Differential Scanning Calorimetry 5. ASTM D4218 Standard Test Method for Determination of Carbon Black Content in Polyethylene Compounds By the Muffle-Furnace Technique 6. ASTM D4833 Standard Test Method for Index Puncture Resistance of Geomembranes and Related Products 7. ASTM D5199 Standard Test Method for Measuring the Nominal Thickness of Geosynthetics City of Salina MSWLF Scs aQ11;10ER;Rft1 Section 02600 HDPE Geomembrane Cell 19 Construction 8. ASTM D5397 Standard Test Method for Evaluation of Stress Crack Resistance of Polyolefin Geomembranes Using Notched Constant Tensile Load Test 9. ASTM D5596 Standard Test Method for Microscopic Evaluation of the Dispersion of Carbon Black in Polyolefin Geosynthetics 10. ASTM D5994 Standard Test Method for Measuring Core Thickness of Textured Geomembranes 11. ASTM D6392 Standard Test Method for Determining the Integrity of Nonreinforced Geomembrane Seams Produced Using Thermo-Fusion Methods 12. ASTM D6693 Standard Test Method for Determining Tensile Properties of Nonreinforced Polyethylene and Nonreinforced Flexible Polypropylene Geomembranes E. Geosynthetic Research Institute (GRI) 1. GRI GM 13 "Test Methods, Test Properties and Testing Frequency for High Density Polyethylene (HDPE)Smooth and Textured Geomembranes" 2. GRI GM19 "Seam Strength and Related Properties of Thermally Bonded Polyolefin Geomembranes" 02600.4 QUALIFICATIONS A. Geomembrane Manufacturer 1. The geomembrane manufacturer shall have at least 5 years of continuous experience in manufacturing polyethylene geomembrane and/or experience totaling 10,000,000 square feet of polyethylene geomembrane. B. Geomembrane Installer 1. The installation CONTRACTOR shall be the an approved installer trained to install the manufacturer's geomembrane. 2. The installation CONTRACTOR shall perform the installation under the constant directions of a field installation supervisor who shall remain on site and be responsible, throughout the liner installation for panel layout, seaming, testing, repairs, and all other activities. The field installation supervisor shall have installed or supervised the installation of a minimum of 2,000,000 square feet of polyethylene geomembrane. 3. Seaming shall be performed under the direction of a master seamer who has seamed a minimum of 2,000,000 square feet of polyethylene geomembrane, using the same type of seaming apparatus specified for this project. The field supervisor and/or master seamer shall be present whenever seaming is performed. 02600.5 SUBMITTALS A. Material/product verification data and quality control test results shall be submitted by the CONTRACTOR to the ENGINEER. The quality control certificates pertaining to manufactured geomembrane shall be provided by the geomembrane manufacturer to the ENGINEER prior to any geomembrane installation. The ENGINEER shall review the test results for completeness and for compliance with the required minimum properties for the manufactured geomembrane in this section. Materials and rolls which are in noncompliance with the minimum required properties shall be rejected. 1. The CONTRACTOR shall submit the following for approval, prior to geomembrane deployment. City of Salina MSWLF 02600-2 S'C=5 dpQ`t1 Ai E tit • Section 02600 HDPE Geomembrane Cell 19 Construction a. Manufacturer's specifications for the geomembrane, which includes the properties measured and the test methods. b. Written certification that minimum values given in geomembrane manufacturer's specification are guaranteed by geomembrane manufacturer. c. Quality control certificates, signed by a responsible entity employed by geomembrane manufacturer. Each quality control certificate shall include roll identification numbers, testing procedures, and results of quality control tests. 2. The CONTRACTOR shall submit the following for approval, as geomembrane installation proceeds. a. Surface acceptance certificates, signed daily by the CONTRACTOR for each area that will be covered by geomembrane in that day's operation. b. The CONTRACTOR shall provide the ENGINEER with daily reports of: The total quantity and location of geomembrane placed; ii. Total number and location of seams completed, seamer's, and units used; iii. Changes in layout drawings; iv. Results of test seams; v. Location and results of nondestructive testing; vi. Location and results of repairs; and vii. Location and results of destructive test samples. 02600.6 GEOMEMBRANE A. The geomembrane consists of 60 mil thick HDPE smooth and textured geomembrane as shown on the Construction Drawings. B. The geomembrane shall be manufactured of first quality newly produced raw materials. C. The geomembrane material shall meet or exceed the properties following GRI GM13 D. Test results and certification shall be submitted to the ENGINEER for approval prior to delivery of the geomembrane to the Project Site. Alternate testing methods may be used with prior approval by the ENGINEER and OWNER. 02600.7 MATERIAL DELIVERY AND PROTECTION A. Geomembrane shall be packaged and labeled prior to shipment to the project site. The label shall indicate the geomembrane manufacturer, geomembrane fabricator, type of geomembrane, thickness and identification number. During transportation the geomembrane shall be handled so that no damage is caused. The geomembrane manufacturer shall be responsible for the geomembrane transportation. B. The storage of the geomembrane is the responsibility of the CONTRACTOR. The geomembrane shall be protected from direct sunlight and heat to prevent degradation of the material and adhesion of individual whorls of the roll. Adequate measures shall be taken to keep the geomembrane away from •deteriorating sources such as theft and vandalism. On-site handling of the geomembrane is the responsibility of the CONTRACTOR. Appropriate equipment shall be used in moving the rolls and methods for moving the rolls shall be reviewed and accepted by the ENGINEER. C. The geomembrane shall be free of pinholes and reasonably free from surface blemishes and other defects as judged by the ENGINEER. City of Salina MSWLF 02600-3 5 C S ;Qll Ai,E=R B a' Section 02600 HDPE Geomembrane • Cell 19 Construction 02600.8 UNDERLYING SURFACE PREPARATION A. Surfaces to be lined shall be smooth and free of all rocks, stones, sticks, roots, sharp objects or debris of any kind. The surface should provide a firm, unyielding foundation for the geomembrane with no sudden, sharp or abrupt changes or break in grade. No standing water or excessive moisture shall be allowed. The CONTRACTOR shall certify in writing daily that the surface on which the geomembrane is to be installed is acceptable. Any damage to the surface caused by the CONTRACTOR'S vehicles shall be repaired at the CONTRACTOR'S expense. B. An anchor trench shall be required as shown on the Construction Drawings. The CONTRACTOR shall take precautions to minimize loose soil underlying the geomembrane in the anchor trench. 02600.9 INSTALLATION A. The field-erection drawings showing geomembrane panel layout shall be submitted by the CONTRACTOR and approved by the ENGINEER prior to geomembrane installation. B. The geomembrane shall be installed as soon as possible after the underlying surface has been completed and approved by the ENGINEER. C. Field seams shall be in accordance with the manufacturer's procedures, which are subject to acceptance by the ENGINEER. The welding (seaming) machine type, method, and procedures shall be submitted for the ENGINEER'S review at least two weeks prior to implementation. D. All welding material shall be of a type recommended and supplied by the geomembrane manufacturer and shall be delivered in the original sealed containers. Each container shall be marked with an indelible label bearing the brand name, manufacturer's mark number, and complete direction as to proper storage. E. The welding equipment used shall be capable of continuously monitoring and controlling the '- temperature of the zone of contact where the machine is actually fusing the lining material so as to assure that changes in environmental and weather conditions will not affect the integrity of the weld. F. All completed welds of the Work shall be tightly bonded. Any geomembrane area showing injury due to excessive scuffing, cleaning, grinding, puncture, or distress from any cause shall be replaced or repaired with an additional piece of geomembrane. G. No "fish mouths" shall be allowed within the seam area. Where "fish mouths" occur, the material shall be cut, overlapped and an overlapping extrusion weld followed by an additional patch shall be applied. H. Geomembrane placement and seaming shall stop at an ambient temperature below 41°F or above 104°F, unless other specified conditions for seaming are followed. Below 41°F, seaming is allowed only if the geomembrane is preheated by a hot air device and excessive cooling resulting from wind does not occur as determined by the ENGINEER. In all cases, the geomembrane shall be clean and dry. I. Seams at panel corners shall be completed with a patch having a minimum dimension of 18 inches. The patch shall be extrusion welded to the parent sheet. J. Personnel working on the geomembrane shall not smoke, wear damaging shoes, or engage in any activity which can damage the geomembrane. • • City of Salina MSWLF • 02600-4 S C S•'-: Q t7 AT NM Ai' Section 02600 HDPE Geomembrane Cell 19 Construction K. The CONTRACTOR shall be responsible for protecting the leading edges of the geomembrane, as shown on the drawings, between construction of the partial geomembrane sections. The CONTRACTOR shall also be responsible for removing the protective cover and for repairing any damage to the existing geomembrane when installing the next geomembrane section. L. No horizontal seams shall be allowed on sideslopes. Cross seams shall be a minimum 45 degrees perpendicular to the side slope and not be within 5 feet of the toe of the slope. M. Seaming shall extend to the outside edge of panels to be placed in anchor trenches. N. No excessive grinding prior to welding shall be permitted. Overground or improperly ground areas shall be replaced at the CONTRACTOR'S expense. O. At the end of each day or installation segment, all unseamed edges shall be anchored by rope, sand bags, or other approved device. Staples, U-shaped rods, or other penetrating anchors shall not be used to secure the geomembrane. P. Any damage to the liner due to wind, rain, hail, or other weather shall be the sole responsibility of the CONTRACTOR. 02600.10 FIELD SEAM TESTING AND QUALITY CONTROL A. The geomembrane seam strength and related properties shall meet or exceed the properties following GRI GM19. B. The CONTRACTOR shall employ onsite physical nondestructive continuous testing on all seams to assure watertight homogenous seams. All testing shall be observed by the ENGINEER. Acceptable methods are detailed in the site specific CQA Plan C. A quality control technician shall inspect each seam. Any area showing a defect shall be marked and repaired in accordance with ENGINEER accepted procedures. The locations and types of defect shall be indicated on the record drawings. D. A test weld 3 feet long from each welding machine, operated by the respective seaming technician, shall be run each day prior to geomembrane welding and under the same conditions that exist for the geomembrane welding. Additional test welds shall be performed at least once every 5 hours for each welding machine and operator. The test weld shall be marked with date, ambient temperature, welding machine number, and operator's initials. Samples of each weld, 1-inch wide, shall be cut from the test weld (6 each, minimum). These samples shall be tested in the field with a tensometer for both shear (3 specimens) and peel (3 specimens) for single-track fusion welds or extrusion welds. For dual-track fusion welds, the CONTRACTOR shall test each track as if it was a single-track weld. No sample shall fail in the weld/seam. This and other passing criteria shall be presented in the CONTRACTOR'S geomembrane quality control plan. If a test seam fails, seaming deficiencies shall be corrected and then this test weld procedure repeated until 2 consecutive successful full test seams are achieved. The CONTRACTOR shall maintain a log of all test weld seaming results. The ENGINEER shall observe all test welds and subsequent testing. E. The CONTRACTOR shall remove and test random weld samples (3 to 4 feet long) from the geomembrane at locations designated by the ENGINEER. The samples shall be obtained by the CONTRACTOR and cut into a minimum of 3 individual portions. One portion will be tested by the CONTRACTOR, the second will go to the ENGINEER for independent laboratory testing, and the third shall be provided to the OWNER for archiving. Each sample • City of Salina MSWLF 02600-5 Section 02600 HDPE Geomembrane Cell 19 Construction - shall be of an adequate size to test 5 specimens in peel and 5 specimens in shear by ASTM 7.1 D6392. Destructive test results shall meet the following requirements to be considered a passing seam. 1. The average peel and shear strength values for each set of 5 specimens must meet this Technical Specification, and in addition, 4 of the 5 specimen tests must meet this Technical Specification for the seam to be considered a passing seam. If the average of the 5 specimens is adequate, but one of the specimens is failing, values for the failing specimen must be at least 80% of the values required of the seam for the sample to pass. 2. A passing machine welded seam will be achieved in peel (ASTM D4437) when: (1) failure is by Film Tear Bond (FTB), as defined by the National Sanitation Foundation (NSF) Standard 54, definition 2.16, (2) yield strength for the seam is not less than 62% of the minimum tensile yield strength for the geomembrane as specified in the table listed above, and (3) no greater than 10% of the seam width peels (separates) at any point. For double wedge fusion seams, both seams shall pass the above listed peel strength tests. 3. A passing machine welded seam will be achieved in shear (ASTM D4437) when: (1) failure is by FTB, and (2) yield strength for the seam is not less than 95% of the minimum tensile yield strength for the geomembrane as specified in the table presented above. a. The weld samples shall be numbered consecutively and marked with the date, seam number, location on the seam welding machine number, and operator's initials. If a weld sample fails, additional samples shall be collected at least 10 feet on each side of the original sample and tested. If these 2 samples do not pass, then additional samples shall be taken, at least 10 feet away, until the questionable seam area is defined. The CONTRACTOR shall maintain a log of all weld sample results. The ENGINEER shall observe the removal of all weld samples and subsequent testing. If discrepancies arise between the CONTRACTOR'S test results and any of the ENGINEER'S independent test results (e.g., one pass and one fail), the ENGINEER'S independent laboratory test results shall govern the collection of additional samples and seam repair. 4. Any failing seams or defects discovered during destructive and/or nondestructive testing and inspection shall be repaired, by capping, in accordance with ENGINEER'S accepted procedures. No repairs shall be made to fusion seams by applying an extrusion bead to a seam edge. All repairs shall be tested for seam integrity by nondestructive methods. The locations shall be indicated on the field record drawings. 02600.11 WARRANTY A. Geomembrane shall be warranted, on a pro-rata basis against Manufacturer's defects for a period of 5 years from the date of installation. B. Installation shall be warranted against defects in workmanship for a period of 1 year from the date of geomembrane installation. 02600.12 ACCEPTANCE • City of Salina MSWLF 02600-6 S;GS A l A`T E tItI Section 02600 HDPE Geomembrane Cell 19 Construction A. The CONTRACTOR retains ownership and responsibility for the geomembrane until accepted by the OWNER and ENGINEER. Any damage to the geomembrane due to wind, rain, hail or other weather condition shall be the sole responsibility of the CONTRACTOR. At OWNER'S and ENGINEER'S discretion, the geomembrane may be accepted in sections or at points of substantial completion. B. OWNER shall accept the geomembrane only when the following are completed: 1. Installation of geomembrane, or section thereof. 2. All CQA documentation for testing and installation is complete. 3. Verification of adequacy of field seams and repairs including associated testing. 4. • Recommended acceptance by ENGINEER. ***End of Section 02600*** City of Salina MSWLF 02600-7 ;=S'+0 1 `A'.Q U AfiE'R_B A { Section 02700 AGGREGATE ROAD 02700.1 SUMMARY A. Construct aggregate base course on prepared subgrade as shown on the Construction Drawings. - 02700.2 RELATED SECTIONS A. Section 02740 BITUMINOUS ASPHALT BASE AND PAVEMENT • 02700.3 SUBMITTALS A. The CONTRACTOR shall submit the following information in accordance with Section 01340: 1. Identification of the granular fill supplier. 2. A signed certification from the supplier that the granular fill source is in full compliance with applicable standards and regulations. 3. A description of the installation procedure and schedule for aggregate road surfacing along with a list of installation equipment. 02700.4 MATERIALS A. Composition of aggregate road shall be Type AB-1. B. Crushed aggregates with less than 10 percent material retained on the No. 4 sieve (excluding mineral filler supplements) shall be produced from a source complying with the official quality requirements of this Section prior to crushing. C. Soundness shall be a minimum of 0.85 (KTMR-21), but does not apply for aggregates having less than 10 percent material retained on the No. 4 sieve D. Wear shall have a maximum of 50 percent, but does not apply to aggregates having less than 10 percent material retained on the No. 8 sieve. E. Stockpile and handle aggregates in such a manner to prevent detrimental degradation and segregation, the incorporation of appreciable amounts of foreign material, and the intermingling of stockpiled materials. F. Dry specific gravity shall be a minimum of 2.20 (KT-6 Procedure I). The CONTRACTOR shall apply the specific gravity requirement to individual materials and to any combination of materials required to meet the grading and plasticity requirements. G. The gradation and plasticity for the aggregate shall comply with the following requirements. City of Salina MSWLF S C S f*Q U A7,1 R l8 A • Section 02700 Aggregate Road Cell 19 Construction Percent Retained -Square Mesh Sieves L L Type No. P.I (Max) 2" 11/2" %" 3/8" No. 4 No. 8 40 No. 200 AB-1 0 0-10 5-40 35-75 54-85 78-95 90-98 0-6 25 02700.5 PREPARATION A. Unless other subgrade preparation is included in the Construction Drawings, water, scarify, blade and compact the roadway and shoulder subgrade to obtain the lines and grades shown in the Construction Drawings. B. All vegetation shall be removed before shaping and rolling. 02700.6 INSTALLATION A. Any excess material generated shall be removed and disposed. B. The mixed material shall not be placed on the prepared subgrade when conditions are such that the hauling and placing will damage the prepared subgrade. C. The aggregate shall not be dumped or mixed on any paved surface. D. The maximum compacted thickness of any layer of aggregate base or shoulder shall not exceed 6 inches. E. In the case of the aggregate base or shoulder being constructed in more than 1 layer, allow sufficient time for the initial layer to cure to prevent any rutting or surface distortion from equipment being used to place the succeeding layers. F. The aggregate base shall be spread and compacted as specified in the Construction Drawings. G. The aggregate base shall be compacted to a minimum uniform density of 95 percent of the standard density. H. The aggregate base shall be compacted until no further consolidation is gained by additional blading and rolling. The aggregate base shall be allowed to cure before any heavy equipment is allowed on the aggregate base J. CURING of aggregate bases constructed of AB-1, AB-2 or AB-4 is complete when the moisture content is a maximum of 60 percent of the optimum moisture content. Curing of aggregate bases constructed of AB-3 is complete when the moisture content is at a maximum of 70 percent of the optimum moisture content. 02700.8 TESTING A. The ENGINEER shall verify when the cure of the aggregate base is complete. B. The ENGINEER may require that the surface of the aggregate base be kept moist during the curing period to prevent loss of surface material. 02700.9 CERTIFICATION OF COMPLETION A. Upon completion of the aggregate base, the CONTRACTOR shall certify the following to the City of Salina MSWLF 02700-2 S 5"=i4"0 U AE R R A? Section 02700 Aggregate Road Cell 19 Construction OWNER and ENGINEER. 1. The aggregate base has been constructed in accordance with the approved project Construction Drawings and Technical Specifications. B. The ENGINEER shall visually verify compaction of the aggregate base. ***END OF SECTION 02700*** - City of Salina MSWLF 02700-3 "S C S A<Q U A:1 E B I A;n Section 02740 BITUMUNOUS ASPHALT BASE AND PAVEMENT 02740.1 DESCRIPTION A. This section describes the requirements for placing, spreading, and compacting of plant mix bituminous base and pavement for road improvements as shown on the Construction Drawings. 02740.2 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) • 1. ASTM D7113 - 05 Standard Test Method for Density of Bituminous Paving Mixtures in Place by the Electromagnetic Surface Contact Methods B. Kansas Department of Transportation — Standard Specifications for State Road and Bridge Construction 02740.3 RELATED SECTIONS A. None 02740.4 GENERAL A. Bituminous base and pavement shall conform to Division 602 of the most current version of Kansas Standard Specifications for State Road and Bridge Construction, Kansas Department of Transportation (KDOT). • 02740.5 SUBMITTALS A. CONTRACTOR shall submit a mix design for verification and approval by ENGINEER at least 10 days prior to placing any mixture and shall include all information as required by KDOT Standard Specification 602.3.e. 02740.6 TACK COAT A. Each lift of bituminous mat base course, which will be covered by another lift of bituminous mat, shall receive a bituminous tack coat. B. Material shall be Type SS-1H anionic emulsified asphalt as specified in Section 1203 of the Standard Specifications. C. Material shall be sampled and tested by an approved testing laboratory at the expense of the Contractor and acceptance will be based on certified test results, as specified for bituminous material in mat. D. Rate of application shall be as directed by the Engineer and shall be between 0.05 and 0.15 gallon per square yard. 02740.7 BITUMINOUS MATERIALS A. Bituminous material in mat shall be Grade PG 64-22 asphalt cement as specified in the latest version of Section 1202 of the Standard Specifications. City of Salina MSWLF �S C SrA Q U=14i E R&A Section 02740 Bitumunous Asphalt Base And Pavement Cell 19 Construction e, B. Material shall be sampled and sealed at the refinery or other point of loading, and an tr` approved testing laboratory shall test samples. All sampling and testing shall be conducted in accordance with the applicable AASHTO or ASTM test method. C. Acceptance will be based on certified test reports, and copies of such reports shall be furnished for each shipment. D. Contractor shall arrange and pay for all testing, and shipment of materials shall be scheduled to permit sampling and testing in advance of time materials will be required on the work. E. Asphalt cement shall be preheated and applied to the aggregate at approved temperatures within the range of 275 to 325 degrees F., and in no case shall temperatures exceed 350 degrees F. Any over-heated material shall be set aside and not used until it has been resampled and retested; conditions of acceptance shall be the same as under original tests °'� 02740.8 MINERAL AGGREGATES A. Aggregates for use in base course shall conform to the requirements of Section 1103 of the Standard Specifications; shall be Type SR-12.5A; and shall consist of crushed stone, crushed gravel, sand and/or chat, and a mineral filler. B. Aggregates for use in surface course shall conform to the requirements of Section 1103 of the Standard Specifications; shall be Type SR-12.5A; and shall consist of crushed stone, sand and mineral filler. C. Materials shall be sampled and tested by an approved testing laboratory at the expense of the Contractor and acceptance will be based on certified test results, as specified above for bituminous material. 02740.8 SUBGRADE PREPARATION A. Earth subgrade shall be prepared per specifications Section 201, entitled "Subgrade Modification." New bituminous base shall be prepared by the removal of all loose particles, mud, dirt, and other foreign material to as clean a condition as is practicable; cleaning shall be done by the use of power brooms or other equivalent and approved methods; flushing with water shall be done as directed <' B. Subgrade preparation for pavement shall be as specified in the Contract Drawings. 02740.9 TRANSPORTATION AND DELIVERY OF HOT BITUMINOUS MIXTURE A. Inside surface of each vehicle may be lubricated lightly with thin oil or soap solution prior to loading, but excessive use of lubricant or use of gasoline, kerosene, or similar products will not be permitted. B. Material shall be weighed, then delivered and dumped into hopper of a self-propelled power machine for placing and spreading material as hereinafter specified. C. During transportation of hot bituminous mixtures from remote central mixing plant to point of usage and placement on the prepared subgrade or base course, trucks shall be provided with tarpaulin covers or other adequate protection to prevent undue loss of heat. In any case, temperature of mixture at time of placement shall be within the range of 275 to 325 degrees F. City of Salina MSWLF 02740-2 S C S:AA C),UP'TsE R R A Section 02740 • Bitumunous Asphalt Base And Pavement Cell 19 Construction 02740.10 MECHANICAL PAVING REQUIREMENTS A. Bituminous mixtures shall not be placed on any wet surface or frozen pavement. B. Plant mix bituminous base shall be placed in lifts of no less than three (3) inches or greater than six (6) inches and in the number of layers and quantity required to obtain the compacted thickness and cross section as shown on the Contract Drawings. C. Plant mix bituminous pavement shall be placed in lifts of no less than one and three quarter (1 3/4) inches or greater than two (2) inches and in the number of layers and quantity required to obtain the compacted thickness and cross section as shown on the Contract Drawings. D. Mechanical paving equipment shall be capable of spreading the mix true to the line, grade, and crown as shown on the Contract Drawings and equipped with a vibrating screed that shall include any strike-off device operated by cutting, crowding, or other action effective on mixes at workable temperatures without tearing, shoving, or gouging them and which produces a finished surface of an even and uniform texture. E. All joints shall present the same texture, density and smoothness as other sections of the course. Placing of any course shall be as nearly continuous as possible. Rollers shall pass over unprotected end of freshly laid mixture only when laying of the course is to be discontinued. In such cases, provisions shall be made for proper bond by cutting back the joint to expose an even, vertical surface for full thickness of the course. Exposed edges shall be given a light paint coat of cutback asphalt. Fresh mixture shall be raked against joints, thoroughly tamped and rolled. F. The CONTRACTOR shall be responsible for the protection of the surface of all structures, curb and gutters, and other roadway appurtenances to prevent them from being splattered with bituminous material or damaged by equipment operation. The CONTRACTOR shall be responsible for removing all traces of bituminous material and repairing all damages to roadway appurtenances. G. Rollers and compacting equipment shall be operated by competent and experienced roller personnel and shall be kept in operation continuously, if necessary, so that all parts of the pavement receive substantially equal compaction. The mixture shall be thoroughly and uniformly compacted upon completion of spreading and strike-off and as the temperature and mix conditions permit the compaction to be performed without excessive shoving or tearing. H. CONTRACTOR shall be responsible for the protection of all sections of newly compacted base and surface courses from traffic until they have hardened properly, or as directed by ENGINEER. I. Any mixture that becomes loose, broken, or mixed with foreign material, or which is in any way defective in finish or density, or which does not comply in all other respects with the requirements set forth herein, shall be removed, replaced with suitable material, and finished by and at the expense of the CONTRACTOR in accordance with these specifications. J. Finished surface of bituminous pavement shall not vary more than 1/4-inch when measured by a 10-foot straight-edge applied parallel to the centerline. Tests for conformity with specified crown and grade shall be made immediately after initial compression and any variation shall be corrected by removing or adding materials and continuing rolling. After completion of final rolling, smoothness shall again be checked, City of Salina MSWLF . 02740-3 3S C'-S; aC U Ai ERA-AL Section 02740 Bitumunous Asphalt Base And Pavement Cell 19 Construction and irregularities that exceed specified tolerances or that retain water on the surface shall be corrected by removing defective work and replacing with new material or by adding additional material. K. After completion of final rolling, smoothness shall be checked, and irregularities that exceed specified tolerances or that retain water on the surface shall be corrected by removing defective work and replacing with new material or by adding additional material. The Contractor is responsible for providing a QC plan that must be approved by the engineer prior to construction and providing qualified personnel and equipment to conduct QC testing at his own expense. At a minimum, Asphalt content, Dry gradation, Density tests must be provided to the ENGINEER following the frequency chart provided below Test Sampling Location QC Testing by Contractor Asphalt content Behind paver One per 1000 tons Dry gradation Cold feed One per day or for verification purposes Nuclear Density Roadway Two per 500 tons or minimum (compaction of 95%) of two per day L. Compaction of bituminous mixtures shall be in accordance with KDOT Standard Specification 602 and shall be subject to compaction testing in accordance with ASTM D7113 as directed by ENGINEER. ***END OF SECTION 02740*** A City of Salina MSWLF 0274G-4 S C S &Q U ArE R'tM Section 02800 STRUCTURAL EXCAVATION AND BACKFILLING • 02800.1 DESCRIPTION A. This section describes the requirements for the excavation and backfilling of the landfill leachate gravity main. The proposed 6-inch high density polyethylene (HDPE) pipeline will generally be buried with a minimum of 30 inches of cover, see Contract Drawings. Typical construction operations required for the proper completion of the excavation and backfilling work, including sheeting, shoring, bracing, dewatering, and compaction of subgrade/backfill are outlined. 02800.2 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) 1. D 698 — Test Method for Laboratory Compaction. Characteristics of Soil Using Standard Effort(12,400 ft-Ibf/ft3). 2. D 1140—Amount of Material in Soil Finer than the No. 200 (75- m) Sieve. 3. D 1556—Density of Soil In Place by the Sand-Cone Method 4. D 2487—Classification of Soils for Engineering Purposes. 5. D 2922 — Density of Soil and Soil-Aggregate In Place by Nuclear Methods (Shallow • Depth) 6. D 2937—Density of Soil in Place by the Drive-Cylinder Method 7. D 4318—Liquid Limit, Plastic Limit, and Plasticity Index of Soils 02800.3 RELATED SECTIONS A. Section 02240 EARTHWORK B. Section 15010 HDPE PIPING C. Section 02520 FORCEMAIN 02800.4 SUBMITTALS A. CONTRACTOR shall submit pertinent information on the borrow location and source for imported fill material to the ENGINEER at least 10 working days prior to importing such fill material B. Dewatering plan to show any proposed dewatering systems and/ or methods to control ground and/or surface waters. C. A Shoring and Sheeting Plans conforming to applicable OSHA requirements. 02800.5 GENERAL SOIL MATERIALS A. In general, soils used for backfill shall be select material free of debris, roots, wood, scrap material, vegetation, refuse, soft unsound particles, frozen, deleterious, or objectionable materials, satisfactory to the ENGINEER, free of stones or lumps exceeding 3 inches in greatest dimension. City of Salina MSWLF S-C S 4'13.1 A°i=ER R A , • Section 02800 Structural Excavation And Backfilling Cell 19 Construction 02800.6 QUALITY ASSURANCE A. Percentage of compaction specified shall be the minimum acceptable. Reference 02240 for pertinent QA standards. 02800.7 PIPE BEDDING AND INITIAL BACKFILL MATERIAL A. All required bedding and backfill material shall be considered incidental and no additional payments will be made for these items. Bedding Material shall be sand, crushed stone, or crushed gravel. Crushed stone or gravel shall conform to the requirements of ASTM Standard C33, and having a gradation as follows: Sieve Size %Passing Passing 5/8" 90-100 Passing 1/2" 75-100 Passing 3/8" 30-75 Passing #4 5-25 Passing #8 3-6 Passing #3 02.5-5.0 Passing #200 1-2.5 B. Material shall contain at least 75%of the particles having one or more fractured faces. C. Bedding and backfill material shall be subject to the approval of the ENGINEER. 02800.8 GENERAL TRENCHING AND EXCAVATING A. Trenches may be excavated either by hand, or by machine. Trenches shall be cut with vertical sides, and shall be of sufficient width to provide adequate space for working therein; such space shall be a minimum clear distance of six (6) inches of shoring and a maximum of nine (9) inches clear of shoring on each side of the pipe when the pipe is properly placed and aligned in conformity with the plans. Glory hole excavation or vee- trenches will not be allowed. Trench sides shall be parallel to and at equal distance from the center-line of the pipe, when aligned in conformity with the plans. B. Where the excavated trench exceeds the widths specified above, furnish higher strength pipe, or other methods of construction as approved by the ENGINEER, to adequately provide for the increased loading, which the trench widening will cause. Stepped trenches shall meet the approval of the ENGINEER. D. Pipe trenches shall be excavated to a depth below the bottom of the pipe sufficient to provide for pipe bedding materials. E. Where a trench has been excavated below the designed grade, the bottom of the trench shall be refilled to proper subgrade with approved material well compacted in place, in an approved manner. F. The ENGINEER shall have the right to limit the amount of trench which is opened or partially opened at any one time; and also to limit the amount of trench left without backfill,at any one time. G. No trench or holes shall be left open overnight. Use steel plating to protect open trenches overnight. City of Salina MSWLF 02800-2 xS C SY`±l Q U A'f,E R'R Ai± Section 02800 Structural Excavation And Backfilling • Cell 19 Construction H. Provide for dewatering trenches and excavations and subsequent control of ground water by utilizing sump pumps or other equipment as may be necessary to control ground water and seepage until backfilling is completed. 02800.9 GENERAL BEDDING A. Piping shall be laid on a layer of firm bedding material not less than six (6) inches in depth as shown or as noted on the plans and detail drawings. 02800.10 GENERAL BACKFILLING A. Backfill shall be as shown on the plans. Place in 6-inch maximum loose lifts to one foot above pipe unless otherwise specified. Bring up evenly on each side, and for the full length of the structure. Ensure that no damage is done to structures or protective coatings thereon. Place the remainder of the backfill in 12-inch maximum loose lifts unless otherwise specified. Compact each loose lift as specified in Paragraph "General Compaction" before placing the next lift. Where unacceptable settlements occur in trenches and pits due to improper compaction, excavate to the depth necessary to rectify the problem,then backfill and compact the excavation as specified herein and restore the surface to the required elevation. B. No backfill shall be placed until the line has been inspected and approved for backfilling. 02800.11 GENERAL COMPACTION A. Use hand-operated plate type vibratory or other suitable hand tampers in areas not accessible to larger rollers or compactors. Be careful to avoid damaging pipes and protective pipe coatings. Compaction shall be in accordance with the following unless otherwise specified. If necessary, the Contractor's selected equipment and construction procedure shall be altered, changed or modified in order to meet the specified compaction requirements. B. Initial backfill and bedding shall be carefully packed under the haunches of the pipe and brought up simultaneously on both sides so as to obviate any displacement of the pipe from its true alignment. Bedding shall be compacted in layers not more than eight (8) inches in thickness in a manner that will preclude moving the pipe, to not less than 95% of maximum dry density as determined by the procedure set forth in ASTM Designation D1557. Jetting of backfill material will not be permitted. C. Select backfill above the initial backfill shall be placed in loose lifts not exceeding twelve (12) inches in thickness before compaction, and compacted by the use of pneumatic tampers or other mechanical means approved. Water or dry backfill as required to bring the soils as close as practicable to the optimum moisture content for proper compaction. Compaction equipment or methods that produce horizontal or vertical earth pressures which may cause excessive displacement or may damage the pipeline will not be permitted. Lifts of backfill shall be compacted to not less than 90% of maximum dry density as determined by the procedure set forth in ASTM Designation D1557. Jetting of backfill material will not be permitted. D. Backfill will be inspected and tested by the ENGINEER during placement. CONTRACTOR shall cooperate with the ENGINEER and shall provide working space for City of Salina MSWLF 02800-3 S C SSA Q U Ai E R B'A • Section 02800 Structural Excavation And Backfilling Cell 19 Construction such tests in his operations. Backfill not compacted in accordance with these specifications shall be recompacted, or removed as necessary and replaced to meet specified requirements prior to proceeding with the work. 02800.12 GENERAL BRACING AND SHORING A. CONTRACTOR shall furnish, place and maintain such bracing and shoring as may be required to support the sides of the excavations for the proper protection of workmen; to facilitate the work; and to prevent damage to adjacent structures or facilities. B. Upon completion of the work, all bracing and shoring shall be removed, unless otherwise directed by the ENGINEER. Current requirements are for a maximum depth of 5 feet without OSHA approved shoring. 02800.13 FIELD QUALITY CONTROL A. The ENGINEER will inspect, test and approve trench backfill layers before further construction is permitted thereon. Number of tests required will be determined by the ENGINEER. B. If backfill has been placed, that is below the specified density, provide additional compaction with subsequent retesting until successful compaction is achieved. C. Pipe grade control shall be measured by survey prior to backfilling. Elevation tolerance shall be ±0.05 foot for pipe elevations along the gravity main. Perforated sections within Cell 19 limits shall have a tolerance of ±0.1. Sections shall be tested in accordance to 15010.9.A prior to backfilling. 02800.14 DUST ALLEVIATION AND CONTROL A. CONTRACTOR shall be responsible for and shall provide pollution and dust abatement and control measures satisfactorily during the course of the work. B. The CONTRACTOR shall utilize reclaimed water or dust palliatives to reduce dust. 02800.15 FINISH OPERATIONS A. Pipes shall be laid to finished grades indicated on the plans. B. Dispose of all surplus material or material unsuitable for filling or grading off the site in a legal manner. C. Satisfactorily restore any existing improvements, paving, landscaping, and other utilities disturbed during the course of constructing the improvements. D. Existing traffic markings and control devices damaged or disturbed during construction shall be replaced or repaired to the satisfaction of the ENGINEER. ***END OF SECTION 02800*** City of Salina MSWLF 02800-4 S C Spa qua E&,R Ass Section 02820 CHAIN-LINK FENCE 02240.1 SUMMARY A. This item shall consist of all labor, materials and WORK required procuring and installing chain- link fence as shown on the DRAWINGS. 02240.2 REFERENCES A. Publications listed below form a part of this specification to the extent referenced. Publications are referenced in the text by basic designation only. 1. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM)ASTM A 121 Zinc- Coated (Galvanized) Steel Barbed Wire 2. ASTM A 153-Zinc-Coated (Hot Dip)on Iron and Steel Hardware 3. ASTM A 392 -Zinc-Coated Chain-Link Fence Fabric 4. ASTM A 491 -Aluminum-Coated Steel Chain-Link Fence Fabric 5. ASTM A 585-Aluminum-Coated Steel Barbed Wire 6. ASTM A 780-Repair of Damaged and Uncoated Areas of Hot-Dip Galvanized Coatings 7. ASTM A 824 - Metallic-Coated Steel Marcelled Tension Wire for Use With Chain- Link Fence 8. ASTM C 94 - Ready-Mixed Concrete 9. ASTM F 62- Fence Fittings 10. ASTM F 883- Padlocks 11. ASTM F 900 - Industrial and Commercial Swing Gates 12. ASTM F 1043 - Strength and Protective Coatings on Metal Industrial Chain-Link Fence Framework 13. ASTM F 1083 - Pipe, Steel, Hot-Dipped Zinc-Coated (Galvanized) Welded for Fence Structures 02240.3 SUBMITTALS A. Submit for approval, prior to commencing the work, information from the fence manufacturer attesting that the chain link fence and component materials meet all specified requirements and sizing. 02240.4 CHAIN LINK FENCE FABRIC A. ASTM A 392, Class 1, zinc-coated steel wire with minimum coating weight of 1.2 ounces of zinc per square foot of coated surface, or ASTM A 491, Type 1, aluminum-coated steel wire. B. Fabric shall be fabricated of 9 gauge wire woven in 2-inch mesh. Fabric height shall be 8 feet. Fabric shall be twisted and barbed on the top selvage and knuckled on the bottom selvage. City of Salina MSWLF S C S fA Q LI Ay EBB"A • Section 02820 Chain-Link Fence `` Cell 19 Construction 02240.5 GATES A. In accordance with ASTM F 90, gate shall be the type and swing shown on the DRAWINGS. Gate frames shall conform to strength and coating requirements of ASTM F 1083 for Group IA, steel pipe, with external coating Type A, nominal pipe size(NPS) 1-1/2. B. Gate frames shall conform to strength and coating requirements of ASTM F 1043, for Group IC, steel pipe with external coating Type A or Type B, pipe size (NPS) 1-1/2. C. Gate fabric shall be as specified for chain link fabric. ° ° D. Each end member of gate frames shall be extended sufficiently above the top member to carry three strands of barbed wire in horizontal alignment with barbed wire strands on the fence. E. Gate leaves more than 8 feet wide shall have either intermediate members and diagonal truss rods or tubular members as necessary to provide rigid construction, free from sag or twist. F. Gate leaves less than 8 feet wide shall have truss rods or intermediate braces. Gate fabric shall be attached to the gate frame by method standard with the manufacturer except that welding will not be permitted. G. Latches, hinges, stops, keepers, and other hardware items shall be furnished as required for the operation of the gate. Latches shall be arranged for padlocking so that the padlock will be accessible from both sides of the gate. H. Stops shall be provided for holding the gates in the open position. 02240.6 POSTS A. ASTM F 1083, zinc-coated, Group IA, with external coating Type A steel pipe. Group IC steel pipe, zinc-coated with external coating Type A or Type B and Group IIA, formed steel sections, shall meet the strength and coating requirements of ASTM F 1043. Group III, ASTM F 1043 steel H-section may be used for line posts in lieu of line post shapes specified for the other classes. Sizes shall be as determined by the manufacturer for the WORK. B. Terminal (corner, gate, and pull) posts selected shall be of the same designation throughout the fence. C. Gateposts shall be for the gate type specified subject to the limitation specified in ASTM F 900. 02240.7 BRACES AND RAILS A. Braces and rails shall be in accordance with ASTM F 1083, zinc-coated, Group IA, steel pipe, size NPS 1-1/4. Group IC steel pipe, zinc-coated, shall meet the strength and coating requirements of ASTM F 1043. Group IIA, formed steel sections, size 1.66 inch, conforming to ASTM F 1043, may be used as braces and rails if Group IIA line posts are furnished. B. Tension wire shall.be Type I or Type II, Class 2 coating, in accordance with ASTM A 824. C. Accessories 1. In accordance with ASTM F 626, ferrous accessories shall be zinc or aluminum coated. Truss rods shall be furnished for each terminal post. Truss rods shall be provided with turnbuckles or other equivalent provisions for adjustment. City of Salina MSWLF 02820-2 S;G S +V;C:1 LI AT R ft'A", Section 02820 - Chain-Link Fence Cell 19 Construction 2. Barbed wire shall be zinc coated, Class 3 in accordance with ASTM A 121, or aluminum coated Type I in accordance with ASTM A 585. 3. Barbed wire shall be four-point barbed type steel wire. Barbed wire support arms shall be the single arm type and of the design required for the post furnished. 4. Tie wire for attaching fabric to rails, braces, and posts shall be 9 gauge steel wire and match the coating of the fence fabric. Miscellaneous hardware coatings shall conform to ASTM A 153 unless modified herein. 02240.8 CONCRETE A. Concrete shall be in accordance with ASTM C 94, using 3/4 inch maximum size aggregate, and having minimum compressive strength of 3,000 psi at 28 days. B. Grout shall consist of one part Portland cement to three parts clean, well-graded sand and the minimum amount of water to produce a workable mix. 02240.9 GENERAL INSTALLATION A. Install fencing to the lines and grades indicated. Clear the area on either side of the fenceline to the extent indicated. Space line posts equidistant at intervals not exceeding 10 feet. B. Set terminal (corner, gate, and pull) posts at abrupt changes in vertical and horizontal alignment. Run fabric continuously between terminal posts; however, do not exceed 500 feet between terminal posts. C. Repair damage to galvanized surfaces due to welding with paint containing zinc dust in accordance with ASTM A 780. 02240.10 EXCAVATION A. Clear postholes of loose material. Spread waste material where directed. B. Eliminate the ground surface irregularities along the fence line to the extent necessary to maintain a 2-inch clearance between the bottom of the fabric and finished grade. 02240.11 POSTS A. Set posts plumb and in alignment. Set posts in concrete to one-third the height of the fence, except where solid rock is encountered (e.g., for 6-foot fence height, set posts to a depth of 2 feet). Where solid rock is encountered with no overburden, set posts in rock to a minimum depth of 18 inches. Where solid rock is covered with an overburden of soil or loose rock, set posts to the minimum depth indicated on the drawing unless a penetration of 18 inches in solid rock is achieved before reaching the indicated depth, in which case depth of penetration shall terminate. Grout all portions of posts set in rock. Set portions of posts not set in rock in concrete from the rock to ground level. B. Posts set in concrete shall be set in holes not less than the diameter shown on the DRAWINGS. Diameters of holes in solid rock shall be at least 1 inch greater than the largest cross section of the post. - C. Thoroughly consolidate concrete and grout around each post. Ensure that concrete or grout is free of voids and finish to form a dome. D. Allow concrete and grout to cure for 72 hours prior to attachment of any item to the posts. •City of Salina MSWLF 02820-3 S;C+SfA'Q U.N ERR A Section 02820 Chain-Link Fence Cell 19 Construction 02240.12 BRACES AND TRUSS RODS A. Install braces and truss rods as indicated and in conformance with the standard practice for the fence furnished. B. Install horizontal (compression) braces and diagonal truss (tension) rods on fences over 6 feet in height. C. Extend braces and truss rods from terminal posts to line posts. D. Diagonal braces shall form an angle of approximately 40 to 50 degrees with the horizontal. 02240.13 TENSION WIRES A. Install tension wires along the top and bottom of the fence line and attach to the terminal posts of each stretch of the fence. B. Install top tension wire within the top 4 inches of the installed fabric. C. Install bottom tension wire within the bottom 6 inches of the installed fabric. D. Pull tension wire taut and free of sag. 02240.14 CHAIN-LINK FABRIC A. Install chain link fabric on the outside of the secure area. Attach fabric to terminal posts with stretcher bars and tension bands. B. Space bands at approximately 15-inch intervals. C. Install the fabric and pull taut to provide a smooth and uniform appearance free from sag, without permanently distorting the fabric diamond or reducing the fabric height. D. Fasten fabric to the line posts at approximately 15-inch intervals and fasten to all rails and tension wires at approximately 24-inch intervals. E. Cut fabric by untwisting and removing pickets. Splice by weaving a single picket into the ends of the rolls to be joined. F. The bottom of the installed fabric shall be 2 inches (plus or minus 1/2 inch) above the ground. •02240.15 BARBED WIRE SUPPORTING ARMS AND BARBED WIRE A. Install barbed wire supporting arms and barbed wire as recommended by the manufacturer. B. Anchor supporting arms to the posts in a manner to prevent easy removal with hand tools. C. C. Anchor supporting arms with 3/8-inch-diameter plain pin rivets or, at the subcontractor's option, with studs driven by low-velocity explosive-actuated tools for steel, wrought iron, ductile iron, or malleable iron. If an explosive-actuated tool is used to drive studs, do not use gray iron or other material that can be fractured. D. Use a minimum of two studs per support arm. E. Pull barbed wire taut and attach to the arms with clips or other means that will prevent easy removal. 02240.16 GATES A. Install gates at the locations shown. Mount hinged gates to swing as indicated. B. Install latches, stops, and keepers as required. C. Attach padlocks to gates or gateposts with chains. D. Weld or otherwise secure hinge pins and hardware to prevent removal. City of Salina MSWLF 02820-4 ' ,C S t1,Q-U AY E°Itit Section 02820 Chain-Link Fence Cell 19 Construction 02240.17 GROUNDING A. Ground fences crossed by power lines of 600 volts or more at or near the point of crossing and at distances not exceeding 150 feet on each side of crossing. B. Ground conductor shall consist of No. 8 AWG solid copper wires. Grounding electrodes shall be%-inch by 10-foot-long copper-clad steel rod. C. Drive electrodes into the earth so that the top of the electrode is at least 6 inches below the grade. D. Where driving is impracticable, bury electrodes a minimum of 12 inches deep and radially from-the fence. E. The top of the electrode shall be not less than 2 feet or more than 8 feet from the fence. F. Clamp ground conductor to the fence and electrodes with bronze grounding clamps to create electrical continuity between fence posts, fence fabric, and ground rods. G. After installation,the total resistance of fence to ground shall not be greater than 25 ohms. ***END OF SECTION 02820*** City of Salina MSWLF 02820-5 rTS:C;VfAtCijlk.ifT7E112110. Section 02900 SEEDING, FERTILIZING, AND MULCHING 02900.1 SUMMARY A. Section includes requirements, procedures, and methods related to the CONTRACTOR'S responsibilities for the completion of seeding, fertilizing, and mulching to revegetate areas disturbed by construction operations. 02900.2 RELATED SECTIONS A. Section 02240 EARTHWORK Section 02800 STRUCTURAL EXCAVATION AND BACKFILLING • 02900.3 QUALITY ASSURANCE AND QUALITY CONTROL A. Seeding, fertilizing, and mulching shall be completed in accordance with the materials manufacturer's recommendations, the Technical Specifications, or as directed by the OWNER or ENGINEER. B. Seeding in windy weather or when the soil is dry, excessively wet, frozen, or other untillable condition shall not be permitted. C. Seeded, fertilized, and mulched areas shall be protected against traffic, vehicle or pedestrian, or other use immediately after completion of work by placing appropriate signs or barriers around the seeded area. 02900.4 SUBMITTALS A. Material manufacturers and supplier's specifications and test data for seed, fertilizer, and mulch materials shall be submitted to the ENGINEER to demonstrate compliance with these Technical Specifications. 02900.5 SEED A. The seed shall be grown and processed in the United States or Canada, contain no seed of any plant on the federal noxious weed list, and contain no seed of any weed not known to exist in Kansas. B. Certain lots of seed may be desirable for the advancement of a local ecotype when specified, • and will be the only seed permitted. • C. The following percentages for purity and germination or pure live seed will be the minimum requirements in the acceptance of seed, unless otherwise permitted by the ENGINEER. D. The following seed mixtures shall be applied at the rate and locations specified. Dry seeding application methods will be required for slopes flatter than 3:1. Bulk seed can be used provided live seed rates are met. 1. Warm Season Grass Seed Mixture(Planting May, June) . • Section 02900 • Seeding, Fertilizing, And Mulching Cell 19 Construction Grass Seed Type Planting Depth Lbs per 1000 sqft Purity% Germination% Native Blue Grama 1/4 to 1/2" 1 70 75 Buffalo '/"to'h" 2 95 90 2. Cool Season Grass Seed Mixture(Planting September) • Grass Seed Type Planting Depth Lbs per 1000 sqft Purity% Germination% Tall Fescue '/4"to '/2" 6 95 85 3. Ryegrass Seed is to be applied concurrently with the primary seed mixture. This will act as an erosion barrier while the permanent lawn develops plus giving any area an almost "instant" green coverage. Grass Seed Type Planting Depth Lbs per 1000 sqft Purity% Germination% Annual Ryegrass 1/4"to 1/2" 3 95 90 E. If the specified quantity is in pounds (kg) of seed, no reduction will be permitted in the specified quantity of seed if the purity or germination or both, are higher than the minimum required by the specifications. If the specified quantity is in pounds (kg) of pure live seed, the pure live seed quantity shall be determined from the actual percentage shown by the supplier for native grasses or by multiplying the actual percentages of purity times the actual percentage of germination, including hard seed for other seed. F. The performance standard shall be met before acceptance of the work. At least two random counts per acre (0.5 ha) in representative areas of the project will be conducted. All erodible seeded areas shall provide a minimum of 20 living plants, uniformly spaced, of the specified type per square foot(0.1 m2). For areas with a large percentage of rock, the number of living plants shall be proportional to the percentage of erodible surface, as determined by the ENGINEER. Inspection for acceptance will be made within 60 days after seeding, excluding seeding dates that fall between September 30 and March 1. G. Seeding dates that fall between September 30 and March 1 will be counted no earlier than May 1 H. A minimum of 4-inches of topsoil obtained from the topsoil stockpile shall be spread over disturbed areas, exposed slopes, stockpiles and soil waste areas to establish a viable seed bed. Soil shall be raked or harrowed prior to seeding. The resulting seedbed shall be clean, friable and firm without excessive weedy competition. The area shall be free of stones, woody material and other foreign objects that would hamper planting and maintenance operations. J. Seed shall be sown following the contour using a mechanical grain drill to place the seeds at least Y4-inch, but no more than '/2-inch into the soil. The seed drills shall be set no more than seven (7) inches apart. K. Seed shall be applied by hand broadcasting in areas not accessible to drills or similar equipment. The seed must be covered by at least'1/4-inch of soil at a depth of no more than 'h-inch. City of Salina MSWLF 02900-2 =SS.S A`Qpt1 Ai E`R tW Section 02900 Seeding, Fertilizing,And Mulching Cell 19 Construction 02900.6 FERTILIZER AND LIME A. Fertilizer shall be a standard commercial product which when applied at the proper rate will supply the quantity of total nitrogen, available phosphoric acid, and soluble potassium as specified herein. Do NOT use fertilizers with warm season grass seed mixtures. B. Lime and fertilizer shall be applied evenly at the rates determined by soil analysis or by the values in the following chart and only when the soil is in a tillable condition. After application, the lime and fertilizer shall be thoroughly mixed into the soil to a minimum depth of 2 inches (50 mm), except when applied hydraulically on slopes steeper than 2:1 (1:2). Lime and fertilizer shall be applied separately, but may be incorporated into the soil in one operation. Lime and fertilizer shall be applied no more than 48 hours before the seed is sown unless otherwise authorized by the ENGINEER. Fertilizer Requirements Fertilizer Pounds/Acre(Cool) Pounds/Acre(Warm) Nitrogen (N) 80 40 Phosphoric Acid (P2O5) 320 160 Soluble Potash (K2O) 80 40 - Effective Neutralizing Material 0 0 C. The fertilizer and lime shall be delivered to the site in clean, sealed containers which bear a label fully describing the contents, the chemical analysis of each nutrient, the fertilizer grade, the net bulk and the name and address of the manufacturer. D. Bagged fertilizer may be accepted on the basis of bag label analysis. The guaranteed analysis on the bag label is to be shown on the acceptance report. Acceptance is by bag label analysis; the label should be removed from a sack for each type furnished. E. Bulk fertilizer may be accepted on the basis of the supplier's or manufacturer's certification. The certification shall include the project number, route, county, supplier's name, a certifying - statement, a guaranteed analysis of each component, and shall be signed by responsible personnel of the supplier. The bill of lading or truck ticket accompanied by a certification statement may be used if all the information required for a certification is shown. F. Agricultural lime will be accepted on the basis of the certification of analysis furnished to the lime producer. The certification of analysis will include the calcium carbonate equivalent, the fineness factor, and the effective neutralizing material per ton of lime. A copy of the certification of analysis shall be made available by the producer or supplier at the source where agricultural lime is presented for inspection. The amount of agricultural lime to be applied is determined from the effective neutralizing material per ton. G. Material used for soil neutralization, unless otherwise specified, shall be agricultural lime with no less than 90 percent passing the No. 8 (2.36 mm)sieve containing no less than 65 percent calcium carbonate equivalent. _ H. Lime and commercial fertilizer shall be applied by mechanical equipment designed for this purpose. _ City of Salina MSWLF 02900-3 E,R&A': Section 02900 Seeding, Fertilizing, And Mulching • - Cell 19 Construction Lime shall be of natural limestone containing not less than 375 pounds effective neutralizing material (ENM) per acre or equal as approved by the OWNER. J. Fertilizer shall not be incorporated into the soil more than four(4)weeks prior to seeding. K. Lime shall be incorporated into the soil within three (3)days of application. 02900.7 MULCH A. Vegetative mulch shall be prairie hay or straw from oats, rye, wheat or barley. Prairie hay shall consist of any combination of any of the following plants: Big Bluestem, Little Bluestem, lndiangrass, Sideoats Grama and native wildflowers. Mulch shall be free of prohibited weed seed and shall be relatively free of all other noxious and undesirable seed. The mulch shall be clean and bright, relatively free of foreign material, not be in an advanced stage of decomposition, and shall be dry enough to spread properly. B. Mulch overspray shall be either virgin wood cellulose fibers or recycled paper mulch. The mulch shall be produced by either the ground or cooked fiber process, shall not be water soluble and shall have the following properties: Property Requirement Moisture Content, percent by weight(mass), max 15 • Organic Matter-Wood Fiber, percent by weight(mass), min 80 pH 4.3-8.5 C. Mulch shall be spread uniformly to form a continuous blanket not less than one and one-half (1-1/2) inches or more than two (2)inches loose measurement over seeded areas. D. The mulch material shall be uniformly spread at the specified rate by hand or with special mulch-spreading equipment. Mulching shall immediately follow seeding operations. The mulch shall be uniformly applied over seeded areas at the rate of one (1) pound per square yard. To prevent excessive loss of the mulch from wind or rain, the mulch shall be securely anchored into the soil by cutting or pushing with a mulch tiller (heavy disc). Care shall be exercised so as not to use an excessive amount of mulch or unduly disturb the grass seeding. E. Straw mulch shall be crimped into the soil by means of a straw crimper manufactured specifically for such purposes. F. Vegetative mulch shall be applied at a minimum rate of 2 1/2 tons per acre (5.5 Mg/ha). All mulch shall be distributed evenly within 24 hours following the seeding operation. Following the mulching operation, precautions shall be taken to prohibit foot or vehicular traffic over the mulched area. Any mulch that is displaced shall be replaced at once, but only after the work preceding the mulching which was damaged as a result of the displacement has been repaired to the satisfaction of the ENGINEER. The CONTRACTOR may use erosion control blankets in lieu of mulch. G. All seeded areas shall be mulched. Disturbed areas outside of authorized construction limits shall be mulched at the CONTRACTOR'S expense. H. The CONTRACTOR shall furnish a certification for mulch and a manufacturer's certification that the mulch overspray materials are in accordance with these specifications. Mulch shall be embedded in the soil a sufficient depth to prevent the loss of mulch by wind or water erosion and approximately parallel to the roadbed grade. City of Salina MSWLF 02900-4 S' S gA .i'-y Section 02900 Seeding, Fertilizing,And Mulching Cell 19 Construction =a 1 02900.8 CORRECTIVE ACTION A. Inadequate stands shall be reworked and reseeded within the time period agreed upon at the CONTRACTOR'S expense. On previously accepted seeded areas,the ENGINEER may authorize eroded areas to be repaired. B. If an area has not been accepted for seeding and erosion exists due to the lack of ground cover, the CONTRACTOR will be responsible for the repair. Cost to repair erosion from sheet and rill flow is the CONTRACTOR'S responsibility. In the event gulley erosion results from linear flow drainage from outside the construction area,the ENGINEER shall authorize payment to the CONTRACTOR to make the necessary repairs. C. Upon completion of the seeding operations, a final check of the total quantities of materials used in the seeding,fertilizing and mulching operations will be made against the total area seeded. If the minimum rate of applications has not been met or if inspection after the germination period indicates that areas have missed due to the failure to operate equipment properly or other causes,the Contractor will be required to re-seed and/or apply fertilizer on these areas, designated by the Engineer, at no additional cost to the OWNER. 02900.10 WATER D. Water shall be clean and potable and secured from a source approved by the OWNER. 02900.11 WATERING E. Water newly seeded area in a timely and effective manner to prevent drought or flooded conditions. Application shall be made at rates less than or equal to soil infiltration rates. Short, more frequent water application to low permeability areas and steeper slopes shall be required to prevent surface ponding or surface runoff. Erosion damage caused by excess irrigation water shall be repaired at the CONTRACTOR'S expense. Contractor is responsible for keeping grass seed damp during the first 3 weeks. *** END OF SECTION 02900*** City of Salina MSWLF 02900-5 S;CsS��A Q_t1;AT,E RR'dl DIVISION III CONCRETE a 1 :.0 Section 03300 CONCRETE 03300.1 SUMMARY A. Section includes cast-in-place concrete, including formwork, reinforcement, concrete materials, mixture design, placement procedures, and finishes, for the construction of the leachate system. 03300.2 RELATED SECTIONS A. None 03300.3 SUBMITTALS A. Product Data: For each type of product indicated. B. Design Mixtures: For each concrete mixture. Submit alternate design mixtures when characteristics of materials, Project conditions, weather, test results, or other circumstances warrant adjustments. 1. Indicate amounts of mixing water to be withheld for later addition at Project site. 2. Steel Reinforcement Shop Drawings: Placing drawings that detail fabrication, bending, and placement. Include bar sizes, lengths, material, grade, bar schedules, stirrup spacing, bent bar diagrams, bar arrangement, splices and laps, mechanical connections, tie spacing, hoop spacing, and supports for concrete reinforcement. C. Material Certificates: For each of the following, signed by manufacturers: 1. Cementitious materials. 2. Admixtures. 3. Form materials and form-release agents. 4. Steel reinforcement and accessories. 5. Waterstops. 6. Curing compounds. 7. Floor and slab treatments. 8. Bonding agents. 9. Adhesives. 10. Vapor retarders. D. Floor surface flatness and levelness measurements indicating compliance with specified tolerances. E. Field quality-control reports. 03300.4 QUALITY ASSURANCE A. ACI Publications: Comply with the following unless modified by requirements in the Contract Documents: B. ACI 301, "Specifications for Structural Concrete." C. ACI 117, "Specifications for Tolerances for Concrete Construction and Materials." City of Salina MSWLF 'S CS,A A:Q U ATE R :..,i Section 03300 Concrete Cell 19 Construction 03300.5 DELIVERY, STORAGE, AND HANDLING • A. Steel Reinforcement: Deliver, store, and handle steel reinforcement to prevent bending and damage. B. Waterstops: Store waterstops under cover to protect from moisture, sunlight, dirt, oil, and other contaminants. 03300.6 FORM-FACING MATERIALS A. Smooth-Formed Finished Concrete: Form-facing panels that will provide continuous, true, and smooth concrete surfaces. Furnish in largest practicable sizes to minimize number of joints. 1. Plywood, metal, or other approved panel materials. 2. Exterior-grade plywood panels, suitable for concrete forms, complying with DOC PS 1. B. Chamfer Strips: Wood, metal, PVC, or rubber strips, 3/4 by 3/4 inch, minimum. C. Form-Release Agent: Commercially formulated form-release agent that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. 1. Formulate form-release agent with rust inhibitor for steel form-facing materials. D. Form Ties: Factory-fabricated, removable or snap-off metal or glass-fiber-reinforced plastic form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spalling of concrete on removal. 1. Furnish units that will leave no corrodible metal closer than 1 inch to the plane of exposed concrete surface. 2. Furnish ties that, when removed, will leave holes no larger than 1 inch in diameter in concrete surface. 3. Furnish ties with integral water-barrier plates to walls indicated to receive dampproofing or waterproofing. 03300.7 STEEL REINFORCEMENT A. Reinforcing Bars: ASTM A 615/A 615M, Grade 60, deformed. B. Steel Bar Mats: ASTM A 184/A 184M, fabricated from ASTM A 615/A 615M, Grade 60, deformed bars, assembled with clips. C. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars and welded wire reinforcement in place. Manufacture bar supports from steel wire, plastic, or precast concrete according to CRSI's "Manual of Practice,"of greater compressive strength than concrete and as follows: 1. For concrete surfaces-exposed to view where legs of wire bar supports contact forms, use CRSI Class 1 plastic-protected steel wire or CRSI Class 2 stainless-steel bar supports. 2. For epoxy-coated reinforcement, use epoxy-coated or other dielectric-polymer-coated wire bar supports. 3. For zinc-coated reinforcement, use galvanized wire or dielectric-polymer-coated wire bar supports. • City of Salina MSWLF 03300-2 5 SA;QU AT E?RS A Section 03300 Concrete Cell 19 Construction 03300.8 CONCRETE MATERIALS • A. Cementitious Material: Use the following cementitious materials, of the same type, brand, and source, throughout Project: 1. Portland Cement: ASTM C 150, Type I, gray. Supplement with the following: 2. Fly Ash: ASTM C 618, Class F or C. 3. Ground Granulated Blast-Furnace Slag: ASTM C 989, Grade 100 or 120. B. Silica Fume: ASTM C 1240, amorphous silica. C. Normal-Weight Aggregates: Provide aggregates from a single source. 1. Maximum Coarse-Aggregate Size: 3/4 inch nominal. 2. Fine Aggregate: Free of materials with deleterious reactivity to alkali in cement. D. Lightweight Aggregate: ASTM C 330, 3/4-inch nominal maximum aggregate size. E. Water: ASTM C 94/C 94M and potable. 03300.9 ADMIXTURES A. Air-Entraining Admixture: ASTM C 260. B. Chemical Admixtures: Provide admixtures certified by manufacturer to be compatible with other admixtures and that will not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. Do not use calcium chloride or admixtures containing calcium chloride. 1. Water-Reducing Admixture: ASTM C 494/C 494M, Type A. 2. Retarding Admixture: ASTM C 494/C 494M, Type B. 3. Water-Reducing and Retarding Admixture: ASTM C 494/C 494M,Type D. 4. High-Range,Water-Reducing Admixture: ASTM C 494/C 494M, Type F. 5. High-Range,Water-Reducing and Retarding Admixture: ASTM C 494/C 494M, Type G. 6. Plasticizing and Retarding Admixture: ASTM C 1017/C 1017M, Type II. C. Set-Accelerating Corrosion-Inhibiting Admixture: Commercially formulated, anodic inhibitor or mixed cathodic and anodic inhibitor; capable of forming a protective barrier and minimizing chloride reactions with steel reinforcement in concrete and complying with ASTM C 494/C 494M, Type C. D. Non-Set-Accelerating Corrosion-Inhibiting Admixture: Commercially formulated, non-set- accelerating, anodic inhibitor or mixed cathodic and anodic inhibitor; capable of forming a protective barrier and minimizing chloride reactions with steel reinforcement in concrete. 03300.10 VAPOR RETARDERS A. Sheet Vapor Retarder: ASTM E 1745, Class A. Include manufacturer's recommended • adhesive or pressure-sensitive tape. ' 03300.11 CONCRETE MIXTURES, GENERAL A. Prepare design mixtures for each type and strength of concrete, proportioned on the basis of laboratory trial mixture or field test data, or both, according to ACI 301. B. Cementitious Materials: Use fly ash, pozzolan, ground granulated blast-furnace slag, and silica fume as needed to reduce the total amount of portland cement, which would otherwise be used, by not less than 40 percent. C. Admixtures: Use admixtures according to manufacturer's written instructions. City of Salina MSWLF 03300-3 SC.S A Q:UrAT E Rslt A Section 03300 • Concrete • Cell 19 Construction 1. Use water-reducing or plasticizing admixture in concrete, as required, for placement and workability. 2. Use water-reducing and retarding admixture when required by high temperatures, low humidity, or other adverse placement conditions. 3. Use water-reducing admixture in pumped concrete, concrete for heavy-use industrial slabs and parking structure slabs, concrete required to be watertight, and concrete with a water-cementitious materials ratio below 0.50. 4. Use corrosion-inhibiting admixture in concrete mixtures where indicated. 03300.12 CONCRETE MIXTURES FOR BUILDING ELEMENTS A. Proportion normal-weight concrete mixture as follows: 1. Minimum Compressive Strength: 4000 psi at 28 days. 2. Slump Limit: 4 inches, plus or minus 1 inch. 3. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for 3/4-inch nominal maximum aggregate size. 03300.13 FABRICATING REINFORCEMENT A. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." 03300.14 CONCRETE MIXING A. Ready-Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94/C 94M[and ASTM C 1116/C 1116M], and furnish batch ticket information. B. When air temperature is between 85 and 90 deg F, reduce mixing and delivery time from 1- 1/2 hours to 75 minutes; when air temperature is above 90 deg F, reduce mixing and delivery time to 60 minutes. C. Project-Site Mixing: Measure, batch, and mix concrete materials and concrete according to ASTM C 94/C 94M. Mix concrete materials in appropriate drum-type batch machine mixer. D. For mixer capacity of 1 cu. yd. or smaller, continue mixing at least 1-1/2 minutes, but not more than 5 minutes after ingredients are in.mixer, before any part of batch is released. E. For mixer capacity larger than 1 cu. yd., increase mixing time by 15 seconds for each additional 1 cu. yd. • F. Provide batch ticket for each batch discharged and used in the Work, indicating Project identification name and number, date, mixture type, mixture time, quantity, and amount of water added. Record approximate location of final deposit in structure. • 03300.15 FORMWORK A. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until structure can support such loads. B. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. C. Construct forms tight enough to prevent loss of concrete mortar. D. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 horizontal to 1 vertical. City of Salina MSWLF 03300-4 ^S OSCA eHU AT E°R&,A i Section 03300 • Concrete Cell 19 Construction E. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and slopes in finished concrete surfaces. Provide and secure units to support screed strips; use strike-off templates or compacting-type screeds. _ F. Provide temporary openings for cleanouts and inspection ports where interior area of formwork is inaccessible. Close openings with panels tightly fitted to forms and securely braced to prevent loss of concrete mortar. Locate temporary openings in forms at inconspicuous locations. G. Chamfer exterior corners and edges of permanently exposed concrete. H. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and bulkheads required in the Work. Determine sizes and locations from trades providing such items. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, and other debris just before placing concrete. J. Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment. K. Coat contact surfaces of forms with form-release agent, according to manufacturer's written instructions, before placing reinforcement. 03300.16 REMOVING AND REUSING FORMS A. General: Formwork for sides of beams, walls, columns, and similar parts of the Work that does not support weight of concrete may be removed after cumulatively curing at not less than 50 deg F for 24 hours after placing concrete. Concrete has to be hard enough to not be damaged by form-removal operations and curing and protection operations need to be maintained. B. Leave formwork for beam soffits, joists, slabs, and other structural elements that supports weight of concrete in place until concrete has achieved at least 70 percent of its 28-day design compressive strength. C. Remove forms only if shores have been arranged to permit removal of forms without loosening or disturbing shores. 03300.17 VAPOR RETARDERS A. Sheet Vapor Retarders: Place, protect, and repair sheet vapor retarder according to ASTM E 1643 and manufacturer's written instructions. B. Lap joints 6 inches and seal with manufacturer's recommended tape. 03300.18 STEEL REINFORCEMENT A. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. B. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials that would reduce bond to concrete. C. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. D. Set wire ties with ends directed into concrete, not toward exposed concrete surfaces. City of Salina MSWLF 03300-5 S, S +1CQ UATFE R%Ct-A Section 03300 Concrete Cell 19 Construction 03300.19 JOINTS A. General: Construct joints true to line with faces perpendicular to surface plane of concrete. B. Construction Joints: Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by ENGINEER. 1. Place joints perpendicular to main reinforcement. Continue reinforcement across construction joints unless otherwise indicated. Do not continue reinforcement through sides of strip placements of floors and slabs. 2. Form keyed joints as indicated. Embed keys at least 1-1/2 inches into concrete. 3. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. 4. Use epoxy-bonding adhesive at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. 5. Contraction Joints in Slabs-on-Grade: Form weakened-plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least one-fourth of concrete thickness as follows: C. Grooved Joints: Form contraction joints after initial floating by grooving and finishing each edge of joint to a radius of 1/8 inch. Repeat grooving of contraction joints after applying surface finishes. Eliminate groover tool marks on concrete surfaces. D. Sawed Joints: Form contraction joints with power saws equipped with shatterproof abrasive or diamond-rimmed blades. Cut 1/8-inch wide joints into concrete when cutting action will not tear, abrade, or otherwise damage surface and before concrete develops random contraction cracks. 03300.20 WATERSTOPS A. Flexible Waterstops: Install in construction joints and at other joints indicated to form a continuous diaphragm. Install in longest lengths practicable. Support and protect exposed waterstops during progress of the Work. Field fabricate joints in waterstops according to manufacturer's written instructions. • 03300.21 CONCRETE PLACEMENT A. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items.is complete and that required inspections have been performed. B. Do not add water to concrete during delivery, at Project site, or during placement unless approved by ENGINEER. C. Before test sampling and placing concrete, water may be added at Project site, subject to limitations of ACI 301. 1. Do not add water to concrete after adding high-range water-reducing admixtures to mixture. D. Deposit concrete continuously in one layer or in horizontal layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as indicated. Deposit concrete to avoid segregation. 1. Deposit concrete in horizontal layers of depth to not exceed formwork,design pressures and in a manner to avoid inclined construction joints. 2. Consolidate placed concrete with mechanical vibrating equipment according to ACI 301. City of Salina MSWLF 03300-6 <S_C SA=Cp`U Ai"EsB A Section 03300 Concrete Cell 19 Construction rz 3. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced locations to rapidly penetrate placed layer and at least 6 inches into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other • embedded items without causing mixture constituents to segregate. E. Cold-Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. 1. When average high and low temperature is expected to fall below 40 deg F for three . successive days, maintain delivered concrete mixture temperature within the temperature range required by ACI 301. 2. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. • 3. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators unless otherwise specified and approved in mixture designs. F. Hot-Weather Placement: Comply with ACI 301 and as follows: 1. Maintain concrete temperature below 90 deg F at time of placement. Chilled mixing - water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is • Contractor's option. 2. Fog-spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade uniformly moist without standing water, soft spots, or dry areas. 03300.22 FINISHING FORMED SURFACES A. Rough-Formed Finish: As-cast concrete texture imparted by form-facing material with tie holes and defects repaired and patched. Remove fins and other projections that exceed specified limits on formed-surface irregularities. 03300.23 FINISHING FLOORS AND SLABS A. General: Comply with ACI 302.1R recommendations for screeding, restraightening, and finishing operations for concrete surfaces. Do not wet concrete surfaces. B. Trowel Finish: After applying float finish, apply first troweling and consolidate concrete by hand or power-driven trowel. Continue troweling passes and restraighten until surface is free of trowel marks and uniform in texture and appearance. Grind smooth any surface defects that would telegraph through applied coatings orfloor coverings. 03300.24 MISCELLANEOUS CONCRETE ITEMS A. Equipment Bases and Foundations: Provide machine and equipment bases and foundations as shown on Drawings. Set anchor bolts for machines and equipment at correct elevations, complying with diagrams or templates from manufacturer furnishing machines and equipment. • 03300.25 CONCRETE PROTECTING AND CURING City of Salina MSWLF 03300-7 ;S,CS W+4 Q t:1.A7 E';R> T Section 03300 Concrete Cell 19 Construction A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold-weather protection and ACI 301 for hot- weather protection during curing. B. Evaporation Retarder: Apply evaporation retarder to unformed concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/sq. ft. x h before and during finishing operations. Apply according to manufacturer's written instructions after placing, screeding, and bull floating or darbying concrete, but before float finishing. C. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. If forms remain during curing period, moist cure after loosening forms. If removing forms before end of curing period, continue curing for the remainder of the curing period. D. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure unformed surfaces, including floors and slabs, concrete floor toppings, and other surfaces. 1. Cure concrete according to ACI 308.1, by one or a combination of the following methods: 2. Moisture Curing: Keep surfaces continuously moist for not less than seven days with the following materials: a. Water. b. Continuous water-fog spray. c. Absorptive cover, water saturated, and kept continuously wet. Cover concrete surfaces and edges with 12-inch (300-mm) lap over adjacent absorptive covers. 3. Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture-retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches (300 mm), and sealed by waterproof tape or adhesive. Cure for not less than seven days. Immediately repair any holes or tears during curing period using cover material and waterproof tape. a. Moisture cure or use moisture-retaining covers to cure concrete surfaces to receive floor coverings. b. Moisture cure or use moisture-retaining covers to cure concrete surfaces to receive penetrating liquid floor treatments. c. Cure concrete surfaces to receive floor coverings with either a moisture-retaining cover or a curing compound that the manufacturer certifies will not interfere with bonding of floor covering used on Project. 4. Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Maintain continuity of coating and repair damage during curing period. a. Removal: After curing period has elapsed, remove curing compound without damaging concrete surfaces by method recommended by curing compound manufacturer[ unless manufacturer certifies curing compound will not interfere with bonding of floor covering used on Project]. 5. Curing and Sealing Compound: Apply uniformly to floors and slabs indicated in a continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Repeat process 24 hours later and apply a second coat. Maintain continuity of coating and repair damage during curing period. 03300.26 FIELD QUALITY CONTROL • City of Salina MSWLF• 03300-8 ;S;C S Ac,Q1U,A;LE:R.It.A J Section 03300 Concrete Cell 19 Construction ' a A. Testing and Inspecting: ENGINEER will perform field tests and inspections and prepare test reports. B. Inspections: 1. Steel reinforcement placement. 2. Steel reinforcement welding. 3. Headed bolts and studs. 4. Verification of use of required design mixture. 5. Concrete placement, including conveying and depositing. 6. Curing procedures and maintenance of curing temperature. 7. Verification of concrete strength before removal of shores and forms from beams and slabs. C. Measure floor and slab flatness and levelness according to ASTM E 1155 within 48 hours of finishing. ***END OF SECTION 03300*** City of Salina MSWLF 03300-9 S C-5;-A Q-U AY E1FI A • Section 03400 MANHOLES AND WETWELL 03400.1 SUMMARY A. The work shall consist of furnishing all materials, equipment, and labor necessary for the construction and installation of manholes and accessories at the location in accordance with the details of the plans and specified herein. Manholes shall be of the precast-concrete or poured-in-place concrete type. 03400.2 RELATED SECTIONS: A. Section 02520 FORCEMAIN B. Section 03300 CONCRETE 03400.3 SUBMITTALS A. Manufacturer Certificates: For each product, from manufacturer. B. Source quality-control reports. C. Field quality-control reports. D. Surveys: Show final elevations and locations of major members. Indicate discrepancies between actual installation and the Contract Documents. Have surveyor who performed surveys certify their accuracy. E. Maintenance Data. F. Warranties. 03400.4 QUALITY ASSURANCE A. Manufacturer Qualifications: A qualified manufacturer. 1. Engineering Responsibility: Preparation of Shop Drawings and comprehensive engineering analysis by a qualified person. B. Wet well and manholes shall be tested for leakage prior to backfilling and following installation of piping. Structures shall be filled with water and allowed to remain for 24 hours. Any visible leaks shall be repaired prior to backfilling. If the water level in the structures drops more than 6 inches during the leakage test, the Contractor will be required to fix any leaks and another test will be required 03400.5 DELIVERY, STORAGE, AND HANDLING A. Deliver components as not to be damaged or deformed. 03400.6 PROJECT CONDITIONS A. Weather Limitations: See Section 03300 CONCRETE 03400.7 COORDINATION A. Coordination of clearance, sizes and locations of penetrations, and anchor-bolt inserts into walls shall be CONTRACTORS responsibility. 03400.8 MATERIALS A. Concrete shall meet the requirements specified in Section 03300. B. Wet well and manholes shall be constructed of reinforced concrete and have walls designed to withstand the external earth loadings when the wet well is empty. The wet well shall have a City of Salina MSWLF S;CCSAQUAERR=A Section 03400 Manholes and Wetwell Cell 19 Construction reinforced concrete bottom and top, with access hatch. The base of the wet well shall be grouted at the joints on the inside at a 1:1 slope to prevent the accumulation of solids. C. All pipe openings for flow into and out of the manholes and wet well shall have the pipes grouted in place, inside and outside with non-shrink grout. D. Wet well shall contain stainless steel guide rails for the pumps, securely fastened at the top opening of the wet well to allow the pumps to accurately mate with the pump bases, which shall be secured to the bottom with stainless steel bolts. E. All joints in the manholes and wet well shall be sealed with a sealant material in compliance with Federal Specification SS-S-00210. The entirety of the manholes and wet well shall be sealed on the outside with a two part urethane asphalt applied to provide a dry film thickness of 20 mils. Interior of the manholes and wet well shall be PVC lined. F. The wet well shall have a PVC air vent extending through the top slab with a 180 degree turn sealed by an approved insect screen. G. Cast iron fittings and accessories shall be in accordance with USASI Specification A21, Class 50 and construction drawings. H. Pamrex frames and covers shall be used, and conform to the requirements of the City's Standards and Specifications. Manhole joints shall be externally sealed with INFI-SHIELD, Gator Wrap, or approved equal by ENGINEER. 03400.9 CONSTRUCTION METHODS A. If manholes are constructed of precast sections, each precast section shall be set in a preformed gasket material. A minimum of 6" compacted bedding sand shall be used under manhole base. B. Manholes shall be waterproofed on the exterior. Inlet and outlet pipes shall be joined to the manhole with a gasketed, flexible, watertight connection or any watertight connection arrangement that allows differential settlement of the pipe and manhole wall to take place. C. Manholes shall be backfilled with granular material meeting the requirements for bedding materials specified hereinbefore. This material shall be placed and thoroughly compacted. ***END OF SECTION 03400*** ; t City of Saline MSWLF 03400-2 :c-s Q:t1;A`T-E R Rriv DIVISION XI EQUIPMENT Section 11150 LEACHATE PUMP SYSTEM v'1 11150.1 SUMMARY A. Section includes the furnishing of all labor, materials, equipment, and incidentals necessary to install, test, and startup the leachate pump system including electrical connection as specified in this Section and as shown on the Construction Drawings. 11150.2 RELATED SECTIONS A. Section 02240 EARTHWORK B. Section 15010 HIGH DENSITY POLYETHYLENE (HDPE) PIPING C. Section 15020 PLASTIC VALVES D. Section 03400 MANHOLES 11150.3 QUALITY ASSURANCE AND QUALITY CONTROL A. The CONTRACTOR shall submit all the results of the factory conformance testing and all field tests in accordance with Technical Specification. B. The CONTRACTOR shall submit all the specific information regarding quality control testing performed by the manufacturer on the components of the pump system prior to installation. 11150.4 SUBMITTALS A. Submittals shall be in accordance with Section 01340 SUBMITTALS. B. CONTRACTOR shall submit the following specific information as described in this Section: 1. Complete specification, descriptive drawings, catalog cuts, and descriptive literature, which shall include make, model, dimensions, weight, fixtures, and electrical schematics for the pumps, level controls, electrical components, control panels, and accessories. 2. A master wiring diagram for the control panel(s)shall be submitted for Engineer's review and approval before beginning construction. This diagram shall be drawn in standard ladder logic format. All ladder rungs shall be numbered in the left hand margin, and all relay contacts referenced to these numbers in the right hand margin. • Each electrical node in the control schematic shall have a different wire number. A bill of materials and a layout drawing of the enclosure door/inner door/inner bracket components shall appear on this drawing with a listing of nameplates pertaining to the components. Submittal drawings may be on 11"x 17"paper. 3. Manufacturer's installation instruction. 4. Complete performance data that will indicate full compliance with the Technical y, i Specifications and performance curve. 5. All exceptions to the Technical Specifications and Contract Drawings. • 6. List of spare parts for the pump system recommended by the manufacturer. City of Salina MSWLF S- S A QU AT E`itR A=: Section 11150 Leachate Pump System . Cell 19 Construction 7. An operation and maintenance manual shall be furnished in accordance with Section 01340 SUBMITTALS. The manual shall be prepared specifically for this installation and shall include all required catalog cuts, drawings, equipment list, description, and information necessary to instruct operating and maintenance personnel. 8. Final as-built drawings shall be on full size 24"x36" paper. Two sets shall be provided. An additional full size as-built drawing shall be placed in the control panel. A waterproof reduced copy of the master"as-built"wiring diagram shall be laminated in clear plastic and permanently fastened to the inside of the panel door. 9. Provide on-site start-up of supplied equipment and provide an on-site training program shall be provided to employees as selected by the Owner. The objective of the training is to provide a common working knowledge concerning the operation of the system. Training shall include one(1)two-hour training session provided at the completion of start-up. 10. System warranty shall be for a period of 3 years commencing upon successful completion of startup.Warranty includes parts and labor for all equipment/software/services provided.Warranty excludes surge/transient damage. 11150.5 GENERAL A. Leachate Pump System 1. The leachate pump system is comprised of electric pumps and associated controls to pump leachate from a designated leachate wet well through a leachate force main piping network to the leachate pond. 2. The leachate pump system includes two electric pumps, pump controls, and necessary appurtenances required for the proper operation of the pump. 3. The leachate pump system is connected to the controls by hoses and cables. 11150.6 MATERIALS A. Leachate Pump 1. Pumps shall be ABS submersible sewage pump XFP 080C-CB1, motor model PE 35/4, or engineer approved equal pump. 2. Pumps shall be capable of withstanding corrosive materials normally found in leachate and industrial waste. 3. Pumps shall be a submersible type 230 Volt AC, three phase motor, #329 stainless steel impeller72 part epoxy 16 mil paint dry film thickness, and 3-inch NPT discharge. 4. Each electric pump shall be capable of delivering one hundred fifty(150) gallons per minute at 30 feet of TDH. 5. A#316 stainless steel lifting chain shall be provided for each pump, of sufficient length to reach from the pump attachment to a chain holder, furnished by the equipment manufacturer and installed near the upper guide rail support for that pump. The chain shall be of sufficient strength to allow the raising and lowering of City of Salina MSWLF 11150-2 S C-Sw A Q UAY E Rl{,'li Section 11150 Leachate Pump System Cell 19 Construction t,y the pump with a safety factor of at least two, but in no case less than 1/4—inch chain links. 6. The pump shall be supplied with a mating epoxy coated cast-iron discharge connection elbow. The discharge connection elbow shall be permanently installed in the wet well along with the discharge piping. The pump shall be automatically connected to the discharge connection elbow when lowered into place and shall be easily removed for inspection or service. There shall be no need for personnel to enter the wet well to install, remove, or maintain the pumps. 7. Sealing of the pumping unit to the discharge connection elbow shall be accomplished by a simple linear downward motion of the pump. A sliding guide bracket shall be an integral part of the pump unit. The entire weight of the pump unit shall be guided by no less than two guide bars and shall be pressed tightly against the discharge connection elbow with metal-to-metal contact. Sealing of the devices by any other means shall not be acceptable. No portion of the pump shall bear directly on the floor of the wet well, and the minimum clearance specified by the manufacturer shall be maintained with at least 4 inches in all cases. The pump,with its appurtenances and cable, shall be capable of continuous submergence under water to a depth of 20 feet without loss of watertight integrity. 8. All slide rails shall be made of 316 stainless steel and shall be of tubular design. Upper guide bar brackets, middle support brackets, and float hangers shall also be made of 316 stainless steel. All other hardware (bolts, nuts, etc.) shall similarly be made of 316 stainless steel. 9. Components of the leachate pump shall include the following: a. Jacketed pump control cables b. Flow meters c. Necessary mounting hardware d. Equipped with a variable frequency drive to achieve smooth startup and shutdown of each pump B. Leachate Pump Controls and Sensors 1. Control panel shall have lights that display: a. Active power to the pumps b. High liquid level (light and sound alarm) c. Pump on d. Pump failure 2. Digital display showing depth of leachate from bottom of wet well in feet. 3. Digital amp meter display for each pump. 4. Flow totalizer with digital display up to ten digits in gallons. Flow totalizer display shall be equipped with a manual reset switch. 5. Hand off auto(HOA)switch shall be equipped for both pumps; On, Off, and Auto selections. 6. Digital flow meter display in gallons per minute(GPM). Flow meters shall be Doppler style and capable of displaying between 1-1000 GPM. 7. Control panel shall control pumps at the following switch levels City of Salina MSWLF 11150-3 S CSryi3 Q#U,;4TzE R RA Section 11150 Leachate Pump System Cell 19 Construction a. Pump on b. Lag Pump Start on c. High alarm d. Pump off 8. The wet well level control shall be a pressure transducer. The manufacturers supplied cable shall be ordered long enough to reach the control panel enclosure. No wiring splice will be permitted in this cable 9. Pump alteration a. Normal operation will be for pumps to automatically alternate operation. b. Switch on control panel will permit either pump to be placed in the lead pump position to override automatic alteration. 11150.7 DELIVERY, STORAGE, AND HANDLING A. The leachate pump system and all of its accessories, pipes, and fittings shall be unloaded, stored, and handled with extreme care to avoid any structural damage to the system. All damaged items shall be rejected and sent back immediately to the manufacturer/supplier. Damage occurring as a result of storage or handling shall be cause for rejection by the ENGINEER. 11150.8 INSTALLATION A. Leachate Pump System 1. Leachate pump system and related appurtenances shall be installed as shown on the Construction Drawings and in accordance with the manufacturer's instructions. B. Electrical 1. A licensed electrician shall be required for installation of all electrical work. Contractor is responsible for installation of wiring from existing 3-phase power source in the vicinity of the proposed wetwell to the wetwell. 11150.9 TESTING A. Factory Testing 1. All equipment shall be factory tested for compliance with the Technical Specifications, and a certification of the results of the tests shall be submitted to the ENGINEER prior to installation. B. Testing of Leachate Pump System 1. Prior to acceptance by the ENGINEER, an operational field test of the leachate pumping system shall be performed to determine if the installed equipment meets the purpose and intent of the Technical Specifications. Services shall include startup testing and instruction on the operation of the pump system. The testing shall demonstrate that the equipment is not mechanically, structurally, or otherwise defective; is in safe and satisfactory operating condition; and conforms to the Technical Specifications. Tests shall include checks for excessive vibration, leaks in all piping and seals, correct operation of control systems and equipment, proper alignment, excessive noise levels, and power consumption. City of Salina MSWLF 11150-4 AS C'S A'Q;U ATrE A A3 :e L Section 11150 Leachate Pump System Cell 19 Construction 2. If any deficiencies are revealed during any test, such deficiencies shall be corrected and the tests shall be re-conducted to the satisfaction of the ENGINEER. ***End of Section 11150*** n b ., S City of Salina MSWLF 11150-5 S C Sr„',t►;U A`sT;ER R A DIVISION XV MECHANICAL Section 15010 A HDPE PIPING 15010.1 SUMMARY A. Section includes furnishing all labor, materials, equipment, and incidentals necessary to install and test high density polyethylene (HDPE) piping and pipe fittings for the Cell 19 Construction as shown on the Construction Drawings. 15010.2 RELATED SECTIONS A. Section 02600 HIGH DENSITY POLYETHYLENE (HDPE)GEOMEMBRANE -. 0 15010.3 QUALITY ASSURANCE AND QUALITY CONTROL A. None 15010.4 SUBMITTALS A. A statement, in writing, from the pipe manufacturer, stating the manufacturer is listed with the Plastic Pipe Institute as a qualified extruder for polyethylene resin being used to manufacture the HDPE pipe for this Project. B. Catalog information confirming the pipes and fittings conform to the requirements of the Technical Specifications. C. The CONTRACTOR shall submit manufacturer's certification and test reports as follows: That the HDPE pipe was manufactured from resins in compliance with the Technical Specifications. The certificate shall state the specific resin, its source, and the specific information required by ASTM D-1248. The pipe shall not contain recycled compound except that generated in the manufacturer's own plant from resin of the same specification from the . raw material. The pipe shall be homogenous throughout and free of visible cracks, holes, foreign inclusions, or other deleterious defects and shall be identical in color, density, melt index, and other physical properties. D. The HDPE pipe manufacturer shall provide certification that stress regression testing has been performed on the specific product. This stress regression testing shall have been completed in accordance with ASTM D-2837, and the manufacturer shall provide a product supplying a minimum hydrostatic design basis (HDB) of 1,500 psi, as determined in accordance with ASTM D-2837. The manufacturer must warrant the pipe to be free from defects in material and workmanship in accordance with ASTM D-3350 and F714. 15010.5 PROTECTION A. Transportation 1. Care shall be taken during transportation of the pipe that it is not cut, kinked, or otherwise damaged. B. Handling Pipe Lengths 1. Ropes,fabric, or rubber-protected slings and straps shall be used when handling pipes. City of Salina MSWLF S C.S #Q k.1131.,R IZ A Section 15010 HDPE Piping Cell 19 Construction 2. Chains, cables, or hooks inserted into the pipe ends shall not be used. Two (2) slings spread apart shall be used for lifting each length of pipe. Pipe or fittings shall not be dropped onto rocky or unprepared ground. C. Storage • 1. Pipes shall be stored on level ground, preferably turf or sand, free of sharp objects, which could damage the pipe. 2. Stacking of the pipe shall be limited to a height that will not cause excessive deformation of the bottom layers of pipes under anticipated temperature conditions. 3. Where necessary due to ground conditions, the pipe shall be stored on wooden sleepers, spaced suitably and of such width as not to allow deformation of the pipe at the point of contact with the sleeper or between supports. 15010.6 MATERIALS A. HDPE piping shall have a material designation code of PE4710. Minimum cell classification values shall be PE445576C, as referenced in ASTM D-3350. The HDPE pipe shall contain a minimum of two (2) percent carbon black and be SDR 11. B. Fittings 1. Fittings shall be butt fusion type, meeting the requirements of ASTM D-3261. All fittings shall be rated to match the system piping to which they are fused. At the point of fusion, the outside diameter and minimum wall thickness shall meet the outside diameter and minimum wall thickness specifications of ASTM F-714 for the same size of pipe. 2. Flanges, when required, shall be of plate type ANSI 616.5-81, Class 125 lb. The bolts for the flanges shall be Type 316 stainless steel conforming to ASTM A-320, Class 2. All flanges shall have gaskets. Gaskets are to be Neoprene, or approved equal material for the service. 3. The piping and pipe fittings shall be comprised of new, first quality HDPE material and SDR 11 rated. 4. The leachate collection system pipe perforations will consist of three rows of holes 1/2-inch in diameter on 4 inches centers (allowable tolerances of 1/16 inch on the diameter and 1/4 inch on the spacing). The rows will be parallel to the axis of the pipe and set apart 120 degrees (plus or minus 5 degrees) and 60 degrees (plus or minus 5 degrees)from the adjacent row. C. The CONTRACTOR shall submit a certification from the manufacturer of the piping and pipe fittings, stating that the piping meets physical property requirements for the intended application. D. Each standard and random length of pipe in compliance with this specification shall be clearly marked at a minimum with: 1. Pipe size. 2. SDR number. 3. Class and profile numbers. 15010.7 PREPARATION A. The manufacturer shall furnish complete written instructions for the storage, handling, installation, fusion, and repair of the piping in compliance with this Technical Specification City of Salina MSWLF 15010-2 =S'£Sf/MLI O:E;B R A Section 15010 - HDPE Piping Cell 19 Construction and the conditions of the warranty. , B. The interior of all pipes shall be thoroughly cleaned of all foreign material and shall be kept clean during installation operations by means of plugs or other industry-approved methods. 15010.8 INSTALLATION A. Cutting shall be completed with approved mechanical cutters in a manner that will not • damage the pipe. Pipe shall be firmly and uniformly supported on the granular bedding material. Pipe interior shall be kept thoroughly clean as the work progresses. Care shall be taken that pipe is not disturbed until joints are cured. Any adapters for joining shall be in accordance with the pipe manufacturer's printed instructions. B. Joining (HDPE Pipe). Sections of the HDPE pipe (40-foot joints) shall be joined into continuous lengths by the butt fusion method and shall be performed in strict conformance with the pipe manufacturer's recommendations using approved equipment. All valves and transition piping shall be by butt fusion, electrofusion, flange or mechanical joint connections. Joining and installation of pipe shall be accomplished under the direction of an authorized manufacturer's representative. C. Handling Pipeline. The handling of the pipeline shall be in such a manner that the pipe is not damaged by dragging it over sharp and cutting objects. D. Pipe and fittings shall be selected so that there will be as small a deviation as possible at the joints, and so that inverts present a smooth surface. Pipe and fittings which do not fit together to form a tight fitting joint will be rejected. E. All pipe cuts shall be square, perpendicular to center line of pipe. F. Damaged pipe that results in reduction of the wall thickness by more than approximately ten (10) percent should be cut out and discarded. Damaged pipe shall be repaired according to manufacturer's recommendations. G. CONTRACTOR shall protect the pipe and workers from the build-up of static electricity, which can be generated in the pipe by friction from the handling of pipe in storage, shipping, and installation. CONTRACTOR shall minimize the hazard of discharge by applying a film of water to the work surface, to drain away the static electricity. Other recommendations by the pipe manufacturer will be acceptable. H. Marking tape shall be provided whenever pipe is installed through open cut excavation. The tape shall be of plastic material without integral wires or foil backing. The tape shall be not less than 2 inches wide, and shall have an identifying phrase in black letters repeated at maximum intervals of 3 feet. The tape shall be of a type specifically manufactured for marking underground utilities. The tape shall be installed during backfilling operations. The tape shall be located 2 feet below finished grade. The tape shall be centered on the utility line with the identifying phrase on the top. The identifying phrase shall be "SANITARY SEWER LINE BELOW." All forcemain piping shall be installed with a continuous,Direct Burial #12 AWG Solid (.0808" diameter), steel core hard drawn tracer wire, 1,150 pounds average tensile break load, 45 mil high molecular weight-high density green polyethylene jacket complying with ASTM-D-1248, 30 volt rating for location purposes by means of an electronic line tracer. Tracer wire shall be Copperhead Industries, LLC, or approved equal by Engineer. J. The wire shall be placed above the sanitary sewer gravity main and forcemain. The wire i • City of Salina MSWLF 15010-3 ":1,C S,1A.Q,UAT;E R' A Section 15010 HDPE Piping Cell 19 Construction shall be terminated at the tracer wire box. For open cut installation, the wire shall be taped to the pipeline at 25-foot intervals. Tracer wire box shall be located within one foot of manhole and set to same grade as manhole lid, or as requested in the field by Engineer. K. All roadway tracer wire boxes shall be Copperhead Snakepit Magnetized Tracer Box • Roadway Box RB14 TP (green cover for sanitary sewer) or Copperhead Snakepit Magnetized Tracer Box Lite Duty Box L14 TP (green cover for sanitary sewer) both manufactured by Copperhead Industries LLC, or approved equal by the Engineer. Tracer wire boxes utilized for roadway purposes must be approved for H-20 live load rating. • L. Upon completion of the tracer wire installation, the Contractor shall demonstrate to the OWNER that the wire is continuous and unbroken through the entire run of the pipe by providing full signal conductivity when energizing for the entire run. If the wire is broken, the Contractor shall repair or replace it. 15010.9 TESTING A. All newly installed forcemains shall be pressure and leakage tested prior to final acceptance. Pressure and leakage testing shall comply with Kansas Department of Health and Environment's minimum design standards, entitled "Policies, General Considerations and Design Requirements for Public Water Supply Systems in Kansas" (2008 Addition),Appendix C Procedures for Pressure and Leakage Testing of Water Mains. Pressure and leakage testing requirements for materials other than PVC will be determined on a case-by-case basis. B. Before testing, the pipeline shall be surveyed, backfilled, and braced sufficiently to prev ne t movement under pressure. C. After filling the main with water and expelling air, a pump is utilized to increase the water pressure within the line up to the required test pressure and to maintain that pressure for the required duration. The measured water pressure within the main (after reaching the required test pressure) shall not vary by more than 5 psi during the duration of the test. While the line is under pressure, the system and all exposed pipe, fittings and valves shall be examined for leakage. Any damaged or defective pipe, fittings, valves, or joints shall be repaired or replaced and the pressure test repeated until satisfactory results are obtained. D. Air testing shall be performed on newly installed solid gravity piping (6-inch SDR-11 HDPE)at 10 psig and maintained for a minimum of 2 hours. E. Hydrostatic testing shall be performed on newly installed pressure piping (SDR-11 HDPE) at 150 psig and maintained fora minimum of 2 hours. 15010.10 CERTIFICATION OF COMPLETION • A. Upon completion of the backfilling operation over the piping system, the Contractor shall certify the following to the OWNER and ENGINEER. 1. The piping system has been constructed in accordance with the approved project Construction Drawings and Technical Specifications. 2. The piping system has not been damaged during the backfilling operation or construction. ***End of Section 15010*** City of Salina MSWLF 15010-4 S'V IALQ=U ATE'R`R'A' • • APPENDIX A CONSTRUCTION QUALITY ASSURANCE PLAN • • • rx- :z�'�c"�cg�.� ,ja o- ,'' � ...;� ,�q �p� s.4 ,g�"sa� � �. �,.. x�` '�$r sA ..a'5,,.. :I.V- . r . -x'-z f• "z f:', i- -'-' s�`', ' "v- ,: r-�c�,- -z't-.�` ' -�fi^w,W-''.'- -.,".. ..T".• 3z cy< ,s' t :-^ �wr,-s ,? "'`z r, ::.`..,t�'�c t • - pl W TABLE OF CONTENTS Page No. 1.0 INTRODUCTION 1 7-1 2.0 LINES OF AUTHORITY, RESPONSIBILITY, AND PERSONNEL QUALIFICATIONS 3 2.1 Design Engineer 3 2.2 Construction Quality Assurance Consultant 3 3.0 MEETINGS 5 3.1 Preconstruction Meeting 5 3.2 Progress Meetings 5 '' 3.3 Deficiency Meetings 6 4.0 DOCUMENTATION 7 4.1 Daily Record Keeping 7 4.2 Soil Installation Observation 7 4.3 Geosynthetics Manufacturing 7 4.4 Geomembrane Liner Observation 8 4.5 Photo Documentation 8 4.6 Deficiencies 8 4.7 Design and Specification Clarifications or Modifications 9 4.8 Certification Report 9 j1 Li 5.0 INSTALLATION CONTRACTORS 10 5.1 Earthworks Contractor 10 " 5.2 Geosynthetics Installer 10 6.0 SOIL LINER CONSTRUCTION 11 6.1 Subgrade Requirements 11 `I 6.2 Low Permeability Soil Layer 11 6.2.1 Hydraulic Conductivity Evaluation 12 6.2.2 Test Pad 12 6.2.3 Low Permeability Soil Liner Construction 15 al 'r 7 LI {19 I hJ' 3512.10/CQA Plan i AQUATERRA TABLE OF CONTENTS (Continued) Page No. 7.0 GEOMEMBRANE 18 7.1 CQA Functions 18 7.2 Material Specifications, Handling, and Storage 18 7.3 Geomembrane Support 19 7.4 Method of Deployment 19 7.4.1 General Seaming/Welding Procedures 20 7.4.2 Repairs 23 8.0 GEOSYNTHETIC CLAY LINER (GCL) 24 8.1 Product Delivery, Storage, and Handling 24 8.2 GCL Installation 25 9.0 GEOTEXTILE 26 9.1 Product Delivery, Storage, and Handling 26 9.2 Installation 26 10.0 GEOCOMPOSITE 28 10.1 Product Delivery, Storage, and Handling 28 10.2 Installation 29 11.0 LEACHATE COLLECTION AND DRAINAGE SYSTEM 30 11.1 Granular Drainage Layer 30 11.1.1 Sand Properties 30 11.1.2 Sand Placement 30 11.2 Pipes 30 12.0 FINAL COVER 32 12.1 Low Permeability Soil Layer 32 12.2 40-mil Geomembrane 32 12.3 Geocomposite Drainage Layer 32 12.4 Protective Layer 32 13.0 REFERENCES 33 3512.10/CQA Plan Revision 1 ii AQUATERRA TABLE OF CONTENTS (Continued) TABLE AND FIGURE Table 1 CQA Testing Requirements Figure 1 Red/Brown Clay Acceptability Zone APPENDICES Appendix A: Typical CQA Forms - Appendix B: Historical Soil Data • 3512.10/CQA Plan Revision 1 iii AQUATERRA a . CONSTRUCTION QUALITY ASSURANCE PLAN CITY OF SALINA MSW LANDFILL FACILITY SALINA, KANSAS JUNE 2011 REVISED SEPTEMBER 2012 1.0 INTRODUCTION This Construction Quality Assurance (CQA) Plan addresses procedures for the installation of the soil and geosynthetic components used for the construction of the liner, leachate collection system and final cover for the City of Salina MSW Landfill (Landfill) in Salina, Kansas, owned by the City of Salina (City). This CQA Plan has been developed to assure that the construction of the landfill is in compliance with applicable state and federal regulations and to substantiate that the construction meets, or exceeds, all design criteria requirements for the construction of the landfill. The original CQA Plan was prepared by Camp Dresser and McKee (CDM) on July 2003 and revised in 2005. This document has been prepared in accordance with Kansas Department of Health and Environment Bureau of Waste Management (KDHE-BWM) Policy 00-04 Related to Requirements for Landfill CQA (KDHE 2001), and generally following the guidelines recommended by the EPA in the Technical Guidance Document Quality Assurance and Quality Control For Waste Containment Facilities (EPA 1993). Soil components to be used in the liner, leachate collection, and final cover systems include low permeability soils, granular materials, topsoil, and riprap. Geosynthetic components include 60-mil high density polyethylene (HDPE) geomembrane, 60-mil linear low density polyethylene (LLDPE) geomembrane, 40-mil LLDPE geomembrane, geocomposites, leachate collection pipes, and geotextiles. Tests to establish the adequacy of all landfill materials shall be performed for each source, at the discretion of the CQA Engineer. Construction material will be accepted or rejected based on the results of these tests. The objective of this plan is to assure. that proper materials, construction techniques, and procedures are followed by the Contractor and that the intent of the design is met. This program also intends to identify problems that may occur during construction and provide the means for resolution of these problems. This program addresses quality assurance, not quality control. This CQA Plan is independent of the quality control (QC) programs conducted by the Manufacturers and Contractors. The intent of the CQA Plan is to provide independent third party verification and testing, to demonstrate that the Contractors have met their obligations in the supply and installation of soil and geosynthetic components according to the design, project 3512.10/CQA Plan Revision 1 1 AQUATERRA • Construction Quality Assurance Plan City of Salina MSW Landfill Facility June 2011, Revised September 2012 specifications, contractual, and regulatory requirements. Quality control is provided by the Manufacturers and Contractors and refers only to those actions taken to ensure that materials and workmanship meet the requirements of the plans and project specifications. The CQA Engineer or their representative will test, observe, and document the activities outlined in each section of this plan. A copy of this plan is to be maintained at the landfill for use during landfill cell and final cover construction. Any revisions to the design or the approved CQA Plan require review and approval by the KDHE-BWM. The KDHE-BWM must be kept informed throughout construction. 3512.10/CQA Plan Revision 1 2 AQUATERRA Construction Quality Assurance Plan City of Salina MSW Landfill Facility June 2011, Revised September 2012 2.0 LINES OF AUTHORITY, RESPONSIBILITY, AND PERSONNEL QUALIFICATIONS This section provides and defines the responsibilities,qualifications, and terms for personnel referenced in this CQA Plan. The CQA Monitor will be capable of direct communication with the Project Manager at all times. Deficiencies which can be easily remedied, such as unsatisfactory test results, will be dealt with directly between the CQA staff, and/or Contractors. CQA personnel will be allocated to the site to monitor construction based on the number of major items being constructed or separate crews constructing major items on each work day.: Major items include: subgrade finishing, low permeability soil layer construction in liner • or cover, geomembrane installation, all components of the leachate collection and removal system, perimeter channels, storm water detention ponds, infiltration layer in final cover, and soil testing. CQA personnel, including the certifying engineer, must be employed by an organization that operates independently of the landfill contract operator(s), construction contractor(s), City, and permit holder. The CQA Engineer that will be certifying the construction must be a registered Professional Engineer (PE) in the State of Kansas and will be responsible for ensuring that the CQA Monitors are adequately instructed on proper performance of CQA tasks. 2.1 Design Engineer The Design Engineer, also referred to as, "Designer," is the individual or firm responsible for the design and preparation of the project construction drawings and project specifications. The Design Engineer is responsible for approving all design and project specification changes or clarifications encountered during construction. The Design Engineer may be associated with the CQA Consultant or be an independent consultant. 2.2 Construction Quality Assurance Consultant The CQA Consultant is the firm that is retained by the City to perform CQA services for construction projects at the Landfill. The CQA Consultant includes the CQA Engineer and CQA Monitor(s) who work under his/her direction. The CQA Consultant and its employees shall not be affiliated with the City or Contractors. CQA Monitors are the individuals responsible for performing the quality assurance tasks outlined in this manual. The CQA Monitors will have the appropriate level of qualifications and experience for the items being constructed. The CQA Monitors must be present during main work activities. The CQA Engineer's and/or Monitor's duties include the following: • Review all design drawings, project specifications, and related guidance documents; 3512.10/CQA Plan Revision 1 3 AQUATERRA Construction Quality Assurance Plan City of Salina MSW Landfill Facility June 2011, Revised September 2012 • Review all Contractor submittals and make appropriate recommendations for other submittals; • Observe material delivery, unloading, and storage; • Observation and documentation of material placement; • Observation and documentation of repair operations; • Schedule and coordinate CQA inspection activities; • Verify that the Manufacturer's, and Contractor's quality control plans are in general compliance with the CQA Plan; • Coordinate CQA activities to ensure that testing and documentation are complete, accurate, and in accordance with the site specific documents; • During the course of construction and following completion of the project, develop a project file for maintaining and storing the originals or copies of originals of all CQA data sheets and reports generated during the course of construction. A complete file of this documentation will be maintained on-site; • Assure that testing equipment used, and tests performed are conducted according to project specifications and industry standards; • Perform, observe, document, or report test results as required; and, • Document and report any deficiencies that are not corrected to the satisfaction of the CQA Monitor and the CQA Engineer, including design or project specification changes. 3512.10/CQA Plan Revision 1 4 • AQUATERRA Construction Quality Assurance Plan City of Salina MSW Landfill Facility June 2011, Revised September 2012 3.0 MEETINGS This section provides and defines the responsibilities and terms for various meetings during construction. 3.1 Preconstruction Meeting A preconstruction meeting will be held at the site prior to the start of each phase of construction. The City, Design Engineer, CQA Engineer, CQA Monitor, Geosynthetics Contractor, Earthworks Contractor, as required, and others designated by the City should attend the pre-construction meeting. The purpose of the pre-construction meeting will be to: • Provide each organization with all relevant CQA documentation and supporting information; • Review the construction drawings, CQA Plan, and project specifications; • Review work area safety protocol; • Define the responsibilities of each party; • Define lines of communication and authority; • Review method of documentation, testing procedures, and reporting inspection data; • Establish testing protocols and procedures for correcting and documenting construction deficiencies; • Discuss any changes that may be needed to ensure that construction will meet, or exceed, the minimum requirements of design; • Conduct a site inspection to discuss work areas, work plans, adverse weather procedures, stockpiling, laydown areas, access roads, haul roads, and related items; and • Review the project schedule. This meeting will be documented by the CQA Engineer or his designee and copies of meeting minutes distributed to all parties. A copy of the project schedule will be provided to KDHE-BWM prior to each phase of construction and updated as necessary. 3.2 • Progress Meetings Informal progress meeting will be held daily at either, before the start of work, or at the completion of work. At a minimum, this meeting will be attended by the CQA Monitor and the Contractor. The purpose of this meeting will be to: 3512.10/CQA Plan Revision 1. 5 AQUATERRA Construction Quality Assurance Plan City of Salina MSW Landfill Facility June 2011, Revised September 2012 • Review scheduled work activities; • Review the previous day's activities and discuss problems; and • Review test data. This meeting will be documented by the CQA Monitor as part of Daily Field Activities • Reports. 3.3 Deficiency Meetings Special meetings will be held, as needed, to discuss potential problems or deficiencies. At a minimum, these meetings will be attended by the CQA Monitor and the Contractor(s). If the problem relates to a design issue, the Project Manager and Design Engineer should also be present. The meeting will be documented by the CQA Monitor. 3512.10/CQA Plan Revision 1 • 6 AQUATERRA Construction Quality Assurance Plan City of Salina MSW Landfill Facility _ June 2011, Revised September 2012 4.0 DOCUMENTATION An effective CQA Plan depends on thorough monitoring of all construction activities. This is most effectively accomplished by observation and documentation during all phases of construction. Documentation will consist of daily record-keeping, recording construction problem resolutions, design and specification clarifications or modifications, photographic records, weekly progress reports, and a certification and summary report. 4.1 Daily Record Keeping Daily records will consist of field notes, observation, and testing data sheets and reporting of construction problems and resolutions. This information will be submitted on a regular basis to the CQA Engineer for review. Table 1 provides a summary of CQA testing as well as surveying requirements. 4.2 Soil Installation Observation Observation of low permeability soil layer installation generally includes the following information: • Date, project name, location and weather data; • A reduced-scale plan showing work areas and test locations, if applicable; • Descriptions of ongoing construction, if applicable; • Summary of test results and samples taken, with locations and elevations; • Test equipment calibration; • Loose lift thickness observation; • Type and configuration of compaction equipment, if applicable; • Visual inspection of materials to document that they are uniform and as specified in the design (color, texture, clods, deleterious materials, uniformity of moisture content); • List of equipment used for the day's construction activities and noting any variation in equipment totals throughout the day; and, • Signature of CQA Monitor. 4.3 Geosynthetics Manufacturing The geosynthetics manufacturer(s), also referred to as, "Manufacturer(s)," is/are responsible for production of 40-mil and 60-mil geomembranes, geotextiles, GCLs, geocomposites, and HDPE leachate pipes, as outlined in this CQA Plan. Manufacturer(s) must prequalify by being able to produce materials that meet the requirements outlined in project specifications. 3512.10/CQA Plan Revision 1 7 AQUATERRA Construction Quality Assurance Plan City of Salina MSW Landfill Facility - •° June 2011, Revised September 2012 ,rk Each manufacturer is responsible for providing the necessary Quality Control certificates for each roll, batch, or lot of material delivered to the site (See Table 1 in the Table and Figure section). Additionally, Manufacturer is responsible for the condition of the material(s) until acceptance is given by the CQA Engineer after off-loading in the designated staging area. 4.4 Geomembrane Liner Observation In general, geomembrane observation includes documenting the following information: • Date, project name, contractor, location, and weather data; • Identification of panel number; • Welder and equipment identification; • Location and identification of repairs and date of repair; • Operating temperatures of welding equipment; • Length measurements for geomembrane panel and repairs; • Seam overlap and verification of destructive and non-destructive tests (including results) at seam and repair locations; and, • Signature of the CQA Monitor. 4.5 Photo Documentation All phases of critical construction will be documented. Photographs should be identified by location and direction of view when applicable, subject description, time, date, and name of the person taking the photograph. 4.6 Deficiencies When deficiencies are discovered, the CQA Monitor will immediately determine the nature and extent of the deficiency and notify the Contractor. If unsatisfactory test results identify a deficiency, additional tests will be performed to define the extent of the deficient area. The Contractor shall correct the deficiency to the satisfaction of the CQA Monitor. If unable to correct the problem, the CQA Monitor will notify the CQA Engineer who will assist during the problem resolution. If the solution involves a design revision, the Design Engineer shall also be contacted. The corrected deficiency will be retested and/or approved before any additional related work is performed by the Contractor. All retests and related documentation will be recorded by the CQA Monitor and included in the final report documentation. • 3512.1o/CQA Plan Revision 1 8 AQUATERRA Construction Quality Assurance Plan ; ,t;; City of Salina MSW Landfill Facility • June 2011, Revised September 2012 4.7 Design and Specification Clarifications or Modifications During construction, the need to address design and specification changes may arise. In such cases, the CQA Monitor will notify the CQA Engineer who will notify the Design Engineer. Significant design and specification changes will only be made with written agreement from the CQA Engineer and Design Engineer and with approval from the KDHE-BWM. 4.8 Certification Report At the completion of the project, the CQA Engineer will submit to KDHE-BWM a certification report. This report will certify that the work has been performed in compliance with the permit drawings and project specifications and will contain the following information: • Summary of all construction activities; • Observation and test data sheets; • Sampling, testing locations, and laboratory and field test results; • A description of significant construction problems and the resolution of these problems; • Deviations from specifications or permit; • Changes to the permit design drawings or project specifications and the justification for these changes; • Record drawings or As-Builts, signed and sealed by a land surveyor licensed in the State of Kansas; and • Certification by an engineer registered in the State of Kansas. The record drawings will accurately locate construction items including the extent and thickness of layers. Surveying and base maps required for the development of the record drawings shall be prepared by a surveyor registered in the State of Kansas. Waste will not be disposed into areas with newly constructed liner until the certification report has been submitted to, and approved by, KDHE-BWM. • 3512.10/CQA Plan Revision 1 9 AQUATERRA Construction Quality Assurance Plan City of Salina MSW Landfill Facility June 2011, Revised September 2012 5.0 INSTALLATION CONTRACTORS The following section details the typical contractors to be used in construction of landfill liner and cover systems. 5.1 Earthworks Contractor The Earthworks Contractor is responsible for proper delivery and placement of earthwork components as outlined in the project specifications, and may also install or subcontract leachate pipe, or other components of the landfill. The Earthwork Contractor may subcontract the Geosynthetics Installer(s) and also be affiliated with the City. 5.2 Geosynthetics Installer The Geosynthetics Installer is responsible for proper storage, handling, on-site transport, deployment, seaming, and testing of geosynthetic materials, specifically the geomembrane. The geosynthetics installer also must provide protection of installed work, and repairs, as necessary, to the geosynthetics required for the project, until acceptance is given by the CQA Monitor. • • • 3512.10/CQA Plan Revision 1 10 AQUATERRA Construction Quality Assurance Plan - City of Salina MSW Landfill Facility • June 2011, Revised September 2012 6.0 SOIL LINER CONSTRUCTION A certification report will be submitted to the KDHE-BWM after construction for each cell, phase, or portion of liner is complete, summarizing all installation procedures and test results for the completed liner system. 6.1 Subgrade Requirements Prior to soil liner placement, the subgrade will be evaluated. The subgrade shalt be proof rolled, and in-situ density tests (ASTM D 6938, ASTM D 1556, ASTM D 2167, or ASTM D 2937) will be completed to ensure that the structural fill in-place dry density of the subgrade meets, or exceeds, 95 percent of the standard Proctor maximum dry density (See Table 1 in the Table and Figure section). If fill material is required to attain the design subgrade elevations, the CQA Monitor will observe fill placement and test the fill and/or subgrade as outlined on Table 1 in the Table and Figure section. Once excavation has reached subgrade elevations the CQA Engineer or the CQA Monitor will observe the subgrade to determine if it consists of competent material. A proof roll will be conducted to ensure there are no soft spots in the subgrade. All trees, stumps, boulders, and debris shall be removed from the liner subgrade, and the surface of the subgrade shall be graded to provide a smooth, workable surface on which to construct the liner. Placement of frozen soil, or soil onto frozen ground, shall be prohibited. 6.2 Low Permeability Soil Layer This section summarizes requirements for the low permeability soil layer to be used as a component of the liner system. The required hydraulic conductivity of the liner material shall be less than, or equal to, 1 x 10-7 centimeters per second (cm/s). An approved borrow source of low permeability soil has been identified using data available from previous liner construction projects. The soil available for the low permeability layer is classified as a red/brown clay. Laboratory test results for the red/brown clay soil borrow material are included in Tables 2 and 3 and in Appendix B. The red/ brown clay was used in the construction of the liners of Cells 4 and 5 along with Cells 1 and 2 closures. The red/brown clay exhibited middle to high plasticity indices. Laboratory permeability tests confirmed that these soils meet the permeability requirement for a low permeability soil layer when compacted to 95 percent of standard Proctor density at, or above, optimum moisture content. Therefore, the Acceptability Zone for red/brown clay is predetermined to be compacted to 95 percent of standard Proctor (ASTM D 698) density at, or above, optimum moisture content. KDHE-BWM approved an expanded 3512.1o/CQA Plan Revision 1 11 AQUATERRA Construction Quality Assurance Plan City of Salina MSW Landfill Facility " June 2011, Revised September 2012 placement range for the red/brown clay with the construction of Cell 5. This Acceptability Zone is included as Figure 1 in the Table and Figure section. 6.2.1 Hydraulic Conductivity Evaluation When a soil type other than the approved red/brown clay is desired to be used as low permeability soil, the material must be placed at appropriate moisture contents and dry densities that result in hydraulic conductivities (ASTM D 5084) no greater 1x10-7 cm/s. The acceptable range of moisture contents and dry densities at which the material can be placed will be determined in general accordance with the procedure to determine the Acceptability Zone as discussed in Technical Guidance Document: "Quality Assurance and Quality Control for Waste Containment Facilities", EPA/600/R-93/182, September 1993 (see Section 2.1.4.5 of the referenced document). An Acceptability Zone should be drawn to encompass the data points representing test results meeting or exceeding the design criteria. Generally, the moisture contents. and dry densities will be determined using standard compaction, ASTM D 698 and modified compaction, ASTM D 1557. In addition to the compaction and permeability testing, identification or index testing will be performed on the soil in accordance with the criteria shown on Table 1 in the Table and Figure section. These tests include: • Soil classification -ASTM D 2487 • Particle-size analysis - ASTM D 422, including #4 sieve, and percent fines determination • Atterberg limits -ASTM D 4318 • • Moisture/density relationships -ASTM D 698/1557 Once an Acceptability Zone has been established for a particular low permeability soil, it will not be necessary to perform the Acceptability Zone testing program again for materials meeting the criteria. Future soil sources will be subjected to Atterberg Limits testing in accordance with ASTM D 4318, as well as particle-size analysis (ASTM D 422). These test results will be evaluated for each potential soil liner material and compared to the material represented by the established Acceptability Zone. If, in the opinion of the CQA Consultant, the proposed soil is substantially different from previously established material, a new Acceptability Zone will be developed. 6.2.2 Test Pad In August 2003, a test pad was constructed and tested resulting in the approval of the red/brown clay material for use as a low permeability soil liner at the site. Following approval of the material and construction method, Cell 4 was constructed. As mentioned in 3512.10/CQA Plan Revision 1 12 AQUATERRA Construction Quality Assurance Plan City of Salina MSW Landfill Facility June 2011, Revised September 2012 Section 6.2 an Acceptability Zone was approved by KDHE-BWM with the test pad approval. In 2009 prior to Cell 5 construction KDHE-BWM approved an expanded placement range. A new test pad shall be constructed when the CQA Engineer determines one is needed based on the following: • A new borrow source is proposed for the project; • Construction equipment is significantly changed; or • Construction practices are significantly changed. The test pad may be constructed within the area of the liner and may be incorporated into the low permeability soil layer portion of the liner system. When the test pad is incorporated into the low permeability soil layer, it should be tied in using a stair-step construction method to assure that no vertical seepage planes are formed within the layer. Each stair step should be the height of the lift being constructed adjacent to it and should extend a minimum of 1 foot beyond the previous stair step into the test pad. The test pad shall be constructed, if necessary, prior to construction of the low permeability soil liner. It is intended that the test pad should be completed prior to beginning construction of the liner itself, although low permeability soil liner construction may overlap. The test pad shall be constructed on a relatively flat area (similar to the floor of the cell), in or near the liner construction area, and shall have a completed thickness of at least 2.5 feet. The test pad must be maintained in acceptable condition while the remainder of the liner is constructed. After a test pad has been constructed and shown to meet the requirements of the CQA Plan, new test pads will:not be required for phased construction projects when similar soils, construction equipment, and construction practices are used. Test Pad Construction When a new test pad is constructed, the minimum thickness of the test pad will be 2.5 feet or 30 inches. The minimum surface area for the test pad will be 0.25 acre or an area of sufficient size to allow the proper operation of the construction equipment (i.e., to reach operating speed), whichever is greater. The Earthworks Contractor will place and compact each lift with a thickness of approximately six inches after compaction. Each lift will be thoroughly and uniformly compacted to the density and moisture content determined necessary to achieve the required hydraulic conductivity per Section 6.2.1. Each lift will be integrated into the previous lift by techniques such as scarifying and using compaction equipment capable of penetrating the thickness of the compacted lift. 3512.10/CQA Plan Revision 1 13 AQUATERRA Construction Quality Assurance Plan City of Salina MSW Landfill Facility June 2011, Revised September 2012 Visible debris, roots, and angular or sharp rocks larger than 2 inches in diameter should not be allowed in the liner. The test pad will be protected from detrimental climatic effects during construction by performing the following: • Recompact soil lifts where the integrity is so adversely affected by weather that it no longer meets the requirements of the CQA Plan, • Provide measures to ensure that the test pad is protected from desiccation or deterioration by covering or wetting the test pad or other suitable means. The CQA Consultant will perform the following during the construction of the test pad. Test frequencies and additional requirements should be performed in accordance with the requirements in Table 1 in the Table and Figure section. • Document the type of compaction equipment used and the number of passes made to achieve the required density; • Method of surface preparation for each lift of soil; • Method of adjusting soil moisture content, if required; • Method of controlling desiccation, if required; • Thickness of each lift after compaction • Observation of the reduction in clod size, if required; and • Documentation of the constructed test pad dimensions. Test Pad Field Verification Testing The CQA Consultant will determine the in-place moisture content and dry density of the soil material used in the construction of the test pad by nuclear methods (ASTM D 6938) or other appropriate method for in situ testing for density and moisture content. In-place moisture/density tests will be performed at a minimum frequency of four tests per lift to verify compliance with the project's preconstruction testing requirements. If the test pad is significantly larger than 0.25 acre, the test frequency will be increased proportionately. Holes created by in-place testing will be filled with granular bentonite and/or low permeability soil depending on which method is appropriate for the hole. it 3512.10/CQA Plan Revision 1 14 AQUATERRA • Construction Quality Assurance Plan City of Salina MSW Landfill Facility June 2011, Revised September 2012 The hydraulic conductivity of the test pad will be determined using the procedure described in ASTM D 6391, Standard Test Method for Field Measurement of Hydraulic Conductivity Limits of Porous Materials Using Two Stages of Infiltration from a Borehole, which is commonly referred to as the Boutwell Test. A minimum of four passing determinations must be made on each completed test pad; i.e., testing is not done on individual lifts as the test pad is constructed. If test results show passing results at the conclusion of Stage 1, Stage 2 will not be required. Once a soil material has been proven by this method to produce a hydraulic conductivity of 1 x 10-' cm/s or less, that material will not require any additional test pad construction or Boutwell testing when used for future liner construction, provided the CQA Consultant certifies that it is the same material and that the same general procedures are being followed to construct the low permeability liner. Laboratory determination of the hydraulic conductivity (ASTM D 5084) of undisturbed samples from the test pad will not be required. Once the test pad procedures are approved by KDHE-BWM, undisturbed samples are not required in future construction activities unless the liner material is changed. If that should happen, the City will have the option to construct a new test pad and test in-place hydraulic conductivity by way of the Two-Stage Borehole Infiltration Test to receive approval of the new liner material for future cell construction. Documentation of the test pad construction will be included in the CQA certification report and should include the following information: • Descriptions and summaries of the methods used to construct and test the test pad; • Field test data summaries including sample numbers, test locations, lift, and pass/fail status for each test; • Diagrams indicating locations of tests; • Summary of construction problems or deficiencies that were identified and resolutions that varied from the CQA Plan; and • Certification by the CQA Consultant that the soil test pad construction meets the requirements of the project's permit, design plans, specifications, and the CQA Plan. 6.2.3 Low Permeability Soil Liner Construction The remainder of this section discusses the construction, testing, and documentation requirements for the low permeability soil layer. Low Permeability Soil Testing Table 1 describes the required soil testing and testing frequencies for construction of the low permeability soil liner. The following tests will be performed during construction: 3512.10/CQA Plan Revision 1 15 AQUATERRA Construction Quality Assurance Plan City of Salina MSW Landfill Facility June 2011, Revised September 2012 • Soil classification -ASTM D 2487; • Particle-size analysis -ASTM D 422 (including #4 sieve and percent passing #200); • Atterberg limits -ASTM D 4318; • Moisture-density relationship - using the Acceptability Zone method discussed in Section 6.2.1; • • In-place moisture content—nuclear method (ASTM D 6938); and • In-place density, using the nuclear method (ASTM D 6938). All laboratory test results will indicate the type of test, method of testing and condition, preparation, and orientation of each sample. All field tests will reference the locations where the tests were conducted and samples were collected. Low Permeability Soil Construction Procedures The upper six inches of the subgrade surface on which the low permeability soil is to be placed shall be compacted to at least 95 percent of standard Proctor maximum density. In constructing the low permeability soil layer, the surface on which the lift will be placed shall be scarified and/or proof-rolled with a heavy footed compactor to a nominal depth of approximately one inch. Each lift of low permeability soil shall be placed loose and shall be compacted to a depth of approximately 6 inches or less by the use of a heavy-footed roller. The compactor shall be equipped with feet that fully penetrate the loose lift of soil. Rocks, cobbles, roots, and other foreign objects over 2 inches in diameter will be removed from the area. Placement of frozen soil, or additional lifts of soil onto frozen in-place liner material, shall be prohibited. If liner borrow material is frozen, it must thaw completely before use in the liner construction. In the event of freezing or frost on constructed lifts of liner soil, the material shall be scarified and allowed to thaw, and re-worked to the observed depth of frost penetration (based on the CQA Consultant's observation), prior to placing additional lifts of soil. After the low permeability soil layer is compacted, it shall be smooth rolled and protected from desiccation cracking, frost damage or other sources of degradation. If the low permeability soil layer requires repair or replacement, a description of the repair will be placed in the CQA certification report. Low Permeability Soil Layer Documentation Before and after low permeability soil layer placement, a control survey will be performed on a 100-foot grid which verifies the thickness of the constructed layer. In addition, a visual inspection will be performed to verify low permeability layer integrity. Results from CQA tests and procedures will be submitted as part of the certification report. The CQA • certification report will be submitted to the KDHE-BWM for review and approval after 3512.10/CQA Plan Revision 1 16 • AQUATERRA Construction Quality Assurance Plan City of Salina MSW Landfill Facility June 2011, Revised September 2012 completion of each phase of liner or final cover placement. The CQA certification report will also be placed in the operating record at the site. • 3512.10/CQA Plan Revision 1 17 AQUATERRA Construction Quality Assurance Plan 0 City of Salina MSW Landfill Facility "' - June 2011, Revised September 2012 7.0 GEOMEMBRANE This section summarizes requirements for the 60-mil HDPE geomembrane to be used as a `y component of the liner system. • 7.1 CQA Functions The CQA Monitor will observe the on-site geomembrane liner storage area and handling of the liner packaging to detect possible damage. During placement in the construction area, the CQA Monitor will observe the seam overlap, seam preparation, welding, seam testing, and correction of deficiencies and inspect all pipe penetration boots and seams. The CQA Monitor will prepare reports indicating sampling conducted, sampling results, locations of destructive samples, locations of patches, locations of seams and any problems encountered during geomembrane placement. Typical forms are included in Appendix A. 7.2 Material Specifications, Handling, and Storage The geomembranes used in the bottom liner and final cover for the project shall conform to the minimum specifications detailed on Table 1 in the Table and Figure section. The geomembrane shall be manufactured of first-quality resin and shall be compounded and manufactured specifically for the purpose intended. The geomembrane material shall be free of holes, blisters, undispersed raw materials, or any sign of contamination by foreign matter. Any such defect shall be repaired in accordance with the manufacturer's recommendations. The geomembrane shall not be exposed to weather or sunlight for longer than three months in order to prevent breakdown of the geomembrane material. The geomembrane material shall be handled in a manner which will: • Prevent damage by such activities as handling, traffic, smoking, and use of equipment and tools; • Prevent scratching or crimping of panels during unrolling; • Prevent damage of the underlying soil liner or final cover components; • Prevent uplifting of in-place panels by wind; and • Minimize the wrinkles and compensate (distribute across cell, avoid wrinkles at seams)for those that cannot be prevented. 3512.10/CQA Plan Revision 1 • 18 AQUATERRA Construction Quality Assurance Plan A City of Salina MSW Landfill Facility June 2011, Revised September 2012 7.3 Geomembrane Support Surfaces to be lined with geomembrane shall be smooth and free of debris and angular or sharp rocks. The underlying low permeability soil layer shall be smooth-rolled, and shall not contain protrusions of stones, clods, rocks, or debris. The surface of the underlying low permeability soil layer shall have no sudden sharp or abrupt changes in grade. This will be certified on a daily basis by either the installer of the geomembrane and/or the CQA Monitor. The installation contractor shall protect the surface underlying the geomembrane from desiccation, flooding and freezing. Protection, if required, may consist of a thin, plastic protective cover, or other material as approved by the CQA Consultant, installed over the completed underlying surface until such time as the placement of geomembrane begins. The thin, plastic protective cover would only be used as a short-term (i.e., overnight, over a weekend, or a couple days of inclement weather) measure to protect the low-permeability liner surface until the geomembrane is deployed. It shall not be used for long-term frost protection over winter. Geomembrane deployment shall be performed as soon as possible after completion of the low permeability soil liner. Longer-term exposure situations may require placement of additional protective soil. Underlying surfaces found to have significant desiccation cracking, swelling, heaving, or other similar conditions, shall be replaced or reworked to remove the defects. The geomembrane shall be installed in direct and uniform contact with the underlying compacted soil. Prior to placement of the geomembrane, the installation contractor and the CQA Monitor will review the proposed panel layout drawing. Any subsequent changes of the panel layout initiated by the installation contractor will require approval by the CQA Monitor. Information relating to panel placement, including date, time, panel number, and panel dimensions, shall be maintained on a panel placement form by the installation contractor. If a portion of a roll is set aside to be used at another time, the roll number shall be written on the remainder of the roll in several places. 7.4 Method of Deployment 1. The method and equipment used to deploy the panels must not damage the geomembrane or the supporting surface. 2. No personnel working on the geomembrane will wear shoes that may damage the geomembrane liner or engage in actions that could result in damage to the liner. 3512.10/CQA Plan Revision 1 19 AQUATERRA Construction Quality Assurance Plan • City of Salina MSW Landfill Facility June 2011, Revised September 2012 3. Adequate temporary anchoring (i.e., sandbags or other approved anchorage) that will not damage the geomembrane will be placed to prevent uplift of the geomembrane by wind. 4. The geomembrane will be deployed in a manner to minimize wrinkles. 5. Any area of a panel observed and noted as damaged (torn, twisted, punctured, or crimped) will be marked and repaired or replaced. Any repaired panels will be approved by the CQA Monitor and noted on the information forms. 6. Bridging or stressed conditions in the geomembrane will be minimized. Proper slack allowance for shrinkage will be provided during installation and before the placement of overlying components. 7. Panels shall have a minimum 4-inch finished overlap. Seams shall be oriented parallel to the line of maximum slope, i.e., orientation should generally be in line with the downward grade of the liner system and horizontal seams shall not be allowed. In corners and odd-shaped geometric locations, the number of field seams will be minimized and every effort shall be made to maximize the panel size. No base T-seam will be closer than 5 feet to the toe of the slope. 8. Objects such as pipes, gas vents, manholes, sumps, or other objects which may penetrate the liner shall be connected to the liner material in such a way that prevents leakage and unnecessary stresses. 7.4.1 General Seaming/Welding Procedures 1. Seaming shall extend to the outside edge of panels to be placed in the anchor trench. 2. While welding a seam, monitor and maintain the proper overlap. 3. Align wrinkles at the seam overlap to allow welding through the wrinkle. 4. "Fishmouths" or wrinkles at seam overlaps, which cannot be welded through, will be cut along the ridge in order to achieve.a flat overlap. The cut "fishmouth" or wrinkle will be heat-tacked flat and extruded or patched with an oval or round patch of the _.. • same geomembrane extending a minimum of three inches beyond the cut in all directions. 5. Prior to welding cross/butt seams, the top and bottom overlaps of intersecting fusion • welded seams will be trimmed six inches. Intersecting extrusion fillet-welded seams will be ground to flatten the extrusion bead prior to welding butt seams. 6. All "T"joints produced as a result of cross/butt seams will be extrusion fillet welded. The overlap on each "leg" of the `T" joint will be trimmed back six inches. Grind three inches minimum on each of the three legs of the "T," and extrusion weld all of the area prepared by grinding. 7. Clean the seam area prior to seaming to provide an area that is clean and free of moisture, dust, dirt, or debris. • 3512.10/CQA Plan Revision 1 20 AQUATERRA Construction Quality Assurance Plan City of Salina MSW Landfill Facility June 2011, Revised September 2012 8. No grinding is required for fusion welding. Extrusion Fillet Welding 1. Whenever possible, pre-bevel extrusion welded seams prior to heat-tacking into place. 2. Overlap geomembrane a minimum of four inches. 3. Using a hot-air source, temporarily bond the panels of geomembrane to be welded, taking care not to damage the geomembrane. 4. Clean the seam area prior to seaming to provide an area that is clean and free of moisture, dust, dirt, and debris. 5. Prior to welding but within one hour of the welding operation, grind seam overlap in a manner that does not damage the geomembrane. Grind marks should be covered with extrudate whenever possible. In all cases, grinding should not extend more than one-quarter inch past the edge of the area covered by the extrudate during welding. Seaming Documentation Seaming information including panel number, seam number, welder ID, machine number, temperature setting, and weather conditions will be documented. Welding technicians will mark the following information on the liner with permanent markers at the start of all seaming operations: date, time, welding technician ID, machine number and machine operating temperature and speed. All personnel performing seaming operations shall be trained in the operation of the specific seaming equipment being used. The installation contractor shall provide direct supervision of the seaming operations. As-built drawings will show locations of seams, samples cut for destructive testing and repairs. Results of field seam test strips will be recorded. Trial Welds Trial welds for fusion and extrusion welds will be conducted by certified welding technicians prior to each seaming period, every five hours, as weather conditions dictate, if welding problems are suspected, or at discretion of CQA Monitor. Trial welds shall be performed under the same conditions encountered during actual seaming. Once qualified by a passing trial weld, welding technicians shall not change parameters (temperature, speed, etc.) without performing another trial weld. 1. Trial welds shall be made by joining two pieces of geomembrane that are at least six inches in width. Trial welds for fusion welds shall be a minimum of five feet long, and extrusion weld trial seams shall be a minimum of four feet long. 3512.10/CQA Plan Revision 1 21 AQUATERRA Construction Quality Assurance Plan City of Salina MSW Landfill Facility_ -' June 2011, Revised September 2012 =c 2. Samples shall consist of three one-inch-wide specimens, one from the middle of the seam and two that are each one foot from each end of the test seam. Specimens shall be obtained using a one-inch die cutter. The specimens shall then be tested in - peel and sheer using a field tensiometer capable of 500 pound tensile force. 3. For a trial weld to be considered acceptable, all three specimens must meet the following criteria: a. They must exhibit film tearing bond (FTB). b. They must meet or exceed the minimum strength values shown in Table 1 in the Table and Figure section. If any specimen should fail, the entire procedure will be repeated. c. In the case of double track fusion welded seams, both welds must pass to be considered acceptable. d. If repeat tests utilizing reasonable sets of welding parameters also fail, the seaming apparatus will not be accepted and will not be used for seaming until the deficiencies are corrected and a passing test seam is achieved. e. Trial Weld Documentation: The CQA Monitor or designated representative will be present during peel testing. The installation contractor will record date, time, operator, machine number, ambient and operating temperatures, speed setting, peel values, shear values, and pass/fail designation. A log of recorded test values will be maintained and will become part of the record documents for the installation. f. In the event that non-complying seam test strips are encountered, the welding machine will be taken out of service until a passing trial weld is obtained, and additional peel specimens will be taken to localize the flaw. g. All acceptable seams must be bounded by two locations from which passing tests have been taken. Testing The following laboratory tests will be conducted on collected samples: • • Shear test by method ASTM D4437 (Mod. NSF 54) or equivalent thereof; and • Peel test by method ASTM D4437 (Mod. NSF 54) or equivalent thereof. 3512.10/CQA Plan Revision 1 22 AQUATERRA Construction Quality Assurance Plan - City of Salina MSW Landfill Facility June 2011, Revised September 2012 Testing specifications are detailed on Table 1 in the Table and Figure section. Non- destructive tests shall be performed over the full length of all field seams. Testing shall be by vacuum (for extrusion welds) or pressure (for double fusion welds). Destructive samples of seams shall be collected at least every 500 feet of seam for both field and.laboratory destructive testing. A minimum of 1 destructive sample shall be taken on repairs, or at the discretion of the CQA Engineer. All holes in the geomembrane resulting from destructive seam.sampling shall be repaired and tested in accordance with the following section. Field weld samples will not be archived. 7.4.2 Repairs a. Any portion of the geomembrane or geomembrane seam showing a flaw or having a destructive or nondestructive test in noncompliance will be repaired and nondestructively tested. b. Repair holes larger than one-quarter inch with a patch; repair smaller holes by extrusion cap welding. c. Grind and clean the surface to be patched no more than 15 minutes prior to patching. Remove no more than 10 percent of the thickness. d. Patches shall have rounded corners or be oval in shape, made of the same geomembrane, and extend a minimum of six inches beyond the edge of the defects. All patches shall be of the same compound and thickness as the geomembrane specified. All patches shall have their top edges beveled with an angle grinder prior to placement on the geomembrane. Patches will be applied using approved methods only. e. Each repair will be nondestructively tested, except when the CQA Consultant requires a destructive seam sample obtained from a repaired seam. Repairs that pass the nondestructive test will be taken as an indication of an adequate repair. Failed tests indicate that the repair must be repeated and retested until passing test results are achieved. f. All acceptable seams will be bounded by two locations from which passing tests • have been taken. 3512.10/CQA Plan Revision 1 23 AQUATERRA Construction Quality Assurance Plan City of Salina MSW Landfill Facility June 2011, Revised September 2012 8.0 GEOSYNTHETIC CLAY LINER (GCL) GCL material required for the project will be installed by a qualified third-party geosynthetics contractor. This material will be used in the leachate collection pond; its use is not planned for the landfill cells. GCL material that is required for the project is to be tested and installed in accordance with the approved permit documents and manufacturer's installation instructions. Care shall be used during construction to ensure that GCL materials are not damaged. The CQA Consultant or his representative shall log-in all rolls of GCL material that arrive on site and review the manufacturer's QC certification documentation. Each roll shall be documented on a Material Inventory Log similar to that found in Appendix A. Storage of GCL material shall be done in a manner that reasonably protects the material from puncture, denting, deformation of rolls, and other damaging situations prior to its deployment. UV sensitive geosynthetics should be stored in undamaged opaque coverings and protected from standing water during storage. 8.1 Product Delivery, Storage, and Handling The GCL shall be formulated and manufactured from geotextiles and high swelling, contaminant resistant sodium bentonite. The GCL shall be manufactured by the mechanical bonding of the needlepunch process to enhance the internal friction characteristics of the GCL and to maintain the integrity of the GCL under hydration. No glues or adhesives shall be used in lieu of the needlepunch process so as to retain these characteristics. Rolls typically are manufactured a minimum of 12 feet wide and 125 feet long. An overlap match line shall be printed on both edges of the upper geotextile of the GCL to assist in overlap quality control. All rolls shall be labeled and bagged in packaging that is resistant to photodegradation by ultraviolet (UV) light. The CQA Monitor shall obtain and review the manufacturer's quality control reports for conformance with project specifications. GCL will be properly protected until ready for use, and not stored directly on the ground. Tarps should be used over material stored onsite to avoid any unnecessary stress on the packaging. Rolls shall be handled in accordance with the manufacturer's recommendation, which generally involve utilizing a solid bar inserted through the core bar and slings or chains • attached to the ends of the bar. The core bar shall be suspended from a spreader bar so that the edges of the liner are not damaged by the suspending straps or chains. 3512.10/CQA Plan Revision 1 24 AQUATERRA Construction Quality Assurance Plan City of Salina MSW Landfill Facility • June 2011, Revised September 2012 8.2 GCL Installation The following shall be observed by the CQA Monitor during installation: 1. Contacting surfaces shall be clean and clear of dirt or native soil with all edges pulled tight to maximize contact and to smooth out any wrinkles or creases. Overlaps shall be the minimum recommended by the Manufacturer and verified by CQA Monitor. 2. If required by the Manufacturer, seams shall be augmented with granular bentonite to insure seam integrity. If granular bentonite is required for seaming, it shall be applied in accordance with manufacturer's specifications. Accessory bentonite shall be of the same type as the material within the GCL material itself. Adhesives may be used on seams to keep panels in contact during backfill operations if necessary. 3. The Contractor shall only work on an area that can be completed in one working day. Completion shall be defined as the full installation of the GCL liner and placement and seaming of the overlying geomembrane. 4. Large rips, or tears in the GCL shall be repaired by completely exposing the affected area, removing all foreign objects or soil, and by then placing a patch over the defect, with a minimum overlap of 12 inches on all edges. Accessory bentonite shall be placed between the patch and the repaired material at a rate of 1/4 pound per lineal foot of edge. The above procedures shall also be implemented in the event that a rip • or tear occurs on a sloped surface. In this instance, the edges of the patch shall be fastened to the main panel of the liner with construction adhesive, in addition to the bentonite-enhanced seam. 5. Any GCL which becomes hydrated prior to covering with geomembrane liner material will be replaced 6. Photo documentation of GCL installation and repair procedures should be included in the final CQA Report. 3512.10/CQA Plan Revision 1 25 AQUATERRA Construction Quality Assurance Plan • City of Salina MSW Landfill Facility "" June 2011, Revised September 2012 9.0 GEOTEXTILE The use of geotextile will be in accordance with the approved permit and construction drawings. Its use is optional above the granular drainage layer. Geotextile material that is . utilized during the project is to be tested and installed in accordance with the approved permit documents and manufacturer's installation instructions. Care shall be used during construction to ensure that geotextile materials are not damaged. The CQA Consultant or his representative shall log-in all rolls of geotextile material that arrive on site and review the manufacturer's QC certification documentation. Each roll shall be documented on a Material Inventory Log similar to that found in Appendix A. Storage of geotextile material shall be done in a manner that reasonably protects the material from puncture, denting, deformation of rolls, and other damaging situations prior to its deployment. UV sensitive geosynthetics should be stored in undamaged opaque coverings and protected from standing water during storage. 9.1 Product Delivery, Storage, and Handling Rolls are manufactured in varying lengths and widths depending on the selected weight of the geotextile. All rolls shall be labeled and bagged in packaging that is resistant to photodegradation by ultraviolet (UV) light. The CQA Monitor shall obtain and review the manufacturer's quality control reports for conformance with project specifications. Geotextile will be properly protected until ready for use, and not stored directly on the ground. Tarps should be used over material stored onsite to avoid any unnecessary stress on the packaging. Rolls shall be handled in accordance with the manufacturer's recommendation, which generally involve utilizing a solid bar inserted through the core bar and slings or chains attached to the ends of the bar. The core bar shall be suspended from a spreader bar so that the edges of the liner are not damaged by the suspending straps or chains. 9.2 Installation In general, the geotextile shall be installed according to the project specifications and proper documentation of the installation shall be completed. At a minimum, the following guidelines shall be followed: • Deployed geotextile shall be weighted at its edges during times of excessive wind; • Care shall be taken when cutting geotextile in place to not cut or damage other associated geosynthetic materials; 3512.10/CQA Plan Revision 1 26 AQUATERRAr Construction Quality Assurance Plan - - City of Salina MSW Landfill Facility June 2011, Revised September 2012 • Care shall be taken to avoid trapping rocks or other sharp objects between geotextile and geomembrane layers; • Tears or rips in geotextile materials shall be patched with like geotextile material; geotextiles may be sewn or fusion welded in accordance with the manufacturer's instructions. 3512.10/CQA Plan Revision 1 27 AQUATERRA • Construction Quality Assurance Plan City of Salina MSW Landfill Facility June 2011, Revised September 2012 10.0 GEOCOMPOSITE Geocomposite drainage material required for the project will be installed by a qualified third - party geosynthetics contractor. Geocomposite material that is required for the project is to be tested and installed in accordance with the approved permit documents and manufacturer's installation instructions. Care shall be used during construction to ensure that geocomposite materials are not damaged. The CQA Engineer or his representative shall log-in all rolls of geocomposite material that arrives on site and review the manufacturer's QC certification documentation. Each roll shall be documented on a Material Inventory Log similar to that found in Appendix A. Storage of geocomposite material shall be done in a manner that reasonably protects the material from puncture, denting, deformation of rolls, and other damaging situations prior to its deployment. UV sensitive geosynthetics should be stored in undamaged opaque coverings and protected from standing water during storage. Photo documentation of geocomposite installation and repair procedures should be included in the final CQA Report. 10.1 Product Delivery, Storage, and Handling The CQA Monitor will verify the following: • Equipment used to unload the rolls will not damage the geocomposite; • Care is used in unloading; • The following manufacturer-supplied information has been received and approved: o Manufacturer's name o Product information, including a written statement and test results indicating that product has been tested and meets or exceeds product specification requirements o Roll number o Batch or lot number o Roll dimensions • The geocomposite is covered to minimize contact with dirt and other contaminants. Any damaged rolls will be rejected and removed from the site or stored at a location, separate from accepted rolls, designated by the City. • 3512.10/CQA Plan Revision 1 28 • AQUATERRA Construction Quality Assurance Plan City of Salina MSW Landfill Facility June 2011, Revised September 2012 10.2 Installation In general, the geocomposite shall be installed according to the project specifications and proper documentation of the installation shall be completed. At a minimum, the following guidelines shall be followed: • Deployed geocomposite shall be weighted at its edges during times of excessive wind; • Geocomposite to be deployed on slopes shall first be anchored and rolled down the slope in a controlled manner; • Geocomposite shall not be deployed horizontally across slopes unless approved by the CQA Engineer; • Care shall be taken when cutting geocomposite in place to not cut or damage other associated geosynthetic materials; • Care shall be taken to avoid trapping rocks or other sharp objects between geocomposite and geomembrane layers; and, • Tears or rips in the geotextile portion of the geocomposite shall be patched with like geotextile material. • Adjacent geocomposite rolls shall be joined according to project specifications and manufacturer's instructions. At a minimum the following procedures shall be followed: • Tears or rips in geotextile portion of the geocomposite shall be patched with like geotextile material. • Adjacent edges of the geonet along the length of the geocomposite roll shall be placed with the edges of each geonet butted against each other. • The adjacent edges shall be joined by tying the geonet structure with plastic (not metal) cable ties spaced every 5 feet along the roll length. • Adjoining geocomposite rolls (end to end) across the roll width should be shingled down in the direction of the slope, with the geonet portion of the top overlapping the geonet portion of the bottom geocomposite a minimum of 12 inches across the roll width. • Where the geocomposite is anchored in an anchor trench, the geonet portion should be tied every 6 inches along the geocomposite edges. • 3512.10/CQA Plan Revision 1 29 AQUATERRA Construction Quality Assurance Plan City of Salina MSW Landfill Facility June 2011, Revised September 2012 .. r 9-� 11.0 LEACHATE COLLECTION AND DRAINAGE SYSTEM A leachate collection and drainage system shall be constructed over the composite liner system to convey leachate to the leachate storage location. The leachate collection system _ will consist of a sand drainage layer over the entire cell liner surface drained by a network of collection pipes. The pipes will be encapsulated in a geotextile-wrapped granular material. 11.1 Granular Drainage Layer 11.1.1 Sand Properties Sand will be used as the granular drainage layer to collect and convey leachate to the collection pipes. The sand will be tested at a rate of one test per 10,000 cubic yards of material placed for grain size analyses (ASTM C117/C136) and hydraulic conductivity (ASTM D2434 or any other method accepted by the KDHE-BWM). The sand must exhibit less than 5 percent passing the #200 sieve and a hydraulic conductivity of at least 1 x 10-2 cm/sec. Alternatively, if the sand material exhibits a hydraulic conductivity of less than 1 x 10-2 cm/sec but greater than 1 x 10-4 cm/sec, it may be used in combination with an underlying double sided geocomposite above the geomembrane. 11.1.2 Sand Placement Sand placement/spreading techniques that minimize the potential for damage to the underlying geomembrane liner must be used. Specifically, sand will be placed by advancing it in fingers across the underlying geosynthetics. Low ground pressure equipment such as a light-weight, wide-tracked dozer will be used for spreading the sand. Haul trucks delivering sand to the cell shall access the cell via a "road" of sand with a minimum thickness of 3 feet. When placing the sand, sharp turning motions by vehicles or equipment shall not be made in order to prevent grinding of material into the geosynthetics. During sand drainage layer installation, periodic visits to the site will be made by the CQA Inspector to observe and ... document installation procedures. Before and after sand placement, a control survey will be performed on a 100-foot grid which verifies the thickness of the constructed layer. 11.2 Pipes • The leachate collection, conveyance, and cleanout pipes will be constructed per the design drawings. Pipe material will be SDR 11 or 17 HDPE as shown on the design drawings. The collection pipes within the landfill cell shall be encapsulated in coarse granular materials of a poorly-graded gravel. The gravel surrounding the pipe will have a hydraulic conductivity, as determined from laboratory testing (ASTM D2434 or any other method approved by KDHE-BWM), of 1 cm/sec or greater. The gravel surrounding the pipe will be wrapped in a geotextile to prevent disposition of the sand particles to the porous space of the gravel. 3512.10/CQA Plan Revision 1 • 30 AQUATERRA Construction Quality Assurance Plan City of Salina MSW Landfill Facility June 2011, Revised September 2012 The CQA certification report will document the elevations of all leachate pipes to the nearest 0.01 foot at least every 100 feet along the pipes and at grade breaks. Pertinent components or junctions will also be recorded. • 3512.10/CQA Plan Revision 1 31 AQUATERRA Construction Quality Assurance Plan City of Salina MSW Landfill Facility • June 2011, Revised September 2012 12.0 FINAL COVER The final cover will be a composite cover system unless an alternate cover design is approved by KDHE-BWM. The final cover system will consist of, from bottom to top: an 18-inch thick low permeability soil layer, a 40-mil LLDPE geomembrane, a double sided geocomposite drainage layer, and a 30-inch thick protective soil layer (of which the upper 6 inches is suitable for vegetative growth). 12.1 Low Permeability Soil Layer The low permeability soil liner in the final cover will be subjected to the same testing and installation requirements as the low permeability soil liner in the liner system described in Section 6.2, except that the permeability specification for the low permeability layer in the final cover is 1 x 10-5 cm/s. Also, no test pads will be constructed during construction of the final cover. 12.2 40-mil Geomembrane The 40-mil LLDPE geomembrane for the cover system will be subject to the same testing requirements as for the 60-mil HDPE geomembrane in the bottom liner system, see Table 1 for additional details. The final cover geomembrane will be textured on both sides. 12.3 Geocomposite Drainage Layer The geocomposite for the cover system will be subjected to the testing requirements as described in Table 1 in the Table and Figure section. - 12.4 Protective Layer The 30-inch thick final cover protective layer shall be placed as soon as possible after placement of the low permeability layer to prevent desiccation, cracking, freezing, or other damage to the low permeability liner. The upper 6 inches of the 30-inch final cover protective layer shall consist of soil capable of supporting vegetative growth. • 3512.10/CQA Plan Revision 1 32 AQUATERRA Construction Quality Assurance Plan - ; City of Salina MSW Landfill Facility June 2011, Revised September 2012 13.0 REFERENCES United States Environmental Protection Agency Technical Guidance Document, Quality Assurance and Quality Control for Waste Containment Facilities, EPA/600/R 93/182, September 1993. Kansas Department of Health and Environment, Bureau of Waste Management, Policy 00- 04 Related to Requirements for Landfill Construction Quality Assurance (CQA), Amended March 9, 2001. • 3512.10/CQA Plan Revision 1 33 AQUATERRA '71 TABLE AND FIGURE ! vaa3lvnOv Z to l abed L-00180 0!111 S'0 u0!saypV Aid :049030000090 160001/1SV 0/013,.0191'400000!0!14 3!I!geew1od :01/001000 13901603 /0 130 t 110 013e1nue1/ IRS 0 1/1SV zpA/zO 9-9 00/V 1100 led 99000 :0!0001000 pue bump to uogel3s1P Itl 66(9 0 W1SV 1100 00Z...PIN sseu93!/1:100000 " SCSI 0 WISV 33/6 p6'0 wnw!u!yy A1!9000 100000 • uy; 91100 W1SV Dos/iw nOt xi. N!n!sn!wsuwl:04sodwo3on0 1a3e7 o6eu!w0 al!sodwoaoo0 1 1 r' snonu/uo0 0000013990 %St 0 50008 uo Aluo su00e901 woos IIne snonu!u00 uo/000940 •ww000lj•nue•Jed 6u!ualOod Weal j c, WN snonu011op tope/undo sumps lino uo loot Z:0oyDUI 91900115 dopenp Woos 1.600 0 VISV 0/003 9,019('4 wnw!u!V AI!I!gaawlad 0/100/090 1.9LP 0 NASV 0001 9.0 wnw!xeW SOV 0/1x01000 • 1000!603 1906 0 IIISV 39/zo 9 -(Ieuopdo)010001000 uo!aedes Nu 1000010 11090100P IV 000.9 ellxaloa0 19ZS 0 •1SV 0600!010 pue a elotuowoe6 ueemieq 101113 01/001090 pue 100018 ndel Bu!punoLms 30/zo 9 V/N swear IIV 00!100x00 'wwo309•(0001/led depan0 We05 100 9!dwes anp3misep 0303 to uollenlxgp 611/0 180 00!9011x3 :800901 woes pl.]. V/N 'smog S lad 1 10 U!ys lad l 611/0 180 uo!snd :60!ts03 WOOS lout. (loon oidwx 61 WO 18010 00!9130190101 330611100-091-Mel 0003.900 e0!W01100p 030010 00!10010090 611/0 180 800901101/3 U0!sn1103 10 51009 001093 0416001 weal 1010x1 00S 10e t Wen 4303 1495 0 VA spuwx 60!1901 V/N 01 101 P104:!cd S to 00199003 33000! 009-0000300 Aq 31!0001000 Nom 001001100 (060!7 3dOH weaS 4303 OZ9S 0 W1SV !sd 0 to dap 0011991 /!00.09)-01001 OMVUlsea•u0N 019!ss!w1Od:90100!00 9 Jot■sd 90 el GZ 0010933-ne Aq 3!1003003 pleM 00!903• 11010180 01/04/901 wnw1ww:4100005 ' £11/0 180 0!/04106 wnw1u11y:p9191001 o3llel0, 8 30113003 111/0180 '0Q1 00 wnW!u!V /1000110/eel 11100180 %003 0000010100 :41emeS £11/ 00 0 180 % 1 wnueumi:00101001 1/ 18 1e 0 0110 8 0 013 01010 180 01/991 800 wnw!u!1/:/100000 Et1101610 0!!x01 06 wnwlu!1/:Pamlxel 9039 le 4100015 1000!003 £!100180 %Zl Lenw!u!W PRAM 1000/10900(3 (100!1 3d0H 111.09) pue Jeu0010 uo1a1/IP IV H10303:1wn13e1nuelN 011/0180 u!/sgl 901 wnw1ury9 PRAM 410u0115 euelgwewoe0 111/0 180 'E 4.1083103 wolf 000 t 001 3101/ 00!91039!0 99019 009100 004'z 10 1 4.1080103 eme!n 6 wnwlu!yy 01100 180 %E-Z 1001000 93019 009100 EtW0100 06'0 o1!enbo 10 Limn 1010016 4.7!9000 punodW03 011/0 180 91931 OL to 06010100 Ownwrylw 91!0009 Wioows pue 00101001)Sseu93!yl Jaatllbu3 0010009 pue 10001010 uopelx!P IV I 0 OLPZ 0 W1SV 3x/wo 0'1.3 A10!geawled-100010 6413 V/N snonu!003 0090339110 91 06000001000 11 01/3!43 90030!01 1000103013-1ah01 0000!0/a • Jam eils0dw03o06 6u!Apopon u 0 41!0 spleA 31903 000'01 100 1 4£00 0 W1SV 0x/013 rot x 1 AIIII90aw/ed-104.01 0000!010 w91s3a uolia04a3 01003007 0050 09 Aew 300/1113 X01 0 1 10001603 pue 10001010 0000105!0 Iv 90,04.3!903000'01 lad 1 9E1 O 1^11SV 000!9000'ON BuiSse3%5S 0Z!50!010-10301 00eu!a0 1111 Jed'U•69 000.01 led 1 L 16❑W1SV/9551 0 W1SV aunZ AU0g010e30V 014110 31!9090 09013•1 /L£6Z 0 W15V/9£69 0 WAY V/N Ull,ed lite 000'01 led t 0090 0 WlsV/9069 0 WISV 0007 All49elda33V 091190 10011100 30119!01/03e/d•l 3e9/0031.01 0 1 0 11P/030131103 r 3 34.1 10 0 310,:g 1/seal 10Pe/ew 1001'605 pel0ee.03 3000004.0 e!geno0e 00000!x01/ Ie 41pn sp1eA 000'01/1 GSSlO W1SV/969 0 W1SV V/N (1013013)3!090000108 NlsueO/amis!o1/ • 1000!909 91.00 0 W19V amp 1000019/6 01101!00!0 SI!w!l 8104/005 pue 10000 to u00a1x!p Iv ed/l 1eu01ew Jed 1 004 0 WISV (00)0000'(66).1:(ssed%)000/S 01031005 0219 010/903 Is001 le gum 90104.3!gno 00009/1 3000 0 w1SV 80 10 10:3010 00019/008 00ie30!00el3 1105 V/N 6!I 1ud'U'bs 000'00 Jed 1 L9lZ 0 WlSV/9SSl 0 W15V Aesuap Alp'00001013013'PIS%S6 3110000 Pue 309!00•MIS.'opw6gnS • /LEE 0 01l9V/9E690 WLSV • (10001000 nos u!1093o1paq 13001603 1001e/wo3 s!0p016gns I!pOnnba put?10000 10 1101101x!0 15 ed31 Iepelew Jed 1 969 0 W1SV V/N (loloold)d!0suoneio8 AlIsu00/amis!0V eel 100 800901)Up leml3als/ape10gn5 SIN3WWO0IA3A805 4.01300381 4.01300381 00N.1.3V4 1931 N0I.LV013103110 831300V8Vd 19311 • N01131181SN0038d N0110081SNO0 ilMSVI eu!los 010001090608 6011961500 1 01901 • Table 1 CQA Testing Requirements . Salina MSWLF ITEM PARAMETER SPECIFICATION TEST METHOD CONSTRUCTION #RECONSTRUCTION SURVEY/COMMENTS , • FREQUENCY FREQUENCY Soil Classification Red/Brown Clay_CL or CH ASTM D 2487 1/5,000 cubic yards with at least Particle Size Analysis Sieve(%pass);1"(99),#200(50) ASTM 0 422 1 per material type At discretion of Owner and Atterberg Limits Similar to historical data ASTM D 4318 Engineer Moisture/Density Relationship(Proctor) N/A ASTM D 698/ASTM D1557 1/10,000 cubic yards with at Compacted soil.cover material least 1 per material type. Maximum allowable hydraulic conductivity=1 x 10 cm/sec In-Place Moisture Content within Acceptability Zone ASTM D 6938/ASTM 0 4643 1 per 10.000 sq.h.per lift N/A In-Place Density within Acceptability Zone ASTM D 6938!ASTM D 2937/ 1 per 10,000 sq.ft.per lift ASTM 0 1556/ASTM D 2167 Thickness 34-mils minimum,average of 10 tests ASTM 0 5994 • 40 mils Compound Density greater than or equal to 0.939 ASTM D 792/ASTM 0 1505 Carbon Black Content 2-3% ASTM 0 1603 . Geomembrane(40-mil LLDPE Minimum 9 views category 1 or 2,No At discretion of Owner and Textured Cover) Carbon Black Dispersion more than 1 view from category 3. ASTM 0 5596 Manufacturer:each roll Engineer • __ _ Strength al Break Minimum 60 lbsJin ASTM D 638 Elongation at Break Minimum 150% ASTM D 638 Tear Strength Minimum 22 lbs. ASTM 0 1004 Puncture Resistance Minimum 44 lbs./in ASTM 0 4833 1 per 500 feel of seam length, HDPE-Peel:Greater than 52 lbs.; Observation of each destructive Destructive Tests-(40 mil LLDPE Fusion Weld or Extrusion Fillet Testing_ Shear greater than 80 lbs.(LLDPE- sample Textured Cover) Trial Seam Testing: Fusion Peel:Greater than 44 lbs.;Shear ASTM D 6392 1 per shift or 1 per 5 hours, N/A greater than 53 lbs) Observation of each destructive Trial Seam Testing: Extrusion sample Fusion Weld Continuity by air-pressure 27 to 35 psi for 5 minutes;permissible ASTM D 5620 Each Seam Non-Destructive Tests-(40 mil testing drop of 3 psi N/A LLDPE Textured Cover) Extrusion Weld Continuity by vacuum-box induce pressure of 5 psi;hold for 10 ASTM D 5641 Each Seam testing seconds Thickness of upper vegetative soil layer 6 inches Surveyor grade stakes Continuous N/A Final Cover Protective Layer(30 Suitable for support of native ' inches total) Characteristics of vegetative soil layer vegetation organic matter;N-P-K;texture 1 per source N/A Thickness of lower protective soil layer 24 inches Surveyor grade stakes Continuous N/A . AQUATERRA Page 2 of 2 Red/Brown Clay Soil Liner Placement Rage 130 I I an1 1 1 1 1 1 1 1 Upper Limit of ®Cell 4 Passing Remolded Perms (K<1 E-07 cm/s) 125 Placement ®Cell 4 Failing Remolded Perms (K>1E-07 cm/s) Zero Air Voids Curve •Cell 4 Passing Shelby Tubes (K<1E-07 cm/s) 120 •Cell 4 Failing Shelby Tubes (K>1E-07 cm/s) •Cell 5 Passing Remolded Perms (K<1E-07 cm/s) tAdditional Brown Clay Perms Passing (K<1E-07) 115 - - .01 C 0 a y 110 - c a) a Acceptable o 105 Placement Lower Limit of Range — c Placement ra 100 - . La 95 - , la 90 - , 1 f ■ - - 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 Moisture Content(%) I { _.c n:5 , a J l APPENDIX A TYPICAL CQA FORMS :-i ■ DAILY FIELD ACTIVITIES REPORT Client Name: Date: Project Name: Start Time: Project Number: Stop Time: Project Location: Task: Weather Information Contractors, Personnel, and Equipment On Site Work Areas/Boundaries Testing Equipment Used Tests Completed Work Comments/Observations and Test Results Material(s) Delivered to Site CQA Monitoring Technician Nuclear Density Gauge Test Record Date: Page: CQA Technician: Client Name: Project Name: Material Designation: Target Dry Density: Standard Density: Project Number: Target Moisture Range: Standard Moisture: Project Location: Lift Probe Wet Water Dry Water Test-Lift Material Range Depth Density Weight Density Content Pass/ Number Designation (in.) Location (in.) (pcf) (lbs.) (pcf) (%) Fail • • . . , . Page: of Material Inventory Record CQATechnician: Client Name: Project Name: Project Location: Project Number: Material Type: • Roll Size Date Roll Lot/ Width Length Area QC Docs Date Received No. Batch (ft) (ft) (sq.ft) Received Used Remarks Destructive Test Record Date: Page of Client Name: Specifications: mil CQA Technician: Project Name: Wedge Extrusion Project Number: Peel(P) a z pounds per inch(ppi) Project Location: Shear(S) z z pounds per inch(ppi) Sample Installer's Seam Seamers Weld Machine Field Test Values Field Lab Location ID QC Number Initials Type Number ppi Pass/Fail Pass/Fail P S P S P S P S P S P S P S P S P S P S P S P S P S P S P S P S P S P S P S P S _. Non-Destructive Test Record Date Page of CQA Technician Client Name: Project Name: Project Location: Project Number: Test Seam Tester Pressure Tim e Vacuum Number Number Initials Start End +1- Start End P/F Box P/F Location/Comments • • • Seam/Non-Destructive Test Record Date: Page of CQA Technician: Client Name: Project Name: Project Location: Project Number: Seaming Information Non-Destructive Testing Information Start Seam Seam Seamer Machine Trial Direction Weather/Destruct Date Addn'I Tester Pre ssure Time Vacuum Location/ Time Number Length Initials Number Weld# Seamed Temp Number Comments Tested Test#'s Initials Start End +/- Start End P/F Box P/F Comments • • Trial Weld Record Date: Page of Client Name: Specifications: mil CQA Technician: Project Name: Wedge Extrusion Project Number: Peel(P)a Project Location: Shear(S)a Trial Weld Ambient Installer's Seamers Machine Machine Weld Test Values Pass/ Type of Number Time Temp QC Initials Number Properties Type _ Ibs/inch Fail Material Comments • P S P S P S P S P S P S P S P S S P S P S P S P S P S P S P S P S P S P S P S P S P S Repair Date: Page: of epair Record CQA Technician: Client Name: Project Name: Project Location: Project Number: Repair Panel/ Repair Machine Repair Repair Test Trial Weld Tester Test Number Seam Crew Number Type Size Date Number Initials P/F Location/Comments APPENDIX B HISTORICAL SOIL DATA Red/Brown Historical Soil Data Summary City of Salina MSWLF Passing %Passing Max Dry Sample ID Test Date LL PL PI #4 Sieve #200 Sieve Density(pcf) OMC (%) C1,2 8/6/2003 70 26 44 100 95.8 - - C4 8/6/2003 41 20 21 100 94.3 - - C1,2 8/6/2003 68 28 40 100 91.8 94.0 24.9 Cell 4:pre- C4 8/6/2003 43 18 25 100 90.8 99.3 20.3 construction, C1,2 8/6/2003 47 22 25 100 94.5 101.3 20.3 j construction C4 8/6/2003 68 27 41 100 97.0 93.3 23.0 conformance, C1,2 8/6/2003 42 20 22 100 89.1 - - & test pad data C1,2 8/6/2003 49 21 28 100 87.5 - - TP-1 9/3/2003 43 21 22 100 95.8 - - TP-2 9/3/2003 40 20 20 100 95.8 - - 3-054 7/10/2003 43 20 23 - - 104.5 18.0 3-055 7/10/2003 43 20 23 - - 119.1* 10.6* TP-1 6/18/2009 57 17 40 99.2 91.5 102.3 19.5 Cell 5:pre- TP-2 6/18/2009 42 15 27 98.8 87.6 104.9 18.5 construction TP-3 6/18/2009 44 20 - 24 99.8 97.0 102.8 20.1 data TP-4 6/18/2009 45 15 30 99.6 86.8 105.3 19.3 TP-5 6/18/2009 45 16 29 100.0 92.5 105.5 19.0 Cells subgrade 9-21-09 51 17 34 95.6 103.1 19.3 Construction subgrade 9-23-09 55 18 37 97.6 102.6 21.1 Conformance subgrade 9-25-09 53 18 35 94.3 101.2 20.2 *-Modified Proctor result Page 1 of 1 AQUATERRA Red/Brown Historical Soil Hydraulic Conductivity Data City of Salina MSWLF Sample Remolded Remolded Permeabilit Number Dry Density Moisture y (cm/sec) Permeability Test Type Additional Comments • (pcf) (%) 3-054 +3' 92.3 10.3 1.20E-06 Remolded Falling Head Cell 4 Construction/Cell 1,2 Closure 3-054 +61 99.2 12.1 2.30E-06 Remolded Falling Head Cell 4 Construction/Cell 1,2 Closure 3-054 +g1 104.1 15.9 1.60E-06 Remolded Falling Head Cell 4 Construction/Cell 1,2 Closure 3-054 +121 102.1 21.6 5.70E-08 Remolded Falling Head Cell 4 Construction/Cell 1,2 Closure 3-054 +151 97.7 24.4 1.70E-07 Remolded Falling Head Cell 4 Construction/Cell 1,2 Closure 3-055 +31 117.8 7.2 8.00E-08 Remolded Falling Head Cell 4 Construction/Cell 1,2 Closure 3-055 +61 119.1 10.6 1.30E-08 V Remolded Falling Head Cell 4 Construction/Cell 1,2 Closure 3-055 +9' 117.5 14 3.30E-09 Remolded Falling Head Cell 4 Construction/Cell 1,2 Closure 3-055 +121 115.3 16.2 5.20E-09 Remolded Falling Head Cell 4 Construction/Cell 1,2 Closure 3-055 +151 108.4 19 5.20E-08 Remolded Falling Head Cell 4 Construction/Cell 1,2 Closure ' Test Pad 1 Sample 12 119.1 11.7 3.40E-08 Shelby Tube Cell 4 Test Pad Test Pad 1 Sample 22 119.6 9.7 6.30E-08 Shelby Tube Cell 4 Test Pad Test Pad 1 Sample 32 107 19.5 9.50E-08 Shelby Tube Cell 4 Test Pad Test Pad 2 Sample 12 112 18.4 8.60E-07 Shelby Tube Cell 4 Test Pad Test Pad 2 Sample 22 103 21.5 6.30E-08 Shelby Tube Cell 4 Test Pad TP-3 98.4 23.9 6.80E-09 Remolded Falling Head Cell 5 Pre-Construction; TP=Test Pit TP-4 100.3 20.6 1.80E-08 Remolded Falling Head Cell 5 Pre-Construction; TP=Test Pit TP-5 100.2 22.4 5.10E-09 Remolded Falling Head Cell 5 Pre-Construction;TP=Test Pit Subgrade 9-23-09 100.1 24.1 1.50E-08 Remolded Falling Head Cell 5 Pre-Construction Subgrade 9-25-09 99.2 _ 21.8 3.10E-08 Remolded Falling Head Cell 5 Pre-Construction 1 The sample identification on the laboratory test reports only indicates the Proctor curve and a +X designation; the Lab No. was added to the sample reference to identify the samples better. 2 Three samples were taken from Test Pad 1; two samples were taken from Test Pad 2. The names were modified slightly to aid in identification of the results. AQUATERRA :• t L; APPENDIX B STORM WATER POLLUTION PREVENTION PLAN • . ,L4 • r *. - ":� - 4K X3`.4 ?..t'., ya,.: .. lid. .z s.: ;. vrr�z s ' .,-; �:: -'° �r 4.c .q s a xis v az '" n� •Y.;:-,- .4`. `:h,t„ -"es, y y '.g^i,.. �, e:o:�'.�« `7'r�" �e�*_, *. 'a` , §r�. x'd;_ ��,•4t,::-.c. k.'+� 4 'is.$S''«x 3 ''r. `" � w-'_ '-, 3e_ .:") ;�.T - .-- f°e:;'-^ ..a.x'e a `, k ", :zu loc ��'.1,.w :•" r`� •... ;+.° ,-"' +.,W Qe, r��.,.. ru,�v. ,., ;�:' ��- ifi, k, t.` � STORM WATER POLLUTION PREVENTION PLAN : CITY OF'SALINA MUNICIPAL SOLID WASTE LANDFILL FACILITY ' �"" -1 SALINA, KANSAS a - :— N i . , Aquaterra Project No 5275.10 , � April 2012 ' t Revision 1 4,,,-. ..� I r ° 'S i .. .. ��� "" . +., " }'f"$ `4 3? `^e • 't z.. ( r-. �— �l� Prepareor: L City of ,,y4. .k -_ - i f , c,,,,,,,,,,-,1` e. -... 'a Y ry w City of Salina,.aKansas � 4 - x x, . ^ ,.x--...-... SV { 4{ . ENVIRONMENTAL SOLUTIONS.INC '' st ` tS'� ' t _ e,..- 3,3,3,,,,, , '� : '''" a " .' 4'",'4 % a, ' : Y � "k . " V Y ` 3" � J, . 7'+ .Tu.r ! "1, , ''- s -° +7 4`44 � , <+ .s �� •;' T=' � A144).1.:,== r �z t -, r .,`_.� -, t 11.. � � :=1 r �.,v�r 4 ` " � ; ue�t4 ° '�r 4. ' . � < %ue-�y ���y -� � re:, •4 . " 0` y &'"� � a a : � s3r k �a` `t r- V 7 .2. `.4-1-r 4. _ .,, x..>� rn -ivy +. sL.e.tr os S':1. ', z" - :.'''''':,4, - 1-1,--',"11'=.`--. ,�:.. , §t s ..„ - %:,... ';‘,,....,-..v1.... ..... 4 .. `'i+r.N.,. b, s, ."5+ C 7 3_e STORM WATER POLLUTION PREVENTION PLAN CERTIFICATION I certify under penalty of law that this document and attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gathered and evaluated the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. 1 i 7 Signature Ron Rouse Name Landfill Superintendent Title Date { kJ i d 7 5275.10\Storm Water Pollution Prevention Plan I AQUATERRA AMENDMENT SCHEDULE This Storm Water Pollution Prevention Plan (SWP3) requires periodic updates to address changes in site conditions, facility operations, and/or government regulations. The original SWP3 was prepared by CDM, January 2008. The original plan should be included at the top of the amendment schedule provided below. Amendments to the SWP3 must also be documented on the SWP3 amendment schedule. The authorized representative who approves the revised SWP3 should be an individual at or near the top of the facility's management organization, such as the district manager, facility manager or environmental manager. The signature of this representative in the appropriate space below attests that the SWP3 amendment information is true and accurate. Amendments to the SWP3 can be inserted into the correct part of the original SWP3, and properly identified as a revision, or the entire document may be revised for clarity. Amendment Schedule Amendment Date Approved By Original January 2008 Revision 1 April 2012 f � r ,. 5275.10\Storm Water Pollution Prevention Plan ii AQUATERRA CONTRACTOR & SUB-CONTRACTOR SWP3 NOTIFICATION A copy of the SWP3 should be provided to contractors and sub-contractors involved with construction activities on site. Applicable contractors must be notified if changes to the SWP3 are made during their involvement with construction activities on site. Contractors and sub-contractors should sign, date, and write a brief description of intended work including an estimated completion date on the table below to certify that they comprehend the Best Management Practices (BMPs) detailed in the SWP3 prior to commencing with activities on site. Contractor/Sub-contractor List Description of Work Completion Contractor/ Sub-contractor Date Date Signature 5275.10\Stone Water Pollution Prevention Plan iii AQUATERRA TABLE OF CONTENTS Page No. STORM WATER POLLUTION PREVENTION PLAN CERTIFICATION 1 AMENDMENT SCHEDULE II CONTRACTOR & SUB-CONTRACTOR SWP3 NOTIFICATION III 1.0 INTRODUCTION 1 2.0 POLLUTION PREVENTION TEAM 2 3.0 FACILITY DESCRIPTION 3 3.1 Site location 3 3.2 Notice of Intent Permit (NOI) 3 3.3 Description of Site Area 3 4.0 SITE ASSESSMENT 5 4.1 Site Conditions 5 4.2 Pollution Potential 5 4.2.1 Landfill 5 4.2.2 Borrow Source 6 4.2.3 Yard Waste Area 6 4.2.4 Public Disposal Area 6 4.2.5 Fueling and Vehicle Maintenance Areas 7 4.2.6 Leachate Storage Tanks/ Power Washing Bay 7 4.3 Drainage Structures 8 4.4 Significant Spills and Leaks 8 5.0 BEST MANAGEMENT PRACTICES 9 5.1 Good Housekeeping 9 5.2 Preventative Maintenance 10 5.3 Sediment and Erosion Prevention 10 5.3.1 Vegetation 10 5.3.2 Mulch 10 5.3.3 Erosion Control Blankets 11 5.3.4 Sediment Fence/Straw Wattles 11 5.3.5 Grass/Riprap-Lined Channels 11 5.3.6 Ditches, Berms, and Swales 11 5.3.7 Buffer Zones 11 5.3.8 Access Roads 12 5.3.9 Drainage Ways 12 • 5275.101Storm Water Pollution Prevention Plan iv AQUATERRA 60 RECORDKEEPING AND REPORTING 13 6.1 Bi=Monthly::Site Compliance Inspection Tasks 13 6.2 Annual Site Compliance Inspection Tasks 13 6.3 Recordkeeping and Internal Reporting 14 6.4 Plan Revisions: 14. 7.0 EMPLOYEE TRAINING 15. [3.0 GENERAL COMMENTS. 16. LIST OF:APPENDICES: Appendix.A Pollution Prevention Team `` Appendix .B Figures Appendix C- NPDES Documentation Appendix D - Bi-Monthly°Inspection:Reports Appendix E.- Annual:Site Compliance Inspection Form Appendix F - Incident Report Form Appendix.G Employee.Awareness Program and SWP3 Associate.Training Standard Appendix H BMP Sheets Appendix I -:Material Inventory #e a / / .•. ' Ca, 1840°" •- •�O� •.;ir1 N S Pc *"• 5275.10\Storm;Water Pollution'Prevention.Plan.docx V AQUATERRA STORM WATER POLLUTION PREVENTION PLAN • CITY OF SALINA MUNICIPAL SOLID WASTE LANDFILL FACILITY SALINA, KANSAS REVISION 1, APRIL 2012 1.0 INTRODUCTION This storm water pollution prevention plan (SWP3) covers the operations at the City of Salina Municipal Solid Waste Landfill Facility (Salina MSWLF). This SWP3 describes the facility and its operations, identifies potential sources of storm water pollution, recommends appropriate Best Management Practices (BMPs), provides for periodic review of this SWP3, and conforms to SWP3 requirements specified in the current Industrial Activity Storm Water Permit. The control measures outlined are intended to meet the requirements of the Environmental Protection Agency (EPA) and the Kansas Department of Health and Environment (KDHE). An implementation schedule is prescribed to ensure that the storm water management actions prescribed in this SWP3 are implemented and evaluated on a regular basis. The SWP3 will be reviewed and evaluated every five years and updated, if needed, in order to meet EPA and KDHE requirements. Further, the SWP3 will be updated when changes in design, construction, operation or maintenance of the landfill and support facilities affect storm water quality. A complete copy of this plan shall be maintained at the office of the Landfill Superintendent, and shall be made readily available to agents of the KDHE, EPA, or local storm water management agencies upon request during normal working hours. Review of the SWP3 should occur every five years. The SWP3 should also be modified when significant changes to the site occur that may affect quantity or quality of storm water runoff. Changes at the facility which may warrant a modification of the SWP3 include: • Relocation or alteration of material storage or handling areas; • Changes to the leachate collection and removal system (LCRS); • Revision of BMPs; • Alteration of drainage patterns; or • Additional erosion and sediment control measures. Appendix A contains a list of the team members for the facility and each person's responsibilities. Each team member will have a copy of the SWP3 so they are aware of who is responsible for storm water management. A Spill, Prevention Control and Countermeasures (SPCC) Plan is also kept on-site, as required. • • 5275.10\Storm Water Pollution Prevention Plan 1 AQUATERRA Storm Water Pollution Prevention Plan City of Salina MSWLF Revision 1, April 2012 2.0 POLLUTION PREVENTION TEAM The storm water pollution prevention team is responsible for developing, implementing, maintaining, and revising this SWP3. The team is tasked with defining and agreeing upon an appropriate set of goals for the facility's storm water management program. The team must be aware of changes in facility operations to determine whether changes must be made to the SWP3. The members of the team should be familiar with the management and operations of Salina MSWLF. The team leader will maintain inspection schedules and records, oversee employee training, and coordinate responses to spills. The team leader will be the main facility contact person for communications with the KDHE, EPA, and local storm water management agencies. Ron Rouse, Landfill Superintendent, will serve as Team Leader and Signatory on the SWP3. Appendix A contains a list of the team members for the facility and each person's responsibilities. • i 5275.10\Storm Water Pollution Prevention Plan 2 AQUATERRA Storm Water Pollution Prevention Plan City of Salina MSWLF Revision 1, April 2012 3.0 FACILITY DESCRIPTION 3.1 Site location Name of Facility: City of Salina Municipal Solid Waste Facility Mailing Address: 4292 S. Burma Rd. Salina, Kansas 67401 Physical Address: 4292 S. Burma Rd. Salina, Kansas 67401 Telephone: (785) 826-7395 Landfill Superintendent: Ron Rouse Operating Hours: Monday- Saturday, 7:00 am—4:30 pm • 3.2 Notice of Intent Permit(NOI) Facility Permit Name: City of Salina Municipal Solid Waste Landfill Facility Kansas Permit Number: G-SA20-0002 SIC Number: 4953 (Sanitary Landfill) Original Approval Date: November 20, 2006 3.3 Description of Site Area The City of Salina MSWLF is owned and operated by the City of Salina. The site is located on a 656.5-acre tract of land in Section 7, Township 15S, Range 3W, in Saline County, Kansas as shown on Figure 1 in Appendix B. The site is located approximately 3.5 miles west of U.S. Interstate 135 along Water Well Road, accessed by South Burma Road. Several landfill areas exist on the property. A 66.9-acre pre-Subtitle D closed landfill is located at the center of the property, and a 56.8-acre Subtitle D landfill is located north and west of the pre-Subtitle D landfill. The active Subtitle D landfill is operated under Solid Waste Disposal Area Operating Permit Number 144. The City of Salina has constructed and is currently actively filling 40.2 acres of the permitted Subtitle D landfill. A final cover system has been installed on 16.6 acres of Subtitle D landfill that are currently closed. The Salina MSWLF pre-Subtitle D landfill began accepting waste in 1977 and closed in 1995. A permit was issued to bring the landfill into compliance with newly implemented Subtitle D regulations and expand the facility to the north of the existing pre-Subtitle D landfill. The Subtitle D portion of the landfill has been in operation since 1995. The borrow 5275.10\Storm Water Pollution Prevention Plan 3 AQUATERRA Storm Water Pollution Prevention Plan City of Salina MSWLF ='ti ' " Revision 1, April 2012 area contains soil intended for use as daily/intermediate cover for ongoing landfill operations and final cover for closure. The yard waste collection area is located to the east of the power washing bay and leachate storage tanks. Further east of the yard waste area is the fueling and vehicle maintenance areas. The public disposal area, as well as the tire collection, white goods storage, and the metal stockpile, are located directly north of the scale house. Refer to Figure 2 in Appendix B for the site map and facility layout. 5275.10\Storm Water Pollution Prevention Plan 4 AQUATERRA Storm Water Pollution Prevention Plan City of Salina MSWLF Revision 1, April 2012 4.0 SITE ASSESSMENT 4.1 Site Conditions The average annual precipitation for Salina, Kansas is approximately 31.55 inches. Rainfall is fairly evenly distributed throughout the year. The wettest month of the year is typically May with an average rainfall of 4.75 inches. 4.2 Pollution Potential Soil erosion will typically be the primary source of pollutant potential for the storm water runoff. Other sources that can potentially pollute storm water runoff include: solid waste, vehicles, fueling stations, maintenance areas, yard waste areas, stockpiled materials, and the public disposal area. A summary of each source can be found in Appendix I. • 4.2.1 Landfill Precipitation that falls on inactive areas of the landfill, or areas with a minimum of one foot intermediate cover soil, is allowed to drain off of the landfill as storm water. Storm water runoff from the landfill is routed around the landfill through perimeter ditches that discharge into one of five potential storm water runoff basins on site. Perimeter terraces are constructed near the toe of slope on the intermediate cover to control storm water runoff and • reduce erosion. Runoff from the pre-Subtitle D landfill and the south side of the Subtitle D landfill collects in the storm water basin located at the southeast corner of the pre-Subtitle D landfill. The runoff from the north half of the closed Subtitle D landfill collects in the storm water basin located in the eastern portion of the borrow area. Runoff from the active Subtitle D landfill is collected in the storm water basin west of the active landfill or the non-discharging temporary retention:basin to the south. The facility appears to be in good condition with vegetated buffer areas provided for filtration of storm water runoff. Refer to Figure 2 in Appendix B for a map of existing site drainage patterns and storm water control features. The potential pollutant sources are: • Sediment • Dissolved Solids • Litter • Trace Metals • Leachate 5275.10\Storm Water Pollution Prevention Plan 5 AQUATERRA A Storm Water Pollution Prevention Plan City of Salina MSWLF • Revision 1, April 2012 Y.# r' Good housekeeping, waste placement, and covering activities will help prevent most potential pollutants from entering storm water. 4.2.2 Borrow Source The borrow source is located north of the closed Subtitle D landfill. Storm water runoff from the area is collected in a retention basin within the borrow source along the eastern perimeter. This retention basin collects storm water runoff from within the borrow source area and is not equipped with an outlet structure. Most of the area within the borrow source is not vegetated as it is actively being used. Therefore, the potential pollutant source is simply sediment. 4.2.3 Yard Waste Area The yard waste area is located to the east of the closed Subtitle D landfill and to the south of the borrow source. Materials accepted at the facility include limbs, brush, logs, and stumps. The facility does not accept sod, dirt, rock, animal waste, lumber, food waste, refuse, grass, or leaves. Storm water runoff from the yard waste operations sheet flows to the retention basin located within the borrow source. A map of the site drainage patterns, general drainage areas, and storm water controls provided in Appendix B, Figure 2: Because of the limited nature of the materials accepted, the potential pollutant would be sediment. 4.2.4 Public Disposal Area • The public disposal area includes roll-off containers for the disposal of municipal solid waste by individual as well as areas for white goods, used tires, and scrap metal. Customers must provide Freon removal certification for items such as refrigerators, freezers, air conditioning units, dehumidifiers, etc. Roll-off containers are utilized to collect wastes in the public disposal area until disposal in the active landfill or removal and recycling. The potential pollutants from this area are: • Oil and Grease , • Trace Metals • Hydrocarbons • Trash and Debris • Sediment This area drains west, through two 18-inch culverts under the haul road, to an undeveloped field south of the scale house. Storm water ultimately reaches a storm water channel along the north side of Farrelly Road. This facility appears to be in good condition with vegetated buffer areas provided for filtration of storm water runoff. 5275.10\Storm Water Pollution Prevention Plan 6 AQUATERRA Storm Water Pollution Prevention Plan City of Salina MSWLF Revision 1, April 2012 4.2.5 Fueling and Vehicle Maintenance Areas Fueling of vehicles, equipment, and mobile fuel trucks occurs at a designated stationary fueling location. The fueling station includes aboveground storage tanks (ASTs) and piping. Existing ASTs include a 1,000-gallon off-road diesel fuel tank, 600-gallon road diesel tank, 790-gallon used oil storage tank (not used), and a 600-gallon unleaded fuel tank. Secondary containment is provided for each AST. The potential pollutants include: • Oil and Grease • Sediment • Hydraulic Fluid • Transmission Fluid • Trace Metals • Anitfreeze • Cleaning Solvents • Petroleum Hydrocarbons Storm water from this area flows to the east into an agricultural field, eventually flowing into a drainage ditch along Water Well Road. A map of the site drainage patterns, general drainage areas, and storm water controls is provided in Appendix B, Figure 2. However, fueling tanks are equipped with secondary containment and vehicle maintenance occurs inside. 4.2.6 Leachate Storage Tanks/ Power Washing Bay Precipitation that falls onto the active landfill area is considered leachate. Leachate is collected via the landfill's leachate collection system and stored in the facility's leachate tanks. Landfill leachate is stored in two 12,500-gallon poly storage tanks located north of the closed pre-Subtitle D landfill, east of the closed Subtitle D landfill. Both tanks are located within a concrete secondary containment area. Once the tank capacity is reached, leachate is trucked and disposed of at the wastewater treatment plant. The power washing bay is located next to the leachate tanks. The power washing bay is used to clean mud and debris from the site maintenance vehicles. The potential pollutant sources are: • Leachate • Oil and Grease • Sediment • Hydraulic Fluid • Transmission Fluid • Trace Metals 5275.10\Storm Water Pollution Prevention Plan 7 AQUATERRA ' S Storm Water Pollution Prevention Plan City of Salina MSWLF Revision 1, April 2012 } • Anitfreeze • Cleaning Solvents • Petroleum Hydrocarbons The water and solids from the power washing drains into a tank located under the washing bay. The water is pumped into the leachate tanks and the solids are disposed of in the active fill area. A map of the site drainage patterns, general drainage areas, and storm water controls provided in Appendix B, Figure 2. 4.3 Drainage Structures Drainage structures on site include terraces on closed and open portions of the landfill, ditches along access roads, culverts, non-discharging retention basins, and storm water detention ponds. Constructed drainage ways should be inspected bi-monthly. Inspections - should check for channel erosion, overtopping, or other damage. Repairs to vegetative or riprap channel lining should be made within seven days. 4.4 Significant Spills and Leaks No significant spills or leaks have occurred within the last 3 years. 5275.10\Stone Water Pollution Prevention Plan 8 • AQUATERRA Storm Water Pollution Prevention Plan • - City of Salina MSWLF - Revision 1, April 2012 • 5.0 BEST MANAGEMENT PRACTICES Temporary and/or new BMPs may be added, removed, or replaced at a given time due to the landfill facility's continuous physical change. If temporary BMPs are incorporated, they must either be maintained or removed. 5.1 Good Housekeeping Good housekeeping practices are practices designed to maintain a clean and orderly work environment. The facility should implement, if not already implemented, the following BMPs to eliminate or minimize storm water pollution: • Make sure equipment is inspected, repaired, and working properly through the implementation of an effective preventative maintenance program. Store equipment inside when possible; • Routinely inspect for leaks or conditions that could lead to discharges of oils and fuels to storm water; • Ensure that a person remains at the point of fuel transfer to minimize the potential for spillage or overspillage; • Ensure that adequate spill response equipment and supplies are available at all fuel transfer locations, and that personnel know how to respond to spill situations; • Provide adequate space to facilitate material transfer and easy access (e.g. fueling heavy equipment); • Store potential sources of contamination appropriately to prevent unauthorized discharges; • Maintain roads to minimize dust and accumulation of mud; • Place waste and cover to minimize exposure of waste to storm water; • Monitor landfill areas for evidence of leachate seeps; • Ensure proper function of leachate pumps; • • Perform regular site clean-up of scrap materials, trash, etc; • Litter fences to capture wind-blown trash; • Regular removal of recyclable/salvaged materials; and • Review and encourage good housekeeping practices. • 5275.10\Storm Water Pollution Prevention Plan 9 AQUATERRA Storm Water Pollution Prevention Plan -- City of Salina MSWLF Revision 1, April 2012 5.2 Preventative Maintenance The facility should develop and implement a preventative maintenance program that involves inspections and maintenance of storm water devices and routine inspections of facility operations to detect faulty equipment. Preventative maintenance on vaults, valves, pumps, pipes and other equipment should be completed. A sample Storm Water Control Feature Inspection Form is included in Appendix D. 5.3 Sediment and Erosion Prevention Implementation of a sediment and erosion prevention program for the landfill and disturbed areas can significantly reduce the quantity of runoff from the facility. The program should contain the following elements: • Complete bi-monthly inspections of erosion and sediment control structures; • Complete bi-monthly maintenance, including cleaning and repair of erosion and sediment control structures The erosion control methods detailed in the sub-parts of this section represent measures that are currently being utilized on the site or measures that could be utilized in future development. Details of the following BMP's and other standard City BMP's can be found in Appendix H 5.3.1 Vegetation Seeding of disturbed areas should occur in accordance with permit conditions and take place during optimum planting dates for the particular type of seed being utilized. Areas on site in which vegetation should be maintained include landfill final cover, landfill intermediate cover, soil stockpiles, old access roads, storm water diversions and constructed drainage ways. Prior to seeding, soil testing should be utilized to determine the need for fertilizer, lime and/or organic matter. Soil amendments should be incorporated to a depth of six inches using a disk. Following seeding, newly seeded areas should be monitored on a bi-monthly basis and after periods of heavy rainfall until grasses are well established. Monitoring frequencies should continue on a quarterly basis thereafter. Should monitoring reveal areas • of erosion or slow growth, those areas should be regraded and reseeded. 5.3.2 Mulch Mulching can be applied to seeded areas to help establish plant cover or may be used to protect against erosion over the winter or until final grading and shaping can be accomplished. Straw or wood cellulose mulch should be crimped, tacked with a liquid 5275.10\Storm Water Pollution Prevention Plan 10 AQUATERRA Storm Water Pollution Prevention Plan City of Salina MSWLF Revision 1, April 2012 tackifier, or covered with anchored netting to hold it in place. The area should be regularly monitored for erosion and promptly seeded as described above. 5.3.3 Erosion Control Blankets For areas needing immediate erosion control, where waiting for revegetation to occur is not an option, erosion control blankets can provide structural erosion control. Netting, biodegradable or permanent blankets or turf reinforcement mat are suitable materials. It is important to anchor the product so that continuous, firm contact with the surface occurs. Bi-monthly monitoring should follow installation. Additional monitoring should occur after periods of heavy rainfall to insure the blankets have not been dislocated or failed. 5.3.4 Sediment Fence/Straw Wattles Sediment fence is a temporary barrier made of geotextile fabric that ponds storm water to allow sedimentation of suspended solids. The fabric is attached to supporting posts and staked to the ground. Monitoring should occur weekly and should include checking for damage, deterioration, sediment build up, undercutting or sidecutting. The fence should be repaired or replaced, as necessary. Fencing and support materials should be removed after the area has been stabilized. Straw wattles function similarly to sediment fencing as they temporarily pond water and allow sediment to settle out. Wattles should be staked to the ground to ensure close contact and minimize piping. 5.3.5 Grass/Riprap-Lined Channels Channels convey concentrated surface water runoff to prevent damage from erosion. Typical uses include roadside ditches, channels at property boundaries, outlets for diversions and stabilizing concentrated flow areas. Riprap is suitable for higher velocity flow rates. Side slopes (not on the landfill) should be no steeper than 3:1 (2:1 for riprap) or flatter for trapezoidal channels. Accumulations of sediment and debris should be removed. 5.3.6 Ditches, Berms, and Swales Bi-monthly event monitoring should consist of evaluating ditches, berms, and swales for channel erosion, overtopping or other damage. 5.3.7 Buffer Zones Buffer zones are vegetated areas setback from natural drainage channels. The vegetation in the buffer zones is primarily comprised of tall grasses and native vegetation. The buffer zones serve to decrease flow velocities and filter out sediment. They are well suited for storm water ditches and stream embankments. • 5275.10\Storm Water Pollution Prevention Plan 1 1 AQUATERRA y.y • Storm Water Pollution Prevention Plan City of Salina MSWLF - - Revision 1, April 2012 5.3.8 Access Roads Access roads should be monitored on a bi-monthly basis, and following significant precipitation events. Drainage ditches should be checked for signs of erosion and roads should be checked for washouts of gravel surface. Access roads no longer in use should be vegetated. 5.3.9 Drainage Ways Clearing and grubbing within 50 feet of a defined drainage course should be avoided. Should drainage routes change, clearing and grubbing of new drainage areas should be conducted only after materials and equipment necessary to protect and complete the drainage change are on site; changes should be made as quickly as possible. Revegetation of areas impacted by land disturbance should occur as soon as possible. Areas within 50 feet of defined drainage ways should be contoured, protected, and revegetated within five working days after grading has ceased. • 5275.10\Storm Water Pollution Prevention Plan 12 AQUATERRA Storm Water Pollution Prevention Plan City of Salina MSWLF Revision 1, April 2012 6.0 RECORDKEEPING AND REPORTING Routine inspections will be performed to observe the state of access roads, slopes and weather. Access roads, ditches and easements will be inspected for mud, and other landfill contaminants. Slopes of filled areas will be observed for leachate seeps and erosion, and weather conditions will be tracked. 6.1 Bi-Monthly Site Compliance Inspection Tasks The following tasks must be completed as part of the inspection: • Inspect storm water drainage areas for evidence of pollutants entering the drainage system; • Evaluate the effectiveness of the BMPs; • Observe structural measures, sediment controls, and other storm water BMPs to ensure proper operation; • Noted deficiencies must be corrected within seven days and actions taken to correct deficiencies shall be included in the written report, with photographs; • Prepare a report summarizing inspection results and follow-up actions, identifying the date of inspection and personnel who conducted the inspection; and, • Sign the bi-monthly inspection and keep it with the plan. Appendix D contains an example Bi-Monthly (every other month) inspection form and the Storm Water Control Feature Inspection Form examples. The Storm Water Control Feature Inspection Form should be utilized whenever a storm water control or treatment facility is evaluated and needs attention to adequately handle storm water. Inspections should be conducted bi-monthly. The identity, description and status of the facility should be noted, in addition to initial actions taken and follow-up actions necessary. Reports related to the bi- monthly site inspection should be maintained in Appendix D. 6.2 Annual Site Compliance Inspection Tasks The following tasks must be completed as part of the inspection: • Verify the facility's SWP3 is on file and available; • Implement and evaluate the effectiveness of the BMPs; • Ensure contractors onsite during the year have signed the Contractor & Sub- Contractor SWP3 Notification (page iv); • Verify training and inspections have been completed in accordance with SWP3; • Verify worksheets have been completed and signed; • Update SWP3 for changes in operation and or site conditions; and • 5275.10\Storm Water Pollution Prevention Plan 13 AQUATERRA Storm Water Pollution Prevention Plan City of Salina MSWLF -_ Revision 1, April 2012 • Sign the annual inspection and keep it with the plan. ;Reports related to the annual site inspection should be maintained in Appendix E. 6.3 Recordkeeping and Internal Reporting Records should be kept of the following items related to the SWP3: • Listing of Pollution Prevention Team members and their responsibilities (Appendix A) • NPDES documentation (Appendix C) • Bi-monthly site compliance inspections (Appendix D) • Annual Site Inspection (Appendix E) • Annual visual monitoring of storm water quality (Appendix E) • Modifications to the SWP3 • Any non-storm water discharge • Incident report Form (Appendix F) • Employee training information (Appendix G) Records should be maintained with the SWP3 for a period of five years. The SWP3 is a working document and should be updated with changes noted within the SWP3 and supporting documents. Comments and notes will be updated in the SWP3 as approved by the Team Leader. 6.4 Plan Revisions :Major changes to the facility's design, construction, operation or maintenance will necessitate changes in the facility's SWP3. The changes include: • Changes to design, operation, or maintenance of BMPs; • Changes to operation or land disturbance which could significantly affect storm water quality or quantity; • KDHE or the EPA notifies the site in writing of deficiencies in the SWP3; • SWP3 is no longer is effective in significantly minimizing or controlling erosion and sedimentation as evidenced by inspections; • Effluent parameters from an outfall exceed permitted limits; and • KDHE determines Water Quality Standards may have been violated. i 5275.101Storm Water Pollution Prevention Plan 14 AQUATERRA i Storm Water Pollution Prevention Plan City of Salina MSWLF Revision 1, April 2012 7.0 EMPLOYEE TRAINING The goals of a training program are to teach personnel the components and goals of the SWP3. Team members should be trained during scheduled training sessions. Employees should gain an understanding of storm water pollution prevention concerns. Training of • employees should occur annually. The training program should cover topics such as spill prevention and response, good housekeeping, and proper material management practices. Appendix G contains forms for documenting training and the topics to be covered. 5275.10\Storm Water Pollution Prevention Plan 15 AQUATERRA Storm Water Pollution Prevention Plan City of Salina MSWLF Revision 1, April 2012 8.0 GENERAL COMMENTS This report was prepared in accordance with generally accepted environmental engineering practices, within the constraints of the client's directives. It is intended for the exclusive use of the client for specific application to the project described. No warranties, express or implied, are intended or made. * ** * * * * * 5275.101Storrn Water Pollution Prevention Plan 16 AQUATERRA ._ - APPENDIX A Pollution Prevention Team •}i9 a5 Pollution Prevention Team Team Leader: Ron Rouse Office Phone: (785) 826-7395 Title: Landfill Superintendent Mobile: (785) 819-4000 Responsibilities: Ensure that all components of the SWP3 are implemented. Maintain inspection schedules and records. Conduct employee training. Coordinate responses to spill : • emergencies. Direct evaluation and modification of SWP3 should a spill event occur and annually when any of the following events occur: • Relocation or alteration of material storage or handling areas, • Changes to the LCRS, • Revision of BMPs, • Alteration of drainage patterns, • Addition of borrow sources, • Alteration of storm water sampling points or analysis parameters, or • Addition of erosion and sediment control measures. Team Member: Larry Hammonds Office Phone: (785) 826-7395 Title: Landfill Supervisor Mobile: Team Member: Office Phone: Title: Mobile: Responsibilities: Conduct inspections, perform sampling, maintain BMPs, and respond to spill events. Meet with Team Leader annually and following spill events to evaluate and modify the SWP3. Inform contractors who perform work at the site of the existence of the SWP3 and what actions or precautions should be taken while on site to minimize the potential for erosion or for damaging any BMP. 5275.101Appendix A • APPENDIX B Figures l ( a ' 1 i z �tl�' i } y i „� 1 4 Yl /--- f t / l C \ .�, T^ 3- �t 7.1 , is VS'■r •� i. • r A ---, i ' �� :? /0.. .&. fix''. 1 o \ . JPifO P}rt rI ? I �j �;} SITE L 0 CATIO N 32 _ `.�'� \`3 F r .. b x. t— -r -F i I_a / ".:4-757,;•/.N•) . l).... \ //, /t r sue_ \ r j'\z as -1 �_� } �Fa v 2 r' ` -_ W WATER WELL ROAD f 4 .�. - 't Jas 1 I , :1'..'.-:-;1;‘,-,:: ti :1 <t S y _ v j :a i x J Vii. � �_ "_ �.�._ � = ,•j S. BURMA ROAD r ` = S LIGHNILLE ROAD A $ A ' l U •(''.' T U 'i '-9 itii 0 1' �/ ', �'1, } / 12 tit .: '"'. i 1t } , ( r l , t iii)y-77'7' •1 y } 1 1. r � i i1q 1.s � 3 381t I 17'�.�\\ \ 16 ,;.. ,; W. FARRELLY ROAD � �} ta, Iv i7- ,.....,,, t• O . I 4 ••1•'..1 ? I �,f -• • r 3XQ bu cJ>n o11 0 / ! .A yf 1. ,/�� 19 9 t �'' s 2Q ', "au Nra WeB� 1 „i :2.1. �\, , 24 / / ` < a ...,7,-'. t i Ii m � �: �� u • t / t ( .$a /; S M 0 L . g , lti A S_ H I A G r.- O N i �' c \ - _ r .. __ ... _ .12i 4 - A H s T 8 ) f f tj �' 4 �'. r ti ,+r^/ g IY 1 AQUA TERRA, ENVIRONMENTAL SOLUTIONS, INC. 7311 W. 130th Street, Suite 100 Overland Park, Kansas 66213 0 3000 6000 FIGURE 1 SITE LOCATION MAP .: ' o SCALE FEET SALINA MSW LANDFILL KANSAS FACILITY SAUNA, Project Mgr. BMO Drawn By BMO Designed By BMO Project No. 5275.10 U Checked By Date File Nome Figure No. AJW 1/13/12_ f1 -GENERAL LOCATION MOAK - 1 J • • • ,f \• \1 i \\\ r/ \ \11• `� I`tli (F. , /�/ l( i,' ;.�,- 'r � ti �.'"n,, �� .FYI :•d. :, )\I�\• � .+�\` :� �\+\` �1�I�1�,;�\1`� i\�S' >+ t,l'tii ; �JI'' I` ( ... �I Fr.FND• a t \�\�) 4 `\\ f�.. '� WI,�� ` \. �V� \` .\\` \ I /'/Z----..''.,, fl _.EXISTING 2'CONTOURS It`, \\ 3 �/i I 1 t 1` 5,s,''ks,,4\, 1 1 \;I _ .EXISTING ID'caNrouas x1� \ \. < \ .-/�l/.f/� /1f I)I 6.' y\1 I I ' I —EXISTING FENCE a 1. \ \\ ,y �,;::-\ v; „,y I 1 i k \e \l );. , I \\I •:-.i ) \` '\ `._ I —EDGE Of EXISTING RMD$ '.yi-`r it11,, •� \\ _... _, // t S r' r// 1 I ,\\'I\RETENTION, / 1 \\\ _ ( + ..-_,..EXISTING TREES `" D-1 ' 1 \\\S.\''\\\ ----� • ,m' / (,(,'\/ I y\�t' `II BASIN ..`f`''\ ) I I I I I /i I —PERMITTED WASTE DISPOSAL LIMITS C\ ft--�\,+ \\\\ /I/ ,� J( F I j'j } •-/ /•" •c.,-''EXISTING GAS MONITORING PROBES•(� I ,1\\ \• _ % �/! 'T"`P VL_S 0` `1 \ T II I\ / )t •x-r GROUNDWATER WELL AND PIEZOMETER 1••r I t`' t: , ,7-11;.•'.;:,,,. - "i' ,. /1 i S/ ! '•1n 11... \ . :�` \�',\` ` 1 I I\./ (' '111 - \ \ I - ' ‘.2'' •_,• �\\ /-7- .=,1 I) BORROW AREA \���\\1 (f/~ f\ �� i STORM WATER FLOW DIRECTION N ^n m E ''''"..':...C.::::4.7 ,3 f 4""^w-'T C� .,?_C �." � t +. �5\\ \\� '4 ++'\.,i:'.\s\•` \ •.../ • .. Imo'' NOTES. �� -\\ ,`•,'� I 1. CONTOUR INFORMATION IS DERIVED FROM THREE Ti C OU • t 1 II'�I(I ��'�- 1� "' Y� p 11'‘'1.1 4 !r'�5,$„J,., \'4•�,1\\\ � ^ \ f • SOURCES:2005 CITY OF SAUNA AERIAL PHOTO(PASTURE I r •li ll(7 � A..: xyJ°.'... iJL I `+ \t. \ ANO FARMING AREA)/ \\;\\ • APRIL 12,2011 GPS SURVEY(ACTIVE WASTE AREA,� t II1yC�,( SUBTTLE D T 1 ' - I \\ \ ! BORROW AREA,AND PASNRE SOUTH OF CELL B SUBTITLED � 1 \ \ ' ' . {L l LANDFILL - "^ LANDFILL low d IP1 \ t`` l l • ✓ `'"� "-" - • 7-OW A EA,AND.AND RE SOUR SURVEYS `\`y�.`! 'z 1 '�->•`�� =� ."LucHATE srofR��cE�j� 1, r\D��AS AREA‘....... �I\\\}It � �• . }} � 5,1� a' 11l\¢3�•T` I A ,V`,II,g1-•7 .,. " q wa POWER WASHI Y • j 1 MAINTENANCE BUILDINGS/ ._ 4 1 )\•'4 Is I t �yy�� `'•--.-._a �..'''^' "- ' ld \I t WASTE \ +"'/,I I ,FUELING AND MAINTENANCE AREAS 14i 4f rT v rv7.(\i,,- � i� Ga fyyd�4\\\\ ...\‘',;:A.... \_...>� .,$d$ Wa,o _ EXISTING STORM — -- WATER PoND � ti (�� \'J� �'t ^-} -. \ . ( �I���' j;�t I:._,• �✓\ _ .' &-� {I' :• .1-._\•.. ..\ \ 1 till,' l \ :'; '=-l :`E1 Qu^ ouiraLi sr( \ t / / / .• . ! t i'�'. 4 d • PRE-SUBTITLED AREA '1 ' 1"--IS, ,',,p/i / ,:�,-- ( j IIr,�-. y-4 mow ` 4I °a l q �••�1 (66.9 ACRES) /, \ I, I N f�� % ._'.\d '1'44 t 1 I f I. EXISTING STORM \'1,\, \ \\ \,'' 1 .5,7,,„ � 1 �� -( G - \/l '1 II .;WATER POND Pu \D�POSAL \RDA).:`. '•\�, -' 2 1 \. , \ \a} 1 �` �`1I i PUBLC DISPOSAL AREA(RDA). `z_$ I Z , t`- P.:;= =.,.::::: ;,,,,„\y1.�� 1,.,b•� ' % TIRE STOCNwLE.AND WHRE GOOD$ ` o Q 6 TEMPORARY I _ :� I _ _„•DROP OFF AREA ` VI ■RETENTION BASIN• L� _ - v..r..--�(i'••^ _-r•-• +! I\ AOMINI TRATI \,,�� II,'�,' a SITE ENTRANCE L6,`-,, \� BUILDING � � I V tail ( V En III `a".'.;'7I / I ..y I I OUTFALL i_ _,__, SCALE HOUSE'• \\ I 4 \a ,I,/ o"'1 ( / I _ / EXISTING STORM(` `�\ l I y- 1 / ! i 4 E WATER PoND•}'t A.X�! 1 1 �I '\ I ' f i1 w I +'h' / 11• J C 4 }E 1 ,) / /, / '/ 0 ERLAND FLOW/11110 TRATON 4 I j \ I / < T ,1 `. 150 0 150 300 y p-($ UtlOUT�ALL V r an,.x_> i- , � -.. .. :t: $ SCALE FEET F A y V • APPENDIX C NPDES DOCUMENTATION Kansas Water Pollution Control and National Pollutant Discharge Elimination System Stormwater Runoff Industrial Activity General Permit Packet NPDES Permit KANSAS DEPARTMENT OF HEALTH AND ENVIRONMENT BUREAU OF WATER u� k ' "" Syr kta. tT a' J`5' it !{ w" • nsas 51 p. .y Department of Health and environment KANSAS WATER POLLUTION CONTROL AND NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM STORMWATER RUNOFF FROM INDUSTRIAL ACTIVITY GENERAL PERMIT PACKET Kansas Department of Health and Environment Bureau of Water,Industrial Programs Section 1000 SW Jackson,Suite 420 Topeka,KS 66612-1367 2011-11-01 0.0 (785)296-5445 DATE REVISION Email address:stormwater @kdheks.gov EXECUTIVE SUMMARY Purpose of this General NPDES Permit The purpose of this general permit is to regulate discharges of stormwater runoff from certain types of industrial activity subject to National Pollutant Discharge Elimination System(NPDES)permit requirements; to protect the waters of the State; to improve surface water quality by reducing pollutants contained in stormwater discharges; and to implement both State and Federal Water Pollution Control statutes and regulations. What is covered. This NPDES permit is for stormwater runoff associated with industrial activity, addressing categories of facilities generally involved in materials handling, manufacturing, transportation and/or production, as opposed to businesses more closely associated with providing service or trade at the retail level. Applicability is typically determined by comparing the facility's industrial activities and primary Standard Industrial Classification(SIC)code with the federal regulatory definition under 40 CFR 122.26(6)(14). How to get a permit. A request for authorization to discharge stormwater and some specifically identified non-stormwater discharges under the permit is made by completing a "Notice of Intent" (NOI) form which may be downloaded from the KDHE Stormwater Website at www.kdheks.gov/stormwater or which is available upon request from the Kansas Department of Health and Environment(KDHE). Existing facilities subject to NPDES stormwater permitting requirements should already have an Industrial Stormwater NOI on file. If an NOI is not on file with KDHE,the NOI and permit fee must be filed as soon as possible. KDHE requires a completed NOI and permit fee to allow KDHE to authorize coverage under this permit allowing discharges of stormwater from the site identified in the NOI. For new operations,the Industrial Stormwater NOI and first annual permit fee must be sent to KDHE at least 60 days before starting the "industrial activity"subject to stormwater permitting provisions. Upon authorization of the NOI,a Kansas permit number and a Federal permit number will be assigned to the facility. A signed and dated copy of the authorized NOI will be provided to the permittee. What the permit costs. The permit fee is established by regulation(K.A.R.28-16-56 et seq.as amended). The permit fee for this general permit for stormwater runoff associated with industrial activity is currently$60 per year. What the permit requires. The primary requirement of the general permit is for the permittee to develop and implement a site/facility specific Stormwater Pollution Prevention(SWP2)plan. The SWP2 plan must contain certain items which are specified in the general permit,and the SWP2 plan must specify the"Best Management Practices" (BMPs) (structural, non-structural, and managerial/administrative) to be employed and what controls will be implemented to minimize the contamination of stormwater runoff associated with industrial activity from the site. The permittee is required to comply with all of the applicable requirements listed in the general permit. This summary is provided for information only and does not describe all of the applicable requirements in the general permit. Exclusions and Permit Exemptions. Facilities can receive an authorized exclusion from industrial stormwater runoff permitting requirements if persons requesting an exclusion can certify a condition of"no exposure". No exposure means all industrial materials and activities are protected by a storm resistant shelter to prevent exposure to rain, snow, snowmelt, and/or runoff. Also, the facility may be subject to additional discharge conditions and/or alternate general or individual permit requirements for construction stormwater or non-stormwater discharges which may require separate or additional permit coverage. Stormwater runoff discharged to a combined sewer system is excluded from industrial stormwater permit requirements. Availability of Forms and Information. Applicants can download copies of all information,forms,reference materials,or the general NPDES permit from the KDHE Stormwater Website at http://www.kdheks.gov/stomwater. Copies of all information,forms,reference materials or the general NPDES permit requirements may also be obtained by writing to: Kansas Department of Health and Environment Contact Information: Bureau of Water—Industrial Programs Section Email: Stormwater @kdheks.gov 1000 SW Jackson,Suite 420 Phone: (785)296-5545 Topeka,KS 66612-1367 • ? This page is left intentionally blank . , KANSAS DEPARTMENT OF HEALTH AND ENVIRONMENT BUREAU OF WATER eta' Department of Health and Environment. KANSAS WATER POLLUTION CONTROL AND National Pollutant Discharge Elimination System Stormwater Runoff From Industrial Activity GENERAL PERMIT 3 This page is left intentionally blank General Permit No.: S-ISWA-1111-1 Federal Permit No.: KSR000000 Kansas Water Pollution Control General Permit and Authorization to Discharge STORMWATER RUNOFF FROM INDUSTRIAL ACTIVITY Under the National Pollutant Discharge Elimination System Pursuant to the Provisions of Kansas Statutes Annotated 65-164 and 65-165; the Federal Water Pollution Control Act as amended(33 U.S.C. 1251 et seq.; the"Clean Water Act"); and the Kansas Surface Water Quality Standards(K.A.R. 28-16-28 et seq.); this general NPDES permit authorizes the discharge of stormwater runoff and some specifically identified non-stormwater discharges from industrial activity on the site described in the authorized Notice of Intent(NOD in accordance with the limitations and conditions set forth in this general NPDES permit and associated stormwater pollution prevention (SWP2) plan. Coverage is provided and discharge authorized under this permit when the Kansas Department of Health and Environment (KDHE) authorizes the NOI. A signed and dated copy of the authorized NOI will be provided to the permittee. This general NPDES permit is effective November 1, 2011 through October 31, 2016. Robert Moser, MD (signature on file) Secretary, Kansas Department of Health and Environment 10/12/2011 Date :•z This page is left intentionally blank National Pollutant Discharge Elimination System (NPDES) Permit No.: S-ISWA-1111-1 Stormwater Runoff from Industrial Activities General Permit Table of Contents Preface Part 1 - What this General NPDES Permit Covers 1.1 Permit Area and Discharges Covered 1.2 Common Non-Stormwater Discharges Authorized Under this General NPDES Permit 1.3 No Exposure Certification 1.4 Discharges Not Covered by this Permit 1.5 Obtaining Authorization - Notice of Intent 1.6 Additional Required Notifications 1.7 Continuing Coverage-Annual Permit Fee and Renewal Requirements 1.8 Terminating Coverage - Notice of Termination Part 2 - Stormwater Pollution Prevention Plans & BMPs 2.1 SWP2 Plan Development, Submittal, and Implementation Requirements 2.2 SWP2 Plan Purpose and Basis 2.3. SWP2 Plan Development and Certification 2.4 SWP2 Plan Minimum Requirements • 2.4.0 Facility Description 2.4.1 Pollution Prevention Team 2.4.2 Description of Potential Pollutant Sources 2.4.3 Measures and Controls 2.4.4 Comprehensive Site Compliance Evaluation 2.4.5 Monitoring and Record Keeping Requirements 2.4.6 SWP2 Plan Update and Modification 2.4.7 Date SWP2 Plan Completed/Modified Part 3 - General Requirements of this Permit 3.1 Record Maintenance 3.2 KDHE Contact Information 3.3 Duty to Comply 3.4 Duty to Provide Information and Site Access 3.5 Signatory Requirements 3.6 Signature Delegation 3.7 Spill and Release Requirements 3.7.1 Chemical and Sewage Spill and Release Reporting 3.7.2 Hazardous Substance and Oil Spill Reporting 3.8 Director Required Replacement of this Permit with a Different NPDES Permit 3.9 Transfer of Ownership Part 4 - Standard Permit Conditions 4.1 Proper Operation and Maintenance 4.2 Severability 4.3 Permit Modifications and Terminations 4.4 Change in Discharge 4.5 Removed Substances 4.6 Civil, Criminal, and Administrative Penalties 4.7 Property Rights 4.8 Duty to Mitigate 4.9 Bypasses 4.10 Non-compliance Notification Endnotes Endnotes 1 -4 Appendices; =eu Appendix 1 Definitions&Acronyms Appendix 2 Forms �? - Notice of Intent form (NOI) - Notice of Intent Instructions - No Exposure Certification form (NOEC) - No Exposure Certification form Instructions - Notice of Termination form (NOT) - Notice of Transfer of Ownership form (NOTO) - SWP2 Plan Completion Certification form (SWP2 Plan CCF) Please note: The Department has provided several options for obtaining copies of these forms, but at this time the Department cannot accept electronic submittals (e-mail or fax)of completed forms. Original copies of all forms must be received before permit/exclusion requests can be processed. Upon request, KDHE will provide copies of State published information. EPA contact information will be provided in response to requests for Federal Publications. Preface To qualify, the facility must meet the "no exposure" exclusion requirements and the duly Facilities with a stormwater discharge authorized representative must submit a "No associated with industrial activity subject to the Exposure Certification Form" (see Section 1.3). definition at 40 CFR 122.26(b)(14) or those The exclusion becomes effective when KDHE notified by KDHE they represent a significant authorizes the No Exposure Certification. A No pollution potential must request authorization for Exposure Re-certification is required every 5 and obtain coverage under an NPDES permit. years and at the time this general permit is Coverage may be obtained under this general reissued. If changes occur at the industrial site permit, under an alternative individual or general that disqualify the facility from this "no exposure" NPDES permit, or by meeting the requirements exclusion, the facility representative must for permit exemption or exclusion. request authorization for coverage under this general permit, an alternative general permit, or The purpose of this general permit is to regulate an individual NPDES permit, as a new discharges of stormwater runoff from certain discharge. types of industrial activity subject to National Pollutant Discharge Elimination System This permit does not cover industrial activity (NPDES) requirements; to protect the waters of specified in 40 CFR 122.26(b)(14)(x), i.e., the State; to improve surface water quality by stormwater runoff from construction activity reducing pollutants contained in stormwater where new construction is the primary purpose discharges; and to implement both State and of the request. A separate Kansas construction Federal Water Pollution Control statutes and stormwater general permit, or an individual regulations. permit as appropriate, is required for this industrial activity.. This general NPDES permit provides KDHE's • requirements for the discharge of stormwater Additional general permits may be available for runoff from industrial activities. "Stormwater specific industrial categories and/or may be Associated with Industrial Activity" means the developed in the future. Obtaining coverage discharge from any conveyance that is used for under an alternative individual or general permit collecting and conveying stormwater and which which addresses or includes stormwater is directly related to manufacturing, processing permitting provisions will result in the automatic or raw materials storage areas at an industrial termination of coverage under this general plant. permit. "Storm Water Discharges Associated with The issuance of an authorization to discharge Industrial Activity", defined in federal regulations under this general NPDES permit allows the 40 CFR 122.26(b)(14)(i)-(xi), determine which permittee to discharge stormwater from the industrial facilities are potentially subject to industrial activity to surface waters of the State stormwater regulation provisions. The definition of Kansas in accordance with the provisions of uses either Standard Industrial Classification this permit and associated SWP2 plan. (SIC) codes or narrative descriptions to characterize the industrial activities. Other agencies should be contacted to determine the need for additional permits, Please note that the EPA stormwater program authorizations, or requirements, if any for the regulations implemented by this permit contain diversion or discharge of stormwater, the special conditions and exceptions which may construction and use of structural BMPs, etc. In exempt or exclude a facility from having to particular, persons requesting coverage under obtain an NPDES permit, regardless of whether this general permit shall contact the municipal the facility's activity matches one of the SIC separate storm sewer agency (MS4) (see codes or narrative descriptions. These endnote 1, page 19). Persons requesting exceptions include provisions for exclusion if a coverage under this general permit may also facility is covered under the definition of need to contact and consult with the United stormwater discharge associated with industrial States Army Corps of Engineers; Kansas activity, but has taken steps to ensure that a Department of Agriculture, Division of Water condition of "no exposure" exists at the industrial Resources; the United States Fish and Wildlife facility. No exposure means all industrial Service; the Kansas State Historical Society;the materials and activities are protected by a storm Kansas Department of Wildlife and Parks; and resistant shelter to prevent exposure to any other local governmental or regulatory precipitation, snowmelt, surface runoff or agencies which are not listed herein that may drainage. have jurisdiction. 1 • -.d Part 1. WHAT THIS GENERAL NPDES stormwater regulations contain special PERMIT COVERS • conditions and exceptions which may make a facility not subject to the program, and therefore not required to request coverage under this 1.1 Permit Area and Discharges Covered general permit, even though the facility's activity matches one of the SIC codes. In the case of This general NPDES permit authorizes both new construction activities, a separate permitting and existing point source discharges of storm- program has been established. water runoff associated with industrial activity to waters of the State of Kansas. Certain non- Category (i) - Facilities subject to stormwater stormwater discharges are also included in this effluent limitations guidelines, new source authorization. Discharge is authorized, performance standards, or toxic pollutant provided: effluent standards under 40 CFR Subchapter N. The discharge point is located in the state Some facilities in these below listed of Kansas and is not on Indian Lands (see subcategories (Parts) do not have applicable endnote 2, Permit pg X);and limits or standards. See 40 CFR Subchapter N for an up-to-date listing of categories and to The industrial activity, for which verify applicability. See Appendix 1, Definitions authorization is sought under this general and Acronyms, for additional coverage permit, is described or included in 40 CFR clarification. 122.26(b)(14) (i) through (ix) or (xi) of the definition of stormwater associated with A listing of the Subchapter N categories is industrial activity, or provided below: When KDHE makes a determination that 40 CFR Subchapter N the stormwater discharge has the potential for being a significant contributor of Part 405 Dairy products processing • pollutants. Part 406 Grain mills Part 407 Canned & preserved fruits & vegetable If you are a new discharger or an existing processing unpermitted discharger, in regard to Part 408 Canned & preserved seafood antidegradation, you are eligible for processing authorization under this general permit to Part 409 Sugar Processing discharge to a Tier 1, 2, or 21/2 Water only if Part 410 Textile mills your discharge has appropriate controls Part 411 Cement manufacturing that are not expected to significantly lower Part 412 Concentrated Animal Feeding the water quality of the applicable water. In Operations (CAFOs) the absence of information demonstrating Part 413 Electroplating otherwise, KDHE expects that development Part 414 Organic Chemicals plastics and of an appropriate SWP2 Plan and synthetic fibers compliance with the stormwater control Part 415 Inorganic chemical manufacturing requirements of this permit will result in Part 417 Soap and detergent manufacturing discharges that will not lower the water Part 418 Fertilizer manufacturing quality of the receiving water. Part 419 Petroleum refining Stormwater Associated with Industrial Activity Part 420 Iron and steel manufacturing Part 421 Nonferrous metal manufacturing means the discharge from any conveyance that Part 422 Phosphate manufacturing is used for collecting and conveying stormwater Part 423 Steam electric power generating and which is directly related to manufacturing, Part 424 Ferroalloy manufacturing processing or raw materials storage areas at an Part 425 Leather tanning and finishing industrial plant. "Storm Water Discharges Part 426 Glass manufacturing Associated with Industrial Activity", defined in Part 427 Asbestos manufacturing federal regulations 40 CFR 122.26(b)(14)(i)-(xi), Part 428 Rubber manufacturing determines which industrial facilities are Part 429 Timber products processing potentially subject to the stormwater program Part 430 Pulp, paper, and paperboard requirements. The definition uses either Part 432 Meat and poultry products Standard Industrial Classification (SIC) codes or Part 433 Metal finishing narrative descriptions to characterize the Part 434 Coal mining activities. The definition's 11 categories [(i) - Part 435 Oil and gas extraction (xi)] are listed below. Please note that the EPA Part 436 Mineral mining & processing • 2 ... Part 437 Centralized waste treatment exploration, production, processing, or treatment Part 438 Metal products and machinery operations, or transmission facilities that Part 439 Pharmaceutical manufacturing discharge stormwater contaminated by contact Part 440 Ore mining &dressing with or that has come into contact with, any Part 442 Transportation equipment cleaning overburden, raw material, intermediate products, Part 443 Paving and roofing materials finished products, byproducts or waste products Part 444 Waste combustors located on the site of such operations (inactive Part 445 Landfills mining operations are mining sites that are not Part 446 Paint formulating being actively mined, but which have an Part 447 Ink formulating identifiable owner/operator; inactive mining sites Part 450 Construction and development do not include sites where mining claims are Part 451 Concentrated aquatic animal being maintained prior to disturbances production associated with the extraction, beneficiation, or Part 454 Gum and wood chemicals processing of mined materials, nor sites where manufacturing minimal activities are undertaken for the sole Part 455 Pesticide Chemicals purpose of maintaining a mining claim). Part 457 Explosives manufacturing Part 458 Carbon Black manufacturing SIC Code 10 metal mining (metallic Part 459 Photographic mineral/ores) Part 460 Hospital SIC Code 12 coal mining Part 461 Battery manufacturing SIC Code 13 oil and gas extraction Part 463 Plastics molding and forming SIC Code 14 non-metallic minerals except fuels Part 464 Metal molding and casting Part 465 Coil coating A facility with an existing or new discharge Part 466 Porcelain enameling composed entirely of stormwater from oil or gas Part 467 Aluminum forming exploration, production, processing, or treatment Part 468 Copper forming operations or transmission facility is not required Part 469 Electrical & electronic component to submit a request for authorization under this Part 471 Nonferrous metal forming & metal. general permit unless the facility: powders. Has a discharge of stormwater composed Category (ii) - Facilities classified by the entirely of flows which are from following SIC codes: conveyances or systems of conveyances SIC Code 24 lumber and wood products (except (including but not limited to pipes, conduits, 2434 wood kitchen cabinets, see (xi)) ditches, and channels) used for collecting SIC Code 26 paper& allied products (except and conveying collection runoff and which 265 paperboard containers, 267 converted are contaminated by contact with, or come paper, see (xi)) into contact with, any overburden, raw SIC Code 28 chemicals & allied products material, intermediate products, finished (except 283 drugs, see (xi)) products, byproducts, or waste products on SIC Code 29 petroleum &coal products the site of such operations; or SIC Code 311 leather tanning &finishing SIC Code 32 stone, clay& glass production Has had a discharge of stormwater (except SIC Code 323 products of purchased resulting in the discharge of a reportable glass, see (xi)) quantity for which notification is or was SIC Code 33 primary metal industry required pursuant to 40 CFR 110.6, 40 SIC Code 3441 fabricated structural metal CFR 117.21 or 40 CFR 302.6 at anytime SIC Code 373 ship and boat building and repair. since November 16, 1987;or Category(iii) Mineral Industry Causes or contributes to a violation of a Facilities classified as SIC codes 10-14 including water quality standard. active or inactive mining operations (except for areas of coal mining operations no longer Category(iv) Hazardous Waste meeting the definition of a reclamation area Hazardous waste treatment, storage, or disposal under 40 CFR 434.11(1) because the facilities including those that are operating under performance bond issued to the facility by the interim status or a permit under Subtitle C of appropriate SMCRA authority has been RCRA. released, or areas of non-coal mining operations which have been released from applicable State Category(v) Landfills or Federal reclamation requirements after Landfills, land application sites, and open dumps December 17, 1990), and oil and gas that receive or have received any industrial 3 waste (waste that is received from any of the Construction activity is not covered. under this facilities described under categories (i) (xi)) permit. The construction "o erator",of'both large including those that are subject to regulations and small construction activities must request under Subtitle D of RCRA. coverage under an individual permit or the General Stormwater Permit for Construction Category(vi) Recycling/Reclamation Activity requirements. `' Recycling of materials, including metal scrap _ yards, battery reclaimers, salvage yards, and Category(xi) Light industry automobile junkyards, including :but limited to Facilities classified by the following SIC codes: ?..r those classified as SIC 5015 (used motor vehicle parts) and SIC 5093 (scrap and waste SIC Code 20 food and kindred product materials). SIC Code 21 tobacco products SIC Code 22 textile mill products Category(vii) Steam Electric Plants SIC Code 23 apparel and other textile product Steam electric power generating facilities, SIC Code 2434 wood kitchen cabinets including coal handling sites. SIC Code 25 furniture and fixtures SIC Code 265 paperboard containers and boxes Category(viii) Transportation SIC Code 267 miscellaneous converted paper Transportation facilities classified by the SIC products codes listed below which have vehicle SIC Code 27 printing and publishing maintenance shops, equipment cleaning SIC Code 283 drugs operations, or airport deicing operations. Only SIC Code 285 paints and allied products - - those portions of the facility that are either SIC Code 30 rubber and miscellaneous plastic involved in vehicle maintenance (including SIC Code 31 leather and products (except 311) vehicle rehabilitation, mechanical repairs, SIC Code 323 products of purchased glass painting, fueling, and lubrication), equipment SIC Code 34 fabricated metal products (except cleaning operations, airport deicing operations, 3441) or which are otherwise identified under SIC Code 35 industrial machinery and categories (i)-(vii) or (ix)-(xi) are associated with equipment industrial activity, and need permit coverage. SIC Code 36 electronic and other electric equipment SIC Code 40 railroad transportation SIC Code 37 transportation equipment (except SIC Code 41 local and interurban passenger 373) transit SIC Code 38 instruments and related products SIC Code 42 trucking & warehousing (except SIC Code 39 miscellaneous manufacturing 4221-25, see Category xi) SIC Code 4221 farm product storage SIC Code 43 US postal service SIC Code 4222 refrigerated storage SIC Code 44 water transportation SIC Code 4225 general warehouse and storage. SIC Code 45 transportation by air SIC Code 5171 petroleum bulk stations and 1.2 Common Non-stormwater Discharges - terminals. Authorized Under this General NPDES Permit Category(ix) Treatment Works The following common non-stormwater Treatment works treating domestic sewage or discharges are authorized by this general permit any other sewage sludge or wastewater provided the facility has stormwater discharges treatment device or system, used in the storage, subject to the requirements of this general . treatment, recycling, and reclamation of permit and only if the permittee evaluates and municipal or domestic sewage, including land implements, where practical, Best Management dedicated to the disposal of sewage sludge that Practices (BMPs) to minimize pollutants in these are located within the confines of the facility, discharges in the facility site specific Stormwater with an average design flow of 1.0 mgd or more, Pollution Prevention (SWP2) plan required by . , or required to have an approved pretreatment Part 2 of this general permit: program under 40 CFR 403. Not included are farm lands, domestic gardens or lands used for a. Potable water sources including flushing of sludge management where sludge is beneficially water hydrants and potable water lines; reused and which are not physically located in the confines of the facility, or areas that are in b. Air conditioner and compressor compliance with section 405 of the Clean Water condensate; ' Act. Category(x) Construction c. Foundation and footing drains if overlaying r 4 r_ soils and nearby groundwater are wastewater treatment system or-the discharge of uncontaminated . and other sources of sewage, pollutants or wastewater to waters of uncontaminated dewatering discharges; the State, including such sewage, pollutants or wastewater as: d. Rinsing of buildings and streets or pavement where spills or leaks of toxic or a. Stormwater runoff associated with hazardous materials have not occurred construction activities; (unless all spilled material has been removed) with potable water that does not b. Hazardous substances or oil from an on- use solvents, cleansers, detergents, or site spill or improper handling and disposal other additives; practices; e. Uncontaminated irrigation water used to c. Stormwater discharges subject to an establish or maintain vegetation; existing Kansas individual permit or general NPDES permit that is in effect for any other f. Incidental cooling tower mist, provided permitted point source discharge at the minimization of toxicity of water treatment site; chemicals is implemented as a Best Management Practice (BMP); d. Stormwater discharges associated with industrial activity from inactive facilities g. Stormwater discharges commingled with located on Federal lands where a facility other discharges authorized by an NPDES operator cannot be identified; permit or exempt from having an NPDES permit, provided the operator complies with e. Stormwater discharges that are subject to the permitting, monitoring and pollution effluent guidelines, except discharges prevention requirements of the discharge; expressly identified and authorized in this and permit; h. Potable waters used without solvents, f. Stormwater discharges which cause or cleansers, detergents, or other additives as contribute to a violation of the Kansas a BMP for external vehicle washing or for Surface Water Quality Standards; dust control. g. Stormwater discharges that adversely 1.3 No Exposure Certification affect a threatened or endangered species as listed in K.A.R. 115-15-1 et seq.; If a facility is covered under the definition of stormwater discharge associated with industrial h. Process, domestic, or cooling waste-waters activity, but has taken steps to ensure that a subject to an existing effluent guideline or condition of "no exposure" exists at the industrial required to obtain an NPDES permit for the facility, NPDES permit coverage is not required. wastewater discharge;and While NPDES permit coverage may not be required, the facility must still secure a "No i. Discharges from exposed storage piles of Exposure Certification" authorization and salt used for deicing or other commercial or provide KDHE with periodic updates regarding industrial purposes [storage piles of the no exposure status every 5 years or as salt/sand mixtures must be enclosed or requested. No exposure. means all industrial covered except when adding or removing materials and activities are protected by a storm materials from the pile]. resistant shelter to prevent .exposure to precipitation, snowmelt, surface runoff or j. Stormwater discharges into a combined drainage (see Appendix 2, NOEC instructions sewer collection system. for a discussion of materials and activities not required to be protected for this exclusion). To This general NPDES permit does not relieve the qualify, the facility must submit a "No Exposure permit holder of the obligation to obtain other Certification Form" (Appendix 2, NOEC). The approvals; permits, licenses, or documents of exclusion becomes effective when KDHE issues sanction that may be required by other federal, a written authorization of the No Exposure state, or local government agencies. Certification. This general permit does not authorize the 1.4 Discharges Not Covered by this Permit placement of fill materials in flood plains, the obstruction of stream flow, directing stormwater This general permit does not authorize any other runoff across private property, increasing 5 stormwater runoff flow, changing the channel of with your SWP2 Plan;or _ a defined drainage course, etc. This general permit is intended to address only the quality of b. document that the pollutant(s) for which the the stormwater runoff and to minimize off-site waterbody is impaired is not associated with the migration of sediments and contaminants. industrial activities present at the site/facility, and retain documentation of this finding with the The issuance of an authorization to discharge industrial SWP2 Plan; or under this general NPDES permit allows a facility owner or operator, after implementation c. in advance of submitting your NOI, provide of the facility stormwater pollution prevention to KDHE data to support a showing that the plan, to commence industrial activities that will discharge is not expected to cause or contribute produce or potentially produce a discharge of to an exceedance of a water quality standard, stormwater into waters of the State of Kansas. and retain such data onsite with the industrial SWP2 Plan. The applicant must provide data Other agencies should be contacted to and other technical information to KDHE determine the need for additional permits, sufficient to demonstrate: authorizations, or requirements, if any. In particular the persons requesting coverage 1. For discharges to waters without a .. under this general permit shall contact the local KDHE established TMDL, that the municipal separate storm sewer system discharge of the pollutant for which the agency (MS4). Other agencies the person water is impaired will meet in-stream requesting coverage under this general permit water quality criteria at the point of may also need to contact and consult with discharge to the waterbody;or include the United States Army Corps of Engineers; Kansas Department of Agriculture, 2. For discharges to waters with a KDHE Division of Water Resources; the United States established TMDL, that there are Fish and Wildlife Service; and any other local sufficient remaining wasteload governmental or regulatory agencies which are allocations in a KDHE established not listed herein that may have jurisdiction. TMDL or the TMDL addresses the type of discharge being proposed. Authorization to Discharge under this general permit does not constitute approval of a project The discharge is eligible for coverage under this under the provisions of the Environmental general permit if KDHE provides an affirmative Coordination Act, K.S.A. 82a-326. determination that the discharge will not contribute to the existing impairment, in which This general permit does not authorize case the determination must be maintained at discharges of stormwater runoff associated with the industrial site/facility with the SWP2 Plan. industrial activity which may adversely affect KDHE will provide notification that additional threatened or endangered species as listed in limits or controls that are necessary for the K.A.R. 115-15-1 et seq.; or industrial activities discharge to comply with water quality standards : . which may affect any identified historical or or that are necessary to be consistent with archeological sites listed or eligible for listing on wasteload allocations for an established TMDL, the National Register of Historic Places. or if coverage under an individual NPDES permit Applicants for coverage under this general is necessary. NPDES permit which have the potential to impact threatened or endangered species or This general permit does not authorize new historical sites can obtain information regarding discharges to waters designated at Tier 3 regulatory requirements or special conditions Waters (ONRWs) for antidegradation purposes. which may be applicable to the activities If you are a new discharger and discharge or covered by this permit from the Kansas propose to discharge to a Tier 3 Water, you are Department of Wildlife and Parks or the Kansas not eligible for coverage under this general , State Historical Society respectively. permit. (See Definition of Tier 3 Water in Appendix 1) As of the date of this permit, Tier 3 This permit does not authorize new discharges Waters [Outstanding National Resource Waters to an "impaired water" (as defined in Appendix (ONRWs)]consist of: 1) unless the applicant can: Quivira Big Salt Marsh in Stafford County • a. prevent or minimize exposure to Quivira Little Salt Marsh in Stafford County stormwater of the pollutant(s) for which the Cheyenne Bottoms in Barton County waterbody is impaired, and retain documentation Flint Hills National Wildlife Refuge Coffey Co. of procedures taken to prevent onsite exposure Kirwin Lake in Phillips County 6 Kirwin National Wildlife Refuge in . Phillips notifications, reference material"arihthe general County NPDES permit requirements are available from Cimarron National Grasslands in Morton and the KDHE Stormwater Website at: Stevens Counties www.kdheks.gov/stormwater (see endnote 3, page X) An up-to-date listing of Tier 3 Waters (ONRWs) can be found in the Kansas Surface Water A hard copy of the NOI, the general permit, the Register. general permit information packet, or other reference material may also be obtained by 1.5 Obtaining Authorization - Notice of Intent sending a written request to KDHE at: Submission of a Notice of Intent (NOI) form Kansas Department of Health and Environment (Appendix 2) for stormwater runoff from Bureau of Water, Industrial Programs Section industrial activity is a request for authorization 1000 SW Jackson, Suite 420 for coverage under this general NPDES permit. Topeka, KS 66612— 1367 Completion of the NOI does not provide automatic coverage under the general Information can also be requested by e-mailing: permit. Coverage under the general permit Stormwater@ kdheks.gov begins when KDHE authorizes the NOI. For additional information, contact KDHE at Facilities that have submitted an NOI prior to the (785) 296-5545 or 296-4347. • effective date of this permit are considered to have satisfied the administrative requirements A complete request for authorization under the for filing for an NPDES permit for stormwater general permit must be submitted or it will not be runoff associated with industrial activity. processed. To be considered complete an NOI However, the submission of a permit fee and an must provide or address all requested updated NOI form are required for coverage information, bear an original authorized under this permit. signature and must be accompanied by the annual permit fee as required by K.A.R. 28-16- Please note that EPA is not the NPDES 56c and 28-16-56d. The current annual permit permitting authority in Kansas. A group fee for this general permit is_$60.00. Make the application previously submitted to EPA is no check payable to "KDHE — Water Pollution longer valid for Kansas facilities. Participants in Control Permit". An invoice for the annual group applications are considered to have permit fee will be sent to the designated contact satisfied the administrative requirements for person until such time as the permittee submits filing for an NPDES permit for stormwater runoff and KDHE authorizes a Notice of Termination associated with industrial activity but are now (NOT). required to submit an NOI and permit fee for . . coverage under this permit. 1.6 Additional Required Notifications The permittee is authorized to discharge Facilities that discharge stormwater to a stormwater under this general permit when Municipal Separate Storm Sewer System (MS4) KDHE authorizes the NOI. A signed and dated need to submit a copy of the authorized NOI and copy of the NOI indicating the authorization of any supporting documentation required by the the discharge in conformance with the general MS4 operator to obtain any permits or approvals permit will be provided to the permittee. which may be required under the local stormwater management program. A list of A copy of the NOI and the KDHE Authorization urbanized and non-urbanized MS4 operators to Discharge for the specific facility location shall which have, or which may have, a Stormwater be readily available for inspection at the facility Management Program is available on the KDHE by KDHE, EPA, or MS4 representatives. Stormwater Website, www.kdheks.qov/stormwater on the "municipal For new facilities requiring authorization to stormwater program" link, or is available upon discharge stormwater runoff, the person request to KDHE Bureau of Water Industrial requesting authorization under this general - Programs Section. permit must submit an NOI at least 60 days prior to commencement of the covered Industrial Coverage under, and the requirements of this Activities. NPDES general permit are transferable but transfer is not automatic and must be authorized by KDHE. See Section 3.9 for permit transfers. Copies of the NOI and other relevant forms, 7 1.7 Continuing Coverage- Annual Permit Fee NOI for continuing coverage under the and Renewal Requirements successor general NPDES permit unless modifications, changes or discoveries are made The permit holder shall pay an annual permit fee which may affect coverage under the successor as specified in K.A.R. 28-16-56 et seq. as general NPDES permit or the information in the amended. Make the check payable to "KDHE — current NOI is inaccurate, needs to be updated, Water Pollution Control Permit". An invoice for or KDHE requests the submission of a new NOI. the annual permit fee will be sent to the designated contact person as long as 1.8 Terminating Coverage- Notice of stormwater discharges from the facility continue Termination to meet the definition of stormwater discharges associated with industrial activity. The permittee may submit a Notice of Termination (NOT) (Appendix 2) to terminate Continued coverage by this permit is required coverage under this general permit. until such time as a request for a transfer of ownership or request for termination is For inactive or closed facilities, the permittee . . authorized by KDHE. must maintain coverage under this or successor permits until the elimination of all stormwater This general permit will expire October 31, 2016. discharges associated with industrial activity are Should KDHE fail to issue a new general permit achieved, including the removal of all significant with an effective date on or before the expiration materials, site cleanup and closure has removed date of this permit, the conditions of this NPDES potential pollutants which can be subject to =' general permit continue in force until the exposure to precipitation or stormwater runoff, or effective date of a new NPDES general permit. a no exposure authorization can be obtained. A permittee who has a valid authorization to For facilities authorized for coverage under this discharge stormwater runoff from industrial general permit and qualifying for termination of activity under the conditions of this NPDES coverage under the No Exposure Certification, general permit will continue to be covered until an NOT must be submitted in conjunction with the effective date of a successor general permit the "No Exposure Certification Form" (Appendix and shall continue to comply with the conditions 2). of this general permit until the effective date of the successor general permit. Upon the Coverage under this NPDES general permit effective date of the successor NPDES general automatically terminates for facilities obtaining permit, the permittee shall comply with the terms coverage for stormwater discharge associated and conditions of the successor general permit with industrial activity under another general or or obtain coverage for industrial stormwater individual NPDES permit issuance. discharges under alternative provisions of this permit. Part 2. Stormwater POLLUTION If the permittee wishes to continue industrial PREVENTION (SWP2) PLANS& Best activities regulated by this NPDES general Management Practices(BMPs) permit after the expiration date of this permit, the permittee must continue to pay the annual fee, 2.1 SWP2 Plan Development, Submittal, and and continue to comply with the terms and Implementation Requirements conditions of this general permit until the effective date of the successor NPDES general The permittee shall develop a stormwater permit. pollution prevention (SWP2) plan that is specific to the industrial activity and site characteristics • On and after the effective date of the successor occurring at the permitted location described in NPDES general permit, the permit holder must the NOI. The permittee shall fully implement comply with the terms and conditions of the and periodically review, and update as successor permit; and continue paying the necessary, the provisions of their SWP2 Plan, annual permit fee; or request an individual as required under this part, as a condition of this NPDES permit. The facility will continue general permit. coverage under this general stormwater permit and comply with the provisions of this general The permittee shall develop and implement a permit until the individual NPDES permit is SWP2 Plan within 10 months of KDHE's issued. authorization of the permittee's NOI. The permittee shall submit an SWP2 Plan The permittee is not required to submit a new Completion Certification Form (Appendix 2) to 8 °. KDHE with the first annual billing statement. engineer. The SWP2 Plan is to be retained on site and If KDHE determines the SWP2 Plan to be made available to KDHE, EPA, or MS4 upon inadequate, KDHE reserves the right to require request. The SWP2 Plan is to be submitted to the permittee to obtain the services of a qualified KDHE only upon request. consultant to correct any deficiencies in the SWP2 Plan. 2.2 SWP2 Plan Purpose and Basis 2.4 SWP2 Plan Minimum Requirements The purpose of the SWP2 Plan is to ensure the design, implementation, management, and The plan shall contain, at a minimum, the maintenance of Best Management Practices following items: (BMPs) in order to reduce the amount of pollutants in stormwater discharges associated 2.4.0. Facility Description — Production activities with the industrial activities at the facility. The conducted at the facility. SWP2 Plan shall evaluate BMPs from each of three major classes: managerial/administrative 2.4.1. Pollution Prevention Team - Specific BMPs, structural control BMPs and non- individuals or positions shall be identified structural control BMPs. within the facility organization as members of a Stormwater Pollution Prevention Team As guidance, in developing the SWP2 Plan, the who are responsible for developing, permittee shall review, evaluate, select, install, implementing, maintaining and revising the utilize, operate and maintain the BMPs in plan. Each member's responsibilities shall accordance with best professional judgement, be clearly identified in the plan. The generally accepted and scientifically defensible activities and responsibilities of the team guidance and the concepts and methods as shall address all aspects of the facility's described in Environmental Protection Agency stormwater pollution prevention plan. (EPA) guidance documents. These documents include EPA 832-R-92-006, Storm Water 2.4.2. Description of potential pollutant Management for Industrial Activities — sources - pollutant sources which may Developing Pollution Prevention Plans and Best reasonably be expected to add significant Management Practices, published in September, pollutants to the stormwater discharge shall 19921, Developing Your Stormwater Pollution be described. The description shall Prevention Plan, EPA 833-B-09-003, the U.S. include, at a minimum: Environmental Protection Agency's BMPs listed in the most current NPDES Storm Water Multi- a. General Location Map. Sector General Permit for Industrial Activities; Notice dated Sept. 29, 2008, and subsequent b. Site Map(s) - a site map identifying: the modifications, and the EPA developed individual scale of the map; the location of significant sector fact sheets EPA 833-F-06-016 through structures; the outlined drainage areas, 044. direction of flow, approximate acreage of each stormwater outfall; stormwater 2.3 SWP2 Plan Development and conveyances and area inlets for each Certification outfall; all authorized non-stormwater discharge locations; name of the first water Individuals that are knowledgeable in body the discharge is directed to; the stormwater management and control and location of significant materials exposed to familiar with the site characteristics of the facility precipitation or runoff; storage tanks; scrap shall develop the SWP2 Plan and submit the yards and general refuse areas; fuel stormwater pollution prevention plan certification storage and distribution areas; vehicle and form in Appendix 2. Due to technical and site equipment maintenance and storage areas; specific requirements in developing a SWP2 loading/unloading areas; waste treatment,. Plan, KDHE highly encourages and storage or disposal areas; short and long recommends that the SWP2 Plan and any term material storage areas (including but amendments be prepared by, or under the not limited to: supplies, construction supervision of a Kansas licensed professional materials, plant equipment, oils, fuels, used and unused solvents, cleaning materials, The referenced guidance documents are available on-line at: paint, water treatment chemicals, fertilizers, http://cfpub.epa.gov/npdes/stormwater/indust.cfm and at and pesticides); landfills; construction sites; http://nepis.epa.gov/. Links to the referenced guidance are also stock piles; areas where spills have available at the KDHE website: occurred and residues remain; surface http://www.kdheks.gov/stormwater 9 water bodies; existing structural control implement a cleanup should be addressed. measures to reduce pollutants in -The following areas should be addressed: stormwater runoff (such as bermed areas, grassy swales, etc.); historic sites; and T & (1) Metal fabrication and finishing areas - E species habitat. include measures for maintaining clean, dry, orderly conditions and use c. Inventory of Exposed Materials- a narrative of dry cleanup techniques; description of significant materials handled, treated, stored, leaked, spilled or disposed (2) Receiving, Unloading and Storage of in a manner which would allow exposure Areas and Raw Material Storage Areas to stormwater within the period starting - include measures to prevent spills & - three years prior to the date of this permit; leaks; easy access for spill cleanup; existing managerial/administrative, structur- quick and correct identification of al and non-structural control measures to materials; and training employees on reduce pollutants in stormwater runoff; and cleanup and disposal techniques. any treatment the stormwater receives. A list of significant spills and leaks of toxic / (3) Storage of Equipment - include hazardous materials in exposed areas shall procedures for proper cleanup and/or be maintained and kept updated. covering of equipment before storing outdoors. d. Sampling Data - a summary of existing sampling data, if available. (4) Storage of Metal Working Fluids - measures to identify proper controls. e. Risk Identification and Summary of - Potential Pollutant Sources - A narrative (5) Cleaners and Rinse Water - Include description of the potential pollutant measures to control spills, build-up and sources, their location(s) at the facility, and disbursement of sand from sand pollutant parameters of concern shall be blasting, and use of less toxic cleaners. identified. (6) Lubricating Oils and Hydraulic Fluids — 2.4.3. Measures and Controls - A listing and include procedures for using detecting description of stormwater management and control devices to reduce, prevent, controls, managerial/administrative BMPs, and contain leaks and overflows. structural control BMPs, and non-structural control BMPs appropriate for the facility (7) Chemical Storage Areas - include a that addresses the following minimum program to inspect containers, and components, including a schedule, if identify proper containment, disposal necessary, for implementing such controls: and spill controls to prevent stormwater contamination. a. Good housekeeping requiring the maintenance of areas in a clean, orderly d. Inspections: Identification of facility manner including handling, process, and personnel trained to inspect at appropriate storage areas (exposed to precipitation) for intervals, (inspection frequency shall be raw materials, scrap metals, general stated in SWP2 Plan, but at a minimum refuse, fuels, paints, etc. quarterly inspections shall be performed), designated equipment and storage areas b. Preventive Maintenance — Provide a for raw material, finished product, schedule for inspection and maintenance of , chemicals, recycling, equipment, paint, stormwater management controls, like oil fueling and maintenance; and loading, water separators, catch basins etc. unloading, and waste management areas. A set of tracking or follow-up procedures c. Spill Prevention and Response Procedures shall be used to ensure that appropriate - Appropriate material handling procedures, actions are taken in response to the storage requirements, use of equipment inspections. The inspection report shall such as diversion valves, and procedures include completion dates for correction of for cleaning up spills should be identified. all deficiencies. Records of inspections Procedures for cleaning up spills may shall be maintained on-site or in a readily involve other regulatory preventative accessible location for at least three years release/spill response plan requirements after the date of the inspection. under RCRA, SPCC, CERCLA, etc. Availability of the necessary equipment to e. Employee Training: Employee training 10 • programs to inform personnel responsible considered when determining reasonable for implementing activities identified in the and appropriate measures to implement. SWP2 Plan or otherwise responsible for stormwater management, at all levels of 2.4.4. Comprehensive Site Compliance responsibility, of the components and goals Evaluation - A comprehensive site of the SWP2 Plan. The SWP2 Plan shall compliance evaluation shall be conducted provide for training existing and new staff. at least once a year. Such evaluations shall provide for: f. Record keeping and Internal Reporting Procedures: A log to document a a. Visual inspection of areas contributing to a description of incidents (such as spills, or stormwater discharge associated with other discharges, actions taken and industrial activity for evidence of, or the signature of inspector), along with other potential for, pollutants entering the information which may impact the quality stormwater drainage system. Evaluation of and quantity of stormwater discharges measures to reduce pollutant loadings to needs to be developed and maintained. determine whether they are adequate and Reporting procedures, inspections and properly implemented in accordance with maintenance activities shall be developed the terms of the permit or whether and included in the SWP2 Plan. additional control measures are needed. A visual evaluation as to the availability of g. The SWP2 Plan must identify all equipment needed to implement the plan, unauthorized, non-stormwater (dry such as spill response equipment and weather) discharges directed to surface containment drums, shall be made to water or groundwater. These discharges determine it is functioning properly and include any process water discharges not drums are not corroded. directed to a POTW sanitary sewer and any other discharges not described under Part b. A report summarizing the scope of the 1.2 as meeting the definition for coverage evaluation, personnel making the under Part 1.2 of this permit, unless such evaluation, the date(s) of the evaluation, discharges are already covered by a Water major observations relating to the Pollution Control Permit issued by KDHE. implementation of the stormwater pollution KDHE shall be notified of all unauthorized prevention plan, and any actions taken discharge(s) immediately by telephone and shall be made and retained as part of the . in writing within 5 days. stormwater pollution prevention plan. h. Sediment and Erosion Control: Measures c. The report shall include resolution to any to minimize erosion in areas which, due to non-compliance determined from the topography, non-construction related comprehensive site evaluation including the operating activities, or other factors, have a modification of the SWP2 Plan within 90 high potential for significant soil erosion. At days or an alternative period approved by a minimum consider structural, vegetative, KDHE. and/or stabilization measures to limit erosion. Include measures to minimize If the comprehensive site evaluation does not erosion related to the high volume of identify any non-compliance, the report shall vehicle traffic and heavy equipment include a statement that the facility is in operating at the facility on a daily basis compliance with the SWP2 Plan and the such as trucks,forklifts, cranes etc. conditions of this permit. i. Management of Runoff: Describe and 2.4.5. Monitoring and Record Keeping locate on a site map existing and/or Requirements. proposed stormwater management practices (practices other than those which a. Visual Examination of Stormwater Quality: control the generation or source(s) of The permittee shall periodically, (frequency pollutants) to treat, divert, infiltrate, reuse or shall be stated in SWP2 Plan, but at a otherwise manage stormwater runoff in a minimum of once per year) perform and manner that reduces pollutants in document a visual examination of a stormwater discharges from the site. The stormwater discharge associated with pollutant sources at the facility identified in industrial activity from each identified Item 2.4.2 with potential to contribute stormwater outfall. Visual examination pollutants to stormwater discharges reports shall be maintained onsite and be associated with industrial activity shall be made available for KDHE & EPA inspection 11 upon request. Each report shall include the by this general permit for a period of three (3) date and time, name of the person years. All records shall be kept on-site or in a "` performing examination, nature of readily accessible location. discharge (runoff or snow melt), visual quality of the discharge (i.e., color, odor, Records shall be readily available to KDHE or 7,, clarity, floating solids, suspended solids, EPA during normal business hours. foam, oil sheen, and other indicators of �, stormwater pollution) and probable sources Records that shall be maintained by the of any observed contamination. permittee include, but are not limited to; - b. Records of all stormwater monitoring data2, • the NOI authorized by KDHE, and unless otherwise indicated in this permit, supporting documentation used to . shall be kept on-site or in a readily accessible location. request authorization under this general permit; 2.4.6. SWP2 Plan Update and Modification a copy of this general permit; •The SWP2 Plan shall be re-evaluated and modified in a timely manner, but in no case more • the SWP2 Plan for the site named in than 90 days after: the authorized NOI, and any amendments to the SWP2 Plan; a. a change in design, construction, operation • or maintenance that has a significant effect all inspection records; on the potential for the discharge of pollutants to the waters of the State, or • comprehensive site compliance evaluations _ b. the KDHE, EPA, or permittee's inspections (including the regular comprehensive site • correspondence, from the Kansas • compliance evaluation required herein) Department of Wildlife and Parks indicate deficiencies in the SWP2 Plan or (KDWP) or the Kansas State any BMP;or Historical Society (KSHS) (see endnote 4, page 19); c. a visual inspection of contributing areas or a visual inspection of the stormwater • and the NOT. discharges or monitoring of the stormwater discharges indicate the plan appears to be Except for data determined to be confidential ineffective in eliminating or significantly under 33 USC Section 1318, all reports . minimizing pollutants from sources prepared in accordance with the terms of this identified in the plan. permit shall be made available upon request by KDHE for public inspection at the offices of the 2.4.7. Date SWP2 Plan Completed/Modified Department or to EPA. Stormwater data shall •,, not be considered confidential. The SWP2 Plan shall include a statement indicating the date the plan was completed and 3.2 KDHE Contact Information implemented and the date(s) of subsequent modifications to the SWP2 Plan. Persons requesting authorization under this general permit can download copies of all notifications, forms, references, or the general • Part 3. General Requirements of this Permit NPDES permit from the KDHE Stormwater Website at: http://www.kdheks.gov/stormwater - 3.1 Record Maintenance The permittee shall maintain all records required All notifications, forms, reports, or other -- correspondence which must be submitted to KDHE as required by this general permit shall 2 For sampling methods and procedures please refer to be sent to: NPDES Storm Water Sampling Guidance Document,EPA 833-B-92-001 and/or the EPA Industrial Stormwater Kansas Department of Health and Environment Monitoring and Sampling Guide,EPA 832-B-09-003, Bureau of Water, Industrial Programs Section available online at http://nepis.epa.gov/. 1000 SW Jackson,Suite 420 Topeka, KS 66612- 1367 3.3 Duty to Comply. • 12 . • reports, and other correspondence or The permittee shall comply with all conditions of information which must be submitted to as this general permit. Any noncompliance with required by this general permit shall be signed this general permit constitutes a violation of the by the permittee or their duly authorized CWA, K.S.A. 65-164 and 65-165, and/or K.A.R. representative. 28-16-28 et seq. Noncompliance may result in enforcement action; termination of this 3.6 Signature Delegation. authorization; denial of a permittee's request for continuing coverage; requirement to obtain A person is a duly authorized representative coverage under an individual permit; or revision only if the authorization is made in writing by the of the facility SWP2 Plan. owner or operator (see definition) and submitted to KDHE. The authorization may be to a specific It shall not be a defense for a permittee in an person or to a specified position within the enforcement action to contend that it would have permittee's organization. The authorization may been necessary to halt or reduce production be for all aspects of the project or only for a activities or facility operations in order to portion of the project, such as inspection reports. maintain compliance with the conditions of the general NPDES permit. If the signature delegation is no longer accurate because a different individual or organizational 3.4 Duty to Provide Information and Site position has responsibility for a particular aspect Access or for the overall operation of the industrial site, the permittee shall send a letter designating the The permittee shall furnish to KDHE or the EPA new authorization to KDHE. any information that is requested to determine compliance with this general permit. 3.7 Spill and Release Requirements When the permittee becomes aware they failed Nothing in this general permit shall be construed to submit any relevant facts or submitted to preclude the institution of any legal action or incorrect information to KDHE, they shall relieve the permittee from any responsibilities, promptly submit such facts or information to liabilities, or penalties to which the permittee is KDHE at the address given in Part 3.2. or may be subject under 33 U.S.C. Section 1321 or KSA 65-164 et seq. The permittee shall allow the Director or an authorized representative of KDHE or the EPA, In the case of discharges under conditions other upon the presentation of proper credentials and than those allowed in an NPDES permit, the other documents as may be required by law, to: report shall be made by the permittee or his duly authorized representative. The report shall be • enter upon the site where a regulated made by telephone to KDHE at 785-296-1679 industrial activity is located or during regular business hours or 785-296-0614 conducted or where records are kept during non-business hours in accordance with under the conditions of this general K.A.R. 28-48-1 et seq. permit; 3.7.1 Chemical and Sewage Spill and • obtain samples of any discharge to Release Reporting waters of the State; Any discharge or escape of sewage, • have access to and copy at substances, materials, or wastes, as set forth in reasonable times, any records which K.S.A. 65-171d, which are, or threaten to . are kept under the conditions of this contaminate or alter any of the properties of the general permit; and waters of the State or pollute soil in a detrimental, harmful, or injurious manner or • inspect any facilities or equipment create a nuisance, shall immediately be reported (including monitoring equipment and to the Kansas Department of Health and BMPs). Environment. The report shall be made by the permittee, or the owner of the spilled materials, 3.5 Signatory Requirements or their respective authorized representative. The Notice of Intent (NOI), all SWP2 Plans and In case of a spill emergency call: subsequent modifications, inspection reports, the Notice of Termination (NOT), and the Notice U.S. EPA National Response Center: of Transfer of Ownership (NOTO) and all forms, (24 hours a day) (800) 424-8802 13 need to request coverage under an alternative Kansas Division of Emergency Management: - individual permit or gerieral NPDES permit. The • (KDEM) (24 hours a day) (785) 296-3176 permittee shall submit appropriate request(s) for authorization under the alternate permit in KDHE: (24 hours a day) (785) 296-0614 accordance with the alternative permit (regular business hours) (785) 296-1679 requirements designated by KDHE. 3.7.2 Hazardous Substance and Oil Spill When an alternative individual permit or general Reporting NPDES permit is issued to the authorized permittee, the applicability of this general permit The permittee or authorized representative is to the permittee is automatically terminated upon required to notify the U.S. EPA National the effective date of the individual or different Response Center in accordance with the general permit, whichever the case may be. requirements of 40 CFR 117 and 40 CFR 302 as soon as the discharge of any hazardous 3.9 Transfer of Ownership substance or oil in excess of the reportable quantity has been discovered. A reportable Coverage under, and the requirements of this quantity of oil is the quantity which causes a general NPDES permit are transferable but "film or sheen upon or discoloration of the transfer is not automatic and must be authorized surface of the water or adjoining shorelines or by KDHE. The current permittee and the new causes a sludge or emulsion to be deposited permittee shall complete a Notice of Transfer of beneath the surface of the water or upon Ownership (NOTO) form, bearing original adjoining shorelines." Reportable quantities for signatures, to KDHE at the address given in Part hazardous substances are listed in the cited 1.5 of this general permit. CFRs. The permittee named on the first page of the The permittee is also required to notify the Local authorized NOI shall submit a Notice of Transfer Emergency Planning Agency, the Kansas of Ownership (NOTO). Division of Emergency Management (KDEM), and KDHE. Transfers should be requested at least two weeks in advance of transfer of ownership or In case of a hazardous substance release or oil operational control to ensure KDHE has spill call: authorized the transfer and/or provisions need to be addressed by the two parties covering U.S. EPA National Response Center: continued responsibility by the original permittee (24 hours a day) (800) 424-8802 until such time as KDHE formally authorizes the permit transfer. Kansas Division of Emergency Management: (KDEM) (24 hours a day) (785) 296-3176 • Part 4. STANDARD CONDITIONS KDHE: (24 hours a day) (785) 296-0614 (regular business hours) (785) 296-1679 In addition to the conditions specified in this general permit, the permittee shall comply with 3.8 Director Required Replacement of this the following Standard Conditions. Permit with a Different NPDES Permit 4.1 Proper Operation and Maintenance The Director may require the permittee to request coverage and obtain an alternative The permittee shall at all times properly operate individual permit or general NPDES permit if: and maintain all facilities and systems of • treatment and control (and related • the permittee is not in compliance with appurtenances) which are installed or used by the conditions of this general permit; the permittee to achieve compliance with the requirements of this permit and Kansas and • • the discharge no longer qualifies for this Federal law. Proper operation and maintenance general permit due to changed site also include adequate laboratory controls and conditions or regulations;or appropriate quality assurance procedures. This provision requires the operation of back-up or • information becomes available which auxiliary facilities or similar systems which are indicates water quality standards have installed by a permittee only when the operation ' been, or may be violated. is necessary to achieve compliance with the The permittee will be notified in writing of the requirements of this permit. The permittee shall • 14 take all necessary stems to minimize or prevent permit.. any adverse impact to human health or the environment resulting from noncompliance with This general permit does not authorize changes any effluent limits specified in this permit, or modifications to domestic or process including such accelerated or additional wastewater treatment systems. monitoring as necessary to determine the nature and impact of the noncomplying discharge. 4.5 Removed substances When necessary to maintain compliance with the permit requirements, the permittee shall halt Solids, sludge, sediments, or other pollutants or reduce those activities under its control which removed in the course of treatment or control of generate wastewater routed to this facility. stormwater runoff shall be properly managed and disposed of in a manner acceptable to the 4.2 Severability Division and in accordance with applicable statutes and regulations to prevent pollution of The provisions of this permit are severable. If surface water, groundwater, or soil. any provision of this permit or any circumstance is held invalid, the application of such provision 4.6 Civil, Criminal, and Administrative to other circumstances and the remainder of the Penalties permit shall not be affected thereby. Nothing in this general permit shall be construed 4.3 Permit Modifications and Terminations to relieve the permittee from civil, criminal, and/or administrative penalties as provided for in As provided by K.A.R. 28-16-62, after notice and K.S.A. 65-161 et seq. and 33 U.S.C. Section opportunity for a hearing, this permit may be 1319 (enforcement). Knowingly making any modified, suspended or revoked or terminated in false statement on any report or tampering with whole or in part during its term for cause as equipment to falsify data may result in the provided, but not limited to those set forth in imposition of criminal penalties as provided for in K.A.R. 28-16-62 and K.A.R. 28-16-28b through 33 U.S.C. Section 1319 and K.S.A. 65-170c. f. The permittee shall furnish to the Director, within a reasonable amount of time, any 4.7 Property Rights information which the Director may request to determine whether cause exists for modifying, The issuance of this general permit does not revoking and reissuing, or terminating this permit convey any property rights in either real or or to determine compliance with this permit. The personal property, or any exclusive privileges, permittee shall also furnish upon request, copies nor does it authorize any injury to private of all records required to be kept by this permit. property, nor any invasion of personal rights, nor The filing of a request by the permittee for a any infringement or violation of Federal, State or permit modification, revocation and reissuance, local laws or regulations. This general permit in termination, or a notification of planned changes no way reduces or eliminates the permittee's or anticipated noncompliance does not stay any responsibilities to landowners whose property permit condition. may be traversed by stormwater runoff from the facility. It is the permittee's responsibility to 4.4 Change in discharge obtain any necessary approvals from any affected property owner. All discharges authorized herein shall be consistent with the permit requirements. The 4.8 Duty to Mitigate discharge of any pollutant not authorized by this permit or of any pollutant identified in this permit The permittee shall take all reasonable steps to more frequently than or at a level in excess of minimize or prevent any discharge in violation of that authorized shall constitute a violation of this • this general permit that has a reasonable permit. Any anticipated facility expansions, likelihood of adversely affecting human health or production or flow increases, or production or the environment. wastewater treatment system modifications which result in a new, different, or increased discharge of pollutants shall be reported to the Division at least one hundred eighty (180) days before such change. The SWP2 Plan shall be updated to reflect • significant changes to the facility in accordance with the applicable requirements of this general 15 4.9 Bypasses stormwater pollution prevention program is available on. the KDHE Stormwater Website. Any diversion or bypass of facilities necessary to This list is provided for information only, and will maintain compliance with the general permit is not necessarily include all MS4 operators with a prohibited except where necessary to prevent local program. loss of human life, personal injury, or severe property damage, and where no feasible 2. For information on permitting and location of alternative to the bypass exists. Indian Lands, contact the Bureau of Indian Affairs at (785) 486-2161 or the EPA Region VII Any bypass which occurs shall be reported to Office of Policy and Management, Program KDHE verbally within 24 hours, and within 5 Operations and Integration at (913) 551-7338. business days in writing. EPA is the NPDES permitting authority on Indian Lands. To request authorization to discharge If a bypass occurs, the SWP2 Plan shall be stormwater runoff from industrial activities on updated to prevent future occurrences in Indian Land, the person requesting authorization accordance with the requirements and must contact EPA. conditions of this general permit. 3. The general NPDES permit, forms, 4.10 Non-compliance Notification notifications, and reference material is available at the KDHE Stormwater Website: If the permittee does not comply with or will be unable to comply with any requirement or http://www.kdheks.gov/stormwater condition specified in this general permit, the permittee shall provide the Department with the or directly to the industrial stormwater link at: following information in writing within five days of becoming aware of such noncompliance: htto://www.kdheks.gov/stormwater/#indust • a description of the discharge and the The website also provides links to EPA guidance cause of noncompliance; documents. • the period of noncompliance including Material available on the KDHE Stormwater exact dates and times, or if not Website includes the General NPDES Permit; corrected, the anticipated time non- Notice of Intent; Notice of Termination; Notice of compliance is expected to continue; Transfer of Ownership; SWP2 Plan Completion Certification Form (SWP2 Plan CCF), Definitions • the steps taken to reduce or eliminate and Acronyms; Frequently Asked Questions; the noncompliance; and and the Fact Sheet in Adobe Acrobat Reader format (pdf). • the steps taken to prevent recurrence of the noncompliant discharges. 4. This permit does not relieve the permittee from compliance with Federal or State laws pertaining to threatened or endangered species ENDNOTES or historic properties. Where applicable, KDWP and KSHS should be contacted and compliance 1. The owner or operator must determine efforts in regard to these laws should be whether discharging stormwater runoff from reflected in the SWP2 Plan. activities on the site are subject to any local applicable requirements. To determine the local requirements applicable to each facility stormwater discharge, the owner or operator must contact the local Municipal Separate Storm :. Sewer System (MS4) operator. During the life of this general NPDES permit, small, medium and large MS4 operators, which operate MS4s in urbanized areas, may develop local requirements for discharging stormwater runoff from industrial activities. MS4 operators may be any level of government or any public entity as described in the definitions and are not limited to just municipalities. A list of MS4 operators who have or may be required to have a local 16 KANSAS DEPARTMENT OF HEALTH AND ENVIRONMENT BUREAU OF WATER ti IA" Department of Health and"Environment KANSAS WATER POLLUTION CONTROL AND NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM STORMWATER RUNOFF FROM INDUSTRIAL ACTIVITY GENERAL PERMIT APPENDIX 1 DEFINITIONS & ACRONYMS • DEFINITIONS AND ACRONYMS "Impaired Water"or"Water Quality Limited Segment"means a surface water that has been identified by KDHE pursuant to Section 303(d)of the Clean Water Act as not meeting applicable Kansas Surface Water Quality Standards. Impaired waters include both waters with approved or established TMDLs,and those for which a TMDL has not yet been approved or established. (Note: To view the Section 303(d)list and TMDLs go to http://www.kdheks.gov/tmdl/index.htm) "Indian Lands"means(1)All land within the limits of any Indian reservation under the jurisdiction of the United States Government,notwithstanding the issuance of any patent,and including rights-of-way running throughout the reservation; (2)All dependent Indian communities within the borders of the United States whether within the original or subsequently acquired territory thereof,and whether within or without the limits of the State;and(3)All Indian allotments,the Indian titles to which have not been extinguished, including rights of way running through the same. "KDHE"means the Kansas Department of Health and Environment. "Landfill"means an area of land or an excavation in which wastes are placed for permanent disposal,and which is not a land application unit,surface impoundment,injection well or waste pile. "Municipal Separate Storm Sewer System"("MS4")means a conveyance or system of conveyances(including roads with drainage systems,municipal streets,catch basins,curbs,gutters,ditches,man-made channels,or storm drains)that are owned or operated by a state, city, town, borough, county, parish, district association, or other public body which is designed or used for collecting or conveying stormwater. "National Pollutant Discharge Elimination System"("NPDES") means the national system for the issuance of permits under 42 U.S.C. Section 1342 and includes any state or interstate program which has been approved by the administrator,in whole or in part, pursuant to 42 U.S.C. Section 1342. "New Source" means any building, structure, facility or installation from which there is or may be the discharge of pollutants,the construction of which is commenced after the publication of proposed regulations prescribing a standard of performance under Section 306 of the Federal Water Pollution Control Act which will be applicable to such source if such standard is thereafter promulgated in accordance with Section 306 of the Federal Water Pollution Control Act. "No Exposure Certification form""NOEC"means the form which is used to apply for exclusion from the requirement of obtaining a permit for stormwater runoff associated with industrial activity. [A copy of the NOEC form is provided as part of the general permit.]. "Notice of Intent form" "NOI" means the form which is to be used to apply for authorization to discharge under this general permit[A copy of the NOI form is provided as part of the general permit.]. "Notice of Termination form" "NOT" means the form which is to be completed by the permittee once the project is completed or the permittee decides to cease industrial activities subject to permitting. [A copy of the NOT form is provided as part of the general permit.]. "Notice of Transfer of Ownership form""NOTO"means the form which is to be completed by the permittee and the new facility owner or operator when sale of the entire permitted facility occurs. "Owner(s)or operator(s)"means the party or parties that either individually or taken together meet the following three criteria:1)they own the facility;2)they have operational control over the facility;3)they have the day-to-day operational control of those activities at the facility necessary to ensure compliance with this permit. "Outstanding National Resource Water"or"Tier 3 Water"means any of the surface waters or surface water segments of extraordinary recreational or ecological significance identified in the surface water register,as defined in K.A.R.28-16- 28b(ddd),and afforded the highest level of water quality protection under the antidegradation provisions of K.A.R.28-16- 28c(a) and the mixing zone provisions of K.A.R.28-16-28c(b). "Permit" means an authorization, license, or equivalent control document issued by the Director to implement the provisions of K.A.R. 28-16-150 through 28-16-154,inclusive and any amendments to those regulations. Permit includes a'general permit'(K.A.R.28-16-150). Permit does not include any document which has not yet been subject to final agency action,such as a"draft permit"or"proposed permit." "Permittee" means the individual, company, corporation, institution, municipality, township, county, federal agency, owner,operator,or legally constituted sewer district which is authorized by a Kansas Water Pollution Control permit to discharge to the waters of the State and which has operational control of the permitted discharge by specifying activities at the facility. • _3 DEFINITIONS AND ACRONYMS "Point Source"means any discernible,confined,and discrete conveyance,including,any pipe,ditch,channel,tunnel, conduit,well,discrete fissure,container,rolling stock,concentrated animal feeding operation,or floating craft from which pollutants are or may be discharged. This term may include structures or site conditions that act to collect and convey stormwater runoff from roadways, urban areas, or industrial sites. This term shall not include agriculture stormwater discharges or return flows from irrigated agricultural land. "Severe Property Damage"means substantial physical damage to property or substantial and permanent loss of natural resources. "Significant contributor of pollutants"means the discharge of one or more pollutants that does or has the potential to degrade water quality, violate a water quality standard, or impair a designated use of a classified water. KDHE, in making a determination as to whether a discharge is a significant contributor of pollutant will consider the size and location of the discharge,the quantity and nature of the discharge,and other relevant factors. Examples of a significant contributor of pollutants would include,but not be limited to,uncovered salt or salt/sand storage piles;spilled or leaking toxic or hazardous waste;spilled or leaking fuel, oils,grease, solvents;etc. "Significant materials"includes, but is not limited to: raw materials,fuels, materials such as solvents,detergents,and plastic pellets; finished materials such as metallic products; raw materials used in food processing or production; hazardous substances designated under section 101(14) of CERCLA; any chemical the facility is required to report pursuant to EPCRA Section 313;fertilizers;pesticides;and waste products such as ashes,slag and sludge that have the potential to be released with storm water discharges. "Significant spills" includes, but is not limited to: releases of oils or hazardous substances in excess of reportable quantities under section 311 of the Clean Water Act(see 40 CFR 110.10 and CFR 117.21)or Section 102 of CERCLA (see 40 CFR 302.4); "Standard Industrial Classification"(SIC)means the economic activity classification system established by the Executive Office of the President,Office of Management and Budget which classifies each business by its primary business activity. Each type of business activity is assigned a unique number. Every business which has as its primary activity an activity assigned an SIC number, is classified by its corresponding SIC number. The most current Standard Industrial Classification System was published in 1987. The SIC Codes can be determined by searching the following website: http://www.osha.gov/pls/imis/sicsearch.html. "Stormwater" means stormwater runoff induced by atmospheric precipitation, including snowmelt runoff, and surface runoff and drainage. "Stormwater Runoff from Industrial Activities"means the discharge from any conveyance which is used for collecting and conveying stormwater and which is directly related to manufacturing, processing or raw materials storage areas at an industrial plant. The term does not include discharges from facilities or activities excluded from the Kansas Water Pollution Control program. For the categories of industries identified in this definition,the term includes,but is not limited to,stormwater discharges from industrial plant yards; immediate access roads and rail lines used or traveled by carriers of raw materials, manufactured products, waste material, or by-products used or created by the facility; material handling sites;refuse sites;sites used for the application or disposal.of process wastewaters(as defined at 40 CFR 401);sites used for the storage and maintenance of material handling equipment;sites used for residual treatment,storage,or disposal;shipping and receiving areas;manufacturing buildings;storage areas(including tank farms)for raw materials;and intermediate and finished products;and areas where industrial activity has taken place in the past and significant materials remain and are exposed to stormwater. For the purposes of this paragraph,material handling activities include storage,loading and unloading,transportation or conveyance of any raw material, intermediate product,final product,by-product or waste product. The term excludes areas located on the plant lands separate from the plant's industrial activities,such as office buildings and accompanying parking lots as long as the drainage from the excluded area is not mixed with stormwater drained from the above described areas. Industrial facilities(including industrial facilities which are Federally,State or municipally owned or operated and meet the description of the facilities listed in this paragraph(i)-(xi)of this definition)include those facilities designated under 40 CFR 122.26(a)(1)(v). DEFINITIONS AND ACRONYMS • The following categories of facilities are considered to be engaging in industrial activity for the purpose of this general permit/definition: Category(i)-Facilities subject to storm water effluent limitations guideline,new source performance standards, or toxic pollutant effluent standards under 40 CFR subchapter N; Limits and/or standards for this category are subject to change and new limits and standards may be adopted. To verify applicability,see 40 CFR subchapter N. Stormwater Effluent Guidelines • For a discharge to be covered under stormwater effluent guidelines, the facility must have a stormwater discharge subject to stormwater effluent guidelines. At the time of permit issuance, facilities that have stormwater effluent limitations guidelines for at least one of their subcategories include the following: 40 CFR Subchapter N Part 411 Cement manufacturing Part 412 Concentrated Animal Feeding Operations(CAFOs) Part 418 Fertilizer manufacturing Part 419 Petroleum refining Part 420 Iron&steel manufacturing Part 422 Phosphate manufacturing Part 423 Steam electric power generating Part 434 Coal mining Part 436 Mineral mining &processing Part 440 Ore mining&dressing Part 442 Transportation equipment cleaning Part 443 Paving and roofing materials Part 445 Landfills A facility that falls into one of these Parts should examine the effluent guideline to determine if it is categorized in one of the subcategories that have stormwater effluent guidelines. If a facility is classified in one of those subcategories,that facility is subject to the standards listed in the CFR for that category,and as such is required to submit an NOI for any stormwater discharge subject to the stormwater effluent guideline. Toxic Pollutant Effluent Standards Facilities subject to toxic pollutant effluent standards refers to the standards established pursuant to CWA section 307(a)(2) and codified at 40 CFR Part 129. Part 129 applies only to manufacturers of six pesticide 'products which are defined as toxic pollutants. Manufacturers of the following pesticides are subject to regulation under these provisions: (a)Aldrin/Dieldrin,(b)DDT,(c)Endrin,(d)Toxaphen(e)Benzidine,and(f) Polychlorinated Biphenyls(PCBs). (a) Aldrin/Dieldrin---A/drin means the compound aldrin as identified by the chemical name, 1,2,3,4,10,10- hexachloro-1,4,4a,5,8,8a-hexahydro-1,4-endo-5,8-exo-dimethanonaphthalene; ""Dieldrin"" means the compound the dieldrin as identified by the chemical name 1,2,3,4,10,10-hexachloro-6,7-epoxy- 1,4,4a,5,6,7,8,8a-octahydro-1,4-endo-5,8-exo-dimethanonaphthalene. (b)DDT---DDTmeans the compounds DDT,DDD,and DDE as identified by the chemical names:(DDT)-1,1,1- trichloro-2,2-bis(p-chlorophenyl) ethane and some o,p '-isomers; (DDD) or (TDE)-1,1-dichloro-2,2-bis(p- chlorophenyl)ethane and some o,p'-isomers; (DDE)-1,1-dichloro-2,2-bis(p-chlorophenyl) ethylene. (c)Endrin---Endrin means the compound endrin as identified by the chemical name 1,2,3,4,10,10-hexachloro- 6,7-epoxy-1,4,4a,5,6,7,8,8a-octahydro-1,4-endo-5,8-endodimethanonaphthalene. (d)Toxaphene---Toxaphene means a material consisting of technical grade chlorinated camphene having the approximate formula of C,o H,o CI8 and normally containing 67--69 percent chlorine by weight. (e)Benzidine---Benzidine means the compound benzidine and its salts as identified by the chemical name 4,4'- diaminobiphenyl. (f) Polychlorinated Biphenyls (PCBs) polychlorinated biphenyls (PCBs) means a mixture of compounds composed of the biphenyl molecule which has been chlorinated to varying degrees. Please note that the phrase "facilities subject to toxic pollutant effluent standards" does not refer to those industries subject to effluent limitation guidelines for toxics under 40 CFR sub-chapter N. DEFINITIONS AND ACRONYMS New Source Performance Standards(NSPS) For a stormwater discharge associated with industrial activity to be covered under NSPS,the facility must have an activity subject to the NSPS. The new source varies based on the publication date of a particular effluent guideline. Most effluent guidelines listed in 40 CFR Subchapter N contain NSPS. The following categories of 40 CFR Subchapter N do not have new source performance standards. All other categories have at least one subcategory with new source performance standards. Part 454 Gum and wood chemicals manufacturing Part 459 Photographic Part 460 Hospital Category(ii)-Facilities classified as Standard Industrial Classifications 24 (except 2434),26(except 265 and 267), 28(except 283), 29, 311,32(except 323), 33,3441,373; Category(iii)-Facilities classified as SIC codes 10-14 including active or inactive mining operations(except for areas of coal mining operations no longer meeting the definition of a reclamation area under 40 CFR 434.11(1) because the performance bond issued to the facility by the appropriate SMCRA authority has been released,or areas of non-coal mining operations which have been released from applicable State or Federal reclamation requirements after December 17, 1990), and oil and gas exploration, production, processing, or treatment operations,or transmission facilities that discharge storm water contaminated by contact with or that has come into contact with,any overburden,raw material,intermediate products,finished products,byproducts or waste products located on the site of such operations(inactive mining operations are mining sites that are not being actively mined,but which have an identifiable owner/operator;inactive mining sites do not include sites where mining claims are being maintained prior to disturbances associated with the extraction, beneficiation, or processing of mined materials, nor sites where minimal activities are undertaken for the sole purpose of maintaining a mining claim). A facility with an existing or new discharge composed entirely of stormwater from oil or gas exploration, production,processing,or treatment operations or transmission facility is not required to submit a request for authorization under this general permit unless the facility: (A) Has a discharge of stormwater composed entirely of flows which are from conveyances or systems of conveyances (including but not limited to pipes, conduits, ditches, and channels) used for collecting and conveying collection runoff and which are contaminated by contact with, or come into contact with, any overburden,raw material,intermediate products,finished products,byproducts,or waste products on the site of such operations;or (B)Has had a discharge of stormwater resulting in the discharge of a reportable quantity for which notification is or was required pursuant to 40 CFR 110.6,40 CFR 117.21 or 40 CFR 302.6 at anytime since November 16, 1987;or (C)Causes or contributes to a violation of a water quality standard. Category(iv)-Hazardous Waste Hazardous waste treatment,storage,or disposal facilities including those that are operating under interim status or a permit under Subtitle C of RCRA. Category(v) - Landfills, land application sites, and open dumps that receive or have received any industrial waste(waste that is received from any of the facilities described under categories(i)-(xi))including those that are subject to regulations under Subtitle D of RCRA. Category (vi) - Recycling of materials, including metal scrap yards, battery reclaimers, salvage yards, and automobile junkyards,including but limited to those classified as SIC 5015(used motor vehicle parts)and SIC 5093(scrap and waste materials). Category(vii)-Steam electric power generating facilities, including coal handling sites. Category(viii)-Transportation facilities classified by the SIC codes 40,41,42(except 4221-4225),43,44,45, and 5171 listed below which have vehicle maintenance shops,equipment cleaning operations,or airport deicing operations.Only those portions of the facility that are either involved in vehicle maintenance(including vehicle rehabilitation, mechanical repairs, painting, fueling, and lubrication), equipment cleaning operations, airport deicing operations, or which are otherwise identified under categories(i)-(vii)or(ix)-(xi) of this definition are associated with industrial activity, and need permit coverage. Based on a potential for being a significant contributor of pollutants,KDHE has determined Aerial Spray Operations at Airports are subject to coverage for stormwater runoff associated with industrial activity. 5 0 DEFINITIONS AND ACRONYMS Category(ix)-Treatment works treating domestic sewage or any other sewage sludge or wastewater treatment device or system,used in the storage,treatment,recycling,and reclamation of municipal or domestic sewage, including land dedicated to the disposal of sewage sludge that are located within the confines of the facility,with a design flow of 1.0 mgd or more,or required to have an approved pretreatment program under 40 CFR 403. Not included are farm lands, domestic gardens or lands used for sludge management where sludge is beneficially reused and which are not physically located in the confines of the facility, or areas that are in compliance with section 405 of the Clean Water Act. Category(x)-Construction activity is not covered under this permit. The construction"operator"of both large and small construction activities must apply for coverage under an individual permit or the General Stormwater Permit for Construction Activity.requirements. Category(xi)-Facilities under Standard Industrial Classifications 20, 21,22,23,2434,25,265,267,27,283, • 285,30,31 (except 311),323,34(except 3441), 35,36,37(except 373),38,39, and 4221-25. "Surface water"means all of the following: r.� (1) streams, including rivers, creeks, brooks, sloughs, draws, arroyos, canals, springs, seeps and cavern streams, and any alluvial aquifers associated with these surface waters; (2) lakes, including oxbow lakes and other natural lakes and man-made reservoirs, lakes and ponds;and (3) wetlands, including water bodies meeting the technical definition for jurisdictional wetlands given in the "Corps of Engineers wetlands delineation manual,"as published in January 1987. "Surface Waters of the State"means all surface waters occurring within the borders of the state of Kansas or forming a part of the border between Kansas and one of the adjoining states. "Tier 1 Water" means, in regard to antidegradation, a level of protection that provides a"floor"which protects water quality and existing designated uses. Water quality must be preserved to protect and maintain those existing uses. Activities that would lower water quality below levels necessary to maintain existing designated uses are prohibited. "Tier 2 Water" means, in regard to antidegradation, high quality waters where water quality exceeds the criteria associated with the assigned designated uses. Limited water quality degradation is allowed in high quality water where the degradation is necessary to accommodate important social or economic development,but only if designate uses are still maintained and the highest statutory and regulatory requirements for all point sources of pollution and all cost effective and reasonable best management practices for nonpoint sources of pollution are achieved. "Tier 2Y2 Water" means in regard to antidegradation, means a water classified as an Exceptional State Water (see definition of"Exceptional State Waters"in Appendix 1). "Tier 3 Water"means,in regard to antidegradation,any waters designated as an Outstanding National Resource Water (ONRW) (see definition of Outstanding National Resource Water in Appendix 1). "Total Maximum Daily Load(TMDL)"is a calculation of the maximum amount of a pollutant that a waterbody can receive and still meet water quality standards, and an allocation of that amount to the pollutant's sources. A TMDL includes wasteload allocations (WLAs)for point source discharges; load allocations(LAs)for nonpoint sources and/or natural background, and must include a margin of safety and account for seasonal variations. (Note: To view TMDLs go to htto://www.kdheks.gov/tmdl/index.htm.) "Toxic Pollutant Effluent Standards"means the standards established pursuant to CWA section 307(a)(2)and codified at 40 CFR Part 129. Part 129 applies only to manufacturers of six specific pesticide products which are defined as toxic pollutants. Please note that the phrase "facilities subject to toxic pollutant effluent standards"does not refer to those industries subject to effluent limitation guidelines for toxics under 40 CFR sub-chapter N. "Waste pile"means any non-containerized accumulation of solid,non-flowing waste that is used for treatment or storage. c:.3 DEFINITIONS AND ACRONYMS List of Acronyms BMPs-Best Management Practices CERCLA-Comprehensive Environmental Response,Compensation and Liability Act CFR-Code of Federal Regulations CWA-Clean Water Act CWQMA-Critical Water Quality Management Area EPA-.Environmental Protection Agency ESW-Exceptional State Water K.A.R.- Kansas Administrative Regulations KDHE-Kansas Department of Health and Environment KDOT-Kansas Department of Transportation KDWP- Kansas Department of Wildlife and Parks K.S.A.- Kansas Statutes Annotated MS4-Municipal Separate Storm Sewer System NOEC-No Exposure Certification NOI-Notice of Intent NOT-Notice of Termination NOTO-Notice of Transfer of Ownership NPDES-National Pollutant Discharge Elimination System NTIS-National Technical Information Service ONRW-Outstanding National Resource Water RCRA- Resource Conservation and Recovery Act • SALU-Special Aquatic Life Use SHPO-State Historic Preservation Officer SMCRA-Surface Mining Control and Reclamation Act SPCC-Spill Prevention Control and Countermeasures SWP2 Plan-Stormwater Pollution Prevention Plan • U.S.C.-United States Code • This page is left intentionally blank KANSAS DEPARTMENT OF HEALTH AND ENVIRONMENT BUREAU OF WATER °'fig '0; CA ails as Department of.Health and Environment KANSAS WATER POLLUTION CONTROL AND NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM STORMWATER RUNOFF FROM INDUSTRIAL ACTIVITY GENERAL PERMIT APPENDIX 2 - FORMS This page is left intentionally blank K ansasSee Attached Sheet for Instructions ;lplu+I: ote,:tr;ili NOTICE OF INTENT(NOI) For Stormwater Runoff from Industrial Activity Authorized by a Kansas Water Pollution Control General Permit Under the National Pollutant Discharge Elimination System Submission of this Notice of Intent constitutes notice that the party identified in Section I of this form desires to be authorized by an NPDES permit issued for stormwater runoff from industrial activity in the State of Kansas. Becoming a permittee obligates the discharger to comply with the terms and conditions of the Kansas NPDES Stormwater Runoff from Industrial Activity General Permit. Completion of this NOI does not provide automatic coverage under the general permit. Coverage is provided and discharge permitted when the Kansas Department of Health and Environment (KDHE)authorizes the NOI. A signed and dated copy of the authorized NOI will be provided to the owner or operator. Upon authorization of the NOI, a Kansas permit number and a Federal permit number will be assigned to the industrial facility. ONLY COMPLETE NOI FORMS ACCOMPANIED BY THE$60 ANNUAL PERMIT FEE WILL BE PROCESSED. KDHE WILL NOTIFY PERSONS WHOSE NOI FORMS ARE INCOMPLETE,DEFICIENT,OR DENIED. Please Print or Type. L FACILITY OWNER OR OPERATOR INFORMATION Owner or Operator's Name: Contact Name: Company Name: Company Name: Owner or Operator's Phone: Contact Phone: Mailing Address: E-mail Address: City: State: Zip Code: PERMIT FEE BILLING INFORMATION Billing contact name: Phone: Billing Address(if different): Email Address: City: State: Zip Code: IL FACILITY INFORMATION A. LOCATION Industrial Facility Name: Facility Contact Name: Street Address: Company Name: City: State: Zip Code: Contact Phone: County: E-mail Address: Physical Location: South, o E;oW; or QTR Section Township Range Deg. Min. Sec. Deg. Min. Sec. Latitude Longitude For Official Use Only: Received Paid: Authorized ❑Y;o N • Date: Initials: Check No.: Reviewer Secretary,Kansas Department of Health and Environment Date KS Permit No. • Federal Permit No. Effective 2011-1 1-01 NOI for Stormwater Runoff from Industrial Activity,Page 1 Name of Industrial Facility: Notice of Intent(NOI) B. EXISTING CONDITIONS/USES Is any part of the Facility located on Indian lands? o Y;o N If yes,contact EPA regarding discharging stormwater runoff from industrial activities on Indian lands. If stormwater runoff drains to or through a Municipal Separate Storm Sewer System;MS4 Name: Name of the first receiving water;stream;or lake: River Basin: Are any Critical Water Quality Management Areas,Special Aquatic Life Use Waters, or Outstanding National Resource Waters located within 1/2 mile of the facility boundary? o Y;o N SIC/Activity Codes: Primary: Secondary(if applicable): If this facility has another existing NPDES or Kansas Water Pollution Control permit(s). Enter the permit number(s): C. FACILITY DESCRIPTION Facility Description: Is this a new facility? ❑Y;o N Approximate facility size acres. Provide an area location map that shows the boundaries of the industrial site and arrows showing direction(s)of stromwater flow from the industrial site to the first receiving water. III. ANNUAL FEE Enclose a check for the first year of the annual permit fee specified in K.A.R.28-16-56 et seq.as amended. Make the check payable to"KDHE". Per K.A.R.28-16-56,as amended,the current annual permit fee for this general permit is$60.An invoice for the annual permit fee will be sent to the identified billing contact person requesting a permit until such time as the permittee submits a Notice of Termination(NOT). IV. NOI CERTIFICATIONS I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system,or those persons directly responsible for gathering the information,the information submitted is,to the best of my knowledge and belief,true,accurate,and complete. I am aware that there are significant penalties for submitting false information,including the possibility of fine and imprisonment for knowing violations. I understand that continued coverage under the NPDES general permit for Stormwater Runoff from Industrial Activity is contingent upon maintaining eligibility as provided for in the requirements and conditions of the general permit,and paying the annual fee. Signature(owner,operator,or duly authorized representative) Date Name and Official Title(Please Print) To receive a hard copy of the general permit packet,check yes: oY;o N (Note: A copy of the permit can be obtained at www.kdheks.gov/stormwater) Send completed form with original signature to: KDHE Contact Information: Kansas Department of Health and Environment Phone: (785)296-5545 Bureau of Water,Industrial Programs Section E-mail: stormwater @kdheks.gov • 1000 SW Jackson,Suite 420 Topeka,KS 66612-1367 Effective 201 1-1 1-01 NOI for Stormwater Runoff from Industrial Activity,Page 2 • Notice of Intent(NOI)Instructions For Stormwater Runoff from Industrial Activities Who Must File An NOI Storm Water Coordinator Federal law through Clean Water Act and 40 CFR Part 122 U.S.EPA,Region VII prohibits point source discharges of stormwater runoff 901 North 5th Street associated with industrial activity to Waters of the U.S. Kansas City,KS 66101 without a National Pollutant Discharge Elimination System (NPDES)permit. The operator of a facility with industrial If the stormwater runoff from industrial activities flows into activity that has such a stormwater runoff discharge subject a municipal separate storm sewer system (MS4), enter the to these regulations as outlined under Part 1.1 of this permit name of the MS4(e.g.,municipality name,•county name,or must submit an NOI to obtain coverage under the NPDES the name of the responsible public body). general permit for stormwater runoff associated with industrial activities. If the facility discharges stormwater directly to a receiving water,enter the name of the first receiving water. This may A hard copy of the NOI and other materials may be be obtained from the Kansas Surface Water Register, a obtained by sending a written request to KDHE. The NOI United Sates Geological Survey (U.S.G.S.) topographic and other materials are also available on-line at: may or KDOT general highway may for the county where www.kdheks.gov/stormwater. the facility or discharge point is located. Indicate the river basin in which the facility is located. A map of Kansas Where To File An NOI Form River basins is attached for reference. Kansas Department of Health and Environment Beginning with the primary SIC code, list the 4-digit Bureau of Water,Industrial Programs Section standard industrial classification (SIC) coed(s) that best 1000 SW Jackson,Suite 420 describe the principal products or services provided at the Topeka,KS 66612-1367 facility or site identified in Section II of this NOI form. For additional information, contact KDHE at (785) 296- If there are other NPDES or KWPC permits presently 5545 or by e-mail at:stormwater @kdheks.gov. issued for the facility or site listed in Section II, list the permit numbers. Section I Facility Owner or Operator Information C. FACILITY DESCRIPTION Give the legal name of the person, firm, public organization,or any other entity that operates the facility or Briefly describe the nature of the industrial activity. site described in this NOT form. The name of the operator may or may not be the same as the name of the facility. Section III Annual Fee The responsible party is the legal entity that controls the facility's operation, rather than the plant or site manager. Enclose a check for the first year of the annual permit fee Do not use a colloquial name. Enter the owner or specified in K.A.R.28-16-56 et seq.as amended. Make the operator's complete address and telephone number. check payable to "KDHE — Water Pollution Control Provide billing contact information if different than Permit". Per K.A.R. 28-16-56, as amended, the current owner/operator. annual permit fee for this general permit is $60. The payment must be submitted with the NOI. Annually Section II Facility Information following authorization of the NOI you will receive an invoice for the annual permit fee. A. LOCATION • Section IV NOI Certifications Enter the facility's official or legal name and complete street address, including the city, county, state and ZIP Persons submitting a request for authorization under this code. If the facility lacks a street address, indicate the general permit should read and ensure they understand the county,quarter, section, township, and range of the center statement in this section of the NOI before signing the NOI of the site or the Latitude and Longitude. form. The NOI form must be signed by the facility owner or operator or duly authorized representative. Enter the name and phone number of a person who can be contacted regarding this industrial facility. The owner or operator contact and the on-site contact need not be the same. B. EXISTING CONDITIONS/USES Indicate whether the facility is located on Indian lands. EPA is the permitting authority on Indian lands. To request authorization to discharge stormwater runoff from industrial activities conducted on Indian lands, the person requesting authorization must contact EPA at: Effective 2011-11-01 Instructions,NOI Industrial Stormwater;Page 1 • RIVER BASIN MAP _ 'g %- Miss Ilkot Uppe Republic: uppiii Illiwir-o b . MIN.K Re.ublica '' Ill k ga.i..„.i.....•Bmiwsiiibmsg .". ell.411111111 Smo , Hill - -aline ,Iir! _ xi "'" Ra ,,�..T� arais Iles gnes yy � ` - Upper Ark msas i i �� sisho r ,,,, iiiptii LoamrArkansas Walnut , I d Verdig „.,.., hi T. Cima ron K >. nsas t,cic+mom,,rHe.r,, See Attached Sheet for Instructions :nd.rae,bnu7aiF No Exposure Certification Form (NOEC) For Exclusion from Permitting Requirements of the Kansas Water Pollution Control General Permit • For Stormwater Runoff from Industrial Activity Under the National Pollutant Discharge Elimination System Submission of this No Exposure Certification(NOEC)form constitutes a request on behalf of the party identified in Section I for exclusion from the applicable requirements under the Kansas Water Pollution Control general permit,or KDHE authorized successors,issued for stormwater runoff from industrial activity in the State of Kansas. If a facility is covered under the definition of stormwater discharge associated with industrial activity,but has taken steps to ensure that a condition of"no exposure"exists at the industrial facility,NPDES permit coverage is not required. No exposure means all industrial materials and activities are protected by a storm resistant shelter to prevent exposure to rain,snow,snowmelt,and/or runoff(see instructions for a discussion of materials and activities not required to be protected for this exclusion). Completion of this NOEC does not automatically exclude the facility from applicable requirement of the general NPDES permit. The facility is excluded from coverage when the Kansas Department of Health and Environment(KDHE)authorizes the No Exposure Certification Form(NOEC). A signed and dated copy of the authorized NOEC will be provided to the owner or operator. The exclusion becomes valid when KDHE issues a written authorization of the No Exposure Certification. ONLY COMPLETE NOEC FORMS WILL BE PROCESSED. KDHE WILL NOTIFY PERSONS WHOSE FORMS ARE INCOMPLETE,DEFICIENT,OR DENIED. Please Print or Type. I. FACILITY OWNER OR OPERATOR INFORMATION Owner or Operator's Name: Contact Name: Company Name: Company Name: Owner or Operator's Phone: Contact Phone: Mailing Address: E-mail Address: City: State: Zip Code: H. FACILITY INFORMATION • A. LOCATION Industrial Facility Name: Facility Contact Name: Street Address: Company Name: City: State: Zip Code: Contact Phone: County: E-mail Address: Physical Location: South, a E;aW; or QTR Section Township Range Deg. Min. Sec. Deg. Min. Sec. Latitude Longitude For Official Use Only: Received Exclusion Authorized: o Y;o N Reviewer" Date Secretary,Kansas Department of Health and Environment This certification is valid until A minimum of 180 days prior to expiration,a re-certification NOEC shall be submitted to the Department. Send completed form with original signature to: KDHE Contact Information: Kansas Department of Health and Environment Phone: (785)296-5545 Bureau of Water,Industrial Programs Section E-mail: stormwater @kdheks.gov • 1000 SW Jackson,Suite 420 Topeka,KS 66612- 1367 Effective 2011-11-01 No Exposure Certification form,Page 1 B. Existing Conditions/Uses Is any part of the project located on Indian lands? o Y; o N If yes,contact EPA regarding discharging stormwater runoff from construction activities on Indian lands. If stormwater runoff drains into a Municipal Separate Storm Sewer System;MS4 Name: Name of the first receiving water;stream;or lake: River Basin: • Was the facility or site previously covered under an NPDES stormwater permit? oY; o N If yes,enter NPDES permit number: SIC/Activity Codes: Primary: Secondary(if applicable): Total size of site associated with industrial activity: acres III. EXPOSURE CHECKLIST Are any of the following materials or activities exposed to stormwater,now or in the foreseeable future? Please check"Yes"or"No"in the appropriate box. If you answer"Yes"to any of these questions (1)through(11),you are not eligible for the no exposure exclusion 1. Using,storing,or cleaning industrial machinery or equipment,and areas where residuals from using,storing or cleaning industrial machinery or equipment remain and are exposed to stormwater o Y; o N 2. Materials or residuals on the ground or in stormwater inlets from spills/leaks o Y; o N 3. Materials or products from past industrial activity o Y; o N 4. Material handling equipment(except adequately maintained vehicles) o Y; o N 5. Materials or products during loading/unloading or transporting activities o Y;o N • 6. Materials or products stored outdoors(except final products intended for outside use[e.g.new cars] where exposure to stormwater does not result in the discharge of pollutants) o Y; o N 7. Materials contained in open,deteriorated or leaking storage drums,barrels,tanks and similar containers o Y;o N 8. Materials or products handled/stored on roads or railways owned or maintained by the discharger o Y; o N 9. Waste material(except waste in covered, non-leaking containers[e.g.dumpsters]) o Y; a N • 10. Application or disposal of process wastewater(unless otherwise permitted) o Y; o N 11. Particulate matter or visible deposits of residuals from roof stacks and/or vents not otherwise regulated(i.e.,under an air quality control permit)and evident in the stormwater outflow o Y; o N Effective 2011-11-01 No Exposure Certification form,Page 2 IV. NOEC CERTIFICATIONS I, the undersigned, certify that I have read and understand the requirements and conditions of the NPDES general permit for Stomiwater Discharges from Industrial Activity applicable to"No Exposure"exclusions; To the best of my knowledge, the industrial activity qualifies for a no exposure certification exclusion in accordance with the applicable requirements and conditions of the NPDES general permit for Stormwater Discharges from Industrial Activity. I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information,the information submitted is,to the best of my knowledge and belief,true,accurate,and complete.I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. I will re-certify the"No Exposure"status of the facility at least once every five(5)years. Should changes in operation result in the potential for stormwater runoff associated with industrial activity, I will immediately notify KDHE and submit an NOI or other request for authorization for coverage,as required,for coverage under an NPDES permit for stormwater runoff from industrial activity. Signature Date Name and Official Title(Please Print) Name of Facility: • Effective 2011-11-0 I No Exposure Certification form,Page 3 This page is left intentionally blank Effective 2011-11-01 No Exposure Certification form,Page 3 • - ; No Exposure Certification form (NOEC) Instructions Who Must File a NOEC? For additional information, contact KDHE at (785) 296- 5545,or e-mail at:stormwater @kdheks.gov Federal law through the Clean Water Act and 40 CFR Part 122 prohibits point source discharges of stormwater Where To Send the NOEC associated with industrial activity to Waters of the U.S. without a National Pollutant Discharge Elimination System Send the NOEC to the address given above. (NPDES) permit. However, NPDES coverage is not required for "Storm Water Discharges Associated with Persons requesting a no exposure certification exclusion are Industrial Activity",defined in federal regulations 40 CFR not authorized to discharge under the general NPDES 122.26(b)(14)(i)-(ix) & (xi), if the discharger can certify permit for Stormwater Runoff from Industrial Activity. that a condition of "no exposure" exists at the industrial The facility is not excluded from requirements and facility or site. conditions of the general permit until KDHE has authorized the NOEC. The facility is excluded from coverage when Please note that the stormwater discharges from the Kansas Department of Health and Environment construction activities are not eligible for the no exposure (KDHE)authorizes the No Exposure Certification form exclusion, and are required to obtain coverage under a (NOEC). When KDHE authorizes the NOEC,a signed separate general NPDES permit which is specifically for and dated copy of the authorized NOEC will be sent to construction activity. the facility. If a facility is covered under this definition of stormwater Fee: No fee is required for a no exposure certification discharge associated with industrial activity, the facility exclusion. must either obtain coverage under the general NPDES permit to discharge stormwater, or must request a "no Section I Facility Owner/Operator Information exposure" exclusion from the applicable requirements of the general NPDES permit. Identify the party or parties that either individually or taken together have operational control over the facility; and The No Exposure Certification form (NOEC) is a request which have the day-to-day operational control of those by a facility with stormwater runoff associated with industrial activities at the facility necessary to ensure industrial activity• for exclusion from the applicable compliance. The responsible party is the legal entity that requirements of the Kansas Water Pollution Control controls the site's operation. Enter the owner or operator's general NPDES permit for Stormwater Runoff from complete mailing address and phone number. Industrial Activity. Give the legal name of the company, firm, public The NOEC form is used to certify that a condition of no organization, or any other entity that owns the site exposure exists at the industrial facility or site described described in the NOEC,or if the activity will be on a right herein. This certification must be resubmitted at least once of way,leased property,or easement, give the name of the every five years. At the time this general permit is responsible party. reissued, owners/operators that have received NOEC authorizations will be contacted to complete and submit a Section II Facility/Site Information request for NOEC authorization. A. Location Obtaining and Maintaining the NOEC Enter the project's official or legal name and physical The industrial facility operator must maintain a condition of location including the complete street address,city,county, no exposure at its facility or site in order for the no state, and ZIP code. Also include the legal address exposure certification to remain applicable. If conditions including the section, township, and range and the nearest change resulting in the exposure of materials and activities quarter section center to the center of the site. to stormwater, the facility operator must immediately submit either an NOI for coverage under the general Enter the name and phone-number of a person who can be NPDES permit;or a request for authorization for coverage contacted regarding this industrial facility. The owner or under an individual Kansas Water Pollution Control permit. operator and contact person need not be the same. • The NOEC, the general NPDES permit, forms, and other B. Existing Conditions/Uses reference material,is available from the KDHE Stormwater Website:www.kdheks.gov/stormwater Indicate whether the site is located on Indian lands. If the facility is located on Indian land, the owner or operator A hard copy of the NOEC,the general NPDES permit, the does not need to submit this form to KDHE. For general permit information packet, or other reference information regarding discharging stormwater runoff on material may also be obtained by sending a written request Indian lands contact: to KDHE at: Storm Water Coordinator Kansas Department of Health and Environment U.S.EPA,Region VII Bureau of Water,Industrial Programs Section 901 North 5th Street 1000 SW Jackson,Suite 420 Kansas City,Kansas 66101 Topeka,KS 66612-1367 • Effective 2011-I 1-01 Instructions,NOEC Stormwater Industrial Activity;Page 1 NOEC Instructions CONTINUED: Materials and Activities EPA is the permitting authority on Indian lands. To request Not required to be Enclosed for this Exclusion a No Exposure Certification exclusion for discharging stormwater runoff from industrial activity conducted on A storm resistant shelter is not required for the Indian lands,the person seeking a"no exposure"exclusion following industrial materials and activities: must contact EPA. • Drums, barrels, tanks, and similar If stormwater runoff from industrial activity flows into or containers that are tightly sealed, provided those through a municipal separate storm sewer system (MS4), containers are not deteriorated and do not leak. enter the name of the MS4 operator (e.g., municipality "Sealed means banded or otherwise secured and name, county name, or the name of the responsible public body). without operational taps or valves; If stormwater runoff from industrial activity flows directly • Adequately maintained vehicles used in to a receiving a water(e.g.,a lake,river,or tributary,etc.), materials handling,and enter the name of the first receiving water. To identify a receiving water, refer to the Kansas Surface Water • Final products, other than products that • Register, a United States Geological Survey (U.S.G.S) would be mobilized in stormwater discharges topographic map or KDOT general highway map for the county. (e.g.rock salt). The Kansas Surface Water Register, can be downloaded • There are circumstances where from the KDHE Stormwater website: permanent "no exposure" of industrial activities www.kdheks.gov/stormwater . A hard copy of the list of is not possible, and therefore, under such waters or the complete Surface Water Register may also be conditions, materials and activities can be obtained by sending a written request to KDHE at the sheltered with temporary covers (e.g. tarps) address above. Indicate whether the facility was previously between periods of permanent enclosure. If covered under an NPDES stormwater permit. Enter the 4- unsure about a specific situation, contact KDHE digit SIC Code which identifies the facility's' primary activity, and additional secondary SIC Codes identifying for a determination. the facility's secondary activities,if applicable. SIC Codes can be obtained from the Standard Industrial Classification Manual, 1987. Enter the total size of the site associated with industrial activity in acres. Section III. EXPOSURE CHECKLIST Check "Yes" or "No" as appropriate to describe the exposure conditions at the facility. If you answer"Yes"to ANY of the questions (1) through (11) in this section, a potential for exposure exists at your site and you cannot certify to a condition of no exposure. You must obtain(or - already have) coverage under an NPDES stormwater permit. After obtaining permit coverage, you can install modification to eliminate the potential for a discharge of stormwater exposed to industrial activity, and then certify to a condition of no exposure. Section IV. NOEC CERTIFICATIONS Persons seeking a"no exposure" exclusion must read and understand the statements in this section of the No • Exposure Certification form before signing the NOEC form. Federal and State statutes provide for severe penalties for submitting false information. The NOEC form must be signed by the facility • owner/operator,or an authorized representative. ' Effective 2011-11-01 Instructions,NOEC Stormwater Industrial Activity;Page 2 • • RIVER BASIN MAP Uppe Republic= ���. � ~ Missy :::'.', —A SA.1 amou. Illinal11111 olorno IllirKans. ovverRe•ublica /jet lia. arimainisrunrifiminiaireiall '" imi gbh,- Fliiiii; Smo . Hill - 'aline ., ri 1.1111 ` asr: arais es C� gnes • y,plig.UpperArk`:nsas , � � iimir sho iiil SF ak t Emlill iii.: Y Lou~errkansas _, 1wnut , , r„ seAll dig is . Cirna -ron b;iT sr Ai E. CA; BA a'i:" ,x10 CO Y • This page is left intentionally blank ., a E .A.:,:;, „ Kansas NOTICE OF TERMINATION FORM (NOT) Delo ne4ia,it lk- To Relinquish the Authorization to Discharge Stormwater Runoff from Industrial Activity from the Industrial Facility Described Herein. Kansas Water Pollution Control General Permit No. S-ISWA-1111-1 Submission of this Notice of Termination(NOT)constitutes notice that the party identified in Section I of this form relinquishes authorization for coverage under the Kansas Water Pollution Control general permit,or KDHE authorized successors issued for Stormwater Runoff from Industrial Activity in the State of Kansas. Submission of this Notice of Termination to KDHE relinquishes the permittee's authorization to discharge stormwater associated with industrial activity at the industrial facility described herein. Completion of this NOT does not automatically relieve the former permittee of any civil,criminal and/or administrative penalties. Coverage is terminated when the Kansas Department of Health and Environment(KDHE)receives and accepts a complete NOT. KDHE will notify any permittee whose NOT is incomplete,deficient or denied. Certification I certify under penalty of law that all authorized discharges of stormwater associated with industrial activity at the industrial facility described herein have been eliminated. I understand that by submitting this Notice of Termination,I am no longer authorized under the general NPDES permit S-ISWA-I 111-1 to discharge stormwater associated with industrial activity at this industrial facility. I understand that discharging pollutants in stormwater associated with industrial activity to waters of the State is unlawful under K.S.A. 65-164 and 65-165 and the Clean Water Act without authorization by a valid Kansas Water Pollution Control Permit. I understand that by submitting this Notice of Termination,I am not released from liability for any violations of the general NPDES permit S-ISWA-III 1-1,K.S.A.65-164 and 65-165,the Kansas Surface Water Quality Standards(K.A.R.28-16-28 et seq.),or the Clean Water Act.1 also hereby certify that 1 am authorized to sign this Notice of Termination as a representative of the permittee named herein. Please Print or Type. Name of Industrial Facility: Address: City: County: State:KS Zip Code: Kansas Permit No. Federal Permit No. Print Name: Date: Signature: E-mail address: Submit the NOT with original signature to: KDHE Contact Information Kansas Department of Health and Environment Phone: (785)296-5545 Bureau of Water,Industrial Programs Section e-mail: stormwater @kdheks.gov 1000 SW Jackson, Syite 420 Topeka, KS 66612- 1367 • Effective 2011-11-0 I Notice of Termination(NOT) • ,. ,. . 7 Effective 20 1 1-1 1-01 Notice of Termination(NOT) • J(aiisa• .--ansas NOTICE OF TRANSFER OF OWNERSHIP FORM(NOTO) rletiin aasol'HiSitFI For Stormwater Discharges Associated with Industrial Activity Authorized by a Kansas Water Pollution Control General Permit Under the National Pollutant Discharge Elimination System Submission of the Notice of Transfer of Ownership(NOTO)constitutes notice that the new permittee,or an authorized representative, requests authorization for coverage under the Kansas Water Pollution Control general permit,or KDHE authorized successors,issued for Stormwater Runoff from Industrial Activity in the State of Kansas. Completion of this NOTO does not provide automatic coverage under the general permit to the new permittee. Coverage is provided and discharge permitted when the Kansas Department of Health and Environment(KDHE) receives a complete NOTO for the facility, and KDHE authorizes the transfer. Upon transfer, the new permittee shall assume responsibility for the annual permit fee. Submission of this NOTO to KDHE does not relinquish the current permittee's authorization to discharge stormwater runoff from industrial activity at the site described herein. Completion of this NOTO does not automatically relieve the current permittee of any civil,criminal and/or administrative penalties.Coverage is terminated when KDHE receives a complete NOTO for the facility,and KDHE authorizes the transfer. To be considered complete, the NOTO must be signed by the relinquishing permittee or a duly authorized representative of the relinquishing permittee,and must include the permit number assigned to the industrial facility. The new permittee or duly authorized representative must:also sign the NOTO. KDHE will notify any new permittee whose NOTO is incomplete,deficient or denied. Please Print or Type. TO BE COMPLETED BY THE NEW PERMITTEE I hereby accept transfer of the general NPDES permit,which was issued to . I have reviewed the terms and conditions of the general permit and the Stormwater Pollution Prevention plan and accept full responsibility,coverage,and liability. This transfer will be effective when KDHE confirms the transfer. The NEW permitter is: Owner or Operator's Name: Contact Name: Company Name: Contact Phone: Owner or Operator's Phone: E-mail Address: Mailing Address: City: State: Zip Code: I certify under penalty of law that I have personally examined and am familiar with the information described herein,and based upon my inquiry of those individuals immediately responsible for obtaining the information,I believe that the information is true,accurate and complete. I am aware there are significant penalties for submitting false information,including the possibility of fine and imprisonment. New Permittee's Signature: Date: Name(typed or printed): Title: • TO BE COMPLETED BY THE RELINQUISHING PERMITTEE As previous permittee, I hereby agree to the transfer of the permit and all responsibilities thereof. I understand that the transfer of permit responsibilities is effective when KDHE authorizes the transfer. Name of Industrial Facility: Address: City: County: State:KS Zip Code: E-mail Address: • Kansas Permit No. Federal Permit No. Permittee Signature: Date: Permittee Nanie: Title: Phone Number: Effective 2011-11-01 NOTO Notice of Transfer of Ownership Page 1 Kansas Permit No. Federal Permit No. For Official Use Only: Received Exclusion Authorized: o Y;o N Reviewer Comments: Date Submit the NOTO form with original signatures to: KDHE Contact Information: Kansas Department of Health and Environment Phone: (785)296-5545 Bureau of Water,Industrial Programs Section E-mail: stormwater @kdheks.gov 1000 SW Jackson,Suite 420 ; :r Topeka,KS 66612-1367 • f - 'r ;a • Effective 2011-11-01 NOTO Notice of Transfer of Ownership Page 2 • Kansas STORMWATER POLLUTION PREVENTION PLAN- H.':0h COMPLETION CERTIFICATION FORM (SWP2 Plan CCF) aid rn'rinnxnaa. For Stormwater Discharges Associated with Industrial Activity Authorized by a Kansas Water Pollution Control General Permit Under the National Pollutant Discharge Elimination System Kansas Water Pollution Control General Permit No. S-ISWA-1111-1 Submission of this SWP2 Plan Completion Certification form(SWP2 Plan CCF)constitutes notice that the facility has complied with Part 2 of the Kansas Water Pollution Control General Permit for Stormwater Runoff from Industrial Activity. This includes development and implementation of a SWP2 Plan which is specific to the industrial activity and site characteristics occurring at the location described in the authorized NOI. TO BE COMPLETED BY THE PERMITTEE I certify under penalty of law that the Stormwater Pollution Prevention Plan(SWP2 Plan)required by this General Permit has been completed,retained on site and fully implemented at this facility. The SWP2 Plan document and all attachments were prepared on my behalf in accordance with a system designed to assure that qualified personnel properly gathered and evaluated the information submitted. Based upon the information gathered and the belief formed after a reasonable inquiry,the statements and information contained in the SWP2 Plan, to the best of my knowledge and belief, is true,accurate,and complete. I am aware that there are significant penalties for submitting false information,including the possibility of fine and imprisonment. In addition, I certify, under penalty of law that,based upon inquiry of persons directly under my supervision,to the best of my knowledge and belief,the SWP2 Plan adheres to the stormwater control provisions of this General Permit for the development and implementation of a Stormwater Pollution Prevention Plan(SWP2 Plan)and that the SWP2 plan will be complied with. Name of Facility: Address:City: County: State: KS Zip Code: Kansas Permit No. Federal Permit No. Date of SWP2 Plan: • Has the SWP2 Plan identified any unauthorized, non-stormwater(dry weather)discharges [see Part 2.4.3(g.)J? o Y;o N If yes,has KDHE been notified of all such discharges? o Y;o N Signature: Owner,Operator or Duly or Authorized Representative, Name(typed or printed): Title: Date: Send completed form with original signatures to: KDHE Contact Information: Kansas Department of Health and Environment Phone: (785)296-5545 Bureau of Water,Industrial Programs Section e-mail: stormwater @kdheks.gov 1000 SW Jackson,Suite 420 Topeka, KS 66612- 1367 Effective 2011-11-01 Stormwater Pollution Prevention Plan Completion Certification Form • K A N S A S RODERICK L.BREMBY,SECRETARY KATHLEEN SEBELIUS,GOVERNOR DEPARTMENT OF HEALTH AND ENVIRONMENT Re: Industrial Activity Stormwater Permit Kansas Water Pollution Control General Permit No. S-ISWA-0507=1 Dear Perinittee: Enclosed is the authorization to discharge;stormwater runoff under the,industrial activity stormwater general permit at the facility described therein:. Please retain a copy of your authorization for future reference. Because this authorization to discharge_.obligates the perrnittee to meet permit requirements,we ask that you review the industrial activity stormwater general permit carefully.. The industrial activity stormwater'general permit, application forms, instructions and other forms are available on the:KDHE Stormwater Website at www.kdheksgov/stormwater. Paper copies are also available upon request. A$60 annual permit fee will be due each year In accordance with K.A.R. 28-16 56(b)(5)the general,permit fee must be paid annually to maintain coverage under the industrial activity stormwater general NPDESpermit. You will receive an,invoice approximately 30 days prior-to the anniversary date of your permit.. When submitting the annual permit<fee,please reference the permit number and include the invoice so that can apply it to the appropriate permit Checks for the annual fee should be Made payable to KDHE. In order to ensure that the appropriate person is notified of the annual,permit fee,please notify KDHE of any change in address or contact information.. If you have any questions regarding the enclosedauthorization to discharge,or coverage under the general permit,please contact me at(785)296-55445 or by email at dgeislert7a.kdhe:state.ks.us. Sincerely, Dorothy I. Geisler Stormwater'-Coordinator' Industrial Programs.Section Bureau of Water DIVISION.OF ENVIRONMENT BUREAU OF WATER-INDUSTRIAL PROGRAMS SECTION CURTIS STATE OFFICE BUILDING, 1000 SW JACKSON ST.,STE.•420,TOPEKA,.KS 66612-1367 Voice 785-296-5545 Fax 785-296=0086 http:Minvir.kdheks_:gov 4•- • • Name of Industrial Facility: City of Salina MSWLF Notice of Intent(NO[) • 13. ExtsTtrG COMorrloss/USFs is any part of the Facility located on Indian lands? U Y: N If yes,contact EPA regarding discharging stormwater runoff from industrial activities on Indian lands. • if stonnwater runoff drains to or through a Municipal Separate Storm Sewer System;MS4 Name: N/A West Dry Creek Smoky Hill-Saline Name of the first receiving water,stream;or lake: River Basin: Am any Critical Water Quality Management Areas,Special Aquatic Life Use Waters, or Outstanding National Resource Waters located within 1/2 mile of the facility boundary?-- N/A O Y; N • SiC/Activity Codes: 4953 Prim Landfill Secondary(if applicable): If this facility has another existing NPDES or Kansas Water Pollution Control permit(s). Enter the permit number(s): General Permit No. S - MCST - 0110 - 1 (Expires December 31, 2006) C. FACILITY DESCRIPTION Facility[k cription. Municipal Solid Waste disposal - Subtitle D Landfill. • Is this a new facility? U Y;Qf N • If yes,has the facility contacted the Kansas State Historical Society to determine if the new facility is located within 1/2 mile of any historic properties? U Y;D N N/A If yes,has time facility contacted the Kansas Department of Wildlife and Parks to determine if the new facility is located within 1/2 mile of any • threatened or endangered species habitat? U Y;O N N/A • • III. ANNUAL FEE • • Enclose a check tar the first year of the annual permit fee specified in K.A.R.28-16-56 et seq.as amended. Make the check payable to • "KDHE". Per K.A.R.28-16-56,as amended,the current annual permit fee fin-this general permit is$60.An invoice for the annual permit fee • • will be sent to the contact person requesting a permit until such time as the permitter submits a Notice of Termination(NOT). • IV. NOI CERTIFICATIONS 1 certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. I3ascxl on my inquiry of the person • or persons who manage the system,or those persons directly responsible for gathering the information,the information submitted is,to the best of my knowledge and belief,true,accurate,and complete. I ant aware that there are significant penalties for submitting false information, • including the possibility of fine and imprisonment for knowing violations. I understand that continued coverage under the NPDES general permit for Stonmwater Runoff from Industrial Activity is contingent upon • maintaining eligibility as provided for in the requirements and conditions of the general permit,and paying the annual fee. l ■ _ ///0.Zo/Ole> Signature(owne7-7,ope tor,or dt authorized representative) Date Name and Official Title(Please Print) Effective September 1,2006 NOI for Stormw•ater Runoff from Industrial Activity,Page 2 • • �9EPAR7A, r`'„ 'c See Attached Shoot,for Instructions _:,, NOTICE OF,INTENT(NOI) m For Storwater Runoff from Industrial Activity €a , , Authorized by a Kansas Water Pollution Control General Permit y [...win- Under the National Pollutant Discharge Elimination System Submission of this Notice of Intent constitutes notice:that the party identified in Section 1 of this form.desires to be authorized by an NPDES permit issued:for atonnwater runoff from industnal;a;ctvity rn:the State of Kansas. Becoming a:permitoee obligates the discharger to comply with the terms and conditions of the Kansas NPDES Stormweter Runoff from Industrial Activity General Permit.Campletlon of this NOI does .`, not provide autoesatie coverage under the general per Coverage is provided and itted when the Kansas Department of Health and EnviroMnenf Pew Deparop t'I�HE)aullrorhea the NOL A sigaied:and;dated copy.of the authorfud NOI.wiII be provided to the arner.or:operador..ilpou authorization of the NOI,a Kansas'permit.number and a Federal,petmit Matiber will be assigned_to the:industriat'facility. ONLY COMPLETENOI FORMS ACCOMPANIED BY THE S60ANNUAL PERI�T FEE WILL BE PROCESSED.KDIE WILL NOTIFY PERSONS WHOSE NOI FORMS ARE INCOMPLETE,.DEFICIENT,OR DENIED. , .sear • L FACILITY OWNER OR OPERATOR INFORMATION Owner or;Operator's Name: City of.Salina Contact Name: Michael Fraser Company Name: Com PffiY Name: City of Salina Owner or Operator's Phone: 785-309-5750 785-309-5750 COIItaCtPhOIIO: Mailing Address: 300 tt Arai `P0.Box 739 E-mail Address mike,.£rase rneal na.or g City: Salina State: ?C.s• Zip Code:,..67402 IL FACILITY INFORMATION A. Li saner Industrial Facil Name:: City of Salina MSWLF Ron Rouse ty Facility Content Name: 4292 S Burma Road StreetAddrtsa: B coin panymime:. City of Salina City Salina Ste:KS zip Code: 67401 ContactPhone: 7857826-7396 County: Saline E-mail Address: ron.rouaemsalina.org SW of water Moll Road I Ruing' intersection Physical Location ..Road _ 7 15 South, 3 O R ®W;. QTR QTR QTR SSeecGOn. Township :Range. For Official Use Only: G Roceiva E C E I it EL) Paid Authorized o N :EC 0 42006 Date:' 1 -1--k---(3' 0 • Imtiela � �._. - R_Aa (37 J ATE - (( Check No:. rs�, Re ritwer 4 '40 ell' Iiid 4 c 1 i 44 PI 4,-at /7-111/4 ,C :•-. Secretary,Kansas Department of Health and Environment Date - KS Perm tNo.... Oct+1 ,_'Q•,— �oOa. Federal Permit No; V-N.S P,, OOOO R3. . To rote vea hard'copy of the gene al permit paciiet,Chock yes at Y;O N Send completedforin with original signature to: KDIE.ContactInformation:. Kansas Department`of Health and Environment Phone; (785)296,5545 Bureau of Water,Industrial.Programs:Section E-mail: stonnwater@kdhe:stete.ks:us 1000.SW Jackson,,State,420 • Topeka,KS 66612, 1367 i Effective September 1,;2006. NOI for Stormwater Runoff from Industrial Activity,pep I • ()fl'A/t)•q K;nsa; Department of Health & Environment B ; ea of Water - Industrial Programs Section . 10 0 S i, • Jackson - Suite 420 To t ek Kansas 66612-1367 emery -ENVOI- Att '; S'l■rmwater Permit Coordinator (78 2.1.-5545 N r,ne > K _ _ p-rnber 15, 2010 Michael Fraser ;9v. # City of Salina ;n'.. Data -1l-3 :1 -D :e Date _. 300 W. Ash ` �scri;`'^n x201,1_1q] L_ i "Fre PO Box 739 _ Dtscount Vd* PrPielht Salina, KS 67402 , ' � e- ,r- ;�• alb"IL .?art n Pe.; d Approval Industrial Stormwater Permit Holders Invoice for Annual Permit Fee December 2010 through December 2011 Dear Permittee: An Industrial Stormwater Permit was issued to the addressed industrial facility. K.A.R. 28-16-56d requires permit fees to be paid annually. Payment is due December 28, 2010. Facility Name: Salina Municipal Sanitary Waste Landfill Permit No. G-SA20-0002 Facility Location: Salina Please make check payable to: KDHE Permit Fee: $60.00 • TO BE COMPLETED BY PERMITTEE: 1. Has the annual comprehensive site evaluation (Permit Section 2.4.4) been completed? Yes X No 2. Has the SWP2 Plan been updated and certified (Permit Section 2.4.6)? Yes X No If you answered no to either of the above questions you are required to complete the annual evaluation and/or update/modify the SWP2 Plan within 90 days of this certification date. ///�/Je Signature Date TO ENSURE PERMIT COMPLIANCE, ALL QUESTIONS MUST BE ANSWERED AND FORM SIGNED AND SUBMITTED WITH PAYMENT. • For official Check No. Date use only. - Received: • • Phone.i'85296-5545 1000 SWJaciop—Sto 420 of Environment *: • .• •• -•FaX185.296-0689. - • :dgosiegtthdheksiiciii. Topeka,ics.66612 397 yorie.onakti:w.f. • . . ansas Robert Mo*.MP;ISeMfeteri :Pepartment:of IlealtIvat Environment Sam Drinimbec);.:Qpvirricir‘, November 15,201.1: Micha-el POO City ofSalitia• PO Box 739 Salina,KS .67402 Industrial Stormwater rermIt.•ooldersjattolcafotAtimial PertalfFee Dctletnifei2011!throtigh D.ecegiaber2012 Dear Permittee:. AkIndtistilarStonmiiiiter.Peitnit was Issued lCilleAtddiessed industrial facility. K A R 28 16 56d regulies:pennitfees4O-bepaid.annually. Payment is due jiAnuary.20,20124 Facility Nellie: Sauna Municipal Sanitary Waste Landfill' Permit.No. G-$420=0.002. Facility tdoestiori:' Pleaseitnake.Cheek;payable to:' Permit Fee: $60' • TO.BE:c0141UTIVC1.BY PERMITTEE: • 1. Has:the-anntial:comprehensive site evaluation,(Perrnit Section 2.4.4)1:leen completed? (Y/N) HO"'s 2. Ha.slie'SW.P2 Plan:been updrited.andeertified:(Pennit Section 2.4.6)? (Y/N) If yoii answered noto,eitherfoftlie:abOveAueStions.you are required to complete the annual eyalttatiOrratidior update/modify‘thoSWP2ThiriVithlit 90.days of this certification date. • /- ' ^ Signature Date TO• ENSURE PERMIT QUESTIONS NysT:10:ArillikEREDJAN0 FORM SIGNED ANDSUBMITTP)WITH PAYMENT. . „ For official use Check No Date Only.' vendor-0 p.0# Received: Name 4111 evc 'Inv. Date -..Duo Date 101 .' :44414 Amt.IgIoci Acnt,-* ; Departmeet..kleadAppreval. 2d 2100189T616 6S99928 tiNITIOS:woeu APPENDIX D Bi-Monthly Inspection Reports BI-MONTHLY STORM WATER POLLUTION PREVENTION PLAN SITE INSPECTION REPORT A visual examination should take place on a bi-monthly basis to assess the condition of the following areas. Area Inspected Monitoring Procedure Comments Leachate Collection Check aboveground valves, piping and joints on and Recovery System manholes. Is there visible soil contamination? Soil Stockpiles Check and clear waterways around stockpiles. Check for signs of erosion at the base. Subtitle D Landfill Monitor interim and final slopes for leachate seeps and erosion. Evaluate vegetation for stand density. Pre-Subtitle D Monitor slopes for leachate seeps and erosion. Evaluate Landfill vegetation for stand density. Ensure storm water is adequately diverted around active Working Face of landfill operations and that contaminated storm water has Landfill structural controls necessary to prevent it from going into waterways. Ensure storm water is adequately directed to the Yard Waste Area sedimentation basin for holding and maintain good housekeeping practices. Constructed Check ditches, swales, channels, chutes, and culverts for Drainage System erosion and sedimentation. Are they free of debris and excessive sediment? Are they sufficiently vegetated? Check condition of slopes. Is vegetation adequate to Misc. Disturbed control erosion? Check condition of silt fences and straw Areas bales. Are any section missing or damaged? Has excessive sediment collected behind them? Check the drainage along the road. Is there an adequate Access Roads crown on the road? Check for unnecessary ponding. Are there any signs of erosion? 5275.10/Appendix D BIMONTHLY STORM WATER POLLUTION PREVENTION PLAN SITE INSPECTION REPORT A visual examination should take place on a bi-monthly basis to assess the condition of the following areas. Area Inspected Monitoring Procedure Comments Check banks for erosion. Check if vegetative cover NPDES Outfall appears adequate. Check if the waterway is blocked by Locations natural or artificial obstructions. Check for unusual silt deposits. Check condition of slopes. Is vegetation adequate to Borrow Source control erosion? Check condition of silt fences and Area straw bales. Are any section missing or damaged? Has excessive sediment collected behind them? Fuel dispensing areas should be checked for leaks and fuel nozzle auto-shutoff equipment evaluated to ensure Fueling and proper operation. Tank systems including tank Maintenance foundations, connections, coatings, tank walls, and the Areas piping system should be regularly inspected for corrosion, leaks, or other physical damage that may weaken the tank system. Vehicle and equipment maintenance activities should Vehicle and be performed within the maintenance building to Equipment prevent potential storm water impacts due to release of Storage.Areas .. .. . maintenance fluids • Leachate Storage Routinely inspect for leaks or conditions that could lead Tank Area to discharges of leachate to storm water. Removal of mud and debris from the power washing Power Washing Bay bay. Maintain drainage to the storm water basin within the borrow source. Public Disposal Maintain well-organized disposal areas. Schedule Areas adequate material disposal and/or pickups for recycling 5275.10/Appendix D BI-MONTHLY STORM WATER POLLUTION PREVENTION PLAN EVALUATION REPORT I have performed the above inspection to the best of my ability and noted the actions that need to be taken. Signed: Position: 7: Date: ., Time: 5275.10/Appendix D STORMWATER CONTROL FEATURE INSPECTION FORM Results of the visual inspections and follow-up actions should be documented in this report. DATE: FACILITY: City of Salina Municipal Solid Waste Facility INSPECTION POINT NAME: DESCRIPTION: (circle) Control Potential Treatment Material Other Structure Spill Area System Handling Facility STATUS: (circle) Working Dirty Plugged Damaged Spill Describe: INITIAL ACTION: (circle) None Cleaned Repaired Reported Other FOLLOW-UP ACTION: (describe) , Inspected by: Reviewed by: Name: Title: Date: 5275.10/Appendix D 7;1 APPENDIX E Annual Site Compliance Inspection Form • • . . ANNUAL SITE COMPLIANCE INSPECTION This facility will undergo the following review once per fiscal year. Deficiencies will be identified and scheduled for correction. 1. Is the facility's SWP3 on file and available for review? ( Y/N ) 2. Are all certifications of the SWP3 in place? ( Y/N ) 3. Have all worksheets been completed and signed? ( Y/N ) 4. Are BMPs being implemented? ( Y/N ) 5. Are the BMPs effective? ( Y/N ) 6. Have training and inspection events been scheduled? ( Y/N ) 7. Has training been conducted as in accordance with the SWP3? ( Y/N ) 8. Have all inspections been conducted as in according to schedule? ( Y/N ) 9. Are records in place for?: Training ( Y/N ) Inspections ( Y/N ) 10. Have all corrective actions identified as a result of the inspections been completed as scheduled? ( Y/N ) 11. Has the SWP3 been updated to reflect any changes in the operations or physical changes on-site? ( Y/N ) • *Follow-up actions • Reviewed by: Name: Title: Date: 5275.10/Appendix E SWP3 REVIEW SUMMARY REPORT DATE: ATTENDING: TITLE: ❑ SWP3 REVIEWED ❑ SITE INSPECTION COMPLETED ❑ REPORTS COMPLETED AND FILED ❑ SWP3 UPDATED AS NECESSARY (Note any changes in the comments section below.) Comments: Authorized Representative: Signature Date Name Title 5275.10/Appendix E APPENDIX F Incident Report Form INCIDENT REPORT FORM CITY OF SAUNA MUNICIPAL SOLID WASTE LANDFILL FACILITY 0 SALINA, KANSAS 1. TIME PROBLEM DISCOVERED DATE 2. TIME PROBLEM STOPPED DATE 3. APPROXIMATE LOCATION AND TYPE OF ACCIDENT (E.G., FIRE, EXPLOSION, . SPILL) 4. MATERIAL SPILLED APPROXIMATE AMOUNT 5. EXTENT OF INJURIES (IF ANY) 3 6. WHAT DAMAGE TO PEOPLE OR THE ENVIRONMENT IS LIKELY 7. ESTIMATED AMOUNT OF MATERIAL RECOVERED 8. WHAT WAS DONE WITH RECOVERED MATERIAL 9. ACTION TAKEN TO CONTROL THE PROBLEM AND PREVENT FURTHER PROBLEMS SIGNATURE DATE 7 5275.10/Appendix F • APPENDIX G Employee Awareness Program SWP3 Associate Training Standard EMPLOYEE AWARENESS PROGRAM Coordinator: Date: Title: Training Topics Type of Training Program and/or Training Schedule Personnel in Attendance Material Presented (Month) Components and Goals of SW P3 Spill Prevention and Response Good Housekeeping Preventative Maintenance Material Management Practices BMPs for Erosion and Sediment Control 5275.10/Appendix G SWP3 ASSOCIATE TRAINING STANDARD The following items should be reviewed and discussed during training: 1. Material Management Practices - The Materials Inventory found in Appendix I and appropriate storage and handling procedures associated with those materials. If the facility has Employee or Community Right-to-Know training requirements, then this would be an appropriate time to review these also. 2. Good Housekeeping - The location, use and restocking requirements for sweeping brushes, shovels, clean and used spill absorbent, foams and any other spill response equipment on site should be discussed. 3. Preventative Maintenance - The preventative maintenance program and schedule should be reviewed. 4. Best Management Practices - BMPs for sediment and erosion prevention, litter, haul roads and drainage areas should be reviewed. 5. Scheduling - Appropriate schedules need to be developed for the various tasks that need to be accomplished to implement the SWP3 and other environmental plans at the site. • • 5275.10/Appendix G APPENDIX H • BMP Sheets • • , 7• 1.A City of Salina Construction Site Stormwater•�.s 5 p .e !}t �' i- � `"is � � .+. ;�,'Y�t eyt�+� Ste' +af.� i ty$`,Ri *I',--,{* 7: p- fr�sj ta� 1 /SShY .r< 4 � ,-4,0,..,r-.,-7 . 4, t" 1 Ott g.3� its•f d ,., 4° : . %' '-St "4. t r._r "$�s,� x�`^r i r y i 4, y�' .. ti ;• 7 . ;i (t fr v „;R.I.t's.4 d t.� ct s� . -:.-g ��j+}A� `Sy �i v � sa" z p # e } t PZ 1 d�/ :`:? ' � NNTRh'3.r p�rti yTAc,o-+'t _�'4r∎ 'S . t - - v 1:-- '�t'3 ' x'b� {' '-Xyi.ice"2 't /iR ,.Zrs ,a I.ri�a• L, y.1, 1'� x' £�� r a :#try r �.�yye 1 t-.i ti�• wst�r el� ,q4.: .j . {s �s x .,yt'r�dea�Y'',-,40. ,rr ,,..# c¢:. $ :i '• : t1„-y„,s ♦Ttx ,,r`r� n� YZ ;h-^ ,i 15.'ht, .�5.l�^ i"' v 4_ ,, '�_.`. `t \y- �_ .-,. 'P : s r,.«'d ri.S rt ��`Z' 'rP fp s'11. •i•} ?'r y ` : ' t,. „.... Yom y"f�4�!�r ,,+ ..4 . a .. + v' i� - :. x,45- :. , .? -. .`r.3 tr� s ar ..�� ,+fug=�, �, yr!s'E� s 7 "1-...-'::,,,,Y > t~ s �p tdi... > " ::1-.-°==r,‘;� 'n ' a .-.:eir't Es - �.4=<.--4-.:,,'-i...:',-.;,--." •r� ? �'-, S .y$3- '. 4'`` t `� .Is ,'Y�'.€'�` r u� 7 �( 1-i ° tr "",4` '�`.n'°� `' ,-..44`�`r. �' n� �1kt, '-'14,,,.+ az,T�'3' k ' 2 � s- a 4 ; ��- '' •l `= amt' '. �, �' Y`.� t3" r t t- ^r sxT.�r t. :a Tr,_,J a '� `+� tj ye. � �`�. �;. � F :?!1 ?.tT'ts..," 3 .f'e7y.'zi �`'i ` 'L 1, f ".A ,A' i +..-Y'b.. �'� S ,f;:-.4"....0-3 v.y "' ° r t i n b'.`. .a �r-r�� 7,:', y 44.4= • �».' - 5` ... u. i. . A k #;rte ae ..4 ' {5��,,-;,,-e ,a a,: !:.?y a +: *' T� - 4 �' ..rte �` ` � � C s •r.,•' -orim SS,_ ifc- 4-; i o 4 ' s T. .. '`a...v-u i r�.U"g . At 'w..d ° i,;-.: -':,t; 'r`.. I...-,, r._4 -A.,:::-7: ... ,-z•; „ei,- .-',s i ';'.;'1'x` �, r, .p -tl:f t *�.0 `r t, t-'+4!. —=a-.� 1`r -T to ? ..r ` T� ' •�y{ .'�' � �-�r �� It s.':v, 't s . ,xy�-: .W� .rv?,....'• ",fr 4 ";,41.0, .A Rr i. r s + ry r'i ��:' .�a 'TR'- ,IL-.. ..... .. 5,.� '. j r� R +,,, ., _'�f•,.r=r�_��.s�.°r;..�r-'�-�r`5�..?�.. ,- '�j�� .,;s}� \ � �,�r.�. .'�i $'°°,�Rh' F" Best Management Practices (BMP) Adopted August 2010 0 INDEX BMP SUMMARY FOR CONSTRUCTION SITES ESC-1 GENERAL DESIGN GUIDELINES 1.0 Permanent Seeding 2.0 Temporary Seeding 3.0 Temporary Construction Entrance 4.0 Area Inlet and Curb Inlet Protection 5.0 Culvert Inlet Protection 6.0 Outlet Stabilization 7.0 Temporary Diversion 7.1 Temporary Slope Drain 8.0 Temporary Stream Crossing 9.0 Temporary Slope Break 10.0 Temporary Sediment Basin 11.0 Temporary Sediment Trap 12.0 Temporary Check Dam 13.0 Straw Wattle 14.0 Sediment Fence 15.0 Erosion Control Blanket 16.0 Concrete Washout ESC-2 STANDARD DRAWINGS. ESC 3.0 Temporary Construction Entrance ESC 4.0 Area Inlet Protection ESC 4.1 Curb Inlet Protection ESC•5.0 Culvert Inlet Protection ESC 7.0 Temporary Diversion and Slope Drain ESC 8.0 Temporary Stream Crossing ESC 10.0 Temporary Sediment Basin ESC 11.0 Temporary Sediment Trap ESC 12.0 Temporary Check Dam ESC 13.0 Straw Wattle ESC 14.0 Sediment Fence ESC 14.1 Sediment Fence (Reinforced) ESC 16.0-16.3 Erosion Control Blanket (1-4) ESC 17.0 Concrete Washout ESC 1.8.0 Residential Lot Layout(< One Acre)Type A ._ ESC 18.1 Residential Lot Layout(< One Acre) Type B ESC 18.2 Residential Lot Layout(<One Acre) Type C �LL ESC-3 STANDARD SPECIFICATIONS APPENDIX A: SWPPP TEMPLATE 0 BMP SUMMARY CITY OF SALINA,KS August 2010 SUMMARY OF BMP's FOR LAND DISTURBANCE ACTIVITIES MISTAWILIRNWARIMERMIASMA5 .9.gRWRIVISKOIANSOKfifflOgEWITNT'rr, ,,TIMOSZIMMEMIPS-PWESONSEV DESIGN STD. SPEC.* TITLE GUIDELINE DRAWING SUBSECTION GENERAL CONDITIONS FOR BNIP APPLICABILITY Permanent Seeding DO-1.0 N/A 3.3 Areas of site where land disturbance activities are complete. Temporary Seeding or Alt. DG-2.0 N/A 3.4 Areas of site where land disturbance activities have temporarily ceased for 14 days or more. Surface Roughening N/A N/A 3.9 Slopes steeper than 6:1,not ready for seeding and will not be disturbed for 7 days or more. Dust Control N/A N/A 3.10 Contractor shall take effective measures to prevent blowing dust from site. Temporary Const.Entrance DG-3.0 ESC-3.0 4.13 All locations vehicles leave site. Inlet Protection(Curb or Area) DG-4.0 ESC-4.0-4.1 4.12 Stormwater curb or area inlets that drain areas of land disturbance 1 acre or less. Culvert Inlet Protection DG-5.0 ESC-5.0 4.12 Culvert inlets that drain areas of land disturbance. Outlet Stabilization DG-6.0 N/A 4.5 Stabilize unstable channel or conduit outlets until permanent protection is established. Temporary Diversion DG-7.0 ESC-7.0 4.10 Intercept and divert runoff to stabilized outlets,such as along top of cut or fill slopes.(5 acres or less) Temporary Slope Drain DG-7.1 ESC-7.0 4.11 Convey concentrated runoff from top of a slope down to the toe,in a conduit.(5 acres or less) Temporary Stream Crossing DO-8.0 ESC-8.0 4.15 Vehicular access or utility crossing for stream with drainage area of one square mile or less. Temporary Slope Break DG-9.0 N/A 4 Long or steep slopes with no other erosion control practice. Temporary Sediment Basin DG-10.0 ESC-10.0 4.14 Concentrated, sediment-laden runoff from large disturbed area(3-100 acres),flowing from site. Temporary Sediment Trap DG-1 1.0 ESC-11.0 4.5;4.10 Concentrated, sediment-laden runoff from small disturbed area(3 acres max.),flowing from site. Temporary Check Dam DG-12.0 ESC-12.0 4.4;4.5 Low flow ditches or swales carrying sediment-laden runoff. Straw Wattle DG-13.0 ESC-13.0 4.7 Circular tube,small height barrier for diversion or sedimentation for flows 1 cfs or less. Sediment Fence DG-l4.0 ESC-14.0-14.1 4.4 Divert or Trap runoff to capture sediment for small areas(1/4 acre per 100 feet of fence). Turbidity Curtain DG-15.0 N/A 4.16 A flotation device to minimize sediment transport into any body of water. Erosion Control Blankets DG-16.0 ESC-16.0-16.3 3.8 Steep slopes susceptible to rain drop erosion,Bank stabilization,assist establish vegetation. Concrete Washout DG-17.0 ESC-17.0 4.17 Designated area for concrete washout on construction site. Reidential-Loi-Layout N/A E.SC-1-8.13---18-,2 N/A * Sub-Section of ESC 3-Standard Specifications .., ., . . :::::,:..1•::. L..:......: .:::...i_.:.::! :.,..:.•:, ,.:' ..-:',, ;:.:, ,",?; :-...:-•:-- :- .' ESC-1 DESIGN GUIDELINES DESIGN GUIDE 1.0-PERMANENT SEEDING A. Description: Permanent seeding is the establishment of perennial vegetation on disturbed areas for periods longer than 12 months. Permanent vegetation provides economical, long-term erosion control and helps prevent sediment from leaving the site. B. Application: This practice is used when vegetation is designed to permanently stabilize the soil. It is necessary to protect earthen structures such as dikes, channels, and embankments. Particular care is required to establish a thick cover of permanent grass. '''• C. Planning Considerations: Prior to the start of construction, preparation of soil, fertilizer requirements, plant materials, seeding rates, environmental conditions, mulching and maintenance should be specified by a qualified professional. Plans and specifications should be referred to by field personnel throughout the construction process. To ensure germination and growth, prepare seedbed, add fertilizer according to soil tests, mulch all but the most ideal sites, and follow seeding dates. Permanent seeding shall commence after topsoil preparation and landscape grading have been completed, at the earliest time environmental conditions allow. D. Design Criteria: Seeding rates and mixes shall be as follows: See ESC 3 -Standard Specification. Fertilizer type and rates shall be as follows: See ESC 3 -Standard Specification. Mulching type and rate shall be as follows: See ESC 3 -Standard Specification. Maintenance requirements are as follows: See ESC 3 -Standard Specification. DG1.0- 1 • DESIGN GUIDE 2.0 -TEMPORARY SEEDING A. Description: Temporary seeding is the establishment of fast-growing annual vegetation to provide economical erosion control for up to 12 months and reduce the amount of sediment moving off the site. Annual plants which sprout rapidly and survive for only one growing season are suitable for establishing temporary vegetative cover. B. Application: This practice applies where short-lived vegetation can be established before permanent seeding can be completed. It helps prevent costly maintenance operations on other erosion control systems such as • sediment basin clean-out. Temporary or permanent seeding is necessary to protect earthen structures such as dikes,diversions, and the banks and dams of sediment basins. C. Planning Considerations: Prior to the start of construction, preparation of soil, fertilizer requirements, plant materials, seeding rates, environmental conditions, mulching and maintenance should be specified by a qualified professional. Plans and specifications should be referred to by field personnel throughout the construction process. To ensure emergence, vigorous growth of seedlings, and continued plant growth, prepare seedbed, add fertilizer according to soil tests, mulch all but the most ideal sites, and follow seeding dates. Temporary seeding shall commence immediately after soil preparation and grading have been sufficiently completed. D. Design Criteria: Seeding rates and mixes shall be as follows: See ESC 3 -Standard Specification. Contractor may submit request for equal substitute temporary seed mix and rate to Engineer for Consideration. Fertilizer type and rates shall be as follows: Fertilizer not required. Mulching type and rate shall be as follows: See ESC 3 -Standard Specification. Maintenance requirements are as follows: See ESC 3 -Standard Specification. E. Alternative Soil Stabilization Erosion Control Methods Alternative temporary soil stabilization erosion control methods are available, including Mulch Cover, Hydrocover(Standard or Specialty Mix)and Erosion Control Blankets. See ESC 3 -Standard Specification. DG 2.0- 1 • DESIGN GUIDE 3.0-TEMPORARY CONSTRUCTION ENTRANCE A. Description: A temporary construction entrance is a stabilized layer of large aggregate or crushed concrete that is located at any point where traffic leaves a construction site and moves directly onto a public road or other paved area. B. Application: A temporary construction entrance is a stabilized stone or crushed concrete pad designed to - provide a buffer area where construction vehicles can be cleaned to avoid transporting the soil from the site onto the roads and drives. C. Planning Considerations: Areas that are graded for construction vehicle transport and parking purposes are especially susceptible to erosion. The exposed soil surface is continually disturbed, leaving no opportunity for vegetation to become established. During wet weather, they often become muddy quagmires that generate significant quantities of sediment deposits transported off site on the wheels of construction vehicles. These non surfaced traveled ways can become so unstable during wet weather that they are virtually unusable and unsafe. Therefore, unpaved traveled ways for construction shall be planned and minimized to provide necessary access. Temporary construction entrances shall be installed at all locations vehicles leave the site. D. Design Criteria: 1. Length—Minimum of 50 feet or 30 feet for single residence lot. 2. Width—Minimum of 20 feet and should be flared at the existing road to provide a turning radius. 3. Rock or Crushed Concrete — See ESC 3 - Standard Specification, Subsection 4.5, Rock or Concrete Barrier. 4. Surface water — All surface water flowing to or diverted toward construction entrances shall be piped under the entrance to maintain positive drainage. Pipe installed under the construction entrance shall be protected with a mountable berm. The pipe shall be sized according to the drainage with the minimum diameter being 12 inches. A pipe will not be necessary when the entrance is located at a high spot. 5. Location — A temporary construction entrance shall be located at every point where construction traffic enters or leaves a construction site. Vehicles leaving the site must travel over the entire length of the stabilized construction entrance. E. Standard Drawing: See Standard Drawing ESC-3.0,Temporary Construction Entrance. F. Standard Specification: ESC 3 -Standard Specification, Subsection 4.13, Stabilized pad. • • e • DG3.0- 1 DESIGN GUIDE 4.0-AREA INLET AND CURB INLET PROTECTION A. Description: Inlet protection consists of a sediment barrier with free-draining material such as sediment fence around a storm drain area inlet or curb inlet. Sediment barriers other than those listed in paragraph C.4. of this section, shall be approved by the City. B. Application: Inlet protection prevents sediment from entering storm drainage systems prior to permanent stabilization of the disturbed area. C. Planning Considerations: Prior to the start of construction, inlet protection structures should be designed by a registered design professional. Plans and specifications should be referred to by field personnel throughout the construction process. 1. Storm sewers which are made operational prior to stabilization of the associated drainage areas can convey large amounts of sediment to natural waterways. In case of extreme sediment loading, the storm sewer itself may clog and lose its capacity. To avoid these problems it is necessary to prevent sediment from entering the system at the inlets. 2. There are several types of inlet protection and traps which have different applications depending on site conditions and type of inlet. Other innovative techniques for accomplishing the same purpose are encouraged, but shall be approved only after specific plans and details are submitted to the City for review. 3. Care should be taken when choosing a specific type of inlet protection. Inlet protection which causes excessive ponding in an area of high construction activity may become so inconvenient that it is removed or bypassed. In such situations, a structure with an adequate overflow mechanism should be utilized. 4. The following inlet protection devices are allowed for drainage areas of one acre or less. Runoff from larger disturbed areas should be routed to a temporary sediment trap or a temporary sediment basin. The following are allowable area and curb inlet protection devices: a. Sediment Fence—Standard Drawing ESC-4.0 and Standard Specification ESC-3, Subsection 4.4 b. Staw Wattle—Standard Drawing ESC-13.0 and Standard Specification ESC-3, Subsection 4.7 Ultra-DrainGuard®Catch Basin Inserts d. UltraCurbGuard Plus®Curb Inlet Protection e. Ultra-GutterGuard®and Ultra-GutterGuard Plus®Curb Inlet Protection f. Silt Saver® • g. Gutterbuddy® Curb Inlet Protection h. Beaver Dam®or True Dam® D. Design Criteria: 1. Drainage Area: Less than 1 acre. 2. Capacity: 2-year or design storm should enter inlet without bypass flow. 3. The inlet protection device shall be constructed in a manner that will facilitate clean out and disposal of trapped sediment and minimize interference with construction activities. 4. The inlet protection devices shall be constructed in such a manner that any resulting ponding of stormwater will not cause excessive inconvenience or damage to adjacent areas or structures. DG 4.0- 1 • { 5. Design criteria more specific to each particular inlet protection device shall be provided in the Standard Plan Drawings and Standard Specifications. 6. For inlet protection devices which utilize stone as the chief ponding medium, a range of stone sizes should be used. The designer or plan reviewer should maximize treatment action and minimize stone size while not creating significant ponding problems. 7. High porosity geotextile fabric may be added to any of the devices which utilize coarse aggregate to significantly enhance sediment removal. The fabric, which must meet the physical requirements noted for extra strength, should be secured between the stone and the inlet on wire-mesh if it is present. As a result of • the significant increase in treatment efficiency provided by the fabric, a larger range of stone sizes may be utilized with such a configuration. The larger stone will help keep larger sediment masses from clogging the cloth. Notably, significant ponding may occur at the inlet if geotextile cloth is utilized in this manner. E. Standard Drawings: See Standard Drawings ESC-4.0 (Area Inlet Protection) and ESC-4.1 (Curb Inlet Protection). F. Standard Specification: See ESC 3 - Standard Specification, Subsection 4.12 (Inlet Protection). • DG4.0-2 DESIGN GUIDE 5.0 - CULVERT INLET PROTECTION A. Description: A sediment settling device located at the inlet end of storm sewer culverts. B. Application: 1 To prevent sediment from entering, accumulating in, and being transferred by a culvert and associated drainage system prior to permanent stabilization of a disturbed area. 2 To provide sediment control at culvert inlets during phases of a project where elevation and drainage patterns change, causing original control measures to be ineffective or in need of removal. C. Planning Considerations: 1 When construction on a project reaches a stage where culverts and other storm sewer appurtenances are installed and areas are brought to plan grade, the erosion control measures used in the early stages normally need to be modified or may need to be removed altogether. At that time, there is a need to provide protection at points where runoff will leave the area via culverts and drop or curb inlets. 2 Similar to drop and curb inlets, culverts which are made operational prior to stabilization of the associated drainage areas can convey large amounts of sediment to natural drainageways. In case of extreme sediment loading, the pipe or pipe system itself may clog and lose its capacity. To avoid these problems, it is necessary to prevent sediment from entering the culvert by using one of the methods noted in this guideline. D. Design Criteria: I. Sediment Fence Culvert Inlet Protection a. Sediment fence culvert inlet protection has an expected maximum usable life of three months. b. Use Sediment Fence(Reinforced). c. Use high porosity geotextile fabric. d. Refer to Standard Drawings ESC-5.0 (Culvert Inlet Protection), Standard Drawing ESC-14.1 (Sediment Fence — Reinforced) and Standard Specification ESC-3, Subsection 4.4 (Sediment.Fence) for additional design Criteria. 2. Rock or Crushed Concrete Barrier Culvert Inlet Protection a. Clean and reconstruct Rock or Crushed Concrete culvert inlet protection following rainfall events as necessary to ensure effectiveness. b. Refer to Standard Drawing ESC-5.0 (Culvert Inlet Protection) and Standard Specification ESC-3, Subsection 4.5 (Rock or Crushed Concrete Barriers) for additional design criteria. • 3. Other Culvert Inlet Protection Procedures a. Other procedures for accomplishing the same purpose are available. Alternative procedures shall be approved only after specific plans and details are submitted to the City for review. E. Standard Drawings: See Standard Drawings ESC-5.0 (Culvert Inlet Protection). F. Standard Specification: See ESC 3 -Standard Specification, Subsection 4.12(Inlet Protection). • DG 5.0- 1 _ 2 2'I DESIGN GUIDE 6.0- OUTLET STABILIZATION A. Description: Rock or Crushed Concrete outlet stabilization is constructed to control erosion at the outlet of a channel or conduit until permanent erosion control has been established or installed. Rock or crushed concrete is designed to prevent scour at stormwater outlets and minimize downstream erosion by reducing outlet velocities. B. Application: This practice applies when discharge velocity of a pipe, box culvert, diversion or other water conveyance exceeds the permissible velocity of the receiving area while exposed during construction. C. Planning Considerations: Prior to the start of construction, outlet stabilization should be designed by a registered design professional. Plans and specifications should be referred to by field personnel throughout the construction process and improvements built according to plan alignment, grade, cross section and length. D. Design Criteria: 1. Grading: There should be a smooth transition between the outlet stabilization structure and the receiving channel; the elevation of the rock or crushed concrete at the downstream end should be at the same elevation as the bottom of the receiving channel. 2. Alignment: The alignment of the rock or crushed concrete should be straight throughout its length. If a curve is required, it should be located in the upstream section of the outlet stabilization structure. 3. Rock or Crushed Concrete: Rock or Crushed Concrete should consist of a well-graded mixture. Larger rock or crushed concrete should predominate, with sufficient smaller sizes to fill the remaining. The diameter of the largest rock or crushed concrete size should not be larger than 1.5 times the d50 size determined to be necessary and as specified in ESC-3 Standard Specification, Subsection 4.5 (Rock or Crushed Concrete Barrier). The minimum size of Rock or Crushed Concrete shall be 6-inch. 4. Rock or Crushed Concrete Dimensions: Thickness: Minimum thickness of material should be 1.5 times the maximum material diameter. Length: The length of outlet protection must be designed such that erosion of the receiving material at the outlet is minimal. Minimum length shall be 6 times the conduit outside diameter or opening width, measured from the end of the end section or apron. Outlet protection must extend behind pipe outlet to the pipe/end section coupling. Width: The width of outlet protection shall be the smaller of: a) 4 times the conduit outside diameter or opening width, or b) when the elevation of the outer limits of the outlet protection is equal to the top of the .. conduit opening. 5. Rock or Crushed Concrete Quality: Select the material from good sources and ensure that all materials are clean, and free of soil, debris and organic material. The rock or crushed concrete should be hard, angular, and chemical and weather resistant. 6. Filter: Install or construct a filter between the rock or crushed concrete and the subgrade to prevent undermining of the structure due to movement of fine-grained subgrade soil. The filter can consist of either properly graded sand or gravel layer, a manufactured geotextile fabric, or a combination of both. 7. Toewalls: Construct as needed around the perimeter. DG6.0- 1 E. Alternative Methods: 1. Rolled Erosion Control Products, Sediment Fence (Reinforced) and Concrete Lining may be acceptable outlet stabilization structures in some applications. Alternative methods shall be approved only after specific plans and details are submitted to the City for review. DG 6.0-2 DESIGN GUIDE 7.0—TEMPORARY DIVERSION _ d A. Description: Diversions consist of an earthen berm and adjacent swale (or diversion channel) from which the berm material is constructed. The berm is constructed on the down slope side of the swale. B. Application: Diversions reduce slope length and intercept and divert stormwater runoff to stabilized outlets or sediment trapping facilities, at non-erosive velocities. C. Planning Considerations: 1. Diversions are useful tools for managing surface water flows and preventing soil erosion. On moderately sloping areas they may be placed at intervals to trap and divert sheet flow before it concentrates and causes rill and gully erosion. They may be placed at the top of cut or fill slopes to keep runoff from upland drainage areas off the slope. They can also be used to protect structures, parking lots, adjacent properties, and other special areas from erosion and flooding. 2. It's important to establish adequate vegetation as promptly after installation to prevent erosion of the diversion structure. It's also important to stabilize the drainage area above the diversion so that sediment will not enter and accumulate in the diversion channel. 3. Typically, these measures are installed after the final grading is complete. On cuts, diversions may be installed before work begins since work proceeds from the top to the bottom of the slope and the - diversions have little chance of being covered or damaged. On fills, the work proceeds from the bottom to the top and the elevation changes daily, therefore it's not feasible to construct a diversion until the grading is completed or suspended. The filling operation should be completed as quickly as possible and the permanent slope stabilization measures installed as soon as possible, to minimize erosion. 4. Temporary diversions may be used as a perimeter control in association with sediment traps or sediment basins on moderate to large construction sites. If installed properly in initial phases of grading, maintenance can be minimal. Cleaning of sediment-trapping facilities is typically the most significant maintenance requirement. D. Design Criteria: Diversion location shall be determined by considering outlet conditions, topography, land use, soil type, length of slope, seepage planes, and development layout. Diversions shall be engineered to ensure adequate capacity is provided in non-erosive manner. The following design criteria shall be met: 1. Drainage Area: The maximum recommended drainage area is 5 acres. 2. Height:The minimum recommended height of the earthen berm is 12 inches. 3. Side Slopes: 2H:1V or flatter, with a minimum top width of 2 feet. 4. Grade:The channel shall have a positive, non-erosive grade to a stabilized outlet. 5. Outlet: The diverted runoff should be released through a stabilized outlet, slope drain, or sediment trapping measure. E. Standard Drawings: See Standard Drawing ESC-7.0(Temporary Diversion and Slope Drain). • F. Standard Specification: See ESC 3 -Standard Specification, Subsection 4.10(Temporary Diversion). DG7.0- 1 DESIGN GUIDE 7.1 -TEMPORARY SLOPE DRAIN A. Description: A temporary slope drain is a flexible tube or conduit extending from the top to the bottom of a cut or fill slope. A detail is located on Standard Drawing ESC-7.0,Temporary Diversion and Slope Drain. B. Application: Temporarily conveys concentrated stormwater runoff down the face of a cut or fill slope, in a conduit, without causing erosion on or below the slope. C. Planning Considerations: 1. There is often significant lag time from the completion of cut or fill slope grading and installation of permanent drainage system. During this period, the slope is particularly vulnerable to erosion. Temporary slope drains provide protection for exposed slopes until permanent drainage structures can be installed and permanent vegetation can be established. 2. Temporary slope drains can be used in conjunction with diversion berms to convey runoff from the entire drainage area above a slope to the base of the slope without erosion. Temporary slope drains and diversions shall be engineered to ensure adequate capacity. The entrance section must be securely entrenched; all connections must be watertight;and the conduit must be staked securely. D. Design Criteria: 1. Drainage Area: The maximum allowable drainage area per slope drain is 5 acres. 2. Flexible Conduit: Slope drain shall consist of heavy-duty, flexible material designed for this purpose. The diameter of the slope drain shall be equal over its entire length. Reinforced hold-down grommets shall be spaced at or less than 10-foot intervals. Slope drains shall be sized as listed in the table below to be adequate for a 10-year, 24-hour storm event with a runoff coefficient of 0.6. If an area has a runoff coefficient of more than 0.6,designer shall provide the proper pipe size to accommodate the excess flow. Table 1055-1: Size of Slope Drain Maximum Drainage Area(acres) Pipe Diameter(inches) 0.5 12 1.5 18 2.5- 21 3.5: 24 5.0 30 3. Entrance Sections: a. The entrance to the slope drain shall consist of a standard flared end-section with appropriate inlet protection as set forth in Design Guide 5.0, Culvert Inlet Protection. If ponding will cause a problem at the entrance and make such protection impractical, appropriate sediment-removing measures shall be taken at the outlet of the pipe. Watertight fittings shall be provided. b. The height of the dike at the centerline of the inlet shall be equal to the diameter of the pipe plus 6 inches. Where the dike height is greater than 18 inches at the inlet, it shall be sloped at the rate of 3H:IV or flatter to connect with the remainder of the dike. 4. Outlet Protection: The outlet of the slope drain must be protected from erosion as set forth in Design • Guide 6.0,Outlet Stabilization. DG7.1 - 1 r E. Standard Drawings: See Standard Drawing ESC-7.0(Temporary Diversion and Slope Drain). K1-1 F. Standard Specification: See ESC 3 -Standard Specification, Subsection 4.11 (Temporary Slope Drain). st ': i ] DG7.1 -2 • • DESIGN GUIDE 8.0 -TEMPORARY STREAM CROSSING A. Description: A temporary stream crossing is a small stream crossing required when construction vehicles need to cross or when in-stream utility construction is necessary. B. Application: They are generally applicable to flowing streams with drainage areas less than one square mile. Structures or methodology for crossing streams with larger drainage areas should be designed by methods which more accurately define the actual hydrologic and hydraulic parameters which will affect the functioning of the structure. Crossings serve to help protect sediment from entering the stream from construction within approach areas, minimize the amount of disturbance within the stream itself, and allow vehicle access across the stream. 1. VEHICULAR CROSSINGS a. Planning Considerations: Temporary stream crossings are necessary to prevent construction vehicles from damaging streambanks and continually tracking sediment and other pollutants into the flow regime. They should be planned to be in service for the shortest practical period of time and to be removed as soon as their function is completed. The designer must also be aware that such structures are subject to the rules and regulations of the U.S. Army Corps of Engineers for in-stream modifications (i.e., the 404 permit). A temporary bridge crossing is a structure made of wood, metal, or other material which provides access across a stream or waterway. It is the preferred method for temporary stream crossings. Normally, bridge construction causes the least amount of disturbance to the stream bed and banks when compared to the other types of crossings. They can also be quickly removed and reused. In addition, temporary bridges pose the least chance for interference with fish migration when compared to the other temporary access stream crossings. A temporary culvert crossing is a structure consisting of rock or crushed concrete and sections of circular pipe, pipe arches, or oval pipes of reinforced concrete, corrugated metal, or structural plate which are used to convey flowing water through the crossings. Temporary culverts are used where the channel is too wide for normal bridge construction or the anticipated loading of construction vehicles may prove unsafe for single span bridges. The rock or crushed concrete, along with the temporary culverts, can be salvaged and reused. b. Design Criteria: See ESC 3 - Standard Specification, Subsection 4.15 (Temporary Stream Crossing) for design criteria. 2. UTILITY CROSSINGS a. Planning Considerations: Utility construction, by virtue of its sprawling, linear nature, frequently crosses and impacts live streams. There is a potential for excessive sediment loss into a stream by both the disturbance of the approach areas and by the work within the streambed and banks. It is often difficult to decide what type of control to use at a utility stream crossing. A method such as the boring and jacking of pipe below a streambed, which would prevent disturbance within the watercourse, is a preferred method if it is practical. However, in cases where in-stream work is unavoidable, consideration must be given to providing adequate mitigation of sediment loss while minimizing the amount of encroachment and time spent working in the channel. Sometimes there is less damage to the environment by providing substantial controls for the approach areas and refraining from installing extensive measures in the stream itself. However, when the installation of the utility line within streambed and banks will take an extended period of construction time, consideration should be given to substantial in-stream controls or stream diversion in order to prevent excessive erosive damage. DG 8.0 - 1 Designers and plan reviewers should always make site visits to proposed crossing to help ensure the most appropriate stream crossing method is chosen. State and federal construction permits and corresponding requirements shall apply and be satisfied. There are several methods for dealing with utility stream crossings which allow for work to be completed under dry conditions to prevent excessive sediment damage. Stream utility crossings plans and specifications shall be submitted to the City for review and approval, prior to construction. b. Design Criteria: See ESC 3 - Standard Specification, Subsection 4.15 (Temporary Stream Crossing) for design criteria. C. Standard Drawings: See Standard Drawing ESC-8.0 (Temporary Stream Crossing). D. Standard Specification: See ESC 3 -Standard Specification, Subsection 4.15 (Temporary Stream Crossing). DG 8.0-2 DESIGN GUIDE 9.0—TEMPORARY SLOPE BREAK A. Description: Slope breaks consist of erosion control practices such as earth diversions, sediment fence or other approved devices, to minimize erosion and sedimentation along long slopes, if no other erosion control practice (temporary seeding, permanent seeding, hydrocover, etc.) is in place, or is not yet established. Slope breaks can include grading practices during construction to minimize long, steep slopes while establishing suitable topography for buildings, facilities, and other land uses. B. Application: Sites with long or steep disturbed slopes. C. Planning Considerations: Review the grading plan showing disturbed areas, cuts, fills, and finished elevations throughout site. Review and improve construction grading phasing plan to minimize erosion. D. Design Criteria: 1. Scheduling Construction Activities: Schedule construction activities in such a way that the least area is disturbed at one time. 2. Slope Breaks: Use slope breaks, such as diversions, sediment fence or other devices to reduce the length of cut-and-fill slopes to limit sheet and rill erosion. Refer to the following Table, which provides suggested guidelines for spacing of slope breaks. Table 9.0-1: Guidelines for Spacing Slope Breaks Slope Spacing(ft) 33-50% 20 25-33% 40 15-25% 60 10-15% 80 6-10% 120 3-6% 200 <3% 300 3. Surface Runoff: Avoid disturbing natural drainageways, if possible. At each slope break, intercept runoff and channel to storm drains or stabilized watercourses. If runoff is laden with sediment, protect drain inlets with a filter or divert water to a sediment trap or basin according to the site grading plan. 4. Erosion Control: Graded areas should be stabilized with mulch, vegetation, rock or crushed concrete, or other measures, as soon as work is completed or if work is interrupted for 30 or more working days. 5. Slopes to be Vegetated: Vegetation shall be placed on slopes of 2H:1 V or flatter or 3H:1V or flatter where maintained by tractor or other equipment. Slopes should be roughened during grading operations to retain water, increase infiltration, and promote vegetative growth. Slopes should be protected from surface runoff. 6. Borrow and Disposal Areas: Borrow and disposal areas shall be shown on the grading plan and no closer than 50 feet to a streambank. Sediment control devices must be used on the down slope side of these areas. 7. Outlet: Stable channels and waterways should be provided for runoff from the disturbed area to retain sediment on site. DG 9.0- 1 DESIGN GUIDE 10.0-TEMPORARY SEDIMENT BASIN A. Description: A temporary sediment basin is a temporary barrier or dam with a controlled stormwater release structure formed by constructing an embankment of compacted soil across a drainageway. It can detain sediment-laden runoff from disturbed areas in wet and dry storage long enough for the majority of the - sediment to settle out. B. Application: They are used below disturbed areas where the total contributing drainage area is greater than or equal to 3 acres. There must be significant space and appropriate topography for the construction of a temporary impoundment. These structures are limited to a useful life of 18 months unless they are designed as permanent impoundments. Any sediment basin detaining 30 acre-feet or more or 10 feet in height shall be designed by a professional Engineer and Kansas dam safety rules and regulations shall apply. C. Planning Considerations: 1. Effectiveness: The effectiveness of the basin is based on primarily two factors: the system of erosion and sediment controls above the basin and the designed shape of the basin. The sediment basin is usually the final control before stormwater discharges from the site; therefore, it should be used in conjunction with erosion control practices such as temporary seeding, mulching, diversion dikes, and other sediment control devices to reduce the amount of sediment flowing into the basin. The shape of the basin can increase its effectiveness by increasing the distance between where runoff enters the basin and where it is discharged; this will increase the settling time for the sediment. The sediment removal efficiency problems of the temporary sediment trap are also applicable to the sediment basin. In order to contain the majority of sediment which flows to the structure, the basin should have a permanent pool, or wet storage area, and a dry storage area which dewaters over time. The volume of wet storage required to prevent short-circuiting of the basin during larger storm events must be an additional 67 cubic yards per acre of drainage area. The total storage volume of the basin at the principal spillway riser crest should therefore be 134 cubic yards per acre of drainage area. Sediment basins, along with other perimeter controls intended to trap sediment shall be constructed as a first step in any land disturbing action and shall be made functional before upslope land disturbance takes place. 2. Location: To improve the effectiveness of the basin, it should be located to intercept the largest possible amount of runoff from the disturbed area. The best locations are generally low areas and natural drainageways below disturbed areas. Drainage into the basin can be improved by the use of diversion dikes and ditches. The basin must not be located in a live stream but should be located to trap runoff before it enters a stream. The basin should not be located where its failure could result in the loss of life or interruption of public utility service or roads. • 3. Multiple Use: Sediment basins may remain in place after construction and final site stabilization are completed to serve as permanent stormwater management structures. Because the most practical location for a sediment basin is often the most practical location for a stormwater management basin, it is often _ desirable to utilize these structures for permanent stormwater management purposes. It should be noted that in most cases, a typical structure's outfall system will be defined during construction and post-construction periods. Care must be taken to avoid constructing an outfall system which will achieve the desired post- construction control but will not provide the requirements for construction runoff. The design for permanent ponds is beyond the scope of these standards and specifications. DG10.0- 1 D. Design Criteria: Sediment Basins shall be designed by a Professional Engineer in Kansas and shall satisfy all applicable local, state and federal rules and regulations. The embankment, reservoir, spillway and appurtenances shall be constructed as shown on plans drawings prepared by the Professional Engineer and as approved by the City. 1. Maximum Drainage Area: The maximum allowable drainage area to a temporary sediment basin shall be 100 acres. When the drainage area to any one temporary basin exceeds 50 acres, an alternative design procedure shall be used to more accurately define the specific hydrology and hydraulics of the site and the control measure. The design procedures in this document does not generate hydrographs, utilize storage volumes, or provide a routing of the design storms; for a large drainage area, this may result in an excessively large diameter riser or an oversized basin. Design considerations which are more accurate and project-specific than those in this specification are acceptable and encouraged with any size basin. 2. Basin Capacity: The design storage capacity of the basin must be at least 134 cubic yards per acre of contributing drainage area. One half of the total design volume shall be in the form of a permanent pool and the remaining half as drawdown volume. The permanent pool shall be from the low point of the basin to the elevation corresponding to one half the total storage volume. The drawdown area shall be from the elevation of the permanent pool to the crest of the principal spillway or riser pipe. Sediment should be removed from the basin when the volume of the permanent pool has been reduced by one-half. In no case shall the sediment clean out level be higher than one foot below the bottom of the dewatering device. The elevation of the sediment clean out level should be calculated and clearly marked on the plans and riser.The location of this mark on the riser normally will be under water; therefore a mark should also appear above the permanent pool a measured distance above the clean out elevation. While attempting to attain the desired storage capacities, efforts should be made to keep embankment heights to a minimum. This precaution takes on added significance when the basin will only serve as a temporary structure or will need substantial retrofitting prior to functioning as a permanent structure. When site topography permits, the designer should give strong consideration to the use of excavation to obtain the required capacity and to possibly reduce the height of the embankment. This excavation can be performed in a manner which creates a wet storage area or which increases the storage capacity over the entire length of the basin. a. For a natural basin, the wet storage volume may be approximated as follows: V1 =0.4xA1xDi where, VI =the wet storage volume in cubic feet Ai =the surface area of the flooded area at the invert of the dewatering outlet in square feet DI =the maximum depth, measured from the low point in the basin to the invert of the dewatering outlet in feet b. For a natural basin, the dry storage volume may be approximated as follows: V2={(A1 +A2)/2}xD where, V2=the dry storage volume in cubic feet Al =the surface area of the flooded area at the invert of the dewatering outlet in square feet DG 10.0-2 A2 = the surface area of the flooded area at the crest of the principal spillway in square feet D2= the depth measured from the invert of the dewatering outlet to the crest of the principal spillway in feet Note 1: The volumes may be computed from more precise contour information or other suitable methods. If the volume of the basin is inadequate or embankment height becomes excessive, use excavation to obtain the required volume. 3. Basin Shape: To improve sediment trapping efficiency of the basin, the effective flow length should be twice the effective flow width. This basin shape may be attained by properly selecting the site of the basin or by using excavation or baffles. a. The shape of the basin must be such that the length-to-width ratio is at least 2 to 1 according to the following equation: Length-to-Width Ratio= L/We where, We=A/L=the effective width A=the surface area of the normal pool L = the length of the flow path from the inflow to the outflow. If there is more than one inflow point, any inflow which carries more than 30 percent of the peak rate of inflow must meet these criteria. b. Baffles increase the flow length by deflecting the flow. The baffles should be placed halfway between the inflow point and the outflow. Standard Drawing ESC 10.0 shows the detail for baffle construction. 4. Embankment Cross Section: For embankments of less than 10 feet, the embankment must have a minimum top width of 6 feet, and the side slopes must be 2H:1V or flatter. In the case of an embankment 10 to 14 feet in height, the minimum top width shall be 8 feet and the side slopes shall be 2.5H:1 V or flatter. 5. Spillway Design: The outlets for the basin shall consist of a principal and an emergency spillway. These - outlets must pass the peak runoff expected for a 25-year storm. If a separate emergency spillway is not feasible due to site conditions or basin geometry, the principal spillway must pass the entire peak runoff expected from the 25-year storm. An attempt to provide a separate emergency spillway should always be made. Runoff computations shall be based upon bare soil conditions. The flow through the dewatering orifice cannot be utilized when calculating the 25-year storm elevation because of its potential to become clogged; therefore, available spillway storage must begin at the principal spillway riser crest. E. Principal Spillway: For maximum effectiveness, the principal spillway should consist of a vertical pipe or box of corrugated metal or reinforced concrete with a minimum diameter of 15 inches,joined by a watertight connection to a horizontal outlet pipe, or barrel extending through the embankment and outletting beyond the downstream toe of the fill. DG 10.0- 3 1. Principal Spillway Design: a. If an emergency spillway is included, the principal spillway must be at least pass the peak rate of runoff from the basin drainage area for a 2-year,24-hour storm. Qp= the 2-year peak rate of runoff b. If an emergency spillway is not included, the principal spillway must pass the peak rate of runoff from the basin drainage area for a 25 year storm. Therefore, Qp=the 25-year peak rate of runoff c. Refer to Figure 10.0-1, where h is the difference between the elevation of the crest of the principal spillway and the elevation of the crest of the emergency spillway. d. Determine the riser diameter by choosing the smallest riser with slightly more flow capacity than the horizontal principal spillway pipe with the available head, h. e. Refer to Figure 10.0-1 where H is the difference in elevation of the centerline of the outlet of the barrel and the crest of the emergency spillway. L is the length of the barrel through the embankment. f. Determine the appropriate barrel size which will pass the required flow volume. DG 10.0-4 • Figure 10.0-1 PRINCIPAL SPILLWAY DESIGN EMERGENCY SPILLWAY DESIGN HIGH WATER CREST h ` ANTI—VORTEX ANTI-SEEP DEVICE pr COLLARS N ` RISER 1i. BARREL 11=11=11=11=11=1 I•: 11=11-, =11=11=11=11: � 11=11=11=11=1 u 1 n ...* . :11=11=11=t7=11=,11-11-11-11-11-11 — :11 11 1 11-11=11 II-11 11 I1-11 11 11 11: II !C 11 II .11 11=!.•=11=t1=11=11=11=11=11=11=--11=11=11= =11=11=.11, u 11 . =11=11=11=11=11 =-'11=11=11=11:-211=1 -I— CONCRETE BASE ;�11 II�1 n 1 11=11 Ii= - - =11=11=11=11 H = HEAD ON PIPE THROUGH EMBANKMENT h = HEAD OVER RISER.CREST L.= LENGTH OF PIPE.THROUGH EMBANKMENT DP= DIAMETER OF PIPE THROUGH EMBANKMENT Dr= DIAMETER OF RISER Source: VA. DCR, 1992 2 Design Elevations: The crest of the principal spillway shall be set at the elevation corresponding to the total storage volume required. If the principal spillway is used in conjunction with an emergency spillway, this elevation shall be at least 1.0 foot below the crest of the emergency spillway. A minimum freeboard of 1.0 foot shall be provided between the design high water and the top of the embankment. See Figure 10.0-1. If no emergency spillway is used, the crest of the principal spillway shall be at least 3 DG 10.0-5 feet below the top of the embankment; a minimum freeboard of 2.0 feet shall be provided between the design high water and the top of the embankment. 3. Additional Design Elements: The following additional design elements shall be considered, documented in plans, specifications and the attached temporary sediment basin data sheet, and submitted to the City for review and approval, prior to construction. a. Principal spillway anti-vortex device b. Basin dewatering device(drawdown valve) c. Need for anti-seep collars d. Emergency spillway capacity and stability - The emergency spillway must pass the remainder of the 25-year peak rate of runoff not carried by the principal spillway e. Pedestrian safety. 4. Temporary Sediment Basin Design Data Sheet: The following data sheet shall be completed and submitted to the City for review and approval, prior to construction. DG 10.0—6 TEMPORARY SEDIMENT BASIN DESIGN DATA SHEET (with or without emergency spillway) Project Basin# Location Total area draining to basin: acres. Basin Volume Design Wet Storage: 1. Minimum required volume=67 cu. yds. X Total Drainage Area(acres). 67 cu. yds/acre x acres= cu. yds. 2. Available basin volume= cu. yds. at elevation _ (From storage—elevation curve). • 3. Excavate cu. Yds. To obtain required volume*. *Elevation corresponding to required volume=invert of the dewatering office. 4. Available volume before cleanout required: 33 cu. yds/acre x acres= cu. yds. 5. Elevation corresponding to cleanout level = (From Storage—Elevation Curve). 6. Distance from invert of the dewatering orifice to cleanout level ft. (Min. = 1.0 ft.) Dry Storage: 7. Minimum required volume=67 cu. yds. X Total Drainage Area in acres. 67 cu. yds. X acres= cu. yds. 8. Total available basin volume at crest of riser*= cu. yds. at elevation (From Storage-Elevation Curve). *Minimum= 134 cu. yrds./acre of total drainage area. • 9. Diameter of dewatering orifice= in. Preliminary Design Elevations: 10. Crest of Riser= Top of Dam= 9 Design High Water= Upstream Toe of Dam DG 10.0—7 Basin Shape: 11. Length of Flow L = Effective Width We If>2, baffles are not required If<2, baffles are required Runoff: 12. Q2 = cfs 13. Q25= cfs Principal Spillway Design: 14. With emergency spillway, required spillway capacity Qp=Q2= cfs. (riser and barrel) Without emergency spillway, required spillway capacity Qp=Q25= cfs. (riser and barrel) 15. With emergency spillway: Assumed available head, 11= ft. (Using Q2) h =Crest of Emergency Spillway Elevation—Crest of Riser Elevation Without Emergency spillway: Assumed available head, h= ft. (Using Q2) H=Design High Water Elevation—Crest of Riser Elevation 16. Riser diameter, Dr in. Actual head, H= ft. Note: Avoid orifice flow conditions 17. Barrel length, 1 = ft. Head, H, on barrel through embankment= ft. 18. Barrel diameter= in. 19. Trash rack and anti-vortex device Diameter= inches. Height= inches. DG 10.0—8 Emergency Spillway Design: 20. Required spillway capacity Qe=Q25—Qp=_cfs. 21. Bottom width,b= ft.; the slope of the exit channel,s= foot/foot; and the minimum length of the exit channel, x+= ft. Anti-Seep Collar Design: 22. Depth of water at principal spillway crest, Y= ft. Slope of upstream face of embankment, Z= : 1 Slope of principal spillway barrel, Sb= % Length of barrel in saturated zone, Ls = ft. 23. Number of collars required= dimensions= Final Design Elevations: 24. Top of Dam= Design High Water= Emergency Spillway Crest= Principal Spillway Crest= Dewatering Orifice Invert= Cleanout Elevation = Elevation of Upstream Toe of Dam or Excavated Bottom of"Wet Storage Area" (if excavation was performed) _ DG 10.0-9 F. Standard Drawings: See Standard Drawing ESC-10.0(Temporary Sediment Basin). G. Standard Specification: See ESC 3 -Standard Specification, Subsection 4.14(Temporary Sediment Crossing). DG 10.0- 10 DESIGN GUIDE 11.0-TEMPORARY SEDIMENT TRAP A Description: A temporary sediment trap is a temporary ponding area formed by constructing an earthen embankment with a rock or crushed concrete outlet. It serves to detain sediment-laden runoff from small- disturbed areas long enough to allow the majority of the sediment to settle out. B. Application: 1. Locate the trap below disturbed areas where the total contributing drainage area is less than 3 acres. 2. The trap will be used no longer than 18 months. 3. The sediment trap may be constructed either independently or in conjunction with a temporary diversion. C. Planning Considerations: Sediment traps should be used only for small drainage areas. If the contributing drainage area is 3 acres or greater, a Temporary Sediment Basin should be used. Sediment traps, along with other perimeter controls intended to trap sediment shall be constructed as a first step in any land-disturbing activity and shall be made functional before upslope land disturbance takes place. In most cases excavation will be required to attain the necessary storage volume. Also, sediment must be • periodically removed from the trap to maintain the required volume. Plans should detail how excavated sediment is to be disposed of. D. Design Criteria: 1. Trap Capacity: The sediment trap must have an initial storage volume of 134 cubic yards per acre of drainage area, half of which shall be in the form of a permanent pool or wet storage to provide a stable settling medium. The remaining half shall be in the form of a drawdown or dry storage which will provide extended settling time during less frequent, larger storm events. The volume of the wet storage shall be measured from the low point of the excavated area to the base of the rock or crushed concrete outlet to the crest of the rock or crushed concrete outlet overflow mechanism. Sediment should be removed from the basin when the volume of the wet storage is reduced by one-half. For a sediment trap the wet storage volume maybe approximated as follows: V1=0.85xA1xD1 where, VI =the wet storage volume in cubic feet AI =the surface area of the flooded area at the base of the rock or crushed concrete outlet in square feet. Di =the maximum depth in feet, measured from the low point in the trap to the base of the rock or crushed concrete outlet The dry storage volume may be approximated as follows: V2 = {(A1 +A2)/2}x D2 where, V2=the dry storage volume in cubic feet Ai =the surface area of the flooded area at the base of the rock or crushed concrete outlet in square feet DG11.0- 1 Az =the surface area of the flooded area at the crest of the rock or crushed concrete outlet overflow mechanism, in square feet D2= the depth in feet, measured from the base of the rock or crushed concrete outlet to the crest of the rock or crushed concrete outlet The design shall attempt provide a storage area which has a minimum 2:1 length to width ratio measured from the point of maximum runoff introduction to outlet. 2. Excavation: Side slopes of excavated areas should be no steeper than 1H:1V. The maximum depth of excavation within the wet storage area should be 4 feet to facilitate clean-out and for site safety considerations. 3. Outlet Structure: The outlet structure for the sediment trap shall consist of a rock or crushed concrete section of the embankment located at the low point in the basin. A combination of larger and small rock or crushed concrete shall be used to provide for filtering and detention as well as outlet stability. The smaller rock or crushed concrete, which enhances filter efficiency, shall be 2-inch, and rock or crushed concrete shall be 10-inch dso. Filter cloth shall be placed at the rock or crushed concrete-soil interface to act as a separator. The minimum length of the outlet shall be 6 feet times the number of acres comprising the total area draining to the trap. The crest of the rock or crushed concrete outlet must be at least 1.0 foot below the top of the embankment to ensure that the flow will travel over the rock or crushed concrete and not the embankment. 4. Embankment Cross Section: The maximum height of the sediment trap embankment shall be 5 feet as measured from the base of the rock or crushed concrete outlet. Minimum top widths (W) and outlet heights (Ho) for various embankment heights (H) are shown in Standard Drawing ESC-11.0. Side slopes of the embankment shall be 2H:1 V or flatter. 5. Removal: Sediment traps must be removed after the contributing drainage area is stabilized. Restore original grade elevations and stabilize soil throughout limits of sediment trap, after removal. E. Standard Drawings: See Standard Drawing ESC-11.0 (Temporary Sediment Trap). F. Standard Specification: See ESC 3 - Standard Specification, Subsections 4.5 (Rock Barrier) and 4.10 (Temporary Diversion). • DG 11.0-2 DESIGN GUIDE 12.0—TEMPORARY CHECK DAM A. Description: Check dams are small temporary dams constructed across a swale or drainage ditch. These can be constructed of Rock or Crushed Concrete Barriers or Sediment Fence (Reinforced) under low flow conditions. Sediment Fence Barriers may be used when contributing drainage area is 1 acre or less, or as approved by the City. B. Application: Check dams reduce the velocity of concentrated stormwater flows, thereby reducing erosion of the swale or ditch. They also trap sediment generated from adjacent areas or the ditch itself, by creating ponding areas for the runoff. C. Planning Considerations: Permanent vegetation or structural lining shall be installed as promptly as possible after flow is confined, in addition to installing check dams. - Remove sedimentation, restore plan grade elevations and reseed as necessary after check dams are removed. Care shall be taken to remove all stone when the dam is removed, including any stone which has washed "" downstream. Geotextile fabric may be used under the rock for easier removal. D. Standard Drawings: See Standard Drawing ESC-12.0(Temporary Check Dam). E. Standard Specification: See ESC 3 -Standard Specification, Subsections 4.4(Sediment Fence),4.5 (Rock or Crushed Concrete Barrier), and 4.7 (Straw Wattle). • DG12.0- 1 DESIGN GUIDE 13.0—STRAW WATTLE A. Description: Log or wattle products are tubes of open weave containment material filled with rice or wheat straw fibers and used as a small height barrier for diversion or sedimentation devices. They come in a variety of diameters and lengths. B. Application: Logs or wattles can be used as perimeter control for disturbed areas of one quarter acre or less, along contours as slope breaks, for inlet protection, for ditch checks, and for streambank protection. C. Planning Considerations: This type of sediment barrier is designed for surface flows not exceeding 1 cfs, slopes 1H:1 V or flatter, and areas where sediment fence in not practicable. D. Design Criteria: Logs or wattles should be designed and used as per manufacturer's recommendations for each specific products. E. Standard Drawing: See Standard Drawing ESC-13.0(Straw Wattle). F. Standard Specification: See ESC 3 - Standard Specifications, Subsection 4.7 (Straw Wattle). DG13.0- 1 DESIGN GUIDE 14.0-SEDIMENT FENCE I. STANDARD SEDIMENT FENCE A. Description: Sediment fence is a temporary sediment barrier consisting of a synthetic fabric stretched across and attached to supporting posts and entrenched or sliced in place. See Standard Drawing ESC- 14.0,for details. B. Application: 1. To intercept and detain small amounts of sediment from disturbed areas of limited extent in order to prevent sediment from leaving the construction site. 2. To decrease the velocity of sheet flows. C. Planning Considerations: Prior to start of construction, sediment fence placement should be designed by a qualified professional. Plans and specifications should be referred to by field personnel throughout the construction process. D. Design Criteria: 1. Drainage Area: Limited to 'A acre per 100 feet of fence for sheet flow. Area is further restricted by slope steepness as shown in Table 14.0-1. 2. Location: Fence should be built on a nearly level grade and at least 10 feet from the toe of the slope to provide a broad shallow sediment pool. Install on the contour where fence can intercept runoff as a sheet flow, not in channels, waterways, or other concentrated flow paths and not attached to existing trees. 3. Length: Maximum of 600 feet. Flare ends of fence uphill to temporarily impound water. Table 14.0-1:Typical Land Slope and Distance for Sediment Fence Maximum Slope Distance*above Fence Land Slope(%) (feet) Less than 2 150 2to5 100 *Follow manufacturer's recommendations for proper placing. 4. Spacing of Support Posts: 10 feet maximum for fence supported by wire; 6 feet maximum for high strength fabric without supportive wire backing. 5. Trench: Bottom 1 foot of fence must be buried minimum of 6 inches deep, per Standard Drawing ESC-14.0. 6. Impounded Water Depth: Not to exceed 1.5 feet at any point along the fence. 7. Support Posts: 4-inch diameter wood or 1.33 lb./linear foot steel, buried or driven to a depth of 24 inches with support wire; 2-inch square wood or 1.0 lb./linear foot steel without support wire. Steel posts should have projections for fastening fabric. 8. Synthetic Geotextile Fabric: Conforming to specifications in the table below and containing ultraviolet light inhibitors and stabilizers. Minimum design life of 6 months. DG 14.0- 1 3 Table 14.0-2: Example Specifications for Sediment Fence Fabric Physical Property Minimum Requirement Test Filtering Efficiency 75% ASTM 5141 Tensile Strength at 20%(maximum)elongation*: Standard strength 30 lb./linear inch ASTM 4632 High strength 50 lb./linear inch ASTM 4632. Flow Rate 0.2 gal./sq.ft./minute ASTM 5141 Ultraviolet Radiation Stability 90% ASTM-G-26 *Properties are reduced by 50%after 6 months of installation. See Standard Drawing ESC-14.0, Sediment Fence for additional details. 9. Installation: Sediment fence shall be installed using sediment fence installation machines specifically manufactured for the purpose of installing sediment fence. II.SEDIMENT FENCE(REINFORCED) A. Description: A temporary barrier of Geotextile Class F over wire fence is used to intercept sediment- laden runoff from small drainage areas. B. Application: Sediment Fence (Reinforced) reduces runoff velocity and allows for the deposition of transported sediment. Limits imposed by ultraviolet light stability of the fabric will dictate the maximum period that the sediment fence may be used. I. Sediment Fence (Reinforced) provides a barrier that collects and holds debris and soil, protecting sensitive areas, woods, and wetlands. 2. Sediment Fence (Reinforced)can be used where the installation of a dike would destroy sensitive areas, woods, and wetlands. 3. Sediment Fence (Reinforced) shall be placed as close to the contour as possible. No section of sediment fence should exceed a longitudinal grade of 5%for a distance of more than 50 feet. - C. Planning Considerations: See Standard Drawing ESC-14.1, Sediment Fence (Reinforced) for additional details. D. Design Criteria: Length of the flow above a Sediment Fence (Reinforced) shall conform to the limitations in Table 14.0-3: • Table 14.0-3: Length of Sediment Fence(Reinforced) Slope Slope Steepness Slope Length(maximum) Sediment Fence Length (maximum) 0— 10% 0— 10:1 Unlimited Unlimited 10—20% 10:1 —5:1 200 feet 1,500 feet 20—33% 5:1 —3:1 100 feet 1,000 feet 33—50% 3:1 —2:1 100 feet 500 feet 50%+ 2:1 + 50 feet 250 feet Ends of geotextile fabric shall be overlapped, folded, and stapled to prevent sediment bypass. See Standard Drawing ESC-14.1, Sediment Fence(Reinforced) for additional details. DG 14.0-2 III. REFERENCES A. Standard Drawings: See Standard Drawings ESC-14.0 (Sediment Fence) and ESC-14.1 (Sediment Fence—Reinforced). B. Standard Specification: See ESC 3 -Standard Specification, Subsection 4.4. • DG 14.0-3 DESIGN GUIDE 15.0-EROSION CONTROL BLANKET A. Description: Rolled erosion control products are protective covering netting, blankets or turf reinforcement mats (TRMs) installed on a prepared planting area of a steep slope, channel, or shoreline. They aid in controlling erosion on critical areas by absorbing the energy from raindrop impacts and providing a microclimate which protects young vegetation and promotes its establishment. TRMs are also used to raise the maximum permissible velocity and shear stress of turf grass stands in channelized areas by enabling the turf to resist the forces of erosion during storm events. B. Application: Netting, blankets, and TRMs will aid in controlling erosion on slopes steeper than 8 percent and of highly erodible soils by providing a protective cover made of straw,jute, wood, or other organic plant fiber with cotton string or polypropylene netting to hold the product in a flat form. Netting can be used alone over blown straw as an alternative to crimping or use of a tackifier. These products can be used on short, steep slopes where erosion hazard is high and planting is likely to be too slow in providing adequate protective cover; in vegetated channels where the design velocity and shear stress of design flow exceed allowable on streambanks where moving water is likely to wash out new plantings; or in areas where the forces of wind prevent standard mulching practices from remaining in place until vegetation becomes established. Before installation of these products, the area should be final graded to a smooth and uniform surface, free of debris. Topsoil should be incorporated if needed. Seed and fertilize as shown on the plan. The erosion control netting, blankets, and mats should be installed in accordance with the manufacturer's recommendations and specifications. All products should be anchored firmly with continuous contact to the soil surface. Product should be anchored following the manufacturer's recommended stapling pattern for each specific application. Details for blanket and mat installation can be found in Standard Drawings ESC-16.0 through ESC-16.3. Some important factors in the choice of netting, blanket, or TRM are soil conditions, steepness of slope, length of slope, type and duration of protection required to establish desired vegetation, and probable sheer stress. Consult the manufacturer's product specifications to determine the correct product for each specific application required. C. Planning Considerations: Rolled erosion control blankets and mats can be applied to problem areas to supplement vegetation in its initial establishment and to provide a safe and more natural conveyance for high velocity stormwater runoff. They are used in many applications where a structural lining would previously have been required. Care must be taken to choose the blanket or matting which is most appropriate for the specific needs of a project. Two general types of blankets and mats are discussed within this section. However, with the abundance of soil stabilization products available today, it is impossible to cover all the advantages, disadvantages, and specifications of all manufactured blankets and mats. Therefore, there is no substitute for a thorough understanding of the manufacturer's recommendations and a site visit by a designer or plan reviewer to verify a product's appropriateness. Blankets should be used to help establish vegetation on previously disturbed slopes of 3H:1V or steeper. Since the materials which compose the soil stabilization blankets will deteriorate over time they should be used in permanent conveyance channels with the realization that resistance to erosion will ultimately be based on the type of vegetation planted and the existing soil characteristics. During the establishment of vegetation, blankets should not be subjected to velocities greater than 4 feet per second. DG15.0- I Blankets provide the following benefits in vegetative stabilization when properly applied: 1. Protection of the seed and soil from raindrop impact and subsequent displacement. 2. Thermal consistency and moisture retention for seedbed area. 3. Stronger and faster germination of grasses and legumes. 4. Planning off excess stormwater runoff. 5. Prevention of sloughing of topsoil added to steeper slopes. TRMs consist of a non-degradable, three-dimensional polypropylene structure which may also have coconut or other organic fiber layers within it so long as the non-degradable portion of the blanket will withstand design velocities and shear stresses after the organic fibers degrade. The matting becomes entangled and penetrated by roots forming continuous anchorage for surface growth and promoting enhanced energy dissipation. They should be used on slopes 2H:IV or steeper, and in stormwater conveyance channels. In addition to those benefits noted for blankets, TRMs provide the following benefits for vegetative stabilization and when replacing concrete and riprap channel linings: 1. Cause sediment to drop out of stormwater and fill matrix with fine soils which become the growth medium for the development of roots. 2. Act with the vegetative root system to form an erosion resistant cover, which resists hydraulic lift and shear forces when embedded in the soil within stormwater channels. Since TRMs are non-degradable, they can be used in permanent conveyance channels to withstand higher velocities and shear stresses than would normally be allowable with only soil and vegetation. Permissible velocities and shear stresses of TRM for reinforced grass- lined channels range from 10- 20 fps and 6-10 psf respectively. D. Standard Drawings: See Standard Drawings ESC-16.0 through ESC-16.3 (Erosion Control . Blanket). E. Standard Specification: See ESC 3 -Standard Specification, Subsection 3.8. 5..1 DG 15.0-2 DESIGN GUIDE 16.0—CONCRETE WASHOUT A. Description: A designated area on the construction site that is used for disposal of liquid and solid wastes from concrete usage during construction. The purpose of this is to control concrete wastes to prevent both onsite and off-site pollution. B. Application: A Concrete Washout is used to dispose of all concrete wastes on the construction site to prevent both on-site and off-site pollution. Concrete Washout and Maintenance shall be done during all concrete construction. C. Planning Considerations: Concrete washout wastewater is corrosive and toxic. The pH of concrete can be over 12 which is the same as many household cleaners. These toxins are dangerous to the environment. The toxins in concrete can make it difficult for plant growth. Restoration of the washout site and surrounding area may require removal and replacement of topsoil to achieve proper plant growth. Concrete washout water may be considered to be a hazardous waste due to the high pH (characteristic hazard waste due to corrosiveness). Disposal shall meet the City's regulations for disposal of concrete and concrete waste. If larger one day pours are scheduled, multiple facilities may be required or constant maintenance will be necessary throughout the day. D. Design Criteria: 1. Concrete Washout Geometry — See Standard Drawing ESC-17.0, Concrete Washout for Concrete Washout geometry. 2. Location — A Concrete Washout shall be placed in an area that allows for easy access on the construction site and in an area that can be maintained and utilized during any and all concrete operations during construction. E. Standard Drawing: See Standard Drawing ESC-17.0, Concrete Washout. F. Standard Specification: Standard Specification, Section 4.13 (Stabilized Pad), 4.17 (Concrete Washout). DG 16.0- 1 • ESC-2 ..„ STANDARD DRAWINGS : • TEMPORARY CONSTRUCTION ENTRANCE TEMPORARY CONSTRUCTION ENTRANCE PAD NOTES: 50'MIN. EXISTING (30'MIN.SINGLE FAMILY A)INSTALLATION: GROUND RESIIENTIALLOTONLY) EXISTING A`"- 3' S'1 PAVEMENT an,°,'°-nnii$S�inu�n°°-3°7=� ��'*' �'-�v��"'�'�'�:C'�'�4�:�'��4�=-•Te4' 1. AVOID LOCATING ON STEEP SLOPES OR AT CURVES ON PUBLIC ROADS.IF POSSIBLE,LOCATE t'^�efl°8a11W"-51 WHERE PERMANENT ROADS WILL EVENTUALLY BE CONSTRUCTED. A.- MOUNTABLE BERM 6"MIN. (OPTIONAL) 2. REMOVE ALL VEGETATION AND OTHER UNSUITABLE MATERIAL FROM THE FOUNDATION AREA, GRADE,AND CROWN FOR POSITIVE DRAINAGE. SIDE ELEVATION NOT TO SCALE 3. IF SLOPE TOWARDS THE PUBLIC ROAD EXCEEDS 2%,CONSTRUCT A6 TO 8-INCH HIGH RIDGE WITH T 3H:1 V SIDE SLOPES ACROSS THE FOUNDATION APPROXIMATELY 15 FEET FROM THE EDGE OF THE 50'MIN. PUBLIC ROAD TO DIVERT RUNOFF. 30'MIN.SINGLE FAMILY EXISTING RESIDENTIAL LOT ONLY) li 10'MIN. 4. INSTALL PIPE UNDER THE ENTRANCE IF NEEDED TO MAINTAIN DRAINAGE DITCHES ALONG PUBLIC GROUND B '� ROADS. _-n-yr^ vI:IA:77., . t. -TfAii IA TI n=nan=u84 iYn=u�r i?3.,ii lAtZril A'S} 5. PLACE ROCK OR CRUSHED CONCRETE TO DIMENSIONS AND GRADE AS SHOWN ON PLANS.LEAVE i=i1=it= *'• SURFACE SMOOTH AND SLOPED FOR DRAINAGE. an=n=grl��rl�,rr Y! REV�ITeTiwiy ,�• i..�� 10'MI .., EXISTING 6. DIVERT ALL SURFACE RUNOFF AND DRAINAGE FROM THE ENTRANCE TO A SEDIMENT CONTROL "�„P 4.14 � PAVEMENT DEVICE. 41=11= � }� WASHRACK ,., b1=nau (OPTIONAL) 7.CONSTRUCTION ENTRANCE SHALL BE CONSTRUCTED SIMULTANEOUSLY WITH RECEIVING SEDIMENT Ea i:11SiEVAir=ing i�iSy. ry _� ,.1 ,1.11gn=rtan=,.. n iii�: �1�•..7A1 CA CONTROL DEVICE. 2"ROCK B ` 8. SEE STANDARD SPECIFICATION,SECTION 4.13(STABILIZED PAD) OR CRUSHED POSITIVE DRAINAGE !Iif� TO SEDIMENT 1 10'MIN. CONCRETE CONTROL DEVICE B)TROUBLESHOOTING: •MUST EXTEND FULL WIDTH OF INGRESS AND EGRESS OPERATION PLAN VIEW 1. CONSULT WITH A QUALIFIED DESIGN PROFESSIONAL IF ANY OF THE FOLLOWING OCCUR: NOT TO SCALE a. INADEQUATE RUNOFF CONTROL TO THE EXTENT THAT SEDIMENT WASHES ONTO PUBUC 20'MIN. ROAD-INSTALL DIVERSIONS OR OTHER RUNOFF CONTROL MEASURES. „'lr• �•- •'rr'r,•'r� r1-r,• r;•"r;•'r•-7•--r,•-r�-� ! b. SMALL ROCK OR CRUSHED CONCRETE,THIN PAD,OR ABSENCE OF GEOTEXTILE FABRIC Si "' , , ,' M 1 11 � .49.. 3"MIN. RESULTS IN RUTS AND MUDDY CONDITIONS AS ROCK OR CRUSHED CONCRETE IS ia=n=r=i•'r . r+*r++ rryry*rr+ rr+' ryryry,•�rynraryr�,#r+,*r nai=iibn?uLrl=i����i��4:4:414:44#1:404:4.-I420140����� �������%��•�����•��.i MAW" 3"MIN. PRESSED INTO SOIL-INCREASE ROCK OR CRUSHED CONCRETE SIZE OR PAD ii=n.+n-n=n-n=u-S�i*,• r. r. r,• r.• n-,n-u=ni=non-n_.n=!*�.��- �r��+f. '� THICKNESS OR ADD GEAOTEXTILE FABRIC. il=i =Qi inn"5118 11 ii n SECTION A-A c. PAD TOO SHORT FOR HEAVY CONSTRUCTION TRAFFIC-EXTEND PAD BEYOND THE NOT TO SCALE MINIMUM SO-FOOT LENGTH AS NECESSARY. r 6'-T' C)INSPECTION AND MAINTENANCE: �aViSli R4' S� ... 1. INSPECT ROCK OR CRUSHED CONCRETE PAD AND SEDIMENT DISPOSAL AREA WEEKLY AND AFTER 112-INCH St:Wig," 7 fr r r+ r1% OR GREATER STORM EVENTS. �' �' �' r ryxrr �yr • •� � � � f�'�� '�''ter 2. RESHAPE PAD AS NEEDED FOR PROPER DRAINAGE AND RUNOFF CONTROL volmomategmat 41 1.1 i sma rar7 i yoril yins motia ror g- 40 3. TOPDRESS WITH CLEAN 2-INCH ROCK OR CRUSHED CONCRETE AS NEEDED. r � u r r r r r sue•- '" r i �9KNO AVii iy ry }, r ry�ry r r 4. IMMEDIATELY REMOVE MUD OR SEDIMENT TRACKED OR WASHED ONTO PUBLIC ROAD.REPAIR .� �.a�ial rya of it .�ati.�.�i,tgi CA M° '!:Jl!:•Jt�'YM;Y!:Y!:YS:JIBS.Y!:Jl�:t�t!:J��SaI!:Jl!:YS:Yfr ANY BROKEN ROAD PAVEMENT IMMEDIATELY. REINFORCED CONCRETE DRAIN SPACE" 5. REMOVE ALL TEMPORARY ROAD MATERIALS FROM AREAS WHERE PERMANENT VEGETATION WILL SECTION B-B BE ESTABLISHED. NOT TO SCALE -ENSURE POSITIVE DRAINAGE IS PROVIDED TO SEDIMENT CONTROL DEVICE. ADOPTED: STANDARD DRAWING NO. TEMPORARY CONSTRUCTION ENTRANCE CITY OF SAUNA 2010 ESC-3.0 SEDIMENT FENCE AREA INLET PROTECTION NOTES: SEDIMENT FENCE AREA INLET PROTECTION A)CONSTRUCTION SPECIFICATIONS: NOTE: FOR ALTERNATE AREA INLET PROTECTION METHODS, SEE STANDARD SPECIFICATION,SECTION 4.12. 1. SEDIMENT FENCE SHALL CONFORM TO THE CONSTRUCTION SPECIFICATIONS FOR EXTRA STRENGTH FOUND IN THE TABLE BELOW AND SHALL BE CUT FROM A CONTINUOUS ROLL TO AVOID JOINTS. PHYSICAL PROPERTIES OF FABRIC IN SEDIMENT FENCE: PHYSICAL PROPERTY TEST REQUIREMENTS 2'x 4"WOOD FRAME AREA INLET FILTERING EFFICIENCY ASTM 5141 75% ;11 :WITH.GRATE \_,,1 ��c TENSILE STRENGTH AT 20% gASHT032 EXTRA STRENGTH- ■—: -=s;: i-,,. 'I; if (MAX.)ELONGATION' M288-96 50 LBSJLINEAR INCH N , iiii — efcFl ^iii..M.MOgi 311 ISIVERMIHEMIR'" FRAME FLOW RATE ASTM 5141 0.3 GAL./SQ.FT/ C— MINUTE" ? , ULTRAVIOLET RADIATION En �� ASTM D 4355 90 � -- �a�—sue /-tip STABILITY En ?:P`giii€ii IIIIIIIiii ii IIIIII;i':ill. �� I €'siIi'iii°iiiiiiiiitiiiiiiiip'iiliiliiii- GATHER _ I I I 1 _ _ EXCESS 'REQUIREMENTS REDUCED BY 50%AFTER SIX MONTHS OF INSTALLATION. .-.-...-..-- _ --_,,; AT CORNERS I I I " `_ �i'li`M ^ "HIGH POROSITY FABRIC MAY BE ADDED,IF NECESSARY. II II V v -����� i---. 2. FOR STAKES,USE 2x4 WOOD OR EQUIVALENT METAL WITH A MINIMUM LENGTH OF 3 FEET. 3. SPACE STAKES EVENLY AROUND THE PERIMETER OF THE INLET A MAXIMUM OF 3 FEET APART,AND • PERSPECTIVE VIEWS SECURELY DRIVE THEM INTO THE GROUND,APPROXIMATELY 18 INCHES DEEP. 4. TO PROVIDE NEEDED STABILITY TO THE INSTALLATION,FRAME WITH 2x4 WOOD STRIPS AROUND NOT TO SCALE THE CREST OF THE OVERFLOW AREA AT A MAXIMUM OF 1.5 FEET ABOVE THE AREA INLET CREST. STAKE 5. PLACE THE BOTTOM 12 INCHES OF THE FABRIC IN A TRENCH AND BACKFILL THE TRENCH WITH 12-INCHES OF COMPACTED SOIL 6. FASTEN FABRIC SECURELY BY STAPLES,OR WIRE IT TO THE STAKES AND FRAME.JOINTS MUST BE FABRIC - OVERLAPPED TO THE NEXT STAKE. FABRIC C ^1 Y IIiaiiiEl!iF u.°ei V 7. IT MAY BE NECESSARY TO BUILD A TEMPORARY DIKE ON THE DOWNSLOPE SIDE OF THE STRUCTURE TO PREVENT BYPASS FLOW. 1=f=1 I— 1111 i;;;;;;;;; -1 8. SEE STANDARD DARD SPECIFICATI ON,SECTION TION 4.4,USE REQUIREMENTS ON THIS DRAWING IF .I �I I I-I I-I I-1 I -III-I I REQUIREMENTS CONFLICTING I T ING EXIST.�_III=11 111-11 / !HEW ! =Mal III-11 B)INSPECTION AND MAINTENANCE: A 1. THE STRUCTURE SHALL BE INSPECTED AFTER EACH RAIN EVENT OF 1/2 INCH OR GREATER AND REPAIRS MADE AS NEEDED. / 2. SEDIMENT SHALL BE REMOVED AND THE TRAP RESTORED TO ITS ORIGINAL DIMENSIONS WHEN ' THE SEDIMENT HAS ACCUMULATED TO ONE HALF THE DESIGN DEPTH OF THE TRAP. 3. STRUCTURES SHALL BE REMOVED AND THE AREA STABILIZED WHEN THE REMAINING DRAINAGE DETAIL A AREA HAS BEEN PROPERLY STABILIZED. ELEVATION OF STAKE AND NOT TO SCALE 4. SEE STANDARD SPECIFICATION,SECTION 4.3 FOR SEDIMENT REMOVAL AND DISPOSAL FABRIC ORIENTATION REQUIREMENTS. USE REQUIREMENTS ON THIS DRAWING IF CONFLICTING REQUIREMENTS EXIST. • ADOPTED: STANDARD DRAWING NO. AREA INLET PROTECTION CITY OF SALINA 2010 ESC-4.0 • • CURB INLET PROTECTION (USE WITH SUMP INLETS ONLY) • NOTE: FOR ALTERNATE CURB INLET PROTECTION METHODS, CURB INLET PROTECTION NOTES: SEE STANDARD SPECIFICATION,SECTION 4. .A)INSTALLATION: 1. SEE STANDARD SPECIFICATION,SECTION 4.12(INLET PROTECTION)AND SECTION 4.9(GRAVEL BAGS). GRAVEL BAG IS TO HAVE TIGHT CURB CONTACT. O 2. IMMEDIATELY FOLLOWING INLET CONSTRUCTION AND PRIOR TO CONSTRUCTION OF CURB APPROXIMATELY 6-INCHES AND INLET THROAT,PROTECT INLET OPENING BY INSTALLING 2"x 6"BOARD AND FROM EDGE OF INLET. SEDIMENT FENCING ACROSS INLET OPENING IN ACCORDANCE WITH DETAIL A. 18" PLACE GRAVEL BAGS GRAVEL BAGS 6 INCHES WITH NO GAPS. B)INSPECTION AND MAINTENANCE: HIGH.(CURB HEIGHT) 1. CONTRACTOR TO CLEAN OUT SEDIMENT AFTER EACH SIGNIFICANT RAINFALL ANY SEDIMENT DEPOSITED INTO INLET SHALL BE PROMPTLY REMOVED. 2. DURING CONSTRUCTION OF RESIDENTIAL SUBDIVISIONS,THE FILTER BAG SHALL BE REPLACED BEFORE BAG MATERIAL BECOMES DEGRADED.ANY GRAVEL DEPOSITED INTO THE INLET SHALL BE PROMPTLY REMOVED. PLAN VIEW NOT TO SCALE 3. SEE STANDARD SPECIFICATION,SECTION 4.3 FOR SEDIMENT REMOVAL AND DISPOSAL REQUIREMENTS. TOP OF INLET PAVEMENT 7'x6"BOARD OR TURF i I�y'iG od5ii�ii iiiii( Sul�=�'"".INI� WRAP SEDIMENT 4%. ::::M•:® w-Sa•.r^4?:ggp e3si;'i}i§fin iii`ai se+s FENCE AROUND II I II II •11 i � ."0=1 1 2x6&STAPLE jp.'I'l lhlli Ihl*lli(�gl*lol PLACE GRAVEL BAGS GRAVEL BAG HEIGHT OF GRAVEL WITH NO GAPS. •BAGS SHOULD NOT " !o� BE ABOVE THE FRONT VIEW • TOP OF THE INLET NOT TO SCALE FOR PROTECTION PRIOR TO POURING THROAT DETAIL A NOT TO SCALE GENERAL NOTES 1. CONTRACTOR TO ENSURE THAT GRAVEL IS A WELL GRADED GRAVEL WITH AT LEAST 20%PASSING A NO.4 SIEVE ADOPTED: ' STANDARD DRAWING NO. CURB INLET PROTECTION CITY OF SALINA 2010 ESC-4.1 . A. • SEDIMENT FENCE CULVERT INLET PROTECTION CULVERT INLET PROTECTION NOTES: • TOE OF FILL iENDWALL A)GENERAL NOTES: 1. THE INLET PROTECTION DEVICE SHALL BE CONSTRUCTED IN A MANNER THAT WILL FACILITATE CLEAN-OUT AND DISPOSAL OF TRAPPED SEDIMENT AND MINIMIZE INTERFERENCE WITH / CULVERT ` CONSTRUCTION ACTIVITIES. 2. THE INLET PROTECTION DEVICES SHALL BE CONSTRUCTED IN SUCH A MANNER THAT ANY RESULTING k- ?II PONDED STORMWATER WILL NOT CAUSE EXCESSIVE INCONVENIENCE OR DAMAGE TO ADJACENT AREAS EDGE OF ROAD OR STRUCTURES. _ _ 3. DESIGN CRITERIA MORE SPECIFIC TO EACH PARTICULAR INLET PROTECTION DEVICE AREA FOUND IN STANDARD SPECIFICATION,SECTION 4. • EDGE OF ROAD CL OF ROAD - • B)SEDIMENT FENCE(REINFORCED)INSTALLATION NOTES: -° = o 1. THE HEIGHT OF A SEDIMENT FENCE SHALL BE A MINIMUM OF 16 INCHES ABOVE THE ORIGINAL GROUND SURFACE AND SHALL NOT EXCEED 34 INCHES ABOVE GROUND SURFACE. ° 2. THE GEOTEXTILE SHALL BE PURCHASED IN A CONTINUOUS ROLL CUT TO THE LENGTH OF THE BARRIER TO AVOID THE USE OF JOINTS.WHEN JOINTS ARE UNAVOIDABLE,GEOTEXTILE SHALL BE SPLICED . TOE OF FILL TOGETHER AT A SUPPORT POST,WITH A MINIMUM 6-INCH OVERLAP,AND SECURELY SEALED. ° ° 0 ° 3. DIG A TRENCH AT LEAST 6 INCHES DEEP AND 4 INCHES WIDE ALONG THE FENCE ALIGNMENT. NT. 0 4. DRIVE POSTS AT LEAST 24 INCHES INTO THE GROUND ON THE DOWNSLOPE SIDE OF THE TRENCH. NOTE: SPACE POSTS A MAXIMUM OF 6 FEET APART. --'- - SEDIMENT FENCE 5. EXTRA-STRENGTH SEDIMENT FENCE FABRIC SHALL BE USED.POSTS FOR THIS TYPE OF FABRIC SHALL (REINFORCED) } 'DISTANCE IS 6'MINIMUM IF BE PLACED A MAXIMUM OF 6 FEET APART.THE SEDIMENT FABRIC SHALL BE FASTENED SECURELY LFLOW IS TOWARD EMBANKMENT. TO THE UPSLOPE SIDE OF THE POSTS USING MINIMUM ONE-INCH LONG HEAVY-DUTY WIRE STAPLES FLOW OR TIE WIRES,AND EIGHT INCHES OF THE FABRIC SHALL BE EXTENDED INTO THE TRENCH.THE FABRIC SHALL NOT BE STAPLED TO EXISTING TREES. 6. PLACE THE BOTTOM 1 FOOT OF FABRIC IN THE 6-INCH DEEP TRENCH,LAPPING TOWARD THE UPSLOPE SIDE.BACKFILL WITH COMPACTED EARTH,ROCK OR CRUSHED CONCRETE. OPTIONAL ROCK BARRIER 7. IF A SEDIMENT FENCE IS TO BE CONSTRUCTED ACROSS A DITCH LINE OR SWALE,IT MUST BE OF I 1.0 I 1.5' SUFFICIENT LENGTH TO ELIMINATE ENDFLOW,AND THE PLAN CONFIGURATION SHALL RESEMBLE AN ARC OR HORSESHOE WITH THE ENDS ORIENTED UPSLOPE.EXTRA-STRENGTH SEDIMENT FABRIC -' � �,�.� �•aO• r SHALL BE USED FOR THIS APPLICATION WITH A MAXIMUM 3-FOOT SPACING OF POSTS.ALL OTHER }. ��:������ INSTALLATION REQUIREMENTS NOTED IN#5 APPLY. ,; All''�otum„o.��� 8. TO REDUCE MAINTENANCE,EXCAVATE A SHALLOW SEDIMENT STORAGE AREA ON THE UPSLOPE SIDE OF in / gl., THE FENCE.PROVIDE GOOD ACCESS IN AREAS OF HEAVY SEDIMENTATION FOR CLEAN OUT AND /�,1. allinZIS a .Q Tr, MAINTENANCE. FLOW ,.43,VIMM MI 9. SEDIMENT FENCES SHALL BE REMOVED WHEN THEY HAVE SERVED THEIR USEFUL PURPOSE BUT NOT :/∎.1 11VANL �� BEFORE THE UPSLOPE AREA HAS BEEN PERMANENTLY STABILIZED. r�����1�%�����%�•� � � ✓1 10. SEE STANDARD SPECIFICATION,SECTION 4.3 FOR SEDIMENT REMOVAL AND DISPOSAL =4 0=.N1 earAiiI/WOMPAiiii REQUIREMENTS. 2"ROCK OR CRUSHED CONCRETE / \--TO REPLACE SEDIMENT FENCE IN 10"ROCK OR CRUSHED CONCRETE HORSESHOE WHEN HIGH VELOCITY OF FLOW IS EXPECTED CROSS SECTION NOT TO SCALE . ADOPTED: STANDARD 0 G NO. CULVERT INLET PROTECTION CITY OF SALINA y 1 s ... , . ... .._. .... ,... TEMPORARY DIVERSION AND SLOPE DRAIN TEMPORARY DIVERSION AND SLOPE DRAIN NOTES: e e A)INSTALLATION: "LENGTH" AS REQUIRED at TO CONTAIN AND DIRECT m RUNOFF TO SLOPE DRAIN. ,�, ■ A 1 1. TEMPORARY SLOPE DRAIN AND TEMPORARY DIVERSION MAY BE USED TO y1 PROTECT PROJECT SLOPES. D z -4 2. THE SLOPE DRAIN SHALL BE DESIGNED TO CONVEY THE PEAK RUNOFF FOR A J Z 10-YEAR,24 HOUR STORM. " r 9 3. SLOPE DRAIN SECTIONS ARE TO BE SECURELY FASTENED TOGETHER AND HAVE cn e� A�- WATERTIGHT FITTINGS. Z 1 II i D -DIVERSION Ti _ I I 4. DISCHARGE OF SLOPE DRAINS SHALL BE INTO STABLIZED DITCH OR AREA, _ TEMPORARY DIV _� _ CO ■ T _ 5. OR PIPE INTO SHALL BE SEDIMENT SECURED BASIN.IN PLACE WITH REINFORCED HOLD-DOWN GROMMETS, TOP OF SLOPE m ID A SPACED @ 10-ft OR LESS. 6. SEE STANDARD SPECIFICATION,SECTION 4.10(TEMPORARY DIVERSIONS) TEA/'ORARY AND 4.11(TEMPORARY SLOPE DRAIN)FOR ADDITIONAL REQUIREMENTS. SLOPE DRAIN I —.----ZSLOP C) INSPECTION AND MAINTENANCE: 1. SLOPE DRAINS STRUCTURE SHALL BE INSPECTED WEEKLY,AND AFTER EACH STORM EVENT OF 1/2-INCH OR GREATER,NECESSARY REPAIRS -OE OF SLOPE SHALL BE MADE PROMPTLY. 2. SLOPE DRAIN IS TO REMIAN IN PLACE UNTIL THE SLOPE.HAS BEEN STABILIZED. P, 3. SEE STANDARD SPECIFICATION,SECTION 4.3 FOR SEDIMENT REMOVAL •ROCK DISSIPATOR 0- �" AND DISPOSAL REQUIREMENTS. OTHER APPROVED MATERIAL "'!' TYPICAL PLAN VIEW . NO SCALE • TEMPORARY TRANSVERSE TEMPORARY DIVERSION METAL,PLASTIC OR FLEXIBLE RUBBER PIPE DIVERSION TEMPORARY DIVERSION SURFACE OF ROCK DISSIPATOR OR TEMPORARY DIVERSION ...J// //�3as MIN. COMPACTED FILL ((TRANSVERSE) OTHER APPROVED MATERIAL - - - r= -r- -//r=/n=rir- TEMPORARY SLOPE — r./rr=/q DRAIN PIPE 2' y + 2'MIN. y VARIES ,/,---iii VAa1E=/gnOm/usM'9 ID+6" Psi ' 2.� �L —/ii a'r ------ M —ur�iq_ /i— — = T.' o_/n=oi— D+6" =/rr p;:t�;y,�41,,M.Zm�/q_T/— 4' D � ADJUST LENGTH OF SLOPE DRAIN TO MATCH HEIGHT OF SLOPE AS FACE OF SLOPE EARTHWORK OPERATIONS SECTION A-A SECTION B-B PROGRESS. TYPICAL PROFILE OF TEMPORARY SLOPE DRAIN NOTE:"D"IS THE DIAMETER OF THE PIPE TYPICAL PROFILE NO SCALE NO SCALE ADOPTED: STANDARD DRAWING NO. TEMPORARY DIVERSION AND SLOPE DRAIN CITY OF SALINA 2010 . ESC-7.0 • • TEMPORARY STREAM CROSSING TEMPORARY STREAM CROSSING (ARTICULATED CONCRETE BLOCKS) (ROCK OR CRUSHED CONCRETE) ARTICULATED CONCRETE CLEAN ROCK OR CRUSHED BLOCKS W/GEOTEXTILE B CONCRETE FILL B CLEAN ROCK DR CRUSHED -,,,z. (3"-6"COARSE) MIL MIL CONCRETE FILL ; MR MI 1 (3"-6" COARSE) r 91r m= =ar=/r ur=m=/rr=/n /a.ui=oi-/rr=/ii= ii=M,--/// /iii/a=rii=//ice// ///=/iii///:= =/ii= =/n=/ii=rii=rii=/ii /ii=/rr= B GEOTEXTILE -/ =a-m.m GEOTEXTILE SECTION A—A SECTION A—A NO SCALE NO SCALE CLEAN ROCK OR CRUSHED ARTICULATED CONCRETE' "' . . CONCRETE FILL OVER-FLOW A PIPE OVER-FLOW AREA BLOCKS W/GEOTEXTILE /AREA •aft PIPE A A ri. y.1 I= =M5--"'l- -U/-//r� 6"MI "t 1 /=/rr=/ri�J ._ m —///= /rr' CLEAN ROCK OR CRUSHED GEOTEXTILE /rr` r= !°//� CLEAN ROCK OR CRUSHED 6"MIN CONCRETE FILL GEOTEXTILE A CONCRETE FILL A (3"-6"COARSE) (3"-6"COARSE) SECTION B—B SECTION B—B NO SCALE NO SCALE • "12"MIN FOR METAL OR RCP 6"MIN FOR METAL OR RCP 18"MIN FOR HDPE *12"MIN FOR HDPE TEMPORARY STREAM CROSSING NOTES: A)INSTALLATION: 6. WHEN THE CROSSING HAS SERVED ITS PURPOSE,ALL STRUCTURES INCLUDING CULVERTS, BEDDING,AND GEOTEXTILE MATERIALS SHALL BE REMOVED.REMOVAL OF THE STRUCTURE AND CLEAN-UP OF THE AREA SHALL BE ACCOMPLISHED WITHOUT CONSTRUCTION 1. QUANTITY,LENGTH,AND DIAMETER OF PIPE TO BE DETERMINED BY DESIGN EQUIPMENT WORKING IN THE CHANNEL CALCULATIONS. 7. UPON REMOVAL OF THE STRUCTURE,THE STREAM SHALL IMMEDIATELY BE SHAPED TO ITS 2. CLEARING AND EXCAVATION OF THE STREAM BED AND BANKS SHALL BE KEPT TO A ORIGINAL CROSS-SECTION AND PROPERLY STABILIZED. MINIMUM. 8. SEE STANDARD SPECIFICATION,SECTION 4.15(TEMPORARY STREAM CROSSING)FOR 3. THE INVERT ELEVATION OF THE CULVERT SHALL BE INSTALLED ON THE NATURAL ADDITIONAL DESIGN CRITERIA AND REQUIREMENTS. STREAMBED GRADE TO MINIMIZE INTERFERENCE WITH FISH MIGRATION. 4. GEOTEXTILE SHALL BE PLACED ON THE STREAMBED AND STREAMBANKS PRIOR TO _ PLACEMENT OF THE PIPE CULVERT AND ROCK OR CRUSHED CONCRETE.THE GEOTEXTILE B) INSPECTION AND MAINTENANCE: SHALL COVER THE STREAMBED AND EXTEND A MINIMUM OF 6 INCHES AND A MAXIMUM OF 1 FOOT BEYOND THE END OF THE CULVERT AND BEDDING MATERIAL.FILTER CLOTH REDUCES SETTLEMENT AND IMPROVES CROSSING STABILITY. 1. CROSSING SHALL BE INSPECTED DAILY.NECESSARY REPAIRS SHALL BE MADE PROMPTLY. 5.- THE CULVERT SHALL EXTEND A MINIMUM OF 1 FOOT BEYOND THE UPSTREAM AND . DOWNSTREAM TOE OF THE ROCK OR CRUSHED CONCRETE PLACED AROUND THE CULVERT. IN NO CASE SHALL THE CULVERT EXCEED 40 FEET IN LENGTH. ADOPTED:010 STANDARD ESC-8.0 DRAWING NO. TEMPORARY STREAM CROSSING CITY OF SALINA , . • TEMPORARY SEDIMENT BASIN TEMPORARY SEDIMENT BASIN DESIGN DATA(REQUIRED): EMERGENCY SPILLWAY CHANNEL LINING MATERIAL • TO WITHSTAND 4%DESIGN CONTROL SECTION-20 FT. STORM FLOW MIN.LENGTH FLAT SECTION _ _ DESIGN ITEM: BASIN01 BASINYZ BASIN03 UNITS NOTES EMERGENCY SPILLWAY SHOULD NOT BE CONSTRUCTED OVER FILL MATERIAL SITE DATA: - TRIBUTARY DRAINAGE AREA TO POND ACRES 010111.= Air -�-� 50%(2 yr(DESIGN FLOW: CFS VNO� - c� �.w�i�!∎1d ♦� <%(25 Yr)DESIGN FLOW: CFS cC i_ CCCC �.. ��.- / POND DATA: t. /' MINIMUM SEDIMENT STORAGE VOLUME CU VD 134 CV/ACRE MINIMUM • n \ BOTTOM ELEVATION: CL ANON: FT \\l` SEDIMENT CLEANOUT ELEV.: FT ELEV EOWLTO 50%OF ORIGINAL DESIGN VOLUME. TOP OF RISER ELEV. FT TOP OF DRY STORAGE VOLUME EMERGENCY SPILLWAY ELEV.: FT AT OR ABOVE 02 ELEV.1.0 FT MIN ABOVE PRINCIPAL SPILLWAY M4 4TA: TOP OF DAM ELEV. 1 �� •— —`j,,,' FT 1.0 FT MIN ABOVE 025 ELEV. A / 2 BASIN SHAPE DATA: 0 A-AREA AT NORMAL POOL SF • L-LENGTH OF FLOW PATH FT • / WE•EFFECTIVE WIDTH-AIL FT LENGTH TO WIDTH RATIO•L/WE IF LENGTH-WIDTH RATIO IS LESS THAN 2,BAFFLES ARE REQUIRED !,, ‘• PRINCIPAL SPILLWAY DATA: — P i ■ • W' RISER PIPE DIA IN 15-INCH MIN.SIZE FOR 2 YEAR FLOW MIN. PROVIDE SILT FENCE (LOCATED FOR BARREL PIPE DIA, IN I5-INCH MIN.SIZE FOR 2 YEAR FLOW MIN. BAFFLES IF L PROVIDE SILT FENCE ACCESSIBILITY IN RISER PIPE BASE SIZE Cv SIZE TO PREVENT FLOTATION.1.25 SAFETY FACTOR REWIRED EVENT OF BLOCKAGE) RATIO IS LESS THAN 2. EMERGENCY SPILLWAY DATA: PLAN VIEW DESIGN DEPTH IN SPILLWAY: FT DESIGN VELOCITY IN SPILLWAY FT/SEC NOT TO SCALE LINING MATERIAL: NA EMERGENCY SPILLWAY DESIGN REQUIREMENTS: TRASH RACK EMBANKMENT STABILIZED /WITH VEGITATION 1. THE PLAN AND PROFILES ARE SCHEMATIC IN NATURE.CONSTRUCTION PLANS MUST PROVIDE SPECIFIC PRINCIPAL RISER SITE CONSTRUCTION ARRANGEMENTS.DETAILS GIVEN IN THOSE DRAWINGS SHALL BE USED AS APPROVED 15"MIN.DIA. BY THE CITY, C��a s y#vn ^Ht'4, STORMWATER STORAGE e°`,�tib'�,;5 2. IF THE POOL LENGTH TO WIDTH RATIO IS LESS THAN 2,INTERIOR SEDIMENT FENCE BAFFLES SHALL BE it.1, I I V r' '' 10'(MAX) PROVIDED TO REDUCE SHORT-CIRCUITING OF THE BASIN. 9€ n�' . r o °tea, fi c`:°�°oA 3. EMERGENCY SPILLWAYS TO BE LOCATED IN A NON-FILL LOCATION WHEN FEASIBLE AND SHALL BE LINED•iiiiiiaLIL SEDIMENT .,,,,4 � (p}y E �r11 STORAGE 2 • ' ..x.,ti k,,,ww.,gam 01,./ iy,...s.A,Vir,V, WITH A NON-ERODIBLE MATERIAL SUCH AS ROCK OR CRUSHED CONCRETE. 4 �1I(( l��I'� g k �a�irtnft aititt!1uu'�-I�`r 1'I'`i uIIIBii Prfil't3 Ii sIBuL,y�"�iIIlrifffiR Ryl�PFuaG�P ppp g v flITT45 flli`�i'�"u RIff-11ru 4. SEE DESIGN GUIDE 10.0 AND STANDARD SPECIFICATION,SECTION 4.14 FOR DESIGN CRITERIA. 4 4}�041uir4-1B r 1CT_ ,1_1i s 1 ,,6�<f.:r hElt > .1 m1 BE1 112x81 1➢� t4r 411VE^nT➢n Er1�aL1T16r1 k1r CLEAN UNIFORMLY MAINTENANCE/SAFETY REQUIREMENTS: GRADED ROCK OR CRUSHED CONCRETE . 1. THE PERMIT HOLDER SHALL CLEAN OUT DEPOSITED SEDIMENT WHEN SEDIMENT STORAGE HAS BEEN • - ANTI-SEEP PRINCIPAL SPILLWAY REDUCED BY 50% OF THE ORIGINAL DESIGN STORAGE VOLUME.THE CLEANOUT LEVEL SHALL BE •ANTI-FLOTATION BLOCK COLLARS CONDUIT INDICATED ON THE RISER PIPE AS SHOWN ON THE DRAWINGS. 2. SEDIMENT BASIN SHALL BE FENCED USING CONSTRUCTION FENCE OR OTHER MATERIAL FOR SAFETY CROSS SECTION STABILIZED REASONS AND INCLUDE WARNING SIGNS,READING:"DANGER-"KEEP OUT". OUTLET NOT TO SCALE 3. SEE STANDARD SPECIFICATION,SECTION 4.14 FOR MAINTENANCE REQUIREMENTS • ADOPTED: STANDARD DRAWING NO. TEMPORARY SEDIMENT BASIN CITY OF SALINA 2010 ESC-10.0 TEMPORARY SEDIMENT TRAP TEMPORARY SEDIMENT TRAP NOTES: A)CONSTRUCTION: 2"ROCK OR CRUSHED 1. THE AREA UNDER THE EMBANKMENT SHALL BE CLEARED,GRUBBED,AND STRIPPED OF VARIABLE' •: '•• ND CONCRETE 1. ANY VEGETATION AND ROOT MAT. ELEVATION - l 2. FILL MATERIAL FOR THE EMBANKMENT SHALL BE FREE OF ROOTS OR OTHER WOODY d 1 VEGETATION,ORGANIC MATERIAL,LARGE STONES,AND OTHER OBJECTIONABLE "/" :-��_�' ` MATERIAL.THE EMBANKMENT SHOULD BE COMPACTED IN 6-INCH LAYERS BY ,1ri.3.1 I4��� TRAVERSING WITH CONSTRUCTION EQUIPMENT. ry� J�:;`�,4,�-�., a 3. THE EARTHEN EMBANKMENT SHALL BE SEEDED WITH TEMPORARY OR PERMANENT 67 CU.YD./ACRE JAM MP. 0-: ¢ VEGETATION IMMEDIATELY AFTER INSTALLATION. '��17��1 4W a 4. CONSTRUCTION OPERATIONS SHALL BE CARRIED OUT TO MINIMIZE EROSION AND Fr ler:C611M !Al. WATER POLLUTION. 5. THE STRUCTURE SHALL BE REMOVED AND THE AREA STABILIZED WHEN THE 67 CU.YDJACRE UPSLOPE DRAINAGE AREA HAS BEEN STABILIZED. - 2 ORIGINAL GROUND 6. ALL CUT AND FILL SLOPES SHALL BE 2H:1 V OR FLATTER EXCEPT FOR EXCAVATED, EXCAVATED c ELEVATION WET STORAGE AREAS WHICH MAY BE AT A MAXIMUM 1H:1VGRADE. GEOTEXTILE 7. SEE STANDARD SPECIFICATION,SECTION 4.5(ROCK OR CRUSHED CONCRETE BARRIERS)AND NOTE: 4.10(TEMPORARY DIVERSIONS). 'SEE MINIMUM TOP WIDTH BELOW. 10"ROCK OR CRUSHED B)INSPECTION AND MAINTENANCE: CONCRETE CROSS SECTION OF OUTLET STRUCTURE 1. INSPECT THE TEMPORARY SEDIMENT TRAP AFTER EACH STORM EVENT OF 1/2-INCH OR GREATER. NOT TO SCALE 2. REMOVE AND PROPERLY DISPOSE OF SEDIMENT WHEN IT ACCUMULATES TO ONE-HALF 10"ROCK OR CRUSHED CONCRETE _ LENGTH IN FEET=6 x DRAINAGE THE DESIGN VOLUME AS INDICATED BY THE CLEAN-OUT STAKE. \\ AREA IN AC. 3. PERIODICALLY CHECK THE EMBANKMENT,SPILLWAY,AND OUTLET APRON FOR EROSION ` `� DAMAGE,SETTLING,SEEPAGE,OR SLUMPING ALONG THE TOE AND REPAIR IMMEDIATELY. \�� _` \.�\� �� 4. REPLACE THE OUTLET STRUCTURE GRAVEL FACING IF IT BECOMES CLOGGED. `-- \``'; , 5. INSPECT VEGETATION AND RESEED IF NECESSARY. • -- DIVERSION BERM ����`` ` �.^.�� '1���� 6. REPLACE ANY DISPLACED ROCK OR CRUSHED CONCRETED SO THAT NO REPLACEMENT -� \\ .4,*b:'I ROCK IS ABOVE THE DESIGN GRADE. _ :'.�1:e*►.:I,�.:�i -4' 4aL_���\� \�� 7. REMOVE THE TEMPORARYS EDIMENTTRAPAFTERTHEDRAINAGEAREAHASBEEN _` 1� 1 /:I '/a1 Ia1 I.c.� P---- - � \ 1� PERMANENTLY STABILIZED,INSPECTED,AND APPROVED.DO SO BY DRAINING WATER, -�>'� .` �Nb..I�1 �rirrCi It1; -- REMOVING THE SEDIMENT TO A DESIGNATED DISPOSAL AREA,AND GRADING THE SITE _1��-�~�� Mi :/�1 0471= I,1►'� \�\�\� TO BLEND WITH THE SURROUNDING AREA;THEN STABILIZE. / ~�\-�IIMMV I�1:I∎1 /��` �� 8. REPLACE ANY DISPLACED ROCK OR CRUSHED CONCRETE SO THAT NO REPLACEMENT ROCK IS �. 1;1::I,�ralt:070,�1. _�-����,� ABOVE THE DISPOSAL REQUIREMENTS. ��`1~��_ 4-- 1 H HO W I / _ z �� 1.5 0.5 2.0 � 1 2.0 1.0 2.0 �- 2.5 1.5 2.5 • // /// 3.0 2.0 2.5 3.5 2.5 3.0 4.5 O 4.0 3.0 3.0 ,V \2"`R`OCK OR CRUSHED CONCRETE / ' 5.0 4.0 4.5 `-EXCAVATED AREA GEOTEXTILE -�- EXCAVATED AREA -ll.i-7117- =� ORIGINAL MAX.DEPTH=4' '111 111=1'II, GROUND ELEV. OUTLET STRUCTURE(PERSPECTIVE VIEW) MINIMUM TOP WIDTH NOT TO SCALE NOT TO SCALE TEMPORARY SEDIMENT TRAP CITY OF SALINA ADOPTED:010 STANDARD ESC--R11.OGNO. .... ..0 .._.... . .. .. • TEMPORARY CHECK DAM TEMPORARY CHECK DAM NOTES: A)CONSTRUCTION: ti:5:=:..-...:..-_ 6 - -:a-':i':?" 1. THE DRAINAGE AREA OF THE DITCH OR SWALE BEING PROTECTED SHALL NOT EXCEED 2 ACRES WHEN 3 TO 6 As+ay..i.u.„_;�;•„�•h;-•,u:vni-;,,_•;ve =a:vE•A i;;Z• INCHES OF MATERIAL IS USED ALONE AND SHALL NOT EXCEED 10 ACRES WHEN A COMBINATION OF 12”MATERIAL .N.-...-...c•..c•..c•..c...c...>. AND 3 TO 6 INCH MATERIAL IS USED.AN EFFORT SHOULD BE MADE TO EXTEND THE MATERIAL TO THE TOP OF GEOTEXTILE - == _:;-;:;="= •"= ••'= - CHANNEL BANKS. OPTIONAL 4∎14.3F:��i± �i rii i�i=i��i_ F" , (OPTIONAL) `Z• '""s'`` i 2. THE MAXIMUM HEIGHT OF THE DAM SHALL BE 3 FEET.THE CENTER OF THE CHECK DAM IS AT THE SAME ELEVATION AS THE TOP OF THE OUTER EDGES. 2 ACRES OR LESS OF DRAINAGE AREA 3. FOR ADDED STABILITY,THE BASE OF THE CHECK DAM CAN BE KEYED INTO THE SOIL APPROXIMATELY 6 INCHES. NOT TO SCALE 4. THE MAXIMUM SPACING BETWEEN THE DAMS SHOULD BE SUCH THAT THE TOE OF THE UPSTREAM DAM IS AT THE 3 TO 6-INCH •''' FLOW SAME ELEVATION AS THE TOP OF THE DOWNSTREAM DAM. ROCK OR ..r.s.... T.r...-...-..>.... CRUSHED CONRETE i�� ;� ; �� =� _•„ 2. Z 5 PLACEMENT WILL BE NECESSARY TO ACTH EVEOCOMPLETEICOVERAAGE OF THE DITCH OR SWALE AND TO ENSURE FLOW �.-.41 ;_ ET, f;`;_ ;_;;±�4.! THAT THE CENTER OF THE DAM IS LOWER THAN THE EDGES. °•gii 1:=:.'- :i'-'::`j',Z�'=•:"•'�i•::::'_� - - - 1 6. GEOTEXTILE MAY BE USED UNDER THE ROCK OR CRUSHED CONCRETE TO PROVIDE A STABLE FOUNDATION AND TO ".3id� SN.-•.`-•..s•..-...-•i�4S��i•� Shy�:oai+na'�"���45'�-S��tS�ty' FACILITATE REMOVAL OF THE MATERIAL (SIDE VIEW) NOT TO SCALE B)INSPECTION AND MAINTENANCE: 1. CHECK DAMS SHOULD BE CHECKED FOR SEDIMENT ACCUMULATION AFTER EACH STORM EVENT OF 1/2-INCH OR GREATER.SEDIMENT SHOULD BE REMOVED WHEN IT REACHES ONE HALF OF THE ORIGINAL HEIGHT OF THE DAM. :•::,2:1 j .:,n 2. REGULAR INSPECTIONS SHOULD BE MADE TO ENSURE THAT THE CENTER OF THE DAM IS LOWER THAN THE EDGES. -11►i,4.,....-- ......::4'. EROSION CAUSED BY HIGH FLOWS AROUND THE EDGES OF THE DAM SHOULD BE CORRECTED. 111 :I,�1 I�►.7a ....06 3,1111 /. k: • 121.:/�1mr/.1r/miGI.sr►/x1t/n1 /r✓ 3. SEE STANDARD SPECIFICATION,SECTION 4.3 FOR SEDIMENT REMOVAL AND DISPOSAL REQUIREMENTS. GEOTEXTILE N'1:::/01::/.N.►::/• ►;.:/\l:V' C)REMOVAL OF PRACTICE; (OPTIONAL) .'1.117I.�►=./.■►3I.�'- UNLESS THEY ARE TO BE PERMANENT CHECK DAMS SHALL BE REMOVED WHEN THEIR USEFUL LIFE HAS BEEN COMPLETED. 2-10 ACRES OF DRAINAGE AREA IN TEMPORARY DITCHES AND SWALES,CHECK DAMS SHOULD BE REMOVED AND THE DITCH FILLED.IN PERMANENT NOT TO SCALE STRUCTURES,CHECK DAMS SHALL BE REMOVED WHEN A PERMANENT LINING IS INSTALLED.IN THE CASE OF GRASS-LINED • FLOW DITCHES,CHECK DAMS SHOULD BE REMOVED WHEN THE GRASS HAS MATURED SUFFICIENTLY TO PROTECT THE DITCH OR 3 TO 6-INCH SWALE.THE AREA BENEATH THE CHECK DAMS SHOULD BE SEEDED AND MULCHED IMMEDIATELY AFTER THEY ARE ROCK OR -,•'=...... I REMOVED.THE USE OF FILTER CLOTH UNDERNEATH THE MATERIAL WILL MAKE REMOVAL OF THE MATERIAL EASIER. CRUSHED CONRETE 1�1.gr MIN, 12"ROCK OR CRUSHED N MAW 11=b1=:� 11:13►::I�. CONCRETE ..: i : : _S'::L01 41:`.. .7 :v NOTES: FLOW . .,_;:Valiiii ngt/31::111.•11. 1. ALTERNATE CHECK DAM MATERIAL INCLUDES SEDIMENT FENCE(REINFORCED). •` •� •1 �� •N` /11.1 /WW.311 11►. 2. SEDIMENT FENCE MAY BE USED WHEN CONTRIBUTING '•N.•....N..n.......o..•........N..n..1N1..1.1►.:1,11../1►.w DRAINAGE AREA IS 1 ACRE OR LESS,OR AS APPROVED BY THE CITY. (SIDE VIEW) NOT TO SCALE ..5•N.'N.3•..i'N... FLOW. L= THE DISTANCE SUCH THAT POINTS :w•rii:E:itv:y:::.. A AND B ARE OF EQUAL ELEVATION l�—iii_iTi�J=ice -__ _.=,8: iii _ -„z•N;.::= SPACING BETWEEN CHECK DAMS L-'I'-I!' I'-nr---11L0 NOT TO SCALE ADOPTED: STANDARD ESC-12W.0 TEMPORARY CHECK DAM CITY OF SALINA 2010 ESC-12.0 .. ` Or as specified on the plans , " Adjacent rolls shall or as directed by the Engineer. tightly abut. Ntli >< ' Sediment, organic matter �� � and native seeds are �_ <$. .��,��\ captured behind the rolls. Spacing depends on soil type and ""40, • slope steepness. Straw rolls must be placed along slope contours. 3"-5" 9" Dia. Minumum PLAN PROFILE '%%■1i: NOTE: 1. STRAW ROLL INSTALLATION REQUIRES THE l 1"x2" Wood Stake PLACEMENT AND SECURE STAKING OF THE ROLL IN THE TRENCH, 3"-5" DEEP, DUG ON CONTOUR. RUNOFF MUST NOT BE ALLOWED TO RUN UNDER OR AROUND ROLL. SEDIMENT RETENTION WATTLE NOTES: 1. EXTEND END OF WATTLES FAR ENOUGH TO PREVENT RUNOFF FROM FLOWING AROUND THE ENDS OF THE BARRIER. 2. TIGHTLY ABUT WATTLES ENDS TO PREVENT GAPS. 3. SPACING BETWEEN STAKES (4'—O" MAX.). CITY OF SALINA, KANSAS PUBLIC WORKS DEPARTMENT — ENGINEERING DIVISION 4. WATTLES MUST HAVE A MINIMUM DIAMETER OF 9". SEDIMENT RETENTION WATTLE City Engineer. DANIEL R. STACK Date: 8-20—t0 Revisions: Dr. No. ESC 13.0 SEDIMENT FENCE SEDIMENT FENCE NOTES: A) INSTALLATION: 1. EXCAVATE A 6"x4"TRENCH. 2. SET THE STAKES ALONG THE 1. THE HEIGHT OF SEDIMENT FENCE SHALL BE A MINIMUM OF 16 INCHES ABOVE THE ORIGINAL DOWN SLOPE SIDE OF THE GROUND SURFACE AND SHALL NOT EXCEED 34 INCHES ABOVE THE GROUND SURFACE. TRENCH. 2. THE FABRIC SHALL BE PURCHASED IN A CONTINUOUS ROLL CUT TO THE LENGTH OF THE BARRIER TO AVOID THE USE OF JOINTS.WHEN JOINTS ARE UNAVOIDABLE,FILTER CLOTH SHALL BE V./T.-VI'''. / •�yymm,,{{/ SECURELY SPLICED TOGETHER ONLY AT SUPPORT POSTS,WITH A MAX 6-INCH OVERLAP. .),... ,,,,," ,��I ,I �/,.,..0 �, �_�.tl lii 3. DIG A TRENCH AT LEAST 6 INCHES DEEP AND 4 INCHES WIDE ALONG THE FENCE ALIGNMENT. „„.....,,./- / I II-II°€Iii-WWI 4. DRIVE POSTS AT LEAST 24 INCHES INTO THE GROUND ON THE DOWNSLOPE SIDE OF THE TRENCH. ,, �, ,,����44 11"11�II 11' ��~�1 L�11 SPACE POSTS A MAXIMUM OF 6 FEET APART. 11��11 -11 �/ =a1� gay fides O �,�4q-11 4, a // II�II Ih�. 5. EXTRA-STRENGTH SEDIMENT FENCE FABRIC SHALL BE USED.POSTS FOR THIS TYPE OF FABRIC i. 1111 I FLOW _�I FLOW �1 1 1��11= m11111 1111 411 a SECURELY OCHE UPSLOPE SIDE OF HE POSTS USING AIM MINIMUM OF ONE INCH LONGEHEAVY- DUTY WIRE STAPLES OR TIE-WIRES,AND EIGHT INCHES OF THE FABRIC SHALL BE EXTENDED INTO ��j1 -1 THE TRENCH.THE FABRIC SHALL NOT BE STAPLED TO EXISTING TREES. 6. PLACE THE BOTTOM 1 FOOT OF FABRIC IN THE MINIMUM-OF•6-INCH DEEP TRENCH,LAPPING TOWARD THE UPSLOPE SIDE.BACKFILL WITH COMPACTED EARTH,ROCK OR CRUSHED CONCRETE. 3. STAPLE GEOTEXTILE MATERIAL 4. BACKFILL AND COMPACT THE 7. IF A SEDIMENT FENCE IS TO BE CONSTRUCTED ACROSS A DITCH LINE OR SWALE,IT MUST BE OF TO STAKES AND EXTEND IT INTO EXCAVATED SOIL OVER THE SUFFICIENT LENGTH TO ELIMINATE ENDFLOW,AND THE PLAN CONFIGURATION SHALL RESEMBLE AN TOD TAKES AND THE BOTTOM INTO EXCAVATED S IN IL O ER TRENCH. ARC OR HORSESHOE,PLACED ON A CONTOUR WITH THE ENDS ORIENTED UPSLOPE.EXTRA- AND AROUND STRENGTH SEDIMENT FABRIC SHALL BE USED WITH A MAXIMUM 3-FOOT SPACING OF POSTS. 8. TO REDUCE MAINTENANCE,EXCAVATE A SHALLOW SEDIMENT STORAGE AREA IN THE UPSLOPE SIDE OF THE FENCE.PROVIDE GOOD ACCESS IN AREAS OF HEAVY SEDIMENTATION FOR CLEAN OUT AND ,(rWv MAINTENANCE. ,'"-/ �s Z }iyx �) i�� k � - 90 SEE BEFORE THE UPSLOPE AREA SECTION 4.4(SEDIMENT D PE FEN ) VEGETATION. L PURPOSE,BUT SEDIMENT FENCES SHALL BE REMOVED WHEN THEY HAVE SERVED THEIR USEFU SE B �� j / NOT BEFORE D SPECIFICATION,ECIFICA AREA EC I ESTABLISHED PERMANENT FE ) /r 'an<�ti �'�� ���[s.��fl�l�n= N, .4 SE CE rivs.;A 11��11iIiV �,4t,�IIII IIII �Irn.�n I �I1I� n—n=n ,dis11 11411 I _�^,i�,,ITnl vp B)TROUBLESHOOTING: 11 1 X11-1 / n"VW.n a1 II II II II . n411=114, III IV II I- =II 11-11 11 1 11 II 11� FLOW ,_11414 li11"-1 1. DETERMINE THE EXACT LOCATION OF UNDERGROUND UTILITIES,BEFORE FENCE INSTALLATION SO u_I�- .=.11 �Ig11111 n- UTILITIES ARE NOT DISTURBED. 111111�IO �I=1 V 2. GRADE ALIGNMENT OF FENCE AS NEEDED TO PROVIDE A BROAD,NEARLY LEVEL AREA UPSTREAM SHEET FLOW INSTALLATION OF FENCE TO ALLOW SEDIMENT COLLECTION AREA. 'PERSPECTIVE VIEW) C) INSPECTION AND MAINTENANCE: NOT TO SCALE 1. INSPECT SEDIMENT FENCES AT LEAST ONCE A WEEK AND AFTER EACH RAINFALL MAKE ANY 3' REQUIRED REPAIRS IMMEDIATELY. ,F} 2. SHOULD THE FABRIC OF A SEDIMENT FENCE COLLAPSE,TEAR,DECOMPOSE,OR BECOME ',1 INEFFECTIVE,REPLACE IT PROMPTLY. A KE�;K :3,.N I;f (g,N A 3. REMOVE SEDIMENT DEPOSITS TO PROVIDE ADEQUATE STORAGE VOLUME -___ -II g, )ia`� i * ` ( ,,fl�,�,i - _WATER_ FOR THE NEXT RAIN AND TO REDUCE PRESSURE ON THE FENCE.AVOID DAMAGING OR UNDERMINING THE n I1 ,7:, € ,T,I, 5 .:c=,""' €/.. =31'�I 11- OVERFLOW FENCE DURING CLEANOUT.SEDIMENT ACCUMULATION SHOULD NOT EXCEED 1/2 THE HEIGHT OF THE L I I I ; 3 11 ,% ? 1 [ ' `I HEIGHT FENCE. III 11 1,. aL max' �b ?f/3�-11-. ° 4. REMOVE ALL FENCING MATERIALS AND UNSTABLE SEDIMENT DEPOSITS,AND BRING THE AREA TO 1111=11 11411 nll°-lI�II 71111�R` GRADE AND STABILIZE IT AFTER THE CONTRIBUTING DRAINAGE AREA HAS BEEN PROPERLY AND -111 1IITIiIlIT11Tr rn ITi1Ii'l NOTE: COMPLETELY STABILIZED. i POINT A SHOULD BE 5. MATERIAL REMOVED FROM BMP'S SHALL BE WASTED ON SITES APPROVED BY THE ENGINEER AS FLOW HIGHER THAN POINT B. TO SUITABILITY,APPEARANCE,AND SITE LOCATION.DISPOSAL SITES SHALL ALSO BE DRAINAGEWAY INSTALLATION ACCEPTABLE TO KANSAS DEPARTMENT OF HEALTH AND ENVIRONMENT,KANSAS DIVISION OF WATER RESOURCES,AND US ARMY CORE OF ENGINEERS. (FRONT ELEVATION) 6. SEE STANDARD SPECIFICATION,SECTION 4.3 FOR SEDIMENT REMOVAL AND DISPOSAL REQUIREMENTS. • NOT TO SCALE ADOPTED: STANDARD DRAWING NO. SEDIMENT FENCE CITY OF SALINA 2010 ESC-14.0 SEDIMENT FENCE(REINFORCED)NOTES: SEDIMENT FENCE(REINFORCED) A)CONSTRUCTION: 1. FENCING SHALL BE 42-INCHES IN HEIGHT. 2. WIRE FENCE SHALL BE FASTENED SECURELY TO THE FENCE POSTS WITH WIRE TIES AND STAPLES.THE LOWER TENSION WIRE,BRACE AND TRUSS RODS.DRIVE ANCHORS,AND POST CAPS ARE NOT REQUIRED 2. SET THE METAL T- S OR FENCE EXCEPT ON THE ENDS OF THE FENCE. POST 1. EXCAVATE A 6"x4"TRENCH. POSTS ON THE D-POST O OR SIDE OF 3. SEDIMENT FENCE SHALL BE FASTENED SECURELY TO THE WIRE FENCE WITH TIES SPACED EVERY 24 INCHES THE TRENCH.SECURE WIRE FENCING AT THE TOP AND MID-SECTION. TO THE POSTS. 4. SEDIMENT FENCE AND WIRE SHALL BE EMBEDDED A MINIMUM OF B-INCHES INTO THE GROUND. FiEtiiserms 5. WHEN TWO SECTIONS OF GEOTEXTILE FABRIC ADJOIN EACH OTHER,THEY SHALL BE OVERLAPPED BY p ,G '°,,",.y ��:" 6-INCHES AND FOLDED. �/ � - •E 6. WIRE FENCE WILL BE BETWEEN 9 AND 14 GAUGE AND SHALL HAVE A MAXIMUM MESH SPACING OF 6-INCHES. �� '�.'.��,,� A IEI / ,.�..«I A I L II 7. SEDIMENT FENCE SHALL MEET THE FOLLOWING REQUIREMENTS FOR GEOTEXTILE CLASS F:ADDITIONAL �., II-II 11--IiiF 't II �* SPECIFICATIONS ARE FOUND IN ASTM 6461. lU°.L �. IIz' J :I II II 11,.-4,JU.�; SEDIMENT FENCE REQUIREMENTS OM�n �IPI-II 1111-` 1 II.�II-11' TENSION STRENGTH 50 LB/IN OR MORE ASTM 4632 FLOW .,4I*11-1 11W11 (fl .II- a ll� a 1111 0 TENSION MODULS 20 LB/IN OR MORE ASTM 4632 FLOW RATE 0.3 GAUFT/Mi)JUTE OR LESS ASTM5141 FILTERING EFFICIENCY 75%OR MORE ASTM5141 B)INSTALLATION: 3. ATTACH THE GEOTEXTILE FABRIC TO THE 4. BACKFILL AND COMPACT THE 1. THE HEIGHT OF SEDIMENT FENCE SHALL BE A MINIMUM OF 16 INCHES ABOVE THE ORIGINAL GROUND WIRE FENCE AND EXTEND IT INTO AND EXCAVATED SOIL SURFACE AND SHALL NOT EXCEED 34 INCHES ABOVE THE GROUND SURFACE. AROUND THE BOTTOM OF THE TRENCH. 2. THE FABRIC SHALL BE PURCHASED IN A CONTINUOUS ROLL CUT TO THE LENGTH OF THE BARRIER TO AVOID THE USE OF JOINTS.WHEN JOINTS ARE UNAVOIDABLE,FILTER CLOTH SHALL BE SPLICED TOGETHER ONLY AT SUPPORT POSTS,WITH A MIN.6-INCH OVERLAP.AND SECURELY SEALED. 3. A TRENCH SHALL BE EXCAVATED APPROXIMATELY 4 INCHES WIDE AND 6 INCHES DEEP ON THE UPSLOPE p\ s SIDE OF THE PROPOSED LOCATION OF THE FENCE. ; . .< 4 +� `c• tt• �•+' 4. WHEN WIRE SUPPORT IS USED,STANDARD-STRENGTH FILTER CLOTH MAY BE USED.POSTS FOR THIS TYPE OF r ,.,4.t.,;:.,°„c. 1 / „� "k A'I INSTALLATION SHALL BE PLACED A MAXIMUM OF 10 FEET APART.THE WIRE MESH FENCE MUST BE ,,u A. � II /� ' ice ' -� )1 FASTENED SECURELY TO THE UPSLOPE SIDE OF THE POSTS USING HEAVY DUTY WIRE STAPLES AT LEAST 1 j "^1s ,-II Ih,1111 ;� �I��°L 11 INCH LONG,TIE WIRES,OR HOG RINGS.THE WIRE SHALL EXTEND INTO THE TRENCH A MINIMUM OF 2 INCHES I 1IIIrll .�n 7�li�r 1011-11 II I i AND SHALL NOT EXTEND MORE THAN 34 INCHES ABOVE THE ORIGINAL GROUND SURFACE.THE STANDARD- =ff-J,11= - II ,/ =�'�n�n�n STRENGTH FABRIC SHALL BE STAPLED OR WIRED TO THE FENCE,AND 8 INCHES OF THE FABRIC SHALL BE .il I = ���1[ f1.1 I EXTENDED INTO THE TRENCH.THE FABRIC SHALL NOT BE STAPLED TO EXISTING TREES.I III II11,. FLOW afnnnun�l:�l 5. IF A SEDIMENT FENCE IS TO BE CONSTRUCTED ACROSS A DITCH LINE OR SWALE,IT MUST BE OF II-71=II I- 'l80171d11- _ R1I.1 ,1 SUFFICIENT LENGTH TO ELIMINATE ENDFLOW,AND THE PLAN CONFIGURATION SHALL RESEMBLE AN ARC II.�II- I J OR HORSESHOE WITH THE ENDS ORIENTED UPSLOPE.EXTRA-STRENGTH FILTER FABRIC SHALL BE USED FOR - THIS APPLICATION WITH A MAXIMUM 3-FOOT SPACING OF POSTS. 6. THE 4 INCH BY 6 INCH TRENCH SHALL BE BACKFILLED AND THE SOIL COMPACTED OVER THE FILTER FABRIC. EXTENSION OF FABRIC AND WIRE INTO THE TRENCH 7. SEE STANDARD SPECIFICATION,SECTION 4.4(SEDIMENT FENCE) NOT TO SCALE • C)INSPECTION AND MAINTENANCE: GEOTEXTILE �V L''� 1. INSPECT SEDIMENT FENCES AT LEAST ONCE A WEEK AND AFTER EACH RAINFALL MAKE ANY REQUIRED iii 1)(' REPAIRS IMMEDIATELY. 2. SHOULD THE FABRIC OF A SEDIMENT FENCE COLLAPSE,TEAR,DECOMPOSE,OR BECOME INEFFECTIVE, W 'NW 1':piii • EROSION CONTROL BLANKET NOTES(1): EROSION CONTROL BLANKET(1) A)SITE PREPARATION: AFTER SITE HAS BEEN SHAPED AND GRADED,PREPARE A FRIABLE SEEDBED RELATIVELY FREE FROM ;, �y�.••41,: CLODS AND ROCKS MORE THAN 1 1/2 INCHES IN DIAMETER AND ANY FOREIGN MATERIAL THAT WILL •,/;4::�� . 4%•.. �y.- PREVENT UNIFORM CONTACT OF THE PROTECTIVE COVERING WITH THE SOIL SURFACE. :III=I"-1••: .::: ••••/ •"" .254t 6...'�c::::l:7;lr B)PLANTING: _71_4-4: 1 31P spa Axifss—�? NOTE: LIME,FERTILIZE,AND SEED IN ACCORDANCE WITH SEEDING OR PLANTING PLAN.WHEN USING JUTE 'I T=�-°y.:t. °i "':" "'J" ON SHALLOW SLOPES, MESH ON A SEEDED AREA APPLY APPROXIMATELY ONE HALF THE SEED AFTER LAYING THE MAT. I I— �.1�!�%":'1I",w�' PROTECTIVE EROSION CONTROL THE PROTECTIVE COVERING CAN BE LAID OVER SPRIGGED AREAS WHERE SMALL GRASS PLANTS HAVE I-11 I—`4%77 ft." ACROSS BLANKETS E MAY BE SLOPE. BEEN INSERTED INTO THE SOIL.WHERE GROUND COVERS ARE TO BE PLANTED,LAY THE PROTECTIVE 1I=1 4. COVERING FIRST AND THEN PLANT THROUGH THE MATERIAL AS PER PLANTING PLAN. • SHALLOW SLOPE<3:1 C)LAYING AND STAPLING: NOT TO SCALE IF INSTRUCTIONS HAVE BEEN FOLLOWED,ALL NEEDED CHECK SLOTS WILL HAVE BEEN INSTALLED,AND Ste, THE PROTECTIVE COVERING WILL BE LAID ON A FRIABLE SEEDBED FREE FROM CLODS,ROCKS,ROOTS, -i.,' '4 :•:, ETC. THAT MIGHT IMPEDE GOOD CONTACT. rPf0:41 •r'r •. f�??; �ti•�•4„::+y ::. _ 1. START LAYING THE PROTECTIVE COVERING FROM THE TOP OF THE CHANNEL OR SLOPE AND UNROLL >i_Z_ w.•••:ti%;∎�:ti§j:,i;. DOWN-GRADE.ALLOW TO LAY LOOSELY ON SOIL;DO NOT STRETCH, • �1'''iiif0� :i0.••�i�er'�•y��:•{'6J_____-; 111=111=111 ,,t1011":4444•:44:::::+:4•.-.440:11:1$7.7-1E-:-7: =? 6" =m—�— — 2. UPSLOPE ENDS OF THE BLANKET SHOULD BE BURIED IN AN ANCHOR SLOT NO LESS THAN 6-INCHES _ --$:::::::•:SC.:•+': :::::;,*31gEi:44. L —I 11==_=11=1 I I—_ TI I 4:. :::$::••ppp•.o.••••,3.••l.:W' r DEEP. j L= "•::::::::::;' ::0'�•s:iJ.Z'.'.:::'.:::?Z"s7 I. v, :_—I --_—_— —MM— •i�:�::.A::::::•.e ,iron? �`I• —111-111-111-111-111=—I 1 I . T= '�.�,��r:;: :,%:%=%%•j1.O1<'� � I�— I-III—III—I=I 1=III—III= 3. TAMP EARTH FIRMLY OVER THE MATERIAL,WHEN TOP IS RELATIVELY FLAT,EXTEND BLANKET ABOUT —I �•• :�ip�5•"""'•"'O••y�<we .III=III,-III 111-1-TI=1 40 INCHES AWAY FROM SLOPE,STAPLE THE MATERIAL AT A MINIMUM OF EVERY 12 INCHES ACROSS NOTE: :•.,•.•.�r......e.. 2 fi NOTE: - THE TOP END. ON STEEP SLOPES,APPLY -m=��'•'bi""'�J:;.';y WHERE THERE IS A BERM AT THE TOP OF THE PROTECTIVE BLANKET 111 O SLOPE,BRING THE MATERIAL OVER THE BERM 4. EDGES OF THE MATERIAL SHALL BE STAPLED EVERY 3 FEET.WHERE MULTIPLE WIDTHS ARE LAID PERPENDICULAR TO THE III—II 11)—I)1=)I I—I I1= AND ANCHOR IT BEHIND THE BERM. SIDE BY SIDE,THE ADJACENT EDGES SHALL BE OVERLAPPED A MINIMUM OF 6 INCHES AND STAPLED DIRECTION OF FLOW AND I i I—III—ITT—III—ITI—I TOGETHER. ANCHOR SECURELY. STEEP SLOPE>1=3:1 SLOPE BERM 5. STAPLES SHALL BE PLACED DOWN THE CENTER,STAGGERED WITH THE EDGES AT3 FOOT INTERVALS. NOT TO SCALE NOT TO SCALE 6. SEE STANDARD SPECIFICATION,SECTION 3.8(EROSION CONTROL BLANKET). D)TROUBLESHOOTING: `;'�:::,f•., FLOW 0 ip.t O ,f��*:•: : ll• ------ .•4,...00'r`-) CONSULT WITH A QUALIFIED DESIGN PROFESSIONAL,IF ANY OF THE FOLLOWING OCCUR; y0•••i•• 9•.'r••••••:--,V:i'iI Y'.. 1. MOVEMENT OF THE BLANKET OR EROSION UNDER THE BLANKET IS OBSERVED. v�",.Zf 4 .:•O.4.00.,,,te....................�im000p,�.p'x H 6" 2. VARIATIONS IN TOPOGRAPHY ON SITE INDICATE EROSION CONTROL MAT WILL NOT �i;�4"'•P.';.�j4•:���, ,'iIpI�IIIiiILR��; + -I FUNCTION AS INTENDED;CHANGES IN PLAN MAYBE NEEDED,OR A BLANKET WITH A • •�.4.4144:44;44'9444% ::::::::111:1:1:14,00•40,1:11•:•'I " ' 'D""l' .....,4k•s —I,i SHORTER OR LONGER LIFE MAY BE NEEDED. =I 11= 'ko.r0 4 0.4.......................1141li1'IOi ii:......'4'4 i— 11=Viz II=I=� I I • . ,• $ f 3. DESIGN SPECIFICATIONS FOR SEED VARIETY,SEEDING DATES,OR EROSION CONTROL `•�••�•�:b�: .....................,Jipliiiiiq!!'- -1 1 1-1 11-1 11=111E111- •''I„ , � at _ -I I�1 I—III—III-I= MATERIALS CANNOT BE MET;SUBSTITUTION MAY BE REQUIRED,UNAPPROVED -�� ••�'Q%•................................... I—I I=1 —m---.•- SUBSTITUTIONS COULD RESULT IN FAILURE TO ESTABLISH VEGETATION. -I1' ...........................0fr=1111=11 r–,,, '7.-11 - -I I1- NOTE: E)MAINTENANCE&INSPECTION 1=111=111=111=1 1ITI I1-111TH I BRING MATERIAL DOWN TO A LEVEL AREA T—M—ITI—I - I—I 11= INSPECTION CONTROLS AFTER EACH RAIN EVENT OF 1/2 INCH OR GREATER,AND EVERY 7 DAYS UNTIL VEGETATION NOTE BEFORE TERMINATING THE INSTALLATION. ,APPLY PROTECTIVE COVERING PARALLEL TO THE IS ESTABLISHED,FOR EROSION OR UNDERMINING BENEATH THE NETTING,BLANKETS,OR MATS.IF ANY AREA IN DITCHES,APPLY PLOW.USE CHECK SLOTS COVERING REQUIRED.O THE SHOWS EROSION,PULL BACK THAT PORTION OF THE MATERIAL,ADD SOIL TAMP DOWN,AND RESEED;RESECURE JOINING MATERIAL IN THE CENTER OF THE DITCH IF AT ALL TOP OF SLOPE BLANKET THE MATERIAL IN PLACE.IF NETTING,BLANKETS OR MATS BECOME DISLOCATED OR DAMAGED,REPAIR OR POSSIBLE.FOLLOW BLANKET MANUFACTURER'S ANCHOR SLOT REPLACE AND RESECURE IMMEDIATELY. RECOMMENDATIONS FOR ALLOWABLE VELOCITY AND SHEAR STRESS. NOT TO SCALE NOTE: DITCH REFER TO ESC-15.1,EROSION CONTROL BLANKET(2),FOR NOT TO SCALE MORE EROSION CONTROL APPLICATIONS AND NOTES. ADOPTED: STANDARD DRAWING NO. EROSION CONTROL BLANKET 1 OF 4 CITY OF SALINA 2010 ESC-16.0 4'•• 12"MAX.4H:1V OR FLATTER 6"MAX.STEEPER THAN 4H:1V I r . ,.&' �- ANCHOR I I I I I I ..4, SLOT OVERLAP BLANKETS 6"AND STAPLE 0 \ EROSION CONTROL BLANKET NOTES(2): • " IIIIIIH F)STAPLES: L• I I I I I STAPLES FOR ANCHORING BLANKET SHALL BE NO.11-GAUGE WIRE OR I I HEAVIER.THEIR LENGTH SHALL BE A MINIMUM OF 6INCHES.A LARGER . A . Na JUNCTION' I STAPLE WITH A LENGTH OF UP TO 12 INCHES SHALL BE USED ON LOOSE, N I I I SANDY,OR UNSTABLE SOILS. 1 G)JOINING PROTECTIVE COVERINGS: I •�''-",�_...••.- / 5'MAX.4H:1 V OR PLATER I I I I I OVERLAP THE END PREVIOUS ROLL A MINIMUM OF 6INCHES AND STAPLE. '.._ sn="'�" 3'MAX.STEEPER THAN 4H:1V I 1 I STAPLE ACROSS THE END OF THE ROLL JUST BELOW THE ANCHOR SLOT I I AND ACROSS THE MATERIAL EVERY 6 INCHES. CHECK SLOT' I I I 1 NOTE: 551 I I I I H)TERMINAL END: " JUNCTION:OVERLAP TOP BLANKET . IT I.as 6 INCHES MINIMUM AND STAPLE r'I I I I I st EVERY 6INCHES ACROSS ••. AT THE POINT AT WHICH THE MATERIAL IS DISCONTINUED,OR WHERE THE PROTECTIVE COVERING MEETS A STRUCTURE OF SOME TYPE,STAPLE A I I I I I NM MINIMUM OF EVERY 12 INCHES. ISOMETRIC VIEW 1_ VAR. . I VAR. - I I) FINAL CHECK: NOT TO SCALE PLAN VIEW THIS INSTALLATION CRITERIA MUST BE ADHERED TO: STAPLING DIAGRAM 1.ALL DISTURBED AREAS ARE SEEDED. 2.PROTECTIVE BLANKET IS IN UNIFORM CONTACT WITH THE SOIL 1 TO 2...i NOT TO SCALE 3.ALL LAP JOINTS ARE SECURE. I 11 6^ NOTE. ■_ L 4.ALL STAPLES ARE DRIVEN FLUSH WITH THE GROUND. 7' •CHECK SLOTS in�q— �I I_... ,4 III=a 4 `D 1_�11 I I- W INTERVALS;NOT ITH ALL COMBINATION REQUIRED NOTE: n�i.. �r� II I�-1 I— I I—I I—I l I- , BLANKETS APPROXIMATELY 200 STAPLES ARE REQUIRED PER 100 SQ.YDS.OF O6 '11 '-111=111=111=1,'—'1 I 1 11 11111 IIII I , MATERIAL ROLL.ANCHOR SLOTS,JUNCTION SLOTS,AND CHECK SLOTS TO BE BURIED 6"TO 12"DEEP. 6 ANCHOR SLOT NOT TO SCALE NOTE: STAPLE FORMED FROM NO.11 STEEL WIRE. MIN.8"STAPLE LENGTH FOR SANDY SOIL.MIN. 6"STAPLE LENGTH FOR OTHER SOIL STAPLE NOT TO SCALE EROSION CONTROL BLANKET . • • INSTALLATION FOR CHANNELS . ADOPTED: STANDARD DRAWING NO. EROSION CONTROL BLANKET 2 OF 4 CITY OF SALINA 2010 ESC-16.1 STAKES,STAPLES,AND PINS 2"DIA. 3.1/4° f WASHER STAKES,STAPLES,AND PINS NOTES: i GENERAL NOTES: . 1' ' I 1. STAKES SHALL BE 1x4 TRIANGULAR SURVEY fib'DIA STAKES A MINIMUM OF 10"LONG. :xi I STEEL PIN 2. STAPLES SHALL BE 11•GAUGE STEELA MINIMUM o OF 1"WIDE BY 6'LONG. A 2"x8"STAPLE MAY BE REQUIRED IN CERTAIN SOIL CONDITIONS.1 t GAUGE STEEL "x6" 1 3. STEEL PINS SHALL BE 3/16 DIAMETER BY 18" STAPLE LONG WITH A 2"DIAMETER WASHER ON TOP (SEE ILLUSTRATIONS). 1.STAKE 2.STAPLE 3.PIN 4. ANCHORING METHODS AND RECOMMENDATIONS SEE NOTE 1 SEE NOTE 2 SEE NOTE 3 VARY BY MANUFACTURERS.THE EXPECTATION OF HIGH VELOCITIES SHOULD DICTATE THE USE OF MORE SUBSTANTIAL ANCHORING. STAKES,STAPLES,AND PINS FOR • INSTALLATION OF ROLLED EROSION CONTROL PRODUCTS NOT TO SCALE • ADOPTED: STANDARD DRAWING NO. EROSION CONTROL BLANKET 3 OF 4 CITY OF SALINA 2010 ESC-16.2 STAPLE PATTERNS FOR ROLLED EROSION CONTROL PRODUCTS • • A)NOTES: r—X ■ X 1. FOR OPTIMUM RESULTS,THESE RECOMMENDED STAPLE & PATTERN GUIDES MUST BE FOLLOWED UNLESS OTHERWISE in x e '. DICTATED BY THE MANUFACTURER.SUGGESTED ANCHORING METHODS VARY BY MANUFACTURER.THIS CHART SHOWS Zo HOW SLOPE LENGTHS AND GRADIENTS AFFECT STAPLING 3' 300 3 PATTERNS. 275 X X 'a 250 `X X 225 B C X A 200 175 C C X C X X 150 125 B C D 1 STAPLE PER SO.YD. 100 2 STAPLES PER SO.YD. Y X X 75 A 50 iv 2s A B B 20" FT io 1 1/2'r- 3. j1 1/2' 4:1 3:1 2:1 1:1 LOW MED/HIGH X X X FLOW FLOW CHANNEL CHANNEL AND SHORELINE X x X B D x x 1 1/2 STAPLES PER SO.YD. 3 1/2 STAPLES PER SO.YD. GENERAL STAPLE PATTERN GUIDE AND RECOMMENDATIONS FOR ROLLED EROSION CONTROL PRODUCTS NOT TO SCALE ADOPTED: STANDARD DRAWING NO. EROSION CONTROL BLANKET 4 OF 4 CITY OF SALINA 2010 ESC-16.3 • EXCAVATED MATERIAL SHALL BE USED FOR PERIMETER BERM.SOIL FOR CONCRETE WASHOUT NOTES: BERM SHALL BE COMPACTED IN THE SAME 4.0'MIN MANNER AS TRENCH BACKFILL ' A) INSTALLATION NOTES: \ ^) I. CONCRETE WASHOUT AREAS SHALL BE INSTALLED PRIOR TO ANY CONCRETE v PLACEMENT ON SITE. . a + _ 2. CONCRETE WASHOUT AREA SHALL INCLUDE A FLAT SUBSURFACE PIT THAT IS AT LEAST 01 25.0'MIN 8.0'X8.0'.THE SLOPES LEADING OUT OF THE SUBSURFACE PIT SHALL BE 3:1.THE DEPTH ` 1 r 1 OF THE PIT SHALL BE AT LEAST 3.0'.THE BERM SURROUNDING THE SIDES AND BACK OF THE CONCRETE WASHOUT AREA SHALL HAVE A HEIGHT OF 1.0'.THE VEHICLE TRACKING Pr ��•�•;W:7,11. •�� •� PAD SHALL BE SLOPED 2%TOWARDS THE CONCRETE WASHOUT AREA.A • • �� • CONSTRUCTION FENCE SHALL BE INSTALLED ALONG THE TOP OF THE PERIMETER BERM ' M, -• PER THE DETAIL. Q 3.VEHICLE TRACKING CONTROL(BEE DETAIL VTC)IS REQUIRED AT THE ACCESS POINT TO A ALL CONCRETE WASHOUT AREAS. ra`'��� �� r∎�i� lar���� 4.A CURB STEP(SEE DETAIL CS)SHALL BE IMPLEMENTED IF A CURB EXISTS AT THE Z Z I.w ACCESS POINT TO THE CONCRETE WASHOUT AREA.litid) 2°o SLOPE • 5. HIGHLY VISIBLE SIGNS SHALL BE PLACED AT THE CONSTRUCTION SITE ENTRANCE, 0'MIN N *TWO. ay.:....1.1• WASHOUT AREA AND ELSEWHERE AS NECESSARY TO CLEARLY INDICATE THE • • • /•ip•.•.4.•.•.• 1.7-1110 TRUCK LOCATION(S)OF THE CONCRETE WASHOUT AREA(S)TO OPERATORS OF CONCRETE .�.�.04._�....os TRUCKS AND PUMP RIGS. i ������`+� �/ 6. A ONE-PIECE IMPERVIOUS LINER MAY BE REQUIRED ALONG THE BOTTOM AND SIDES OF .4���.`{40���1%' 04���*L+Oa���.����.�S-i THE SUBSURFACE PIT AT THE DISCRETION OF THE CITY'S INSPECTOR. 26.0'MIN 01401Fi7• •P� •4..ISOI •1•W �.4.4".4.rj.;.M.L4 B)INSPECTION AND MAINTENANCE: C0 I. THE EROSION CONTROL SUPERVISOR SHALL INSPECT THE CONCRETE WASHOUT AREA ,,. Z AT THE FOLLOWING INTERVALS: • 2 VEHICLE TRACKING /. T 11111 Z_ CONTROL SEE DETAIL • AFTER INITIAL INSTALLATION. a. ESC-3.0(STABILIZED PAD) • AT LEAST DAILY WHILE THE CONCRETE WASHOUT AREA IS PRESENT ON SITE. 2. CONCRETE WASHOUT MATERIALS SHALL BE REMOVED ONCE THE MATERIALS HAVE .. REACHED A DEPTH OF 2.0'. CONSTRUCTION FENCE • • 3. CONCRETE WASHOUT AREAS SHALL BE ENLARGED AS NECESSARY TO MAINTAIN PLAN VIEW CONSTRUCTION SIGN CAPACITY FOR WASTED CONCRETE. 4. CONCRETE WASHOUT WATER.WASTED PIECES OF CONCRETE AND ALL OTHER DEBRIS IN THE SUBSURFACE PIT SHALL BE TRANSPORTED FROM THE JOB SITE IN A WATER-TIGHT EXCAVATED MATERIAL SHALL CONTAINER AND DISPOSED OF PROPERLY. • BE USED FOR PERIMETER BERM. 5. CONCRETE WASHOUT AREAS SHALL REMAIN IN PLACE UNTIL ALL CONCRETE FOR THE SOIL FOR BERM SHALL BE PROJECT IS PLACED. COMPACTED IN THE SAME CONSTRUCTION FENCE VEHICLE TRACKING MANNER AS TRENCH BACKFILL. CONTROL SEE DETAIL B. WHEN CONCRETE WASHOUT AREAS ARE REMOVED,EXCAVATIONS SHALL BE FILLED ESC-3.0(STABILIZED PAD) WITH SUITABLE COMPACTED BACKFILL AND TOPSOIL,ANY DISTURBED AREAS EXISTING o - •��_ _ ASSOCIATED WITH THE INSTALLATION,MAINTENANCE,AND/OR REMOVAL OF THE CONCRETE WASHOUT AR A H GRADE AREAS SHALL BE ROUGHENED,SEEDED,MULCHED,AND CRIMPED Cpi b PER THE CITY'S SPECIFICATIONS. ECe!___ ___________ _____________G:_:�:_____:_tf 2%SLOPE /,/,/,/. • 4'X 2'PLYWOOD PANEL• PAINTED WHITE /\/\/2>. ,/�//\///�/�/\/\/\/\/ //\/\////\////�/ /\/�//�//�//\//�/�//�/�//�//�/ ,// CONCRETg 4"LETTERS(BLACK) . \�j��%j%j�%�\ %j\/ \\/\\�/�\��\�/\\\//\/\j///\//\//\\"\\\/j�i�\%�% %�/%�/%\///\//\\ /\/j�/jam%� WASHOUT ( 1 /\ /\i\/\\�//\/\\\/\/\\//\\\\// \ i Yj/./\ 4"X 4"WOOD POST //\ \//\�\��\/,\, ��\%/� ,L 1 1/2"LAG SCREWS TO BE EMBEDDED AT LEAST 1" 8.0'x 8.0'MIN TO CONTAIN CONCRETE e-,1_I I INTO POST SECTION A-A EMBEDMENT CONSTRUCTION SIGN ADOPTED: STANDARD DRAWING NO. CONCRETE WASHOUT CITY OF SALINA 2010 ESC-17.0 I I. ESC-3 • STANDARD SPECIFICATIONS • 5 ;..i { ESC 3 -STANDARD SPECIFICATIONS 1. GENERAL REQUIREMENTS 1.1 - Summary 1.2 -Contractor's Responsibility 1.3 -Compliance with Permits 1.4 -Projects Not Requiring a Permit 1.5 -Stormwater Pollution Prevention Plan (SWPPP) 1.6 -Contractor Amendments to the SWPPP 1.7 -Contractor Schedule 1.8 -Alternate Methods or Materials 1.9 - Superintendent Training Required 1.10 -Duration of Contractor's Responsibility 1.11 - Installation of Controls 1.12 -Maintenance 1.13 -Removal 1.14 - Inspections 1.15 -Records 1.16 -Site Access for Inspections 1.17 - Maximum Areas of Disturbance at One Time 1.18 -Measures Where Construction has Ceased 1.19 -Duration Limits for Select Activities 1.20 -Construction near Rivers, Streams, and Waterbodies 1.21 -Culverts, Ditches and Storm Sewers 2. CHEMICAL AND WASTE CONTROLS 2.1 - Summary 2.2 - Solid, Liquid, and Hazardous Wastes 2.3 - Sanitary Wastes 2.4 -Leak Prevention 2.5 -Concrete Washout 2.6 -Chemical Handling and Storage 2.7 - Herbicides, Pesticides and Fertilizers 2.8 -Spill Clean-up and Management 2.9 - Spill Reporting 3. EROSION CONTROLS 3.1 - Summary' 3.2 -Materials 3.3 -Permanent Seeding and Sodding 3.4 -Temporary Seeding 3.5 -Mulch Cover 3.6 -Hydrocover (Standard) 3.7 -Hydrocover (Specialty Mix) 3.8 -Erosion Control Blanket 3.9 -Surface Roughening 3.10 -Dust Control ESC 3 - 1 4. SEDIMENT CONTROLS AND DIVERSIONS 4.1 - Summary 4.2 -Materials 4.3 -Sediment Removal and Disposal 4.4 -Sediment Fence 4.5 -Rock or Crushed Concrete Barriers 4.6 -Open-Flow Ditch Check 4.7 -Straw Wattle 4.8 -Foam Dike 4.9 -Sand Bags 4.10 -Temporary Diversion 4.11 -Temporary Slope Drain 4.12 -Inlet Protection 4.13 -Stabilized Pad 4.14 -Temporary Sediment Basin 4.15 -Temporary Stream Crossing 4.16 -Turbidity Curtains 4.17 - Concrete Washout • ESC3 -2 1. GENERAL REQUIREMENTS 1.1 Summary. This section describes general requirements to prevent or minimize the pollution of rivers, streams, lakes, and wetlands caused by runoff from the construction zone. Such pollution includes sediment that may migrate offsite through the action Of wind, water, or traffic, as well as chemical spills or other refuse from the site. 1.2 Contractor's Responsibility. The Contractor shall take all measures necessary to prevent the transport of sediment or pollutants from the project limits or into bodies of water that are intended for protection. 1.3 Compliance with NPDES Permits. The Owner shall obtain a National Pollutant Discharge Elimination System (NPDES) permit from Kansas Department of Health and Environment (KDHE), as required by the KDHE General Permit for Stormwater Runoff from Construction Activities. Owners of construction activities which disturb a cumulative total of one (1.0) or more acres or that are part of a larger common plan of development or sale which will disturb a cumulative total of one or more acres are required to obtain a NPDES permit. The Owner shall provide the Contractor with a Stormwater Pollution Prevention Plan(SWPPP) which has been prepared by a Professional Engineer. The Contractor shall comply with all requirements of such permits and the SWPPP, and shall enforce compliance with such requirements by all Subcontractors. The Contractor and all Subcontractors shall certify in writing on the forms required by the permit that they understand and will comply with such permits. 1.4 Projects Not Requiring a Permit. If neither NPDES permit nor other local water pollution control permits are required for a project, the City may waive certain documentation and record-keeping provisions of this specification. The Contractor is required to install such measures for erosion and pollution control as may be called for in the plan or required by the City. 1.5 Stormwater Pollution Prevention Plan (SWPPP). The Stormwater Pollution Prevention Plan (SWPPP) outlines methods and controls to be used to prevent stormwater pollution from the construction activities. The SWPPP consists of the following elements: (a) Title Page — Project Name, Location, Prepared By, Prepared For, Date, etc. (b) Overview of Project (c) Construction Site Description Nature of Activity, Sequence of Construction Activities, Area of Disturbance, Proposed Runoff Coefficients for Site, Existing Soil & Storm Water Drainage Information, Site Map (drainage patterns, approximate slopes, areas of soil disturbance, controls, surface waters, storm water discharge locations), Name of Receiving Stream (d) Best Management Practices (BMPs) —Erosion & Sediment Control BMPs (stabilization and structural), Stormwater Management Controls (stormwater pollution controls, erosion controls), Other Controls (waste, excess concrete & wash water, hazardous materials, sanitary waste), Timing of- Control Measures & Removal, Additional State or Local Requirements (e) Inventory of Materials & Substances to be On-Site during Construction (soil, rock/crushed concrete, paint, concrete, lime, fly ash, fertilizers, solvents,toxicants, etc.) (f) Inspection & Maintenance Procedures — Maintenance, Inspection Frequency, Inspection Procedures, Procedures for Non-Compliance (g) Non-Storm Water Discharge —Water line flushing, pavement washing, etc. (h) Description of any Permanent Stormwater Management Features (i) Owner, Contractor, and Subcontractors Certifications ESC 3 -3 (j) SWPPP Certification (k) NPDES permit documentation (NOI from KDHE) (1) Inspection and maintenance forms a (m) Applicable Plan Drawings and Specifications All elements of the project bid documents relating to erosion and pollution control are considered part of the SWPPP, either by direct inclusion or by reference, including plan sheets, specifications, special provisions, quantity tabulations, bid sheets, and contract documents. A copy of all NPDES and other water pollution related permits and permit applications are also part of the SWPPP. This specification is an integral part of the SW PPP. 1.6 Contractor Amendments to the SWPPP. Prior to beginning work, the Contractor shall review the SWPPP in detail and provide the Engineer with written recommendations for amendments to improve the effectiveness of the SWPPP or to bring it into better alignment with the Contractor's intended method of operations. The Contractor shall also advise the Engineer of any omissions or deficiencies they find in the SWPPP. During the progress of the job, the Contractor shall continue to monitor the effectiveness and performance of the control measures used and propose additional amendments as needed. No amendment shall be incorporated unless approved by the Engineer, and a log of such amendments shall be made by the Contractor. A copy of the SWPPP and all amendments shall be retained by the Contractor onsite and ready for inspection without notice. 1.7 Contractor Schedule. The Contractor shall provide the Engineer with a detailed schedule of work prior to beginning, which shall include information on timing, duration, and sequencing of erosion and sediment • control measures and construction phasing. Once approved, such schedule shall become a part of the SWPPP, and changes to the schedule shall require amendment to the SW PPP. 1.8 Alternate Methods or Materials. The Contractor may propose alternative methods or materials for any of the specific erosion and sediment controls given in the SWPPP,provided that such methods provide equal or improved measures of control, as determined by the Engineer. If agreed to by the Contractor and Engineer, such alternates may be paid for at the contract unit price and quantity of the items being replaced. If such modification is not acceptable to either Contractor or Engineer, the alternate methods or materials shall be handled in accordance with the applicable provision of the Contract for changes in work or extra work. 1.9 Superintendent Training Required. The Contractor's resident superintendent shall have no less than 8 hours of formal training on erosion and sediment control within the last 24 months. Such training shall include the principles of erosion and sediment control, technical information on typical and/or innovative controls, and the contents of these specifications and related Standard Drawings and Design Criteria. The training must be taught by a professional engineer or other professional considered qualified by applicable regulatory agencies to prepare a SWPPP. Documentation of training shall be submitted to the Engineer upon request, prior to beginning work. 1.10 Duration of Contractor's Responsibility. The Contractor is responsible for water pollution control and permit compliance from the issuance of Notice to Proceed until final completion of the work and during any subsequent maintenance bond period. The Contractor will be released from responsibility for erosion and sediment control for any portion of the job for which a Notice of Termination has been submitted and accepted by the local permit authority, provided that the Contractor does not subsequently do work in such areas that create new disturbances. The notice of termination will not be submitted by the Owner until all permit requirements are met, which includes the requirement that final stabilization be achieved. Vegetation must have a density of at least 70% of the density of the undisturbed areas of the site. 1.11 Installation of Controls. The Contractor shall obey all requirements for chemical and waste controls specified in Subsection 2 of this Section. Contractor shall provide all specific erosion and sediment controls required by the SWPPP in accordance with the requirements of Subsections 3 and 4.If the SWPPP calls out items or controls not included in this specification, refer to the project special provisions and plans for requirements. Controls must be installed prior to or during the construction phase during which they are needed, not as a restoration or post-construction item. ESC 3 -4 1.12 Maintenance. The Contractor shall maintain the integrity of the temporary erosion and sediment control devices as long as they are in place and necessary. Devices not functioning properly shall be corrected or replaced. Accumulated sediments shall be removed promptly as detailed in Subsection 4. 1.13 Removal. Control measures shall be completely removed from the site when they are no longer needed, unless they are approved by the Engineer to remain in place for permanent stabilization or biodegradation (i.e. erosion control blankets). 1.14 Inspections. The Contractor shall inspect the construction site within twenty-four hours of a storm with precipitation of 0.5 inches or greater. In addition, regular inspections shall be made weekly during active phases of construction, and no less than once per month during all other times. All installed practices shall be checked for proper installation, operation, and maintenance. Locations where stormwater runoff leaves the site shall be inspected for evidence of erosion or sediment deposition. Deficiencies shall be noted in a report and corrected within seven calendar days of the inspection. A report of each inspection shall be made and contain the following minimum information: inspector's name, date of inspection, effectiveness of the practices, actions taken or necessary to correct deficiencies, and listing of areas where construction operations have permanently or temporarily stopped. The inspection report shall be signed by the Superintendent or their designee. Site inspection reports shall be maintained onsite with the S W PPP. 1.15 Records. The Contractor shall maintain all permit required records during the job and shall transmit all necessary records to the Engineer at the completion of the work, including all Contractor and Subcontractor certifications, site inspection records, and other records requested by the Engineer. 1.16 Site Access for Inspections. The Contractor shall allow authorized personnel with proper credentials from jurisdictional federal, state, or local agencies, to enter the construction site to obtain samples of discharge water, to inspect and copy required records, and to inspect installed practices or equipment. • 1.17 Maximum Areas of Disturbance at One Time. The surface area of erodible earth exposed shall be limited to the Contractor's capability and progress in keeping with the approved schedule. Existing vegetation will be preserved or retained as long as practical and the time period for soil areas to be without permanent surface or vegetative cover shall be minimized. The maximum surface area of erodible earth exposed at one time will not exceed ten (10) acres unless approved in writing by the Engineer or otherwise provided for in the plans. The Contractor shall pay close attention to the grading and disturbance limits indicated on the plan or authorized by the Engineer. 1.19 Duration Limits for Select Activities. For certain items of work, the plans or standard sequences may contain specific time limits for the maximum duration of exposure, typically stated as "Item A construction shall have a maximum exposure time of X days." Where such limits are specified, the time will be measured from the date in which stabilized ground cover is first disturbed in the work area until the date that permanent or temporary stabilization is applied. At the Contractor's request, the count of days may be suspended for any interim period during which temporary stabilization is in place and adequately maintained. Contractor shall be responsible for documenting the elapsed time on all such work, typically by noting the elapsed time in their inspection logs, taking time-stamped photographs, and/or by marking the area with a wooden stake documenting beginning and ending dates. The Engineer may grant extensions of time requested by the Contractor when justified. 1.20 Construction near Rivers, Streams, and Waterbodies. Construction operations in or near rivers, streams, and other water impoundments will be restricted to those areas essential for construction. Unless otherwise provided for in the plans, a minimum 50 feet buffer of undisturbed vegetation will be maintained between construction operations and defined drainage courses. Where such buffers are not provided, work will not be initiated until all materials and equipment necessary to complete the work are on site and such operations will be completed as quickly as possible once the work has begun. When no longer required, all falsework, pilings, temporary crossings, and other obstructions will be promptly removed. Contractor shall not cross live streams with equipment but shall use temporary stream crossing as detailed in the plans. • ESC3 - 5 1.21 Culverts, Ditches and Storm Sewers. Construction of major elements of the proposed storm sewer or other drainage systems shall be coordinated to minimize the duration of time over which stormwater would run through temporary, erodible channels. Unless otherwise indicated on the plans, construction of the major elements of the system shall be among the first activities on the project. Once begun, construction will proceed expeditiously to completion, including placement of all final headwalls, end structures, rock/crushed concrete and other end treatments. Temporary or permanent ditches which are graded on the project shall either be stabilized or have temporary sediment controls installed within seven (7) days of their grading. 2. CHEMICAL AND WASTE CONTROLS 2.1 Summary. This section describes specific requirements to control non-sediment related pollutant discharges from chemicals and wastes from the site, including requirements for chemical handling, spill prevention, spill response, and waste disposal. 2.2 Solid, Liquid, and Hazardous Wastes. All trash shall be placed in dumpsters or trash barrels provided by the - Contractor and accumulated trash shall be hauled offsite and properly disposed. Floating debris found in any waterbody on or immediately adjacent to construction shall be removed immediately, regardless of source. Hazardous wastes shall be stored, transported offsite, and disposed of properly. 2.3 Sanitary Wastes. Sanitary facilities must be made available and their use enforced by the Contractor. 2.4 Leak Prevention. All equipment used onsite shall be free of leaks, receive regular preventative . maintenance, and be inspected daily to reduce chance of leakage. No fueling, servicing, maintenance, or repair of equipment shall be done within 50 feet of a stream, drainage-way, lake, storm sewer inlet or other - water body. Onsite fuel tanks shall be in good condition, free of leaks or drips, painted brightly for visibility, monitored daily and shall sit within a secondary containment tank or earthen berm. 2.5 Concrete W ashout. Concrete wash or rinse water from concrete mixing equipment, tools and/or ready-mix trucks, tools, etc, may not be discharged into or be allowed to run directly into any existing water body, storm inlet, alley or street. One or more locations for concrete wash out shall be designated on site, such that discharges during concrete washout will be contained in a small area where waste concrete can solidify in place and excess water evaporated or infiltrated into the ground. 2.6 Chemical Handling and Storage. Chemicals or materials capable of causing pollution may only be stored onsite in their original container. Materials stored outside must be in closed and sealed water-proof containers and located outside of drainage ways or areas subject to flooding. Manufacturer's data regarding proper use and storage, potential impacts to the environment if released, spill response, and federally- ` defined reportable quantities for spill reporting shall be maintained by the field superintendent onsite at all times. Locks and other means to prevent or reduce vandalism shall be used. 2.7 Herbicides, Pesticides and Fertilizers. Herbicides, pesticides and fertilizers used as part of the work shall be applied in accordance with manufacturer recommendations. Direct spray into water bodies is prohibited. Such chemicals shall not be used if rain is forecast within 24 hours, unless they're approved for wet weather application. 2.8 Spill Clean-up and Management. If safe, Contractor shall immediately stop and contain spills or leaks with an appropriate device, earthen berm, sawdust, sand, kitty litter, rags or other absorbents. Manufacturer recommendations shall be followed. Leaks from broken hoses shall be immediately contained with hose clamps, plugs, or drained into leak-proof containers. Contractor shall have tools, equipment, and supplies necessary for spill response onsite and ready for immediate use at all times. Contractor personnel shall be trained to properly respond to a leak or spill. All spills shall be cleaned up and disposed of in accordance with applicable federal, state, and local regulations. Local hazardous materials response units shall be called if assistance stopping or containing spill or leaks is needed. ESC 3 -6 2.9 Spill Reporting. All spills in excess of reportable quantities shall be reported to the appropriate federal; state, and local agencies within 24 hours of their occurrence. The Contractor shall maintain a listing of all such agencies onsite within the SWPPP and in easy reference for onsite personnel. Spills that pose an immediate threat to public safety or contamination of a water body shall be reported immediately to designated first response authorities. 3. EROSION CONTROLS Referenced Standards. The following standards are referenced in this section. The latest version of these standards shall be used. City of Salina, Standard Drawings and Design Guidelines for Construction Site Stormwater Best Management Practices. Texas Department of Transportation (TxDOT): Approved Products List (APL) for Erosion Control. Based on testing and standards cited in the report "TXDOT /TTI Hydraulics, Sedimentation and Erosion Control Laboratory: Field Performance Testing of Selected Erosion Control Products". List available by writing the Texas Department of Transportation, Maintenance Division, Vegetation Management Section, 125 East 11t Street, Austin TX 78701 -2483 or by download from: http://www.dot.state.tx.us/services/maintenance/erosion control.htm 3.1 Summary. This section describes specific requirements for installation and maintenance of temporary measures to stabilize onsite soils and prevent erosion during construction. 3.2 Materials. Materials used for erosion controls shall meet the requirements of the following Subsections. Unless otherwise specified herein, the Contractor shall submit, for each material used, a certification prepared by the manufacturer which states that the materials meets all the requirements of this specification. The manufacturer must also provide supporting documentation and testing results to validate this certification, if requested by the Engineer. Manufacturer's instructions for installation of materials (when applicable) will be available onsite whenever work is occurring and a copy shall be submitted to the Engineer upon request. 3.3 Permanent Seeding and Sodding. Final stabilization with vegetation by either permanent seeding or sodding is the most effective form of erosion control and should be achieved as early in the construction process as possible. A. Construction Requirements: Contractor shall schedule work so that permanent seeding is conducted as early as practical in the construction process. Multiple mobilizations of seeding or sodding operations will be appropriate on most construction sites. Seed and equipment shall meet all requirements of the City of Salina. B. Seed mixes are listed below. Actual weight of seed shall be adjusted for purity and germination rate to provide the minimum weight of pure, live seed (PLS) listed. 1. Type P-1 Seed, Cool Season: For permanent seeding to be completed between February 1 and April 30, or between August 15 and October 31, the following seed mix and rate shall used: Fescue @ 6 lbs PLS (Slit Seeder) or 10 lbs PLS (Broadcast) per 1,000 square feet,or Bluegrass @ 3 lbs PLS (Slit Seeder) or 5 lbs PLS (Broadcast) per 1,000 square feet. ESC 3 -7 • 2. Type P-2 Seed,Warm Season: For permanent seeding to be completed between May 1 and July 31, requiring heat tolerance, the following seed mix and rate shall used: Buffalo @ 2 lbs PLS per 1,000 square feet,or Bermuda Plugs/Sprigs or sod. These grasses require full sun exposure and have poor shade tolerance. C. Mulch used for permanent seeding shall meet the same requirements as "Mulch Cover" in Subsection 3.5. Mulch is required unless erosion control blankets are being used instead. D. Out-of-Season Special Provision: The Engineer may require permanent seeding to be conducted outside of the allowed season. The Contractor may request approval to conduct permanent seeding outside of the allowed season. The Contractor shall be responsible for the establishment of a vigorous and healthy seed or sod cover. E. Maintenance: Mulch shall be replaced or repaired as needed during germination and early growth. Bare spots shall be patched, by hand seeding if necessary. Vehicle and personnel traffic shall be minimized in areas seeded. 3.4 Temporary Seeding. Interim stabilization with annual vegetation to provide temporary cover to minimize erosion. This item only covers seeding installed by conventional drilling. A. Materials: Seed shall meet all requirements of the City of Salina. Fertilizer is not required. Mulch used for temporary seeding shall meet the same requirements as "mulch cover" in Subsection 3.5. Mulch is required unless erosion control blankets are being used instead. Seed mixes are listed below. Actual weight of seed shall be adjusted for purity and germination rate to provide the minimum weight of pure, live seed (PLS) listed. • 1. Type T-1 Seed, Cool Season: This mixture to be used when temporary seeding is completed between February 1 and April 30, or between August 15 and October 31. The following seed mix and rate shall be used: Premium Kansas blend Fescue @ 2.5 lbs PLS per 1,000 square feet, or Ryegrass (Annual) @ 2.5 lbs PLS per 1,000 square feet. 2. Type T-2 Seed, Warm Season: This mixture to be used when temporary seeding requires heat tolerance and when seeding is completed between April 30 and August 15. The following seed mix and rate shall be used: Millet @ 2 lbs PLS per 1,000 square feet 3. Type T-3 Seed, Winter: This mixture to be used when temporary seeding requires cold tolerance and when seeding is completed between October 31 and February 1. The seed mixture and rate shall be as follows:Winter Wheat @ 3 lbs PLS per 1,000 square feet. B. Construction Requirements: Preparation, planting and all other construction requirements shall meet all requirements of the City of Salina. For this item, seeding shall be drilled (for Hydraulic application method, see Subsection 3.6). Prior to application, the soil shall be tilled to a depth of at least 2 inches and smoothed to eliminate gullies, depressions, or large clods. Roller compaction of the seedbed is not required. Within 24 hours of seeding, mulch or erosion control blankets shall be applied. When mulch is used, it shall be applied in accordance with the same requirements given for "Mulch Cover" in Subsection 3.5. When erosion control blankets are used, they shall be installed in accordance with the requirements Subsection 3.8. ESC3 - 8 • Y6 The Contractor shall initially water all areas of temporary seeding at least one-quarter inch as soon as the mulch is laid. Additional watering may be necessary for plant germination and adequate growth to provide cover. Contractor shall schedule work so as to provide temporary seeding as early as practical in the construction process. Contractor shall maintain a readiness to perform temporary seeding frequently during the progress of the project. No more than 7 calendar days may elapse between the Engineer's request for temporary seeding and its application. Multiple mobilizations to seed areas as construction progresses shall be expected. C. Maintenance: Mulch shall be replaced or repaired as needed during germination and early growth. Bare spots shall be patched, by hand seeding if necessary. Vehicle and personnel traffic shall be minimized in areas seeded. 3.5 Mulch Cover: Mulch applied without seeding to protect the soil surface from raindrop impact and reduce wind erosion and dust. Mulch Cover (without seed) is generally used when ground cover is required and temporary or permanent seeding is not feasible. A. Materials: Mulch shall be vegetative type only, consisting of cereal straw from stalks of oats, rye, wheat or barley and shall be free of prohibited and noxious weed seeds. B. Construction: Prior to applying mulch, the soil shall be tilled to a depth of 2 inches to eliminate hard crust and allow rainwater intercepted by mulch to infiltrate the soil. The surface will be smoothed to eliminate gullies, depressions, or large clods. Mulch shall be applied at the rate of 1.5 tons/acre (3,000 lbs/acre) and be anchored into the soil a minimum depth of 3 inches by use of a heavy disc harrow, set nearly straight, or a similar approved tool. Discs of the anchoring tool shall be set approximately 9 inches apart. Anchoring shall be accomplished by not more than two passes of the tool. If approved by the Engineer, a tackifier may be applied to the mulch to anchor it instead of using the disc harrow. C. Maintenance: Mulch cover shall be replaced or repaired as needed. Bare spots shall be filled in, by hand if necessary. Vehicle and personnel traffic shall be minimized in areas mulched. 3.6 Hydrocover (Standard). Hydraulic application of a standardized mixture of fiber mulch, tackifier, and temporary seed to provide temporary cover. A. Materials: 1. Cellulose Fiber Mulch: Shall be on the Approved Products List for Erosion Control by TxDOT. All fibers used shall correspond to the prequalified list for the appropriate soil type. Dry weight shall be based on "air-dry weight" that does not contain more than 10% moisture. The manufacturer's packaging shall indicate air-dry weight for each package of mulch. The fibers shall be colored green with a non-toxic dye. 2. Tackifier: Shall be food-grade hydrolyzed guar gum powder. It shall be mixed with the cellulose fibers based on the manufacturer's recommendations, but in no case at a proportion less than 3%of the dry weight of the cellulose fiber mulch. 3. Water: Shall be clean, potable water mixed at a rate suitable for the equipment being used, typically 100 gallons per every 30 to 50 pounds dry weight of cellulose fiber. 4. Seed: Shall be Type T-1 or T-2 seed as specified in Section 3.4. Seed shall be mixed to provide no less than the seeding rate provided. 5. Fertilizer: Not required. 6. Equipment: The hydrocover operation shall be accomplished with hydraulic sprayers suitable for mixing, spreading and projecting the mixture. ESC 3 - 9 • B. Construction Requirements: The cellulose fiber mulch shall be added to the hydraulic seeder after proportionate amounts of seed, tackifier, and water have been mixed. These ingredients shall be mixed to form a slurry and applied at the rate indicated above. It shall be applied to make a uniform coverage of the soil surface. Prior to application, the soil shall be tilled to a depth of at least 2 inches and smoothed to eliminate gullies, depressions, or large clods. Hydrocover shall be applied at a rate of 2,000 pounds dry weight of cellulose fiber per acre (0.41 pounds per square yard), unless otherwise specified by the Engineer. Once applied, the area shall be allowed to dry and vehicle and personnel traffic shall be kept off the stabilized area. Water shall be applied as needed for seed germination and plant growth. Contractor shall maintain a readiness to provide hydrocover frequently during the progress of the project. No more than 7 calendar days may elapse between the Engineer's request for hydrocover and its application. Multiple mobilizations of hydrocover operations should be expected. • C. Maintenance: Areas which are disturbed by construction shall be patched with additional application of slurry at the next available mobilization of equipment at no additional cost. Small areas of poor coverage may be stabilized through erosion control blankets, mulch for cover, straw wattle protection or other measures, at no additional cost. 3.7 Hydrocover (Specialty Mix). Hydraulic application of specialized mixtures of fiber mulch, tackifiers, seed and other additives to provide temporary cover. A. Materials: When specialty mixtures are used, the particular mix design and ingredient requirements shall be given in the plans or special provisions. Such specialty mixtures may include additives for improved seed germination, mixtures of special polymer tackifiers and heavier rates of cellulose fiber to produced a more continuous cover (i.e. "Bonded Fiber Matrix"), or mixtures that contain polyacrylamides that chemically stabilize the underlying soils (i.e. "Stabilized Fiber Matrix"). Seed, additives and equipment shall conform to the requirements of standard hydrocover, as well as any additional requirements specified in the plans, special provisions or by the manufacturer of the specialty mix. • B. Construction and Maintenance Requirements: All construction and maintenance requirements shall be the same as for standard hydrocover, except as modified by the plans or the manufacturer's recommendation for the specialty mix. . 3.8 Erosion Control Blanket.Blankets or mats of natural, synthetic, or composite materials that can be rolled onto bare earth and anchored in place to provide temporary or permanent cover and/or to stabilize bare earth or channels subject to overland or concentrated surface flow. • A. Materials: Erosion control blankets of the class and type specified in the contract shall be on the Approved Products List for Erosion Control by TxDOT. Blankets are categorized by expected use and application, as follows: Class 1: For use as Cover and Slope Protection from overland Flow: Type A: On slopes 1:3 or flatter with clay soils. Type B: On slopes 1:3 or flatter with sandy soils. Type C: On slopes steeper than 1:3 with clay soils.Type D: On slopes steeper than 1:3 with sandy soils. Class 2: For use as Flexible Channel Liner under concentrated flow: Type E: For shear stresses below 2 lb/sq. ft. Type F: For shear stresses below 4 lb/sq. ft. Type G: For shear stresses below 6 lbs/sq. ft.Type H: For shear stresses below 8 lb/sq. ft.Type I: For shear stresses below 10 lb/sq. ft.Type J: For shear stresses below 12 lb/sq. ft. Only 100% synthetic materials are allowed for Type H, I,or J blankets. ESC3 - l0 B. Construction Requirements: The Contractor shall install erosion control blankets in the locations shown in the plans or as directed by the Engineer. Soil or seedbed preparation must be complete prior to the placement of blankets. Blankets shall be installed in a directional manner, anchored, lapped, and stapled as recommended by the manufacturer. C. Maintenance: Areas of torn or degraded blanket shall be repaired or replaced, unless such degradation is within the accepted tolerances for temporary blankets. Edges or seams which are loose or frayed shall be secured with additional staples. Bare patches of vegetation shall be reseeded. 3.9 Surface Roughening. At the end of every working day, the sloped face of any new excavation or embankment shall be roughened by operating tracked machinery up and down the slope to leave horizontal depressions in the slope face. As few passes of the machinery as possible should be made to minimize compaction. At no time shall slopes be bladed or scraped to produce a smooth hard surface. Any rough graded slope that is not yet ready for seeding or other treatment and which will not be disturbed by ongoing construction for a period of 7 days or more shall be roughened by grooving it with a disc, tiller, spring harrow or other suitable implement. Such grooves shall be located traverse to the slope face and shall not be less than 3 inches deep nor spaced more than 15 inches apart. The requirement to roughen slopes by tracking or grooving shall apply to all slopes steeper than 6:1 horizontal to vertical. 3.10 Dust Control. Contractor shall take effective measures to prevent blowing dust. Adequate moisture content shall be maintained in all exposed soils by application of water or, in areas to be subsequently paved, by application of asphalt emulsion. When dust produced by operations such as sand blasting, grinding and sawing of concrete or masonry will create a public nuisance, contractor shall perform work under water spray or utilize an alternate construction method. 4. SEDIMENT CONTROLS AND DIVERSIONS Referenced Standards: The following standards are referenced directly in this section. The latest version of these standards shall be used. AASHTO M 288 Geotextile Specification for Highway Applications City of Salina, Standard Drawings and Design Guidelines for Construction Site Erosion and Sediment Control Best Management Practices. ASTM D 3786-Test Method for Hydraulic Bursting Strength of Textile Fabrics— Diaphragm Bursting Strength Tester Method D 4355 -Test Method for Deterioration of Geotextiles by Exposure to Light, Moisture and Heat in a Xenon Arc Type Apparatus 4.1 Summary. This section describes specific requirements for installation and maintenance of temporary measures to detain, filter, or cause settlement of sediment from runoff, as well as measures used to temporarily direct or divert runoff onsite or at the site perimeter. 4.2 Materials. Materials used for sediment controls and diversions shall meet the requirements of the following Subsections. Unless otherwise specified herein, the Contractor shall submit a certification prepared by the manufacturer for each material used which states that the materials meets all the requirements of this specification. The manufacturer must also provide supporting documentation and testing results to validate this certification, if requested by the Engineer. Manufacturer's instructions for installation of materials (when applicable) will be available onsite whenever work is occurring and a copy shall be submitted to the Engineer upon request. ESC 3 - 11 • 4.3 Sediment Removal and Disposal. Removal of accumulated, settled sediment from behind barriers, traps, or within basins. A. Construction Requirements: Accumulated sediment shall be removed when it exceeds the volumes specified for any particular measure or when ordered by the Engineer. Sediments removed shall be mixed with other onsite materials and incorporated into project fills, spread loosely across the site, or hauled offsite as necessary. Sediments may not form an identifiable layer or seam in any fill. Sediments hauled offsite shall be dewatered first or hauled in a water tight truck. Sediments shall be located and compacted in a way which minimizes the likelihood of being re-suspended in future rainfalls. Removal shall by machine or hand work, whichever is most feasible. 4.4 Sediment Fence. A temporary barrier of synthetic fabric embedded in the ground and supported by posts • and in some cases wire fencing, used to divert water or to maintain a trap for settlement. A. Materials: 1. Geotextile Fabric: Shall meet the requirements of AASHTO M 288, which include requirements for elongation, grab strength, permittivity, apparent opening size, and ultraviolet stability. The geotextile supplied shall meet the quality requirements given in AASHTO M 288 for the geotextile specified in plan drawings. 2. Posts: Posts shall be hardwood with a 1 12" nominal dimension or shall be steel posts of U, T. L, or C shape, weighing 1.33 lbs per foot minimum. Only steel posts may be used on wire- supported fence. Fence pre-fabricated with posts is not allowed due to difficulty of proper installation. 3. Wire Reinforcement: When used, shall be woven-wire fencing with a minimum wire gage between 9 and 14 and a maximum mesh spacing of 6 inches in all directions. B. Construction Requirements: Install fence as shown on the Standard Drawing. Installation shall either by standard trench or through the use of a specialized machine capable of inserting the fence securely into the ground with a slicing method and firmly compacting the slice closed. The slicing-machine method is preferred for all locations where the machine can reasonably be used. Sediment fence must be firmly anchored to the ground, well compacted, free of rips and tears, and • standing securely upright. Joints in Sediment fence must overlap to prevent leakage. Existing trees shall not be used as stakes, and trenches for Sediment fence shall avoid damaging the root zone of trees to be saved. Provide wire support for fence when specified on the plans or by the Engineer. Wire support is generally used when controlling large areas or to discourage accidental damage by vehicles. Sediment fence shall be located generally as shown in the plans, but adjusted to conform to the actual .:-'-' contours and based on the usage, as follows: 1. When used to capture overland flow, install along the contour to provide maximum storage volume without overtopping, with ends turning to run up-slope a short distance to prevent bypassing. Additional volume may be created by excavating depressions on the upstream side of the fence. 2. When used for ditch checks, extend the ends up the side slope of ditch sufficiently to prevent bypass around the end posts. • 3. When used to divert and direct water, install to create a smoothly descending flow line. - s 4. When used at the toe of an embankment, offset Sediment fence by several feet to provide Sediment storage capacity. , 5. When used as perimeter control of a site or stockpile, loose fill or stockpiled earth shall not be placed or allowed to fall directly against the Sediment fence. Sediment fence shall not support a stockpile. ESC 3 - 12 C. Maintenance: Remove Sediment deposits when they exceed 1/3 the height of the fence. Replace all broken, ripped, degraded, or damaged sections of fence immediately with new fencing, including adequate overlap at ends to prevent leakage. 4.5 Rock or Crushed Concrete Barriers. Small temporary rock or crushed concrete dams used to form sediment traps or used as ditch checks in ditches with large flows. Barriers may also be used to redirect water when other measures are not sufficient. A. Materials: Rock or Crushed Concrete shall be clean and free of deleterious substances, including earth, chert, cracks, seams, soapstone, shale or other easily disintegrated materials. Rock or Crushed Concrete shall come from a primary run and be screened to remove the easily separated fines. It shall meet the gradation requirements below for the nominal size specified: 2-inch Rock or Crushed Concrete: A majority of the particles larger than 1.5 inches in diameter and none larger than 3 inches. Total Rock or Crushed Concrete and fines smaller than 1/2 inch shall not exceed 2 %by weight. 4-inch Rock or Crushed Concrete: A majority of the particles larger than 4 inches in diameter and none larger than 6 inches. Total Rock or Crushed Concrete and fines smaller than 1" shall not exceed 2 % by weight. 6-inch Rock or Crushed Concrete: A majority of the particles larger than 6 inches in diameter and none larger than 9 inches. Total Rock or Crushed Concrete and fines smaller than 1" shall not exceed 2 % by weight. • 12-inch Rock or Crushed Concrete: A majority of the particles larger than 12 inches in diameter and none larger than 18 inches. Total Rock or Crushed Concrete and fines smaller than 1" shall not exceed 2 % by weight. The Engineer may approve modifications to these gradations to accommodate readily available stockpiles from local quarries. B. Construction Requirements: Rock or Crushed Concrete barriers shall be placed as shown on the plans • or Standard Details. When shown, depressions shall be excavated on the upstream side of the barriers to increase available storage volume and create a sediment trap. All rock or crushed concrete shall be removed from the site at the completion of work, unless suitable onsite disposal is authorized by the Engineer. C. Maintenance: Remove Sediment when it accumulates 1/2 the height of the barrier. Reshape or replace the rock or crushed concrete where settlements or isolated breaches occur. 4.6 Open-Flow Ditch Check. A-frame ditch-checks with an open weave that allows significant flow through while lowering velocities sufficiently to cause settlement. A. Materials: 1. Frame: Structure made of strands of high-density polyethylene woven to produce rectangular openings. Frames made of metal or other plastics having equivalent strength and durability may be used. Opening sizes may vary across the frame, with generally smaller openings clustered at the bottom to screen materials and larger openings at the top to facilitate overflow. Openings shall comprise a minimum of 35% of the cross sectional area of the frame. Frames shall be fabricated in triangular "A-frame" shape with a flange at both ends on the bottom to facilitate anchoring into the soil. 2. Anchors: As recommended by the manufacturer. 3. Erosion Control Blanket: Shall be Class 2, Type F as specified in Subsection 3.8, unless an alternate type is indicated on the plans. ESC3 - 13 5r B. Construction Requirements: Prepare channel or ditch by forming the shape and grade and compacting the subgrade. Apply any soil additives, fertilizer, seed, or erosion control blankets as required before installing ditch check. Install ditch check and underlying erosion control blanket as shown in the Standard Drawing. C. Maintenance: Remove Sediment when it accumulates 1/2 the height of the ditch check. If units are damaged or dislodged during the sediment removal process, repair and re-establish continuity. 4.7 Straw Wattle. Circular tubes of netting filled with straw fibers and used as a small height barrier for diversion of water or settlement. A. Materials: Wattles shall consist of a rice or wheat straw fibers as filler within a containment netting. Filler shall be certified as weed free in accordance with state standards. Fibers must have an average length greater than 3 inches. Containment netting shall be high-density polyethylene and ethyl vinyl acetate and shall contain ultraviolet inhibiters. The strand thickness shall be no less than 0.030 inches, the knot thickness no less than 0.055 inches and the netting weight no less than 0.35 ounces per foot. The entire wattle unit shall be sufficiently durable to withstand weather, construction, and installation conditions for no less than 3 months, including multiple movements and reinstallations. Wattles shall have a 9-inch diameter (1-inch tolerance) and a minimum unit weight of 1.4 lbs/ft. Wood or steel posts of sufficient strength withstand installation and weather shall be used for anchoring. B. Construction Requirements: Wattles shall be located as shown on the plans or as directed by the Engineer. Individual units shall be installed in accordance with manufacturer's recommendations and the Standard Drawings. Units shall be laid end to end and abutted firmly or overlapped against the next consecutive unit. C. Maintenance: Remove Sediment when it accumulates to 1/2 the height of the wattle. Repair torn, ripped, or degraded segments. Avoid driving over wattles and repair any segments damaged by vehicles. Correct shifts in wattle alignment. Repair rills or gullies upslope of the wattle and any undercutting that may occur. Units that do not satisfy the durability requirement shall be replaced at no extra cost. 4.8 Foam Dike. Foam strips wrapped in geotextile fabric and used as a small height barrier for diversion of • water or settlement. A. Materials: Foam dikes shall have an inner material of plastic foam with an outer covering of geotextile fabric fitted snugly. Plastic shall be urethane or other material approved by the Engineer and shall be durable, weather resistant, and flexible. The foam core shall have a triangular or rectangular cross section that is stable when placed, and shall provide for a minimum of 7" height barrier height above grade. Geotextile shall meet the same requirements as given for Sediment fence in this specification. The geotextile shall have flaps that extend a minimum of 3 feet beyond the base of the inner material in each transverse direction. The entire foam dike unit shall be sufficiently durable to withstand weather, construction, and installation conditions for no less than 3 months. The foam dike shall be anchored by staples. B. Construction Requirements: Foam dikes units shall be located as shown on the plans or directed by the Engineer. Units shall be installed in accordance with manufacturer's recommendations and the Standard Drawings. Units shall be laid end to end and abutted firmly to the next consecutive unit. C. Maintenance: Remove Sediment when it accumulates 1/2 the height of the foam dike. Repair torn, ripped, or degraded segments. Avoid driving over foam dikes and repair any segments damaged by vehicles. Units that do not satisfy the durability requirement shall be replaced at no extra cost. 4.9 Sand Bags. Small sand-filled durable bags that are placed, stacked, or piled to form temporary diversions, barriers, or ditch checks. ESC 3 - 14 A. Materials: Bags shall be woven polypropylene, polyethylene, or polyamide fabric or burlap having a minimum unit weight of 4 ounces per square yard. The Mullen burst strength shall exceed 300 psi per ASTM D3786 and shall have ultraviolet stability exceeding 70% per ASTM D4355. Bags shall be filled with clean, coarse sand with a minimum of 20% by weight of no. 4 sieve partical size and be securely sealed. Bags may be of any size suitable for hand placement and carrying. A typical bag size is 18- inches long, 12-inches wide, and 3-inches thick with a weight of 30-35 pounds when loosely filled. B. Construction Requirements: Bags shall be placed tightly together with no gaps between individual bags or adjacent curbs, walls or other surfaces against which they are placed. C. Maintenance: Sediment that is stopped by and stored behind the bag shall be removed after every rainfall. 4.10 Temporary Diversion. Earthen berm and adjacent swale temporarily graded and compacted to provide a diversion or to trap small areas of overland flow. Temporary Diversions can be used in conjunction with slope drains at the top of slopes to prevent sheet flow down the slope. A. Materials: Temporary diversions shall consist of any soil material from within the project limits that is capable of being compacted. B. Construction Requirements: Temporary diversions shall be constructed to the dimensions shown in the Standard Drawings. The diversion shall be wheel compacted with one pass minimum over the entire width of the berm. Material for the berm should be drawn from the swale (or diversion channel) excavated adjacent to the berm on the upslope side, so as to further establish the drainageway. C. Maintenance: Diversions shall be re-shaped and re-compacted as necessary to maintain their function. Breaches in the berm shall be repaired promptly. 4.11 Temporary Slope Drain. A flexible tubing or conduit used to convey concentrated water from the top of a slope down to the toe and thereby preventing erosion over the slope face. A. Materials: Temporary slope drains shall be metal, plastic, or flexible rubber pipe having a minimum 8 inch diameter. Pipe walls shall be impermeable and not slotted. Preformed elbows will be provided where sharp grade changes are needed. Standard flared end sections as approved by the Engineer shall be provided at both the inlet and outlet. Rock or crushed concrete for energy dissipation at the outlet shall meet the material requirements for"Rock or Crushed Concrete Barrier". B. Construction Requirements: Temporary slope drains shall be constructed as shown in the Standard Details. Water shall be directed towards the inlets by the use of temporary berms, Sediment fence, gravel bags, or other barrier systems shown on the plans or approved by the Engineer. The drain will discharge onto a stabilized feature to prevent scour. • C. Maintenance: Sediment ponded at the inlet that would disrupt smooth flow shall be removed promptly. Outlet conditions shall be repaired if scour is observed. Leaking or damaged sections of pipe shall be repaired immediately. Berms or fences directing water to the inlet shall be monitored for continuity and effectiveness and repaired or modified appropriately. 4.12 Inlet Protection. Any one of a variety of devices or procedures used to allow water to enter a stormwater inlet while filtering or temporarily impeding the flow sufficiently to reduce the quantity of sediment entering the inlet. A. Materials: When used, Wattles, Foam Dike, Sediment Fence, Rock or Crushed Concrete and Sand Bags shall meet the material requirements in the respective Subsection of these Standard Specifications. All other material specifications are as shown in the Standard Details or on the plans. ESC 3 - 15 B. Construction Requirements: Unless otherwise indicated by the Engineer, any of the inlet protection systems given in the Standard Details or plans may be used where appropriate. The project plans may limit the use of particular inlet treatments or specify greater detail on their use. The appropriate details for =y a given inlet will change during the progress of the job and adjustments shall be made as inlet construction progresses. Each inlet shall be protected continuously from initial construction until final stabilization. When surrounding conditions are such that protection of an inlet would lead to an increased risk of flooding adjacent structures or streets, the barriers shall be adjusted or eliminated to avoid such impacts. _ In those cases, the amount of sediment that enters the inlet shall be minimized using other protection methods, such as temporary seeding or mulch cover. The general cases of inlet protection and the performance expected from each are as follows: 1. All Inlets at Sump Conditions: Inlets at sump conditions must remain accessible for flow at all times. Small barriers, depressions and/or filters are used to screen larger sediments and initiate settlement of the water prior to it entering the inlet by creating a ponding zone. Generally, stormwater will enter the inlet via weir flow over the top of the barrier. Such water is generally the least-sediment laden as it is decanted from the top of the ponded area. . 2. Street Inlets on Grade: On-grade inlets must be converted into localized sump condition by installing a barrier downstream and around the inlet, with sufficient height to produce ponding, while a barrier, depression, and/or filter in front of the inlet induces settlement of solids. • Bypassing of water at the on- grade inlet shall not be allowed and the inlet must remain open to " accept flow without causing excessive flooding. 3. Selected Inlets Closed to Flow: In select locations, inlets may be designated on the plans as "closed to flow." In those situations, the objective is to provide sufficient blockage of permanent and temporary openings to prevent entry of stormwater into the inlet. Such locations will be clearly indicated on the plans, and the closed condition for flow may be designated for only a portion of the construction period. The Contractor shall notify the Engineer if they believe that the closure of such inlets would result in an increased risk of flooding or downstream erosion, and such concerns shall be resolved before closing an inlet to flow. C. Maintenance: Sediment will be removed from each inlet after every rainfall event that exceeds 1/2" or which results in a visible accumulation of sediment. Particular attention will be paid to prevent blockage of inlets or cases where re-suspension of captured sediment is likely. Specific maintenance issues unique to each inlet protection type shall be as outlined in the appropriate Standard Drawing or Subsection of this specification. 4.13 Stabilized Pad. A stabilized layer of large rock or crushed concrete located in areas of high traffic and at the construction entrance, intended to prevent mud and Sediment from becoming embedded in tires or tracked offsite and to protect the site from rutting. A. Materials: Rock or crushed concrete shall meet the requirements for 2-inch rock used in rock or crushed concrete barriers, as specified in Subsection 4.5. B. Construction Requirements: Stabilized pads for temporary construction entrances or other uses shall be constructed where shown on the plans or directed by the Engineer. Contractor will avoid locating entrances on steep slopes or at curves on public roads. Where possible, entrances and pads will be located where permanent roads will eventually be constructed. All existing vegetation and other unsuitable material shall be removed from the foundation area. The area shall be graded and crowned for positive drainage. The existing subgrade shall be compacted by three passes of heavy vehicles. The rock or crushed concrete shall be placed and compacted by another three passes of heavy vehicles. Surface drainage runoff shall be diverted from the pad to a sediment trap formed by a rock or crushed concrete barrier, as described in Subsection 4.5. C. Maintenance: Reshape pad as needed for drainage and runoff control. Top dress with clean rock or crushed concrete as needed. ESC3 - 16 4.14 Temporary Sediment Basin. A temporary reservoir, embankment and outlet works constructed across a drainageway to intercept sediment-laden runoff from large areas (generally in excess of 5 acres) and provide retention time sufficient to settle out a majority of solids. Sediment Basins shall be designed by a Professional Engineer in Kansas and shall satisfy all applicable local, state and federal rules and regulations. The embankment, reservoir, spillway and appurtenances shall be constructed as shown on plan drawings prepared by the Professional Engineer and as approved by the City of Salina. Care shall be taken to ensure that the stream crossing does not cause flooding of adjacent homes, buildings, or other structures. A. Materials: Materials used in the sediment basin shall conform to the requirements given in the plans drawings. B. Construction Requirements: All clearing, grubbing, demolition, excavation, embankment, compaction, or other grading necessary to construct the sediment basin shall be done in accordance with City of Salina Standard Specifications and the plan drawings. Where the plans indicate that a temporary sediment basin is to be converted into a permanent basin, pond, or other stormwater facility, the construction, use, and removal or alterations shall be coordinated to result in the final facility with minimal disruption to the site work, downstream channel, or future facility. The construction of the sediment basin shall be carried out in a manner that does not create sediment problems downstream. The embankment and emergency spillway shall be stabilized with temporary or permanent vegetation immediately after installation of the basin. Construction warning fence and signs shall be installed around the perimeter of the pond. Additional fencing shall be installed as indicated on the plans. C. Maintenance: Check temporary sediment basins after periods of significant runoff. Remove sediment and restore the basin to its original dimensions when sediment accumulates to one-half the design depth. Check the embankment, spillways, and outlet for erosion damage, and inspect the embankment for piping and settlement. Make all necessary repairs immediately. Remove all trash and other debris from the riser and pool area. 4.15 Temporary Stream Crossing. A temporary culvert or bridge crossing for construction access or a utility crossing constructed in a creek, river,or stream. A. Materials: Materials used in the stream crossing shall conform to the requirements given herein and in the Standard Drawing. B. Construction Requirements: All clearing, grubbing, demolition, excavation, embankment, compaction, or other grading necessary to construct the stream crossing shall be done in accordance with City of Salina Standard Specifications, and the Standard Drawings, unless more stringent requirements are provided for in the project plans or specifications. • The culvert, backfill, haul road, approaches, and appurtenances shall be constructed as shown on the plans and in the Standard Drawing. Culvert sizing, number, and orientation shall be as indicated in the plans. Care shall be taken to ensure that the stream crossing does not cause flooding of adjacent homes, buildings, or other structures. Concerns about adequacy of culvert sizing should be brought to the immediate attention of the Engineer and no installation made until such concerns are resolved. The temporary stream crossing shall be at right angles to the stream. Where approach conditions dictate, the crossing may vary 15 degrees from perpendicular. • ESC3 - 17 The centerline of both roadway approaches shall coincide with the crossing alignment centerline for a minimum distance of 50 feet from each bank of the stream being crossed. If physical or right-of- way restraints preclude the 50-foot minimum, a shorter distance may be provided. All fill materials associated with the roadway approach shall be limited to a maximum height of 2 feet above the existing floodplain elevation. A diversion shall be constructed across the roadway on both roadway approaches a maximum of 50 feet on either side of the top of the stream bank, to prevent roadway surface runoff from directly entering the stream. Design criteria for this diverting structure shall be in accordance with Subsection 4.10, Temporary Diversions. If the roadway approach is constructed with a reverse grade away from the stream,a separate diverting structure is not required. 1) Temporary Culvert Crossing a) Where culverts are installed,3 to 6-inch coarse rock/crushed concrete or larger will be used to form the crossing. The depth of rock/crushed concrete b) If the structure will remain in place for up to 14 days, the culvert shall be large enough to convey the flow from a 2-year storm without appreciably altering the stream flow characteristics. If the structure will remain in place 14 days to 1 year, the culvert shall be large enough to convey the flow from a 10-year storm. In this case, the hydrologic calculation and subsequent culvert size must be determined for the specific watershed characteristics. If the crossing must remain in place over 1 year, it must be designed as a permanent structure by a qualified professional. c) Multiple culverts may be used in place of one large culvert if they have equivalent capacity. The minimum-sized culvert that may be used is 18 inches. d) All culverts shall be strong enough to support their cross sectioned area under maximum expected loads. e) The length of the culvert shall be adequate to extend the full width of the crossing, including side slopes. f) The approaches to the structure shall consist of pads constructed of 3 to 6- inch rock/crushed concrete that are a minimum of 6 inches thick and at least as wide as the structure: g) See Standard Drawing ESC-1060 for additional details. 2) Temporary Bridge Crossing a) Structures may be designed in various configurations. However, the materials used to construct the bridge must be able to withstand the anticipated loading of the construction traffic. b) Appropriate perimeter controls such as sediment fence or turbidity curtains must be employed when necessary along banks of stream parallel to the same. c) All crossings shall have one traffic lane. The minimum width shall be 12 feet with a maximum width of 20 feet. C. Maintenance: Check temporary stream crossings after periods of significant runoff. Remove blockages to the inlet section and repair any scoured or damaged sections. If a temporary crossing requires excessive maintenance, replacement with a larger culvert or alternate design may be necessary. ESC3 - 18 4.16 Turbidity Curtains. Floating barriers of synthetic fabric curtain suspended in the water and held in a vertical position, used in lakes and perennial rivers to slow, contain or direct the flow from disturbed areas allowing solids to settle out before spreading into the surrounding water. A. Materials: All components shall conform to the requirements given for the specific turbidity curtain system specified in the plans. B. Construction Requirements: Shall conform to the manufacturer's recommendations for the curtain system specified in the plans and additional requirements as may be listed in the plans. A manufacturer's representative shall be onsite during installation of the system. C. Maintenance: Anchor lines shall be kept secure and properly positioned. Fabric, cable, and other appurtenances shall be repaired immediately as needed and in accordance with manufacturer's instructions. 4.17 Concrete Washout. Concrete wash or rinse water from concrete mixing equipment, tools and/or ready- mix trucks, concrete pump trucks, tools,etc, may not be discharged into or be allowed to run directly into any existing water body, storm inlet, alley or street. One or more locations for concrete wash out shall be designated on site, such that discharges during concrete washout will be contained in a small area where waste concrete can solidify in place and excess water can evaporate. A. Materials: All components shall conform to the requirements given for the specific concrete washout system specified in the plans. B. Construction Requirements: Shall conform to the manufacturer's recommendation for the concrete washout specified in the plans and additional requirements as may be listed in the plans. The Erosion Control Supervisor shall inspect the,concrete washout area after initial installation and at least daily while the concrete washout area is present on site. C. Maintenance: Concrete washout materials shall be removed once the materials have reached a depth of 2.0'. Concrete washout areas shall be enlarged as necessary to maintain capacity for wasted concrete. Concrete washout water, wasted pieces of concrete and all other debris in the subsurface pit shall be transported from the construction site in a water-tight container and disposed of properly. When concrete washout areas are removed, excavation shall be filled with suitable compacted backfill and topsoil, any disturbed associated with the installation, maintenance,and/or removal of the concrete washout areas shall be roughened, seeded, mulched and crimped per the City's specifications. • ESC 3 - 19 APPENDIX I Material Inventory • = Completed By: Brett O'Connor Material Inventory Aquaterra Environmental Solutions, Inc. Date: March 3, 2012 Past Quantity (Approximate) Significant Material Location Likelihood of Contact with Storm Water Spill or Leak? Used Produced Stored Yes No MSW Landfill Area Yes; if actively filling. X Soil/Sediment Soil Stockpiles; Borrow Yes; open storage X Source Area Roll-Offs/Public Drop of Area White Goods (PDA) Yes; containers are open. X Vehicles& Varies; generally stored outside, however, Equipment Several locations some are occasionally stored within X maintenance building. Tires PDA Yes; containers are open.. X Scrap Metals PDA Yes; containers are open. X Diesel Fuel and No; basin on concrete pad. Basin is Maintenance Building X Equipment fluids exposed to precipitation. Mulch Yard Waste Area Yes; stored outside. X Clean Wood Yard Waste Area Yes; stored outside. X Equipment Tires PDA Yes; stored outside. X No; containers are sealed and in secondary Leachate Leachate Storage Tanks X containment 5275.10/Appendix I APPENDIX C ISSUE FOR BID DRAWINGS • 3 SECTION 00301 2 • BID FORM 3 ADDENDUM 1 4 5 PROJECT IDENTIFICATION: Cell 19 Construction 6 7 CONTRACT IDENTIFICATION: Cell 19 Construction,Project Number 14-3022 8 9 THIS BID IS SUBMITTED TO: The City of Salina,Kansas,300 W.Ash Street, Salina,Kansas,herein after 10 referred to as OWNER. 11 12 1. Enter Into Agreement 13 14 The undersigned BIDDER proposes and agrees, if this Bid is accepted,to enter into an agreement with OWNER in 15 the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the 16 Contract Documents for the Bid Price and within the Bid Times indicated in this Bid and in accordance with the 17 other terms and conditions of the Contract Documents. • 18 19 2. BIDDER Acknowledgements 20 21 BIDDER accepts all of the terms and conditions of the Advertisement or INVITATION TO BID and 22 INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid security. 23 This Bid will remain subject to acceptance for 60 days after the day of Bid opening or for such longer period of 24 tithe that BIDDER may agree to in writing upon request of Owner. BIDDER will sign and deliver the required 25 number of counterparts of the AGREEMENT with the Bonds and other documents required by the Bidding 26 Requirements within 15 days after the date of OWNER's Notice of Award. 27 28 3. BIDDER's Representations 29 30 In submitting this Bid,BIDDER represents that: 31 32 a. BIDDER has examined and carefully studied the Bidding Documents,other related data identified in the 33 Bidding Documents,and the following Addenda receipt of all which is hereby acknowledged: (List 34 Addenda by Number) 35 ADDENDA NO #1 — /1/laa.. S Ai/Y 412_ MirGA /0(20/1 �►�s - �y1A..L t z, 2p/At 36 37 b. BIDDER has visited the site and become familiar with and is satisfied as to the general, local and site 38 conditions that may affect cost,progress, performance and furnishing of the Work. 39 40 c. BIDDER is familiar with and is satisfied as to all federal,state and local Laws and Regulations that may 41 affect cost, progress,performance and furnishing of the Work. 42 43 d. BIDDER has carefully studied all: (1)reports of explorations and tests of subsurface conditions at or 44 contiguous to the site and all drawings of physical conditions in or relating to existing surface or subsurface 45 structures at or contiguous to the site(except Underground Facilities)which have been identified in the 46 SUPPLEMENTARY CONDITIONS as provided in Paragraph 4.02A.of the General Conditions,and(2) 47 reports and drawings of Hazardous Environmental Conditions that have been identified in the 48 SUPPLEMENTARY CONDITIONS. 49 50 e. BIDDER accepts the determination set forth in Paragraph SC-4.02 of the Supplementary Conditions of the 51 extent of the "technical data"contained in such reports and drawings upon which BIDDER is entitled to 52 rely as provided in Paragraph 4.02 of the General Conditions. Project 4 14-3022 City of Salina,Kansas January 2014 Cell 19 Construction BID FORM 00301 - 1 1 2 f. BIDDER acknowledges that such reports and drawings are not Contract Documents and may not be 3 complete for BIDDER's purposes. 4 5 g. BIDDER acknowledges that OWNER and ENGINEER do not assume responsibility for the accuracy or 6 completeness of information and data shown or indicated in the Bidding Documents with respect to 7 existing Underground Facilities at or contiguous to the site. 8 9 h. BIDDER has obtained and carefully studied(or assumes responsibility for having done so)all reasonable 10 additional or supplementary examinations, investigations, explorations,tests,studies and data concerning 11 conditions(surface, subsurface and Underground Facilities)at or contiguous to the site or otherwise which 12 may affect cost progress,performance or furnishing of the Work or which relate to any aspect of the means, 13 methods,techniques, sequences and procedures of construction to be employed by BIDDER and safety 14 precautions and programs incident thereto. 15 16 BIDDER does not consider that any additional examinations, investigations,explorations,tests,studies or 17 data are necessary for the determination of this Bid for performance and furnishing of the Work in 18 accordance with the times,price and other terms and conditions of the Contract Documents. 19 20 i. BIDDER is aware of the general nature of Work to be performed by OWNER and others at the site that 21 relates to Work for which this Bid is submitted as indicated in the Contract Documents. 22 23 j. BIDDER has correlated the information known to BIDDER, information commonly known to 24 CONTRACTORS doing business in the locality of the Site, information and observations obtained from 25 visits to the site,reports and drawings identified in the Contract Documents and all additional 26 examinations, investigations, explorations,tests, studies and data with the Contract Documents. 27 28 k. BIDDER has given ENGINEER written notice of all conflicts,errors, ambiguities or discrepancies in the 29 Contract Documents and the written resolution thereof by ENGINEER is acceptable to BIDDER,and the 30 Contract Documents are generally sufficient to indicate and convey understanding of all terms and 31 conditions for performing and furnishing the Work for which this Bid is submitted. 32 33 1. Where conflicts, errors,ambiguities or discrepancies have been discovered in or between Contract 34 Documents and/or other related documents,and where said conflicts,etc., have not been resolved through 35 the interpretations or clarifications by ENGINEER as described in the INSTRUCTIONS TO BIDDERS, 36 because of insufficient time or otherwise,BIDDER has included in the Bid the greater quantity or better 37 quality of Work,or compliance with the more stringent requirement resulting in a greater cost. 38 39 m. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and 40 conditions for performance and furnishing of the Work. 41 42 n. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or 43 corporation and is not submitted in conformity with any agreement or rules of any group,association, 44 organization or corporation;BIDDER has not directly or indirectly induced or solicited any other BIDDER 45 to submit a false or sham Bid;BIDDER has not solicited or induced any person, firm or corporation to 46 refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any 47 other BIDDER or over OWNER. 48 49 4. BIDDER's Certification 50 51 a. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and 52 is not submitted in conformity with any collusive agreement or rules of any group,association, 53 organization,or corporation. 54 55 b. BIDDER has not directly or indirectly induced or solicited any other BIDDER to submit a false or sham 56 Bid. 57 58 c. BIDDER has not solicited or induced any individual or entity to refrain from bidding. Project# 14-3022 City of Salina,Kansas January 2014 Cell 19 Construction BID FORM 00301 -2 • 1 , 2 d. BIDDER has not engaged in corrupt, fraudulent,collusive,or coercive practices in competing for the 3 Contract. For the purposes of this Paragraph: 4 5 (1) "corrupt practice" means the offering,giving,receiving,or soliciting of any thing of value likely to 6 influence the action of a public official in the bidding process. 7 8 (2) "fraudulent practice" means an intentional misrepresentation of facts made(a)to influence the bidding 9 process to the detriment of OWNER.(b)to establish Bid prices at artificial non-competitive levels,or 10 (c)to deprive OWNER of the benefits of free and open competition. 11 12 (3) "collusive practice"means a scheme or arrangement between two or more BIDDERS,with or without 13 the knowledge of OWNER,a purpose of which is to establish Bid prices at artificial, non-competitive 14 levels. 15 16 (4) "coercive practice"means harming or threatening to harm,directly or indirectly,persons or their 17 property to influence their participation in the bidding process or affect the execution of the Contract. 18 19 5. Bid Prices 20 21 BIDDER will complete the Work in accordance with the Contract Documents for the following prices(s): 22 23 BID ITEM DESCRIPTION UNIT • EST QTY UNIT PRICE BID PRICE NO. 1 Mobilization and Demobilization LS 1 $ 416,l0O. °O $ 94 2c0. °—° 2 . Excavate to Subgrade Elevations CY 170,000 $ Z. 2 S $ 3bZ, S'ct0,QO 3 Place Compacted Fill to Subgrade Elevations CY 9,500 $ 2.2s" $ 21, 37s. " 4 Construct Low Permeability Soil Liner SF 536,300 $ 0.20 $ X07 Z6O 00 5 Excavate and Backfill Geosynthetics Anchor w Trench LF 2,400 $ ‘..SO $ Is; 6a9. 6 Provide and Install Textured 60-mil HDPE 00 SF 179 Geomembrane ,300 $ 6• N 9 $ 87 a..7 7 Provide and Install Smooth 60 mil HDPE SF 478,000 $ 0.1k $229 41`10• °G Geomembrane 8 Provide and Install Geosynthetic Clay Liner SF 120,500 $ 0..5 Z $ 62 160. co 9 Provide and Install 6 oz./yd2 Geocomposite SF 120,500 $ 0 57 $ 6/ 11 SS: �— (Leachate Pond Only) i Provide and Install Leachate Pumping v 10 System LS 1 $ /5-0000.00 $ /S000o. 11 Provide and Install Leachate Collection Layer SF 416,000 $ 0,br0 $ 3 KzJ b00. '2 12 Provide and Install Aggregate and geotextile LS 1 $ /63,6709. 00 $ /63"od . for Leachate Pond 13 Provide and Install 6-inch SDR-11 HDPE LF 750 $ 22. V G $ /6,b7s Perforated Leachate Collection Pipe 14 Provide and Install 6-inch SDR-11 HDPE Solid LF 1,834 $ ,(i�', St, a,t 91`f. ou Leachate Collection Pipe i Provide and Install 2/4-inch dual contained 00 15 SDR 11 HDPE Solid Leachate Pipe LF 20 $ 7d. $ /4100, • 16 Provide and Install PVC Lined Manholes EA 7 $ /4'000. `•° $ yff 000. 17 Decommission Existing Termination Berm LF 800 $ /7. 7S $ /#5 20a. 18 Provide and Install Liner Termination Berm LF 800 $ 4't. 7f $ 3 000. .- Project 4 14-3022 City of Salina,Kansas January 2014 Cell 19 Construction BID FORM 00301 -3 19 Provide and Install Leachate Pond Fencing LF 2,035 $ 23, ?° $ 4/7 212 00 - 20 Provide and Install Aggregate Road SF 108,700 $ J. ilk' $ /ivy 171,°=_ 21 Provide and Install Asphalt/Concrete Road SF 12,900 $ /./..3b" $ SSA 4/70. °= 22 Provide and Install Stormwater Control Structures LS 1 $ 41100.0. °= $ 419,too. • 23 Seeding and Mulching AC 5 $ Zcco, - $ /U 000. I TOTAL BID FOR ALL BID ITEMS $ 21 Z y 1r 2 9 00 2 Unit Prices have been computed in accordance with Paragraph 11.03B.of the General Conditions. 3 4 This worksheet is used to make your cost proposal. Where quantities are not given, CONTRACTORS shall 5 calculate their own. Final quantities utilized for payment will be from actual field measurement. 6 7 All quantities are estimated. Field verification for all locations and elevations must occur prior to commencing 8 construction and be approved by Engineer. 9 10 Geomembrane and 16-ounce non-woven geotextile include material installed in the cell and anchor trench.These 11 estimates do not include any allowance for waste or material overlapped in seams. They do not include 12 geomembrane utilized for the cell termination berm. 13 14 All quantities are based on the engineer's estimate, it is the contractor's responsibility to verify all quantities prior to 15 bidding. 16 17 BIDDER acknowledges that quantities are not guaranteed and final payment will be based on actual quantities 18 determined as provided in the Contract Documents. 19 20 All specific cash allowances are included in the price(s)set forth above and have been computed in accordance with 21 Paragraph 11.02 of the General Conditions. 22 24 6. Time of Completion 25 26 BIDDER agrees that the Work will be substantially completed and ready for final payment in accordance with 27 Paragraph 14.07B. of the General Conditions on or before the dates or within the number of calendar days indicated 28 in the AGREEMENT. 29 30 BIDDER accepts the provisions of the AGREEMENT as to liquidated damages in the event of failure to complete 31 the Work within the times specified in the AGREEMENT. 32 33 7. Attached To This Bid 34 35 The following documents are attached to and made a condition of this Bid: 36 37 a. Required Bid Security in the form of Bid Bond. 38 b. Appointment of Process Agent(if nonresident Contractor). 39 40 9. Address for Communications 41 42 Communications concerning this Bid shall be addressed to: 43 44 Nathan Hamm,P.E. SCS Aquaterra 45 46 Dan Stack,P.E., City of Salina 47 48 10. Defined Terms 49 50 Terms used in this Bid which are defined in the General Conditions or INSTRUCTIONS TO BIDDERS will have 51 the meanings indicated in the General Conditions or INSTRUCTIONS TO BIDDERS. 52 Project 4 14-3022 City of Salina,Kansas January 2014 Cell 19 Construction BID FORM 00301 -4 14. 1 11. Bid Submittal 2 / 13 3 This Bid is submitted on/gra ,20 /k by the entity named below. 4 5 If BIDDER is: 6 7 An Individual 8 9 By 4//Q (SEAL) 10 (Individual's name) 11 12 doing business as 13 14 Business address: 15 16 17 A Partnership 18 19 By,iV/4 (SEAL) 20 (Firm name) 21 22 (General partner) 23 Business address: 24 Project 4 14-3022 City of Salina,Kansas January 2014 Cell 19 Construction BID FORM 00301 -5 • 1 2 A Corporation 3 • 4 By a -r _ . , _ ♦ 1.• (SEAL), 5 (Corporation name) • 6 7 goas y s 8 (State of incorporation) 9 10 By (SEAL) 11 ( ame of person authorized to sign) 12 13 tt Ptil;1in f 14 (Title) 15 16 17 (Corporate Seal) 18 19 Attest 20 (Secretary) 21 22 Business address: 1/31 1/,S /4, 3 23 24 L/4 K 11 KS 6'77'i( 25 26 A Joint Venture 27 28 By i✓/I1 (SEAL) 29 (Name) 30 31 (Address) 32 33 By (SEAL) 34 (Name) 35 36 (Address) 37 38 39 40 41 NOTE: Each joint venturer must sign. The manner of signing for each individual,partnership and corporation that 42 is a party to the joint venture should be in the manner indicated above. 43 END OF SECTION Project# 14-3022 City of Salina,Kansas January 2014 Cell 19 Construction BID FORM 00301 -6 I - PENAL SUM FORM SECTION 00430 BID BOND Any singular reference to Bidder,Surety,Owner or other party shall be considered plural where applicable. il BIDDER(Name and Address): Sporer Land Development, Inc. P. 0. Box 246 Oakley, KS 67748 di SURETY(Name and Address of Principal Place ofBusiness): III Liberty Mutual Insurance Company 175 Berkeley Street Boston, MA 02116 IN OWNER(Name and Address): City of Salina,Kansas 300 W.Ash Street Salina,KS 67401 H� II BID 13 /A 3 Bid Due Date: March•IX,2014,ten o'clock a.m.central daylight time Description: The work includes the construction of a leachate pond,leachate pumping system,and a municipal solid waste landfill cell located at the City of Salina,Kansas Municipal Solid Waste Landfill.The work to be performed for this contract includes,but is not necessarily limited to,excavating soil and placing and compacting structural fill to achieve subgrade elevations,constructing 2 foot thick low permeability soil liners in the leachate pond and Cell 19,supplying and installing the geosynthetic liner components, installing 12 inch thick coarse aggregate drainage/protective layers,supplying and installing leachate collection/conveyance piping,pumping system,and appurtenances. Textured 60 mil HDPE shall be installed on the side slopes,of the leachate pond and Cell 19,and the smooth 60 mil HDPE shall be installed on the floor,as shown in the Construction Drawings.A temporary liner termination berm will be constructed along the southern edge of Cell 19. A gravity leachate conveyance pipeline shall be constructed of 6-inch SDR-1 I HDPE,seven manholes, and a wet well equipped with a pumping system to pump leachate to the proposed leachate pond.The leachate pond shall be double lined with a 2-foot thick low permeability soil liner,geosynthetic components,and sand drainage/protective layers.Cell 19 shall be lined with a 2-foot thick low permeability soil liner,geosynthetic components,and a sand drainage/protective layer. BOND H Bond Number: mooxxX 13 1-4- Date(Not earlier than Bid due date): March 1K, 2014 - penal sum Five Percent (5%) of the Maximum Amount Bid $ XXXXX (Words) (Figures) Surety and Bidder,intending to be Iegally bound hereby, subject to the terms set forth below,do each cause this Bid Bond to be duly executed by an authorized officer,agent,or representative. BIDDER SURETY Sporer Land Development, Inc. (Seal) Liberty Mutual Insurance Comra.(Seal) Bidder's Name and Corporate Seal Surety's Name • i i orporate Seal (1 By: _____22 ..),,,, By:By %/ �% ' Signs i tore(Attach ` ey) EJCDC C-430 Bid Bond Sum Form) Prepared by the Engineers Joint Contract Documents Committee. Page 1 of 3 PENAL SUM FORM I. Bidder and Surety,jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to pay to Owner upon default of Bidder the penal sum set forth on the face of this Bond. Payment of the penal sum is the extent of Bidder's and Surety's liability. Recovery of such penal sum under the terms of this Bond shall be Owner's sole and exclusive remedy upon default of Bidder. 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents. 3. This obligation shall be null and void if: 3.1 Owner accepts Bidder's Bid and Bidder delivers within the time required by the Bidding Documents(or any extension thereof agreed to in writing by Owner)the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents,or 3.2 All Bids are rejected by Owner,or 3.3 Owner fails to issue a Notice of Award to Bidder within the time specified in the Bidding Documents (or any extension thereof agreed to in writing by Bidder and,if applicable,consented to by Surety when required by Paragraph 5 hereof). 4. Payment under this Bond will be due and payable upon default of Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from Owner,which notice will be given with reasonable promptness,identifying this Bond and the Project and including a statement of the amount due. 5. Surety waives notice of any and all defenses based on or arising out of any time extension to issue Notice of Award agreed to in writing by Owner and Bidder, provided that the total time for issuing Notice of Award including extensions shall not in the aggregate exceed 120 days from Bid due date without Surety's written consent. 6. No suit or action shall be commenced under this Bond prior to 30 calendar days after the notice of default required in Paragraph 4 above is received by Bidder and Surety and in no case later than one year after Bid due date. 7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Project is located. 8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery,commercial courier,or by United States Registered or Certified Mail,return receipt requested,postage pre-paid,and shall be deemed to be effective upon receipt by the party concerned. 9. Surety shall cause to be attached to this Bond a current and effective Power of Attorney evidencing the authority of the officer, agent,or representative who executed this Bond on behalf of Surety to execute,seal,and • deliver such Bond and bind the Surety thereby. 10. This Bond is intended to conform to all applicable statutory requirements.Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length. If any provision of this Bond conflicts with any applicable statute,then the provision of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect. 11. The term"Bid"as used herein includes a Bid,offer,or proposal as applicable. EJCDC C-430 Bid Bond(Penal Sum Form) Prepared by the Engineers Joint Contract Documents Committee. Page 3 of 3 THIS POWER OF ATTORNEY 1S'NOT VALID UNLESS IT_IS PRINTED ON RED BACKGROUND This Power of Attorney limits the acts of thosenamed harem arid3hey have.no autliot ity to bindlhe Compan'yzcept to the:inanner and to the extent herein stated ct r Certificate No sti1aa2s•American Fire and Casualty Company Liberty Mutual Insurance Company ' - The phio Casualty.Insurance Company: West Arencan Insurance Company 'POWER OF:ATTO_RNEY KNOWN ALL PERSONS BY THESE PRESENTS Thai American Fire=&Casualty:Company-and The Ohio Casualty Insurance Company are corporationsduiy orrgantied under the laws of=-- the State of New;Hampshire that Uberty Mutualli)surance Company.isa corporation duly_organized:uriderthe laws of the State of Massachusetts,-and WestAmencan Insurance:Compan y `� is a corporation duty organized under th_e taws of the State of Indiana(herein cpllectively'called the Com`pames') pursuant to'andby authority herein setfofth;does herebyname.constitute and=appoint John M:'ioptJr = '% r••:��` ^ :f - -! - - - air ftfie�city of Topeka staff KS each.nd'nridua tyif there be more lhanioor a named;its true and lance ir.ttomey factto make execute,-seal acknowled e .0nd_detiver for and on its_.-__.lFas surely artd as ifs act and deed any and all underiaki s�bonds`recogniiance and other surety obligations;an pursuance of these presents andahall= be as binding upon the Companies as if_-they)have beendul;si ned b =the resident and-attested b the se�creta ofthe Corn anies inaheirowri_'ro er: arsons _ Y 9 y P Y ry P P P P - r ` .s- - _ v - IN WITNESS HEREOF hs Powe f:Atfomy tias ee subscribe y an;autborazed offc'er or offical o tf fieComaiues and the co, orate-seals of the-Coin anies?have been.affixed_ thereto �-`,- -� .t p - p•_ _ � this 8th= day ofMay � ,� 201 �"✓ y-� � � _ - ��:'-• "` �- , _ , �- a .-, ;- a s Y� Aniencan.Fire and Casualty Company ,3 .� fM � ^ � ti� �` The Ohio Casually Insurance Company =fir r Q , `� ~ ice # Liberty Mutual Insurance Co`mpan`y i'r -a \ - t : West American insurance Company \`i y C STATE.OF WASHINGTON -` ss Gregory Davenport Assistant Secretary =r COUNTY OF KING _ _ _ _ = _ _ �=_ ` � On this sttr dayofwtay_ 20 �befofe me personally appeared Gregory W Davenport;who acknowledged=hi_euiorto;be the;Assistant Secrelary-ofAmencan _�=� �.a Fire and Casualty Company.Libea;:::: ual Insurance Company The O1jw:Gasualty-Company and West American fnsura ice Company and that•he-as such barn tithonied s`b to do :2� C=? execute,the fo er going instrumen' for tYie=purpos s-thefem coritamed by srgnmgon behalf of the corporations by himself as a duly aut ionzedofficer. ---=�_�d �;_ IN WITNESS WHEREOF t ha a hereunto sub`nbed my name apdaffzed my notarial seal at Seattle Warshington on the da`y and year first above written p O.,, a KD Riley No` Public c Z Th s Power ofAttomey ismade and executedpursuanttoand by authontyof the following By laws and Authorizations ofAmencan Fire and Casualty,Company The Ohioeasuafty Insrance: yt d Company Uberty^Mutual Insurance Company and West�4mencn fln urance Company which,resolutions are n /n1 full,.....7„,..-...s. e and effect reading as follows C tacL\.ARTICLE IG OFFICERS Sedio i2:Power ofAflomey:Anyofficer orotfLerofficia�of theCorporatiori_authonzed fo�thaYpurpose in writing b the Chairman r ttie Preesidenf,and_sub}ecf ;p +; to such=Gmdabon of the Ch-7-- --or_the-.P_re .19-_,t m::::-.scribe sfiatt appoint such attorneys in fact-as may6--necessary to act to,heal f.of_the Cor�orebon to-make exeouteseaf;=>,a p;E acknowledge a[td•deh vetasaurefyany.and:alkundeitakmgs.b rids r ecognizancesan�fher`suretyo6ligations •Such attorneys in fa_ctsufitect toahe Iimitationsset f6dh iathei respective -.—`: powers of attomey;,sha[I have full power to bind the Corporation b1 theiLegnature and execuhon of;any such:instruments:dnd to attach ttthereto;the seal of the Corporation -When-So -. a ezecutedstictrinstiumentsshall be es:bindin1g as•if signed.by-the:P,resident and:attested lo:by the Secretary Any power o authority granted toariy:representatnre or_attomey m,factunder_=>s the provisions of fhis�iTmle maybe revoked a�any rime�y the Boa ft Chai attire: n-President or by the officero--officers,granting suchpower or authority C:'. '-t tc ARTICLE XIIL Execution-f Gontractsr SECT101T5 Surey_Bonds andUndertakings Anyofficer of the Companyauhorized for that purpose m venting by'the chairman er the presidenf,`--I ansufijectto such;limifafions:as the ctairman:octfie press-- maprscribe stiil:appointsuch attorneys m fact amay-necessarya act rn liehalfof the Company fo mare execute ;O,,�, seat= cknowledgee and dehve�as urty any and;ail undertakings bonds [ecognizances ad othe�_surety,obligafions=Suh attonays m fact uBtecf to ttie limitations set�fprth=in their ,d Vc petive powerof attorney shall have full power to bind the ompany by their sianatuP aril execution of any uch instwmnts andto'attach tt+eto the sear of iheCompany .When so-' C executedsuch mstnimentsshall be'as ti° gas ifsigned t-,._pr Any, t and attested b�the scretary Cert rficate of Designation The Presitlen of the Compafiy agbng pursuant tothe Bylaws of the Company authorizes Gregory W Davenport Assistant Secretary to appoint such attorneys-in-fact as:may be necessary to:a�i-cn-behalf oti�Comt�anv iv rr�,-.-execuiz eal �c>Z(oWledge and-:sliver rte iJraw any and eii:�n rerakmgs`bo its"roxy sand _other urety obhgatipns _ =• Authorization By:unanimous consentof the Cgrnpanys Board of Directors the-Company,c_onsents thatfacsimile ormechanically-reproduced signature ofany assistant secretary of the•Company,wherever appeanng:upon a certified copy of any power of attorney issued•byfhe'Company in connection with surety bonds;shall be:‘'?lid and:binding uponthe Company with the'same force and effect as fhouglii manbailyaffixed = = David.M Care the uridersi ned ` y_.., ig Assistant Secretary ofAmencan Fire•and Casualty Company The Ohio Casualty Insurance•Company Liberty Mutual Insurance Company=and West.•American Insurance Company_do hereby:certify ftiat the original power of attorney ofwhich the"foregoing is'a-full;'true'and correct copy.of lire Power ofAttomey executed•by said Companies, rs in full force and effect and has not beerf revoked ' IN TESTIMONY WHEREOF t have hereunto set n r t>3n i and the seals of said Companies this l dayof 2D A�--.•:,-_- fp ✓ 3� te^ ; � _ �,ir � - � - .- �a_ '19(.36 -�. CCr ;_ SI,c _i 33-• rte; - By: - / .- - - �� J Cr::: - ;.'y'_ �j1 % . -?t - David M.Carey,Assistant Secretary - 4 LMS_12873_0920'12 -:: .-, .-. - - -. .:.x.:229 of 300 °... SPORER LAND DEVELOPMENT, INC. QUALIFICATIONS SUCCESSFULLY COMPLETED SUBTITLE D SOLID LANDFILL LINER SYSTEMS Recently Completed Landfill Liner Project; per specification section 00100/3.4. Project Name: Barton County Landfill Expansion;Phase 3 Owner: Barton County, Kansas Project Description: Addition to Subtitle D Landfill Location: Great Bend, Kansas . Contract Value: $800,000.00 Completion Date: May 6, 2011 Engineering Contact: SCS Aquaterra —913-681-0030 Nathan Hamm Barton County Sanitary Landfill —620-793-1898 Mark Witt Project Name: Barton County Landfill Expansion; Phase 2 Owner: Barton County, Kansas Project Description: Addition to Subtitle D Landfill Location: Great Bend, Kansas Contract Value: $545,000.00 Completion Date: October 20, 2004 Engineering Contact: SCS Aquaterra —913-681-0030 Nathan Hamm Barton County Sanitary Landfill—620-793-1898 Mark Witt 4 CURRENT PROJECTS SPORER LAND DEVELOPMENT, INC. 3/10/20/4 Current Projects: Project Prime Contractor Notes Sherman County KDOT KOSS Dundy County Nebraska United Contractors Pratt County KDOT KOSS Tribune Municipal Airport-Parallel Taxiway SLD Oakley Municipal Airport- Parking Apron SLD Logan County KDOT J&J Contractors Hugoton WWTP SLD Cornerstone Ag SLD Schulman Crossings SLD Oakley Sunrise Street SLD Sheridan County KDOT Venture Corp Wallace County KDOT L&M Contractors Hugoton Airport SLD Chappel Heights, Unit 1 SLD COMPLETED PROJECTS S. SPORER LAND DEVELOPMENT, INC. 3/10/2014 • Projects as Prime Contractor: Chappel Heights City of Garden City,Kansas 2014 Hugoton Airport City of Hugoton, Kansas 2014 Tribune Municipal Airport-Parallel Taxiway City of Tribune, Kansas 2014 Alexander Windfarm White Construction/RMT 2013 Shulman Crossings Site Development City of Garden City, Kansas 2013 Hugoton Wastewater Treatment Facility City of Hugoton, Kansas 2013 Oakley Sunrise Avenue Street and Drainage Improvements City of Oakley, Kansas 2013 Goodland Business Park Industial Loop Street Improve. City of Goodland, Kansas 2013 Oakley Municipal Airport-Parking Apron City of Oakley,Kansas 2013 Grainfield Wastewater Treatment Facility Improv. City of Grainfield,Kansas 2013 Frontier Ag,Dry Fertilizer Facility and Railroad Spur Grinnell, Kansas 2013 McCarty Dairy Sediment Improvements, Phase 2 Rexford, Kansas 2013 Shulman Corners Site Development(Menard's) City of Garden City, Kansas 2012 Western Plains Energy Road Improvements Campus, Kansas 2011 Stanton County Airport Improvements. Stanton County, Kansas 2011 Oakley Wastewater Treatment Improvements City of Oakley, Kansas 2011 v' nE 11 i:- n ay 2 3 :.t ,X li'a'.B rt Cv ny Z n '' b N r c. l Barto ,a ,,,,: xanson .,Bse 3 ,_ , an ouKansas;4, ; 1 , ..,_O Park Wastewater Treatment Improvements City of Park,Kansas 2011 Rooks County Airport Rooks County, Kansas 2011 Cimarron Airport Improvements City of Cimarron, Kansas 2011 4."°r F'11Mat'3 "`' '.Y ': .; -, .s3; "ti' '''-`ry 9'.£ gift r}'. ' ^ail is ?, 1 20'„1' E�aporative�Ponds„&���aste,�water TrI,,,�a�trnen�Inprovr ;1,.v.Cityof Good�landK'arisas�„; ����,,,�,,,.,,, ,„,�_,0, • Lake McKinney Dam Improvements Garden City Company 2010 Southside Ditch Association Deerfield, Kansas 2010 Skyline Draw and Drainage Improvements City of Hays, Kansas 2010 McCarty Dairy Sediment Improvements Rexford, Kansas 2009 Cherry Street Improvements Sherman County, Kansas 2009 Rawlins County Street Improvements Rawlins County,Kansas 2008 Norton Airport Improvements Norton County, Kansas 2007 Thomas County Highway 24 Thomas County,Kansas 2007 Phillips County Highway Reconstruction Phillips County, Kansas 2006 City of Goodland, 17th Street -City of Goodland, Kansas 2007 Brewster Street Improvements Brewster, Kansas 2006 Smith County Improvements Smith County, Kansas 2006 Goodland Airport Improvements City of Goodland, Kansas 2006 Scott City Airport Improvements Scott City, Kansas 2006 Phillips County Highway Reconstruction Phillips County, Kansas 2007 Hugoton Wastewater Treatment Facility City of Hugoton, Kansas 2005 Goodland Airport Improvements City of Goodland, Kansas 2005 Franklin and Willow Street Project City of Colby, Kansas 2005 National Beef Lagoon City of Liberal, Kansas 2005 • . ' =• ' 5.'a° ” is 3 u-�, "*'" V; 't° ':U t s>:a v o f z=lf' j a y t. �%x ";.r j Barton 0111,1ty Landfill Expansion, haser� . ;.tf; � ` 'B:arton,,Cqunty,,Kansas ,.0�t„- hr�3: fir-:.,20,04A Oakley Airport Expansion City of Oakley, Kansas 2004 Russell County Rest Area Project Russell County, Kansas 2003 Hog Confinement Facility Coolidge, Kansas 2003 Rooks State Fishing Lake Rehabilitation Project Rooks County, Kansas -KDWP 2003 Sheridan Lake Dam Rehabilitation Project Sheridan County, Kansas -KDWP 2002 Hays Airport Expansion Project City of Hays,Kansas 2001 Southwest Pond Improvements City of Liberal,Kansas 2001 Brewster Street Improvements City of Brewster, Kansas 2001 Seaboard Farms Hog Confinement Facilities Wichita County, Kansas 2000 Pawnee Watershed District, No. 81 Pawnee County,Kansas 2000 Wet Walnut Watershed Pawnee County,Kansas 1998 Projects as a Subcontractor: Adams Construction;Arapahoe,NE Decatur County Highway Improvements Decatur County, Kansas • 2006 Norton County Highway Improvements Norton County,Kansas 2005 Adolfson&Peterson Construction; Denver, CO Oakley Wellness Center City of Oakley,Kansas 2011 Garden City High School City of Garden City, Kansas 2010 APAC-Kansas; Hutchinson, KS Sherman County I-70 Sherman County, Kansas 2012 Meade County Hwy 160 Meade County, Kansas 2010 Ellsworth Wind Project; Phase 1 &2 Ellsworth County, Kansas 2008 Willow Street Thomas County, Kansas 2007 Caldwell Avenue City of Goodland, Kansas 2007 Highway 24 Sherman County, Kansas 2007 Jenny Barker Road-US 56 Bypass Finney County, Kansas 2008 Jewell County Highway Jewell County, Kansas 2007 Covenant Place&Golden Belt Estates Ellis County, Kansas 2006 Rooks County Highway Improvements Rooks County, Kansas 2006 46th Street City of Hays,Kansas 2005 Colby Airport Improvements City of Colby,Kansas 2005 Reverse Access Project City of Hays, Kansas 2005 Home Depot City of Hays, Kansas 2005 Morton County Highway Improvements Morton County, Kansas 2004 Russell County Interstate Reconstruction Russell County, Kansas 2004 Finney County Highway Improvements Finney County, Kansas 2004 Meade County Hwy 160 Meade County, Kansas 2003 Trego County Interstate Improvements Trego County,Kansas 2002 Fort Hays State University Improvements City of Hays, Kansas 2001 Edwards County Highway Improvements Edwards County,Kansas 2000 Hamilton County Highway 50 Hamilton County, Kansas 2000 A.M.Cohron& Sons, Inc; Atlantic, IA Clark County Highway 183 Clark County, Kansas 2010 Snake Creek Bridge Clark County, Kansas 2010 • Broce Construction Co; Norman, OK Morton County Highway Improvements Morton County, Kansas 2002 Morton County Highway Improvements Morton County, Kansas 1998 Gove County Highway Improvements Gove County, Kansas 1997 Brown and Brown; Salina, KS Sherman County Highway Improvements Sherman County,Kansas 2007 CME Corporation; Fort Wayne,IN McCarty Dairy Expansion Bird City,Kansas 2011 McCarty Dairy-Yogurt Facility Rexford, Kansas 2011 Capital Construction; Lincoln,NE Barton County Highway Improvements Barton County, Kansas 2003 Kyle Railroad,Norton County Norton County, Kansas 2003 Norton County Highway 383 Norton County, Kansas 2001 Dobson Brothers Construction; Lincoln,NE Kansas Ave Highway 83 Finney County,Kansas 2007 Garden City Airport Improvements City of Garden City, Kansas 2006 South Main Street Reconstruction Finney County,Kansas 2002 Ulysses Airport Expansion Project City of Ulysses, Kansas 2002 Finney County Highway Improvements Finney County,Kansas 2002 Hill City Airport Improvements City of Hill City, Kansas 2002 Logan and Gove County Highway 40 Improvements Logan County, Kansas 2001 Heckert Construction Company, Inc; Pittsburg, KS Cherokee County Highway Improvements Cherokee County, Kansas 2007 ICM; Colwich, KS Western Plains Energy Ethanol Plant Campus, Kansas 2003 Western Plains Energy Anaerobic Digester Facility Campus, Kansas 2013 J.A.G. Construction;Dodge City, KS Scott City Airport City of Scott City, Kansas 2010 J&J Constractors; xxxx Logan County Box Bridge Replacement Logan County, Kansas 2013 J& R Sand; Liberal,KS Meade County Highway Improvements Meade County, Kansas 2010 Beaver County Highway Improvements Beaver County, Oklahoma 2005 Seward County Highway Improvements Seward County,Kansas 2004 Key Construction; Wichita, KS Hampton Inn Colby, Kansas 2009 Sleep Inn Colby, Kansas 2009 King Construction;Hesston, KS Edwards County Highway 50 Reconstruction Edwards County, Kansas 2011 Comanche County Bridge Reconstruction Comanche County, Kansas 2005 Russell County Bridge Reconstruction Russell County,Kansas 2003 Ellsworth County Highway Improvements Ellsworth County, Kansas 2002 Klaver Construction; Kingman,KS Liberal Airport Improvements City of Liberal, Kansas 2013 Pawnee Airport Improvements City of Lamed, Kansas 2012 Garden City Airport Improvements City of Garden City,Kansas 2010 Oakley Airport Improvements City of Oakley, Kansas 2009 Garden City Airport Improvements City of Garden City, Kansas 2009 Garden City Airport Improvements City of Garden City, Kansas 2008 Logan County RCB Reconstruction Logan County, Kansas 2006 Ellis Box Bridge Replacement City of Ellis,Kansas 2001 KOSS Construction;Topeka,KS Pratt County Highway 54 Reconstruction Pratt County, Kansas 2014 Sherman County Interstate 70 Reconstruction Sherman County, Kansas 2013 Kingman County Highway 54 Reconstruction Kingman County,Kansas 2010 Finney County Highway 83 Improvements Finney County, Kansas 2009 Scott City Airport City of Scott City, Kansas 2009 Finney County Highway 50 Improvements Finney County,Kansas 2009 Stanton County Airport City of Johnson City, Kansas 2009 Pratt County Highway 54 Reconstruction Pratt County, Kansas 2008 Russell Airport City of Russell, Kansas 2005 Sherman County Interstate 70 Rehabilitation Sherman County, Kansas 1999 Sherman County Interstate 70 Rehabilitation Sherman County,Kansas 1998 L&M Contractors; Great Bend, KS Wallace County Bridge Replacement Wallace County, Kansas 2014 Sherman County Sherman County,Kansas 2005 Gove County Gove County, Kansas 2003 Phillips County Phillips County, Kansas 2002 Midlands Contracting; Kearney, NE Wakeeney Wastewater Facility Improvements City of Wakeeney, Kansas 2007 Atwood Wastewater Facility Improvements - -City of Atwood, Kansas 2000 McPherson Development Company, Inc; Topeka, KS Hampton Inn Dodge City,Kansas 2011 Boothill Casino, Phase III Dodge City,Kansas 2011 Boothill Casino,Event Center Dodge City,Kansas 2010 Boothill Casino,Phase II Dodge City,Kansas 2010 Boothill Casino,Phase I Dodge City,Kansas 2009 Munlake Construction Company; Kansas City, KS Bosselman Travel Center Colby,Kansas 2007 Nabholz Construction Company; Rogers, AR • Scott City Hospital Scott City,Kansas 2011 Reece Construction; Scandia,KS Finney County Highway Improvements Finney County, Kansas 2002 RES Americans, Inc;Austin,TX Central Plains Wind Project Marienthal,Kansas 2008 Ritchie Paving; Wichita,KS Thomas County Highway Improvements Thomas County,Kansas 2005 Sherman County Highway Improvements Sherman County, Kansas 2004 Greeley County Highway Improvements Greeley County,Kansas 2003 Sherman County Interstate 70 Improvements Sherman County, Kansas 2001 Ellis County Interstate 70 Improvements Ellis County,Kansas 1999 Logan County Highway Improvements Logan County, Kansas 1998 Simon Contractors; Thomas County Highway 25 Bridge Thomas County,KS 2012 Smoky Hill Construction; Salina,KS Victoria Wastewater Facilities Improvements City of Victoria, Kansas 2001 S.M. Wilson;Lenexa,KS Walmart Colby, KS 2005 T.D. Farrell Construction; Alpharetta, GA Home Depot Garden City, KS 2003 United Constructors; Johnston, IA Dundy County Dundy County, NE 2013 Venture Corporation; Great Bend, KS Sheridan County Highway 23 Remodification Sheridan County, Kansas 2014 Norton County Highway 36 Improvements Norton County, Kansas 2013 Woods County Bride Replacement Woods County, Oklahoma 2013 Barton County Barton County, Kansas 2010 Trego-County Trego County,Kansas 2009 Ford County - Ford County, Kansas 2008 Sherman County Sherman County, Kansas 2007 Ellis County Ellis County, Kansas 2008 Pratt County Pratt County, Kansas 2007 Kingman County Kingman County, Kansas 2006 Thomas County Thomas County, Kansas 2006 Stanton County Stanton County, Kansas 2006 Trego County#6803 Trego County,Kansas 2005 Trego County#6804 Trego County,Kansas 2005 Stevens County Stevens County, Kansas 2005 Thomas County Thomas County, Kansas 2004 Graham County Graham County,Kansas 2003 Woods County Woods County, Oklahoma 2003 Thomas County Interstate 70 Thomas County, Kansas 2002 Ellis County Interstate 70 Ellis County,Kansas 2002 Cherry Street Improvements City of Goodland,Kansas 2001 Barton County Barton County,Kansas 2000 Ellsworth County Ellsworth County, Kansas 1999 Trego County Trego County, Kansas 1999 Norton County Norton County,Kansas 1998 Western Engineering;North Platte,NE South Sherman County Sherman County, Kansas 2007 North Sherman County. Sherman County, Kansas 2006 Wrench Construction; Beloit,KS Phillipsburg Ethanol Plant Road Phillipsburg, Kansas 2006 EQUIPMENT LIST ASSET SUMMARY REPORT Page 1 of 6 Sporer Land Development Inc. Sorted By: Asset ID 3/10/2014 Asset ID Master Asset Asset Type Group Description Budget ID Manufacturer Model Serial# Hours Miles Fuel Oil Tire 1020 TRAILER EQUIPMENT 1999 TRAIL KING FLATE OPERATION TRAIL KING TK20 1TKCO2425XM048657 0 0 0 0 1040 TRAILER EQUIPMENT 2000 TITAN 6X16 OPERATION TITAN 6X16 5DZC61629Y1000472 0 0 0 0 1041 TRAILER PLANT 1983 Dorsey Van Trailer OPERATION Dorsey Van 1DTV11X25DA161368 0 0 0 0 1042 TRAILER TRAILER 2007 Vantage Pneamatic OPERATION Vantage 1000 4E7PA42287PBA1862 0 0 0 0 1044 TRAILER TRAILER 2010 42'JETCO GRAIN"OPERATION JETCO JETCO 42' 5JNGS4222AH001084 0 0 0 0 1045 TRAILER TRAILER 2000 JETCO GRAIN TR OPERATION JETCO 5JNG4220XYH000577 0 0 0 0 1046 TRAILER TRAILER 2010 42'JETCO GRAIN"OPERATION JETCO JETCO 42' 5JNGS4222AH000954 0 0 0 0 1047 TRAILER TRAILER 2010 42'JETCO TRAILEI OPERATION JETCO 42' 5JNGS4222AH001053 0 0 0 0 1048 TRAILER TRAILER 2001 42'JETCO GRAIN"OPERATION JETCO JETCO 42' 5JNG422061H000680 0 0 0 0 1049 TRAILER TRAILER 2008 JETCO GRAIN TR/OPERATION JETCO JETCO 42' 5JNGS42218H000129 0 0 0 0 1050 TRAILER TANKER 1980 VIM TANKER OPERATION VIM TANKER 801963 0 0 0 0 1051 TRAILER TANKER 1973 POLAR TANKER OPERATION POLAR TANKER 1714POLA 0 0 0 0 1052 TRAILER TRAILER 1010 WATER TRAILER'OPERATION Nurse Trailer _ 1010 2500124 0 0 0 0 1053 TRAILER TRAILER 1000 GAL.BLUE FUEL T OPERATION CUSTOM MADE 101056 0 0 0 0 1054 TRAILER TRAILER 1000 GAL.BLUE FUEL T OPERATION CUSTOM MADE 101053 0 0 0 0 1055 TRAILER TRAILER 1000 GAL.BLUE FUEL T OPERATION CUSTOM MADE 101084 0 0 0 0 1056 TRAILER TRAILER 1000 GAL.BLUE FUEL T OPERATION CUSTOM MADE 101125 0 0 0 0 1057 TRAILER TANKER 1000 GAL.BLUE FUEL T OPERATION CUSTOM MADE 0 0 0 0 1058 TRAILER WATER 2010 MEGA WATER TOI OPERATION MEGA PT124 98530 0 0 0 0 1059 TRAILER WATER 2007 MSE WATER TOW OPERATION MSE MSE 0 0 0 0 1063 TRAILER TRAILER 1999 RANCO END DUMI OPERATION RANCO ANVIL 1R9ES7500XL008914 0 0 0 0 1064 TRAILER TRAILER 2001 RANCO BELLY DU OPERATION RANCO 21-40 1R9BSE5011L008001 .0 0 0 0 • 1065 TRAILER TRAILER 2000 RANCO BELLY DU OPERATION RANCO 21-40 1R9BSE506YL008814 3 0 0 0 1070 TRAILER TRAILER 2004 SMITHCO SIDE DU OPERATION SMITHCO 2004 1S9SS36264L476438 0 0 0 0 1071 TRAILER TRAILER 2011 SMITHCO SX2 SIC OPERATION SMITHCO SMITHCO SX2 1 S9SS4024BL476921 0 0 0 0 1073 TRAILER TRAILER 2008 SMITHCO SIDE DU OPERATION SMITHCO S2 SIDE DUMP 1S9SS40298L476051 0 0 0 0 1074 TRAILER TRAILER 2007 SMITHCO SIDE DU OPERATION SMITHCO S2 SIDE DUMP .1 S9SS40247L476621 0 0 0 0 1075 TRAILER TRAILER 1999 RANCO BELLY DU OPERATION RANCO 21-40 1R9BSE503XL008283 0 0 0 0 1076 TRAILER TRAILER 2007 RANCO BELLY DU OPERATION RANCO 21-40 1R9BSE5097RL008370 0 0 0 0 1077 TRAILER TRAILER 2004 RANCO END DUMI OPERATION RANCO END DUMP 1R9ESD5034L008741 0 0 0 0 1078 TRAILER TRAILER 2001 RANCO END DUMI OPERATION Ranco ED24-26QF 1R9ES75061L008326 0 0 0 0 1079 TRAILER TRAILER HOMEMADE 1 AXLE TR OPERATION HOMEMADE 1 AXLE 0 0 0 0 1080 TRAILER TRAILER 2006 PJ 20'TRAILER OPERATION PJ 20'CARHAULER 4P5CH202462084135 0 0" 0 0 1081 TRAILER TRAILER 1981 HYSTER LOWBOY OPERATION HYSTER 50T HFR5OTD3TL23400 0 0 0 0 1082 TRAILER TRAILER 2002 TRAIL KING LOWB OPERATION TRAIL KING TK110HDO 1TKJ050392M050816 0 0 0 0 1083 TRAILER TRAILER 07 NORTH AMERICAN C OPERATION NORTH AMER 8 1/2'x 22' 5SMCL222071002145 0 0 0 0 1084 TRAILER TRAILER 2006 RANCO 32'END DI OPERATION RANCO ED28-30 1R9ES95036L008514 0 0 0 0 1085 TRAILER TRAILER 2006 DOOLITTLE CARL OPERATION DOOLITTLE 8X16 1DGCS16246M068010 0 0 0 0 1086 TRAILER TRAILER 1991 PACE TRAILER/RE OPERATION PACE 1 AXLE 4OLFB121XMP013197 0 0 0 0 1087 TRAILER TRAILER 1997 HOMEADE 2 AXLE OPERATION HOMEMADE 2 AXLE 1UN105E28H1007102 0 0 0 0 1088 TRAILER TRAILER 2008 PJ 18'UTILITY TR/OPERATION PJ 3CVU818238212014 0 0 0 0 1089 TRAILER TRAILER 2002 EAGLE 20'TRAILE OPERATION EAGLE 20FT 4ET720F2421004544 0 0 0 0 1090 TRAILER TRAILER 2004 PJ DUMP TRAILER OPERATION PJ DUMP DT122 4P5DT122541060598 0 0 0 0 1091 TRAILER TRAILER 2008 RANCO BELLY DU OPERATION RANCO 21-40 1UNSD40208R087684 , 0 0 0 0 1092 TRAILER TRAILER 2005 PJ UTILITY TRAILE OPERATION PJ UT122 4PSUT122542055881 0 0 0 0 1093 TRAILER TRAILER 1998 RANCO 32'END DI OPERATION RANCO ED 32-34 1R9ESB504WL008643 0 0 0 0 1094 TRAILER TRAILER 1994 WITZCO LOWBOY OPERATION WITZCO RG-35 1W9A11D24RS061150 0 0 0 0 1095 TRAILER TRAILER 1994 WW CARGO TRAII OPERATION WW 2 AXLE 11WEC1427RW202294 0 0 0 0 1096 TRAILER TRAILER 2005 RANCO 32'END DI OPERATION RANCO ED26-34 1R9ESB5015L008873 0 0 0 0 1097 TRAILER TRAILER 1996 WW CARGO TRAII OPERATION WIN 2 AXLE 11 WEC1626TW224419 0 0 0 0 1098 TRAILER TRAILER 1998 RANCO BELLY DU OPERATION RANCO 21-40 1R9BSE504WL008064 0 0 0 0 1099 TRAILER TRAILER 1999 ENTYRE LOWBOY OPERATION ENTYRE LOWBOY 5 1 E9Y26309XE111154 0 0 0 0 1099A TRAILER TRAILER 1999 ENTYRE LOWBOY OPERATION . ETNYRE Stinger 1E9100101XE111155 . 0 0 0 0 1100 SCALE SCALE Cardnal SAND PIT SCAL OPERATION CARDINAL 45-50-PR 48377R1 0 0 0 0 1101 MACHINE SCREEN 2011 POWERSCREEN(OPERATION Powerscreen CHIEFTAIN 1400 PID00066PDGB52713 0 0 0 0 1102 PUMP EQUIPMENT 1997 THOMPSON PUMF OPERATION THOMPSON 6TSV-168 2500 0 0 3 1103 MACHINE CRUSHER 2003 BL PEGSON 428 IA,OPERATION BL PEGSON AX846 Trakpactoi QM018765 1994 0 0 9 0 1104 MACHINE STACKING BEL12004 POWERSCREEN It OPERATION Powerscreen M 100 6001629 1913 0 0 3 0 1105 MACHINE EQUIPMENT 2011 MGL CONVEYOR OPERATION RADIAL 7436301 0 0 0 0 0 • ASSET SUMMARY REPORT Page 2 of 6 Sporer Land Development Inc. Sorted By: Asset ID 3/10/2014 • . Asset ID Master Asset Asset Type Group Description Budget ID Manufacturer Model Serial# Hours Miles Fuel Oil Tire 1106 TRAILER EQUIPMENT 1998 GENERATOR/2004 OPERATION OLYMPIAN/PJ 2040392 4P5SA121242055874 0 0 0 1107 PUMP EQUIPMENT 2006 THOMPSON PUMF OPERATION Thompson Pur 10021272 6HTC-197 0 0 0 1108 CONCRETE PLANT 1994 365KW Cat Genera PURCHASING Caterpillar 3406 365KW 6JM00507 400 0 0 1109 MACHINE SCREEN POWERGRID OPERATION POWERSCRE 7210881 0 0 0 1110 MACHINE SCREEN 2006 POWER SCREEN'OPERATION 1400 CHIEFTAN 6618208 0 0 0 1111 MACHINE CRUSHER 2007 TEREX/PEGSON X OPERATION Terex/Pegson XR 400 400239 EEXR 0 0 0 1112 MACHINE EQUIPMENT 2010 OLYMPIAN GENES OPERATION OLYMPIAN 0E0019 D4B01819 0 0 0 1113 MACHINE EQUIPMENT CATERPILLAR GENERA OPERATION CATERPILLAF SR4 100 KVA 5BA03096 0 0 0 1115 PUMP EQUIPMENT 8"GORMAN RUPP/ISUZ OPERATION 4LE1TYBWO1 278826 0 0 0 1116 PUMP EQUIPMENT RED SEAL PUMP OPERATION 0 0 0 1117 PUMP EQUIPMENT ISUZU PUMP OPERATION ISUZU 0 0 0 1197 TRAILER TRAILER 1000 GAL.WHITE FUEL OPERATION HOME MADE 0 0 0 1198 TRAILER TRAILER 500 GAL.WHITE FUEL 1 OPERATION 0 0 0 1199 TRAILER TRAILER 1000 GAL.BLUE FUEL I OPERATION CUSTOM MADE 101959 0 0 0 1200 UNKNOWN EQUIPMENT 10,000 GAL.YELLOW Ti OPERATION 0 0 0 1201 UNKNOWN UNKNOWN 5,000 GAL WHITE CLEA OPERATION 0 0 0 1202 BUILDING UNKNOWN FIELD OFFICE J&L REN'OPERATION 0 0 0 2500 8ES-2500 MACHINE SCRAPER OPERATION 0 0 0 276A MACHINE ATTACH 84"ROOT RAKE GRAPF OPERATION CATERPILLAF RKSSLIND84 PRSSGR001094 0 0 0 8EC-100 CONCRETE EQUIPMENT 2001 TARGET PRO PAV OPERATION TARGET PRO C50225 403946 0 0 0 8EC-101 CONCRETE EQUIPMENT ALLEN CONCRETE SCF OPERATION ALLEN ENGIN 12ED 17.5 ft. R11 E D 15 1040 0 0 0 8EC-1010 TRAILER FLEET MULTIQUIP 180 AIR COI OPERATION MULTI-QU 180 3514055 0 0 0 8EC-1012 MACHINE EQUIPMENT 2"EXPLORATION DRILL OPERATION EXPLORATIOI 0 0 0 8EC-1013 PUMP EQUIPMENT 6"CHRYSLER PUMP OPERATION CHRYSLER 0 0 0 8EC-1014 TRAILER TRAILER 2005 Amida Light Tower OPERATION Amida AL4060D4MH FVF18231 0 0 0 8EC-1015 TRAILER TRAILER 2006 SKYJACK SCISSOI OPERATION SJ1I13219 261776 0 0 0 8EC-102 CONCRETE EQUIPMENT 2008 CONCRETE ROLLI OPERATION 0 0 0 8EC-103 CONCRETE EQUIPMENT 2004 CRAFCO SS 125 D OPERATION CRAFCO,INC. SUPER SHOT 12 1C9SY101141418044 0 0 0 8EC-104 CONCRETE EQUIPMENT 2004 ROADSTAR JOINT OPERATION N/A 0 0 0 8EC-105 CONCRETE EQUIPMENT HOMEMADE CONCRETI OPERATION N/A 0 0 0 • 8EC-106 CONCRETE EQUIPMENT TEREX AMIDE CURE SI OPERATION Terex Amide OMS201 000262786 0 0 0 8EC-107 CONCRETE EQUIPMENT ALLEN MAGIC CONCRE OPERATION Allen Eng 47581 1022299 0 0 0 8EC-108 CONCRETE EQUIPMENT E-Z PAVEMENT DRILL 2 OPERATION E-Z DRILL,IN( 210B U3371 0 0 0 8EC-109 . CONCRETE EQUIPMENT SOFFCUT EARLY ENTR OPERATION SoffCutt X 150 Prowler 13648 0 0 0 8EC-110 CONCRETE EQUIPMENT CONCRETE BUCKET OPERATION 0 0 0 8EC-111 CONCRETE EQUIPMENT CONCRETE Texture Cut OPERATION PV35 306877 0 0 0 8EC-112 CONCRETE EQUIPMENT INGERSALL RAND AIR(OPERATION INGERSOLL-R 185 CFM 263945UDG327 0 0 0 8EC-113 CONCRETE EQUIPMENT 2008 HEM TEXTURE CU OPERATION HEM 0 0 0 8EC-114 CONCRETE EQUIPMENT 2005 DITCH WITCH THE OPERATION DITCH WITCH RT95M 5Z0874 0 0 0 8EC-115 CONCRETE EQUIPMENT 2012 CONCRETE SAW OPERATION HUSQVARNA FS4800 001299653001 0 0 0 8EC-116 CONCRETE EQUIPMENT 2011/3000 PSI PRESSUI OPERATION PSI CW30044MGH 10601825 0 0 0 8EC-117 CONCRETE EQUIPMENT 1987 VERMEER CC-90 F OPERATION VERMEER CC-90 0 0 0 8EC-118 CONCRETE ATTACH 2013 Vince Hagan Concn OPERATION Vince Hagan HT-12400C-65 130404 0 0 0 8EC-119 CONCRETE PLANT 1988 Schwitzer Cement E OPERATION Schwitzer 1988 diesel CemE 0 0 0 8EC-120 CONCRETE ATTACH 1.5 CY Concrete Bucket OPERATION Gar-Bro 442G 1.5 CY Con 01953H 0 0 0 8EC-121 CONCRETE PLANT . Sioux M2 Water Heater OPERATION Sioux 02 M2 D2000 Wa 9612048 0 0 0 8EC-122 CONCRETE PLANT Sioux M1 Water Heater OPERATION Sioux M1 260 Degree Vt 0111039 0 0 0 8EC-123 CONCRETE ATTACH Concrete Barrier Lifter OPERATION Kenco Concrete Barrier I 0 0 0 8EC-124 CONCRETE EQUIPMENT EZ-DRILL TWO GANG OPERATION E-Z Drill Inc 210B-2SRA AA-4701 0 0 0 8EC-227 CONCRETE EQUIPMENT 2000 HEM 12-27 SLIPFO OPERATION 12-27 013100-1227-SFP 152 0 0 0 8EC-228 CONCRETE EQUIPMENT 2001 GOMACO SLOPE F OPERATION GOMACO SL45OX 900900-018 0 0 0 8EC-633 CONCRETE CURB 1991 GOMACO TRIM/CL OPERATION GOMACO GT6200 MC17256-33 1915 0 0 8EC-633A CONCRETE ATTACH 30"x12"STRAIGHT CUR OPERATION SLIP-TECH MOLD 0 0 0 8EC-633B CONCRETE ATTACH 24"x12"STRAIGHT CUR OPERATION SLIP-TECH MOLD 0 0 0 8EC-633C CONCRETE ATTACH 30"x8"SLOPED CURB N OPERATION SLIP-TECH MOLD 0 0 ' 0 8EC-633D CONCRETE ATTACH 30"x12"SLOPE CURB M OPERATION SLIP-TECH MOLD 0 0 0 SEC-633E CONCRETE ATTACH 5'SIDEWALK MOLD OPERATION SLIP-TECH MOLD o 0 0 0 0 8ED-0288 MACHINE DOZER 2003 CAT D5N DOZER OPERATION Caterpillar D5N • AGG00268 3943 0 0 52 0 8ED-272 MACHINE . DOZER 1997 CAT D8R DOZER OPERATION' CATERPILLAF D8R 7XM02272 0 0 0 0 0 ASSET SUMMARY REPORT Page 3 of 6 , Sporer Land Development Inc. Sorted By: Asset ID 3/10/2014 • Asset ID Master Asset Asset Type Group Description Budget ID Manufacturer Model Serial# Hours Miles Fuel Oil Tire 8ED-274 MACHINE DOZER 2012 CAT D6N DOZER OPERATION CATERPILLAF D6NXLDSVP PER00274 0 0 0 0 8ED-3230 MACHINE DOZER 1989 CAT D8N DOZER OPERATION CATERPILLAF D8N 9TC03230 19020 0 0 124.5 8ED-536 MACHINE DOZER 1996 CAT D4C DOZER OPERATION CATERPILLAF D4C 6Y101646 6390 0 0 37 8ED-695 MACHINE DOZER 1998 CAT D8R DOZER OPERATION CATERPILLAF D8R 7XM03605 7809 0 0 92 8ED-943 MACHINE DOZER 2000 CAT.D8R DOZER OPERATION CATERPILLAF D8R 7XM04943 0 0 0 0 8ED-973 MACHINE DOZER 2004 CAT D5N DOZER OPERATION CATERPILLAF D5N XL FT AGG00973 0 0 0 0 8EE-1000 MACHINE ATTACH 72"DYMAX BUCKET OPERATION DYMAX DGP-3 142498 0 0 0 0 8EE-1001 MACHINE ATTACH COMPACT WHEEURED OPERATION DC-24EXSF 08025664 0 0 0 0 8EE-1002 MACHINE ATTACH HYD HAMMER OPERATION MPK 0 0 0 0 BEE-1003 MACHINE ATTACH 48"CAT BUCKET OPERATION CATERPILLAF 99-3348 0 0 0 0 8EE-1366 MACHINE EXCAVATOR 2008 Cat 325D EXCAVA'OPERATION CATERPILLAF 325DL A3R01366 0 0 0 0 8EE-1366A MACHINE EQUIPMENT 48"Heavy Duty Power B(MAINTENANCE CAT BKHEXPCB48 OWAT04238 0 1000 0 0 8EE-1366B MACHINE EQUIPMENT 54 Inch General Purpose MAINTENANCE Cat 54"GP WAT 1809 0 0 0 0 8EE-158A MACHINE ATTACH 2005 PULVERIZER OPERATION 5CP1954 P031123 0 0 0 0 SEE-158B MACHINE ATTACH 54"ESCO EXCAVATOR OPERATION ESCO 54"ESCO RH98274 0 0 0 0 8EE-169A MACHINE ATTACH CAT HYDRAUILIC EXCA OPERATION CATERPILLAF 325B THUMB 7JW07288 0 0 0 0 8EE-170 BREAKER ATTACH CAT 325BL BREAKER A OPERATION TRAMAC V1200 169954 0 0 0 0 8EE-199A MACHINE ATTACH CAT EXCAVATOR ATTA OPERATION CATERPILLAF 325D THUMB 7JW13199 0 0 0 0 BEE-242A MACHINE ATTACH 60 Inch ESCO BUCKET OPERATION 'ESCO 60" RH75347 0 0 0 0 8EE-242B MACHINE ATTACH 54"EXCAVATOR BUCKI OPERATION ESCO 54" • 0 0 0 0 8EE-299 MACHINE EXCAVATOR 2003 CAT 320CL EXCAV OPERATION CATERPILLAF 320CL CAT032OCHANB03299 0 0 0 0 8EE-299A MACHINE ATTACH 2009 CAT 320C 48"HD E OPERATION CATERPILLAF 48"HD 84EX00973 0 0 0 0 8EE-299B MACHINE ATTACH CAT 320C 48"BUCKET OPERATION CATERPILLAF 84EX00019 0 0 0 0 8EE-310 MACHINE EXCAVATOR 2011 KOMATSU PC350-I OPERATION KOMATSU PC350-LC-8 A10310 0 0 0 0 BEE-310A MACHINE ATTACH 54"ESCO BUCKET OPERATION ESCO RH102691 0 0 0 0 8EE-310B MACHINE ATTACH 54"HENSLEY BUCKET OPERATION HENSLEY 60655 0 0 0 0 SEE-310C MACHINE ATTACH 54"ESCO BUCKET OPERATION ESCO RH98274 0 0 0 0 8EE-310D BREAKER ATTACH 2010 LABOUNTY CONCI OPERATION LABOUNTY CP80 SNCP80634 0 0 0 0 8EE-366B MACHINE ATTACH 2005 CAT 330C 30"ROC OPERATION • CATERPILLAF 330C 30"H Z1 R08665 0 0 0 0 8EE-366C MACHINE ATTACH 64"CAT BUCKET OPERATION CATERPILLAF 64" 0 0 0 0 8EE-452 MACHINE EXCAVATOR 2009 345D CAT EXCAVP OPERATION CATERPILLAF 345DLFG11 EEH00452 0 0 0 0 8EE-452A MACHINE ATTACH 64"CAT BUCKET OPERATION CATERPILLAF 64"BUCKET 345323 .0 0 0 0 SEE-452B . MACHINE ATTACH 60"ESCO OPERATION ESCO 60"BUCKET RH104752 0 0 0 0 8EE-805 MACHINE EXCAVATOR 2005 CAT 320CL EXCAV OPERATION CATERPILLAF 320CL CAT0320CVPAB04805 0 0 0 0 SEE-805A MACHINE ATTACH 36"BUCKET OPERATION 0 0 0 0 8EE-805B MACHINE ATTACH 24"BUCKET OPERATION 05-700 0 0 0 0 BEE-805C MACHINE ATTACH 36"CAT BUCKET OPERATION CATERPILLAF 36"BUCKET 2303650 0 0 0 0 8EE-868 MACHINE ' EXCAVATOR 2007 CAT 345CL EXCAV OPERATION CATERPILLAF 345CL CAT0345CCPJW01868 0 0 0 0 8EE-868A MACHINE ATTACH 72"DYMAX DIRT BUCKE OPERATION DYMAX DGP-3 142498 0 0 0 0 BEE-868B MACHINE ATTACH 54"CAT BUCKET OPERATION CATERPILLAF 2811813 0 0 0 0 8EE-868C MACHINE ATTACH 345C 64"CAT BUCKET OPERATION CATERPILLAF 64" 5178N1012 0 0 0 0 8EG-000 LASER EQUIPMENT Laser Systems OPERATION Multiple multiple 0 0 0 0 8EG-001 GPS EQUIPMENT GPS Systems OPERATION Trimble ' multiple 0 0 0 0 8EG-0288 GPS EQUIPMENT GPS System-2003 D5N OPERATION Trimble multiple 0 0 0 0 8EG-143 GPS EQUIPMENT GPS System-2012 16014 OPERATION Trimble multiple 0 0 0 0 8EG-152 GPS' EQUIPMENT GPS System-2008 16014 OPERATION Trimble multiple 0 0 0 0 8E0-341 GPS EQUIPMENT GPS System-2006 1601-OPERATION Trimble multiple 0 0 0 0 8EG-461 GPS EQUIPMENT GPS System-2010 16014 OPERATION Trimble multiple 0 0 0 0 8EG-466 GPS EQUIPMENT GPS System-2011 16014 OPERATION Trimble multiple 0 0 0 0 8EL-1534 MACHINE LOADER 2005 CAT 950G II WHEE OPERATION CATERPILLAF 950G SERIES II CAT0950GKAXX01534 0 0 0 0 8EL-203 MACHINE LOADER 2007 CAT 972G II WHEE OPERATION CATERPILLAF 972G II AWPO0203 4793 0 0 0 8EL-211 MACHINE LOADER 1996 CAT 966F LOADEF OPERATION CATERPILLAF 966F 9Yj00211 10480 • 0 0 118.3 8EL-238 MACHINE I3ACKHOE 2006 CAT 430E BACKH(OPERATION CATERPILLAF 430E EAT00238 0 0 0 0 8EL-239 MACHINE ATTACH CATERPILLAR PLATE C OPERATION CATERPILLAF 0 0 0 0 8EL-243 MACHINE LOADER 2007 CAT 277 TRACK SI OPERATION CATERPILLAF 277C MA11 JWF00243 0 0 0 0 8EL-276 MACHINE LOADER 2010 CAT 289 TRACK SI OPERATION CATERPILLAF 289CSTD2C JMP01276 0 0 0 0 8EL-428 MACHINE I3ACKHOE 1997 CAT 436C BACKH(OPERATION CATERPILLAF 436C 8TN00428 5634 0 0 5 O 8EL-468 MACHINE LOADER 2013 CAT279 TRACK Sk OPERATION CATERPILLAF 279C2STD2C KWB01468 0 0 0 0 0 8EL-4997 MACHINE LOADER 1987 CAT 966D LOADEF OPERATION CATERPILLAF 966D 99Y04997 24907 0 0 94.5 0 ASSET SUMMARY REPORT Page 4 of 6 Sporer Land Development Inc. Sorted By: Asset ID 3/10/2014 Asset ID Master Asset Asset Type Group Description Budget ID Manufacturer Model Serial# Hours Miles Fuel Oil Tire 8EL-510 MACHINE LOADER 1999 CAT 966G LOADEF OPERATION CATERPILLAF 966G 3SW00510 4508 0 0 52 0 8EL-622 MACHINE LOADER 2003 CAT 236 SKID STE OPERATION CATERPILLAF 236 4YZ05622 1083 0 0 9.5 0 8EL-622BK MACHINE ATTACH 66"CAT 236 BUCKET OPERATION CATERPILLAF 65SSGP013131 0 0 0 0 0 8EL-622CPF MACHINE ATTACH CAT PALLET FORKS OPERATION CATERPILLAF 149-1411 6S55FP030236 0 0 0 0 0 8EL-622PF MACHINE ATTACH 48"DYMAX PALLET FOF OPERATION DYMAX PT#1715D1 145171 0 0 0 0 0 8EL-622RB MACHINE ATTACH ROCK BUCKET OPERATION CUSTOM MADE 0 0 0 0 0 8EL-622TR MACHINE ATTACH 2003 CAT TRENCHER OPERATION CATERPILLAF T-9 ABC00678 0 0 0 0 0 8EL-756 MACHINE LOADER 2004 CAT 950G WHEEL OPERATION CATERPILLAF 950G SERIES II CAT0950GPAYL01756 0 0 0 0 0 8EL-870A MACHINE ATTACH • BOBCAT 15C AUGER OPERATION BOBCAT 15C AUGER 944232167 0 0 0 0 0 8EL-870B MACHINE ATTACH • BOBCAT HB980 BREAK OPERATION BOBCAT 7113421 A00602260 0 0 0 0 0 8EL-875 MACHINE EQUIPMENT HYSTER FORKLIFT OPERATION HYSTER MODEL 60 SND177B238875 0 0 0 0 0 8EL-937 MACHINE LOADER• 2010 CAT 972H WHEEL OPERATION CATERPILLAF 972H A7D00937 0 0 0 0 0 8EL-937B MACHINE ATTACH 5.25 YD 8 TOOTH BUCK OPERATION CATERPILLAF BK966GP525 AXJ02943-1 0 0 0 0 0 8EM-1325 MACHINE GRADER 1976 CAT 140G MOTOR OPERATION CATERPILLAF 140G 72V01325 10303 0 0 29 0 8EM-143 MACHINE GRADER 2012 CAT 160M II MOTO OPERATION CATERPILLEF 160M II 0R9L00143 0 0 0 0 0 8EM-152 MACHINE GRADER 2008 CAT 160M MOTOR OPERATION CATERPILLAF 160M RIP B9E00152 0 0 0 0 0 8EM-277 MACHINE GRADER 2001 CAT 140H MOTOR OPERATION CATERPILLAF 140H RIP 9TN01277 0 0 0 0 0 • 8EM-3130 MACHINE GRADER 1998 CAT 140H MOTOR OPERATION' CATERPILLAF 140H 2ZK03130 7779 0 0 57.5 0 8EM-3193 MACHINE GRADER 1998 CAT 140H MOTOR OPERATION CATERPILLAF 140H 2ZK03193 8340 0 0 72.5 0 8EM-341 MACHINE GRADER 2006 160H MOTOR GRA OPERATION CATERPILLAF 160H CCP00341 0 0 0 0 0 8EM-461 MACHINE GRADER 2010 CAT 160M MOTOR OPERATION CATERPILLAF 160M B9L00486 0 0 0 0 0 8EM-466 MACHINE GRADER 2011 160M MOTOR GRA OPERATION CATERPILLAF 160M 089E00466 0 0 0 0 0 8EM-738 MACHINE GRADER 2002 CAT 140H MOTOR OPERATION CATERPILLAF 140H RIP 2ZKO7738 0 2115 0 0 0 8ER-100 MACHINE EQUIPMENT BORCHLAND SILT FEN(OPERATION 0 0 0 0 0 8ER-127 MACHINE BROOM 2001 BROCE BROOM 3°OPERATION BROCE RC 350 401127 1370 0 0 2.5 0 8ER-1296 MACHINE DISC 1975 ROME DISC OPERATION ROME 20-28 10TAW-1296 0 0 0 0 0 8ER-1437 MACHINE COMPACTOR 2007 CAT 563E COMPAI OPERATION CATERPILLAF 563E CATCP563LCNT01437 0 0 0 0 0 8ER-146 MACHINE MIXER 1994 CMI RECLAIMER S OPERATION CMI 425B 526146 0 0 0 0 0 8ER-183 MACHINE EQUIPMENT 2012. 3000H IMPACTOR OPERATION IMPACTOR 3000H KG12R04183 0 0 0 0 0 8ER-1901 MACHINE DISC 1975 ROME DISC OPERATION ROME 20-28 10TAW-1901 •0 0 0 0 0 8ER-1969 MACHINE DISC 1969 ROME DISC OPERATION ROME 8TAW-16 0 0 0 0 0 8ER-230 MACHINE EQUIPMENT 10'SPEED MOVER OPERATION SHOP BUILT 0 0 0 0 0 8ER-231 MACHINE EQUIPMENT 8'SPEEDY MOVER OPERATION D58 D8231 0 0 0 0 0 8ER-2800 MACHINE COMPACTOR 1990 INGRAM PNEUMA"OPERATION .INGRAM 9-2800PB 0 0 0 0 0 8ER-3019 MACHINE HAMMER 1984 ARROW PAVEMEt OPERATION ARROW HJ125OR 3019 0 0 0 0 0 8ER-329 MACHINE COMPACTOR 2006 563E PAD FOOT C OPERATION CATERPILLAF CP563E CNT01329 0 0 0 0 0 8ER-3460 MACHINE DISC 2007 ROME DISC OPERATION ROME TAW20S-30 10TAW-34605 .0 0 0 0 0 8ER-3461 MACHINE DISC 10'ROME DISC OPERATION ROME 28" 0 0 0 0 0 8ER-365 MACHINE MIXER 2011 CAT RM500 MIXER OPERATION CATERPILLAF RM500 OASW00365 0 404 0 0 0 8ER-366 MACHINE COMPACTOR JUNK 1982 BOMAG COR OPERATION BOMAG 210PD 82366 8605 0 0 4 0 8ER-390 MACHINE COMPACTOR 1988 CAT 815B COMP/NI OPERATION CATERPILLAF 815B 15Z00390 13730 0 0 15 0 8ER-541 MACHINE COMPACTOR 2003 HYPAC COMPACT OPERATION HYPAC C857A 109A22101541. 0 0 0 0 0 8ER-6085 MACHINE HAMMER 1993 ARROW MOBILE H OPERATION ARROW HJ 1350 6085 0 0 0 0 0 8ER-6121 BREAKER EQUIPMENT IMPACTOR 2000H CON(OPERATION Impactor/Rolle) 2000H KGO5R06121 0 0 0 0 0 8ER-692 MACHINE COMPACTOR 2001 CAT CS-563D VIBR OPERATION CATERPILLAF CS-563D 09MW0692 3666 0 0 27.5 0 8ER-901 MACHINE COMPACTOR 1975 48"WEDGE PULL I OPERATION UNKNOWN 48" 0 0 0 0 0 8ER-903 MACHINE COMPACTOR 1991 54"WEDGE PULL I OPERATION UNKNOWN 54" 0 0 0 0 0 8ER-904 MACHINE COMPACTOR 1975 48"WEDGE PULL I OPERATION UNKNOWN 48" 0 ' 0 0 0 0 8ER-905 MACHINE COMPACTOR ICON 48"PULL ROLLER OPERATION ICON 48" 0 0 0 0 0 8ER-906 MACHINE COMPACTOR 1975 60"WEDGE PULL I OPERATION UNKNOWN 60" 0 0 0 0 0 8ER-907 MACHINE COMPACTOR 2013 ICON 60 inch Wedc OPERATION ICON 60 x 60 60C1305503 0 0 0 0 0 8ER-952 ' MACHINE COMPACTOR 1976 60"WEDGE PULL I OPERATION UNKNOWN 60" 0 0 0 0 0 8ES-159 MACHINE SCRAPER 1999 CAT 623F II SCRAF OPERATION CATERPILLAF 623 F SERIES II 5EW00159 0 0 0 0 0 8ES-2060 MACHINE SCRAPER JUNK 1985 CAT 6238 S(OPERATION CATERPILLAF 623B 46P02060 2794 0 0 109 0 8ES-238 MACHINE SCRAPER 2005 CAT 621G SCRAPE OPERATION CATERPILLAF 621G DBB00258 2989 0 0 45 0 8ES-2487 MACHINE SCRAPER 1979 CAT 631D SCRAPE OPERATION CATERPILLAF 631D 24W2487 7953 0 0 157 0 8ES-250 MACHINE SCRAPER 2003 CAT 637G SCRAPE OPERATION CATERPILLAF 637G CAT0637G10EH00250 0 0 0 0 0 8E8-2500 MACHINE SCRAPER 1979 CAT 631D SCRAPE OPERATION CATERPILLAF 631D 24W2500 9853 • 0 0 99 0 8ES-291 MACHINE SCRAPER 2007 CAT 637G SCRAP/OPERATION CATERPILLAF 637G CAT0637GHDFJ00291 0 0 0 0 0 i ASSET SUMMARY REPORT Page 5 of 6 Sporer Land Development Inc. Sorted By: Asset ID 3/10/2014 Asset ID Master Asset Asset Type Group Description Budget ID Manufacturer Model Serial# Hours Miles Fuel Oil Tire 8ES-293 MACHINE SCRAPER 2007 CAT 637G SCRAPE OPERATION CATERPILLAF 637G. CAT0637GCDFJ00293 0 0 0 0 8ES-311 TRUCK EQUIPMENT 2001 CAT D400 E HAUL OPERATION CATERPILLAF D400E APF00311 0 0 0 0 8ES-312 TRUCK EQUIPMENT 2001 CAT D400 E HAUL OPERATION CATERPILLAF D400E APP00312 0 0 0 0 8ES-320 TRUCK EQUIPMENT 2007 CAT 740E DUMP T OPERATION CATERPILLAF 740 EJECTOR 6)CAT00740JB1 R00320 0 0 0 0 • 8ES-366 TRUCK EQUIPMENT 2004 CAT 740EJ DUMP'OPERATION CATERPILLAF 740EJ AZZ00366 0 0 0 0 8ES-394 MACHINE SCRAPER CAT 623B WATER WAG OPERATION CATERPILLAF 623B 46P01394 0 0 0 0 8ES-402 MACHINE SCRAPER 2006 CAT 627G SCRAPE OPERATION CATERPILLAF 627G DBD00402 1807 0 0 0 8ES-444 MACHINE SCRAPER 2004 CAT 627G SCRAPE OPERATION CATERPILLAF 627G CEX00444--cez00447 5587 0 240 0 8ES-711 MACHINE SCRAPER 2007 CAT 627G SCRAPE OPERATION CATERPILLAF 627G DBD00711 0 0 0 0 8ES-712 MACHINE SCRAPER 2007 CAT 627G SCRAPE OPERATION CATERPILLAF 627g DBD00712 0 0 0 0 8ES-856 MACHINE WATER WAGOM980 CAT 623B WATER OPERATION CATERPILLAF 623B 46P856 8662 0 59.5 0 8ES-916 MACHINE WATER WAGON1979 CAT613B WATER OPERATION CATERPILLAF 613B 38W5916 19353 0 27.4 0 8ES-934 MACHINE . SCRAPER 1999 CAT 621F SCRAPE OPERATION CATERPILLAF 621F 4SK00934 13063 0 162 0 8ES-935 MACHINE SCRAPER 1999 CAT 621 F SCRAPE OPERATION CATERPILLAF 621 F 4SK00935 13462 0 144 0 8ET-701 MACHINE TRACTOR 1991 JOHN DEERE 485C OPERATION JOHN DEERE 4850 RWSG015014122 3284 0 10 0 8ET-703 MACHINE TRACTOR • 1980 JOHN DEERE 484C OPERATION JOHN DEERE 4840 P015518RW 2347 0 12 0 8ET-704 MACHINE TRACTOR 1988 JOHN DEERE 485C OPERATION JOHN DEERE 4850 RW4850P013112 0 0 0 0 8ET-706 MACHINE TRACTOR 1991 JOHN DEERE 876(OPERATION JOHN DEERE 8760 RW8760H003812 11900 0 25 0 8ET-708 MACHINE TRACTOR JOHN DEERE 5300 MFV OPERATION JD 5300 LU5300E632461 10110 0 31 0 8ET-708BH MACHINE TRACTOR 2009 BUSH HOG ROTAF OPERATION BUSH HOG 2212 12' 1220575 0 0 0 0 8ET-708DS MACHINE TRACTOR 2005 BISON 3 POINT DI:OPERATION BISON VHRL-20-24-1 5071535520 0 0 0 0 8ET-708GP MACHINE TRACTOR 2003 GREAT PLAINS DF OPERATION GREAT PLAIN 3P605NT-0975 GP-VVW1141 0 0 0 0 8ET-709 MACHINE TRACTOR 1982 JOHN DEERE 484C OPERATION JOHN DEERE 4840 4840P015755RW 8684 0 0 0 8ET-710 MACHINE TRACTOR 1998 JOHN DEERE 840C OPERATION JOHN DEERE 8400 rw 8400 p020075 0 0 0 0 8ET-711 MACHINE TRACTOR 1997 JOHN DEERE 830C OPERATION JOHN DEERE 8300 RW8300P012650 0 0 0 0 8ET-712 MACHINE TRACTOR 1997 JOHN DEERE 810C OPERATION JOHN DEERE 8100 RW 8100 p021561 0 0 0 0 8ET-713 MACHINE TRACTOR 1993 JOHN DEERE 496C OPERATION JOHN DEERE 4960 4960p006967 0 0 0 0 8ET-714 MACHINE TRACTOR 1984 JOHN DEERE 485(OPERATION JOHN DEERE 4850 RW4850P005291 0 0 0 0 8ET-715 MACHINE TRACTOR 2011 CRUSTBUSTER DI OPERATION CRUSTBUSTE 5010 NO TILL 19731 0 0 0 0 8ET-801A TRUCK FLEET 2013 PETE OPERATION PETERBILT 388 1XPWP4EX4DD181961 0 0 0 0 8ET-802 TRUCK FLEET 2004 KENWORTH T800 OPERATION KENWORTH T800 1XKDDU9XX4J055153 0 610071 0 0 0 8ET-803 TRUCK FLEET 2004 KENWORTH T800 OPERATION KENWORTH T800 N/S 1XKDDU9X84J055152 0 644245 0 0 0 8ET-804 TRUCK FLEET 2004 KENWORTH 1800/OPERATION KENWORTH T800 1XKDDU9X14J055154 0 486444 0 17 0 8ET-805 TRUCK FLEET 2007 KENWORTH T800 OPERATION Kenworth T800 1NKDLBOX37J209057 0 403604 0 0 0 8ET-806 TRUCK FLEET 1996 PETE 379/WHITE 1 OPERATION PETERBUILT 379 1XP5DB9X4TD401083 • 0 0 0 0 . 0 8ET-807 TRUCK FLEET 2000 MACK CH 613/WHI OPERATION MACK CH 613 1M1AA18YXYW119636 12976 338276 0 25.5 0 8ET-808 TRUCK FLEET 1994 MACK CH 613 WK OPERATION MACK CH 613 1M1AA13Y4RW039368 8006 505783 0 25.5 0 8ET-809 TRUCK FLEET 2001 MACK CH 613/WHI OPERATION MACK CH 613 1M1AA18Y11W140025 10516 339653 0 17 0 8ET-810 TRUCK FLEET 1996 MACK CH 163/REC OPERATION MACK CH 613 1M1AA12Y9SW046243 7909 6333' 0 17 0 8ET-811 TRUCK FLEET 1972 DIAMOND REO OPERATION DIAMOND RE( DRE64HC593320 0 0 0 0 0 8ET-812 TRUCK FLEET 2007 PETERBUILTTRU(OPERATION PETERBUILT 1XPFDU9X47N638639 0 77000 0 0 0 8ET-813 TRUCK FLEET 2007 PETERBUILT TRU(OPERATION PETERBUILT BLUE 1XPFDU9X07N638640 .0 0 0 0 0 8ET-814 TRUCK FLEET 1988 MACK 688/BROWN OPERATION MACK R688ST 1M1N187Y1JW024660 7215 583409 0 8.5 0 8ET-815 TRUCK FLEET 1999 MACK CH 613/REC OPERATION MACK CH 613 1M1AA18YXXW105900 20756 479586 0 25.5 0 8ET-816 TRUCK FLEET 1995 MACL CH 163/RED OPERATION MACK CH 613 1M2AA14Y5SW052338 29526 694905 0 35 0 8ET-818 TRUCK FLEET 1999 MACK CH 613 TRU OPERATION MACK CH613 1M2AA14YXXW110452 16482 486652 0 68 0 8ET-819 TRUCK FLEET 2005 MACK CV 713 TRU OPERATION MACK CV 713 1M1AG11Y65M021980 1509 51650 0 11 0 8ET-820 TRUCK FLEET 2003 MACK CV 713 TRU OPERATION MACK CV713 1M1AG11Y43M008027 3081 70904 0 55 0 8ET-822 TRUCK FLEET 1975 FORD LUBE TRUC OPERATION FORD LN880 S88JW96094 0 0 0 3.5 0 8ET-823 TRUCK FLEET 1998 KENWORTH T300 OPERATION KENWORTH T300 3NKMHD6X2WF764494 8738 167508 0 7.5 0 8ET-825 TRUCK FLEET 1988 FREIGHTLINER LU OPERATION FREIGHTLINE 1FUWYRYBXJP330503 0 0 0 0 0 8ET-826 TRUCK FLEET 2008 KENWORTH T370(OPERATION KENWWORTF 1370 2NKMHN7X68M236546 0 0 0 0 0 8ET-827 TRUCK FLEET 2011 FORD F550 OPERATION FORD F550 1FDUF5GTXBEA10050 0 0 0 0 0 8ET-828 . TRUCK FLEET 1991 INTERNATIONAL C OPERATION International 9300 2HSFEGTR1MC050295 0 0 0 0 0 8ET-829 TRUCK FLEET 1994 FORD 4000 GAL.V OPERATION FORD L9000 1FDZY90X4RVA05599 0 230674 0 0 0 8ET-830 TRUCK FLEET 1995 FORD 2000 GAL.V OPERATION FORD 1FTYS95W2SVA58521 0 324855 0 0 0 8ET-831 TRUCK FLEET 2000 Kenworth W900 Mi,OPERATION Kenworth W900 1NKWLOOX6YR835461 0 0 0 0 0 8ET-832 TRUCK FLEET 2000 Kenworth W900 Mia OPERATION KenWorth W900 1NKWLTOX9YR848366 0 0 0 0 0 8ET-833 TRUCK FLEET 1999 Kenworth W900 Mi)OPERATION Kenworth W900 1NKWLOOX1XR827797 0 0 0 0 0 ASSET SUMMARY REPORT Page 6 of 6 Sporer Land Development Inc. Sorted By: Asset ID 3/10/2014 Asset ID Master Asset Asset Type Group Description Budget ID Manufacturer Model Serial# Hours Miles Fuel Oil Tire 8ET-841 TRUCK FLEET 1981 FORD F150 YELLO OPERATION FORD F150 1 FTCF10EXBLA41475 0 0 0 0 8ET-844 PICKUP, FLEET 2009 FORD EXPLORER OPERATION FORD EXPLORER 1FMEU74E494A14817 0 0 0 0 8ET-845 PICKUP FLEET 2011 F-2504WD OPERATION Ford F-250 1FT7X2B67BEB09441 0 55041 0 0 8ET-847 PICKUP FLEET 2007 FORD EXPEDITIOP OPERATION FORD EB 1FMFU18567LA16342 0 0 0 0 8ET-848 PICKUP FLEET 2010 FORD F150 XLT4)(OPERATION FORD F150 1FTFW1EV9AKE76238 0 0 0 0 8ET-849 PICKUP FLEET 2012 fORD F250/SHAWP OPERATION FORD F250 1FT7W2B62CEB39628 0 2 0 0 8ET-850 PICKUP FLEET 2011 FORD F150(MARK OPERATION FORD F150 1FTFX1CF8BFB02755 0 241866 0 0 8ET-851 PICKUP FLEET 2008 FORD F150 4X4 Plt OPERATION FORD F150 XLT 1FTPX14V18FC36879 0 3 0 0 8ET-852 PICKUP FLEET 2013 F 150 Supercrew OPERATION Ford F 150 Supercrew 1FTFW1EF7DFA46603 0 0 0 0 8ET-853 PICKUP FLEET 2008 FORD F150 PICKU OPERATION FORD F150 1FTPF12V08KD62650 0 0 0 0 8ET-854 PICKUP FLEET 2011 FORD F150(JAY)F OPERATION FORD F150 1FTFW1ETOBFB23931 0 94291 0 0 8ET-855 PICKUP FLEET 2011 FORD F250(TROY OPERATION FORD F250 1FTSW21P87EA20072 0 10 0 0 8ET-856 PICKUP FLEET 2008 FORD F350 4DR PI OPERATION FORD F350 1FTWW30R58EB72466 0 154348 0 0 8ET-857 PICKUP FLEET 2003 FORD F250 WHITE OPERATION FORD HD250 1 FTNX20L83EA52474 0 0 0 0 8ET-858 PICKUP FLEET 2003 FORD F250 BLUE I OPERATION FORD HD250 1FTNX20L63EA52473 0 0 0 0 8ET-859 PICKUP FLEET 2011 FORD F250/WHITE OPERATION FORD F250 1 FTFX1 EF1CFA58063 0 0 0 0 8ET-860 PICKUP FLEET 2002 FORD E350 WHITE OPERATION FORD E350 1FBSS31L02HA81250 0 0 0 0 8ET-861 PICKUP FLEET 2005 FORD F350 WHITE OPERATION FORD F350 1FTWW30P75EA86215 0 0 0 0 8ET-862 PICKUP FLEET 2005 FORD F250 PICKU OPERATION FORD F250 1FTSX21505EB32129 0 0 0 0 8ET-863 PICKUP FLEET 2009 DODGE RAM/ROC OPERATION DODGE RAM 307KS28T99G539809 0 0 0 0 8ET-864 PICKUP FLEET 2009 DODGE RAM/TRA\OPERATION DODGE RAM 307KS28TX9G510867 0 0 0 0 8ET-865 PICKUP FLEET 2012 FORD F150 WHITE OPERATION FORD F150 1FTFX1EF1CFA58063 0 0 0 0 8ET-866 PICKUP FLEET 2010 FORD F250 PICKU OPERATION FORD F250 1FTSX2B54AEB12216 0 0 0 0 8ET-867 PICKUP FLEET 2006 FORD F250/WHITE OPERATION FORD F250 1FTSX20506EB39441 0 0 0 0 8ET-868 PICKUP FLEET 2007 FORD F250/WHITE OPERATION FORD F250 1FTSX20537EA03080 15 0 0 0 8ET-869 PICKUP FLEET 2007 FORD F250 WHITE OPERATION FORD F250 1FTSX20557EA03081 305 0 0 0 8ET-870 PICKUP FLEET 1999 DODGE CARAVAN OPERATION DODGE CARAVAN 1 B4GP54L2XB869271 0 0 0 0 • f HDPE LINER MANUFACTURER 0 gr‘ U 69D51T�G"0.�� COMPANY CONFIDENTIAL The following information is provided on a confidential basis with a request for such. Corporate Office/East Coast West Coast Manufacturing Facility Geotextile/Fabric/Fiber Manufacturing Facility Manufacturing Facility Address: 500 Garrison Road 2000 E. Newland Drive 181 Highway 521 Georgetown, South Carolina Fernley, Nevada 89408 Andrews, South Carolina 29510 Area of Site: 120 Acres 41 Acres 115 Acres Area of Factory: 122,000 f2 82,000 f2 Manufacturing, 35,000 f Warehouse 142,000 f Equipment: Line 1 Geomembrane Extruder Line 1 Geomembrane Extruder Line 1 Nonwoven Geotextile Machine Line 2 Geomembrane Extruder Line 2 Geomembrane Extruder Line 2 Nonwoven Geotextile Machine Line 3 Geomembrane Extruder Line 3 Geomembrane Extruder Line 3 Nonwoven Geotextile Machine Line 4 Geomembrane Extruder Line 4 Geomembrane Extruder Line 4 Coating Line Machine Line 5 Geonet/Geocomposite Extruder/Lamination Weld Rod Extruders- 8 lines Line 5 Fiber Spinning Line Line 6 Geomembrane Extruder Pipe Extruder- 1 Line 6 NGR Machine Line 7 Concrete Protective Liner Extruder Line 8 Geosynthetic Clay Liner Machine Pipe Extruder-I Welding Rod Extruders—8 lines Personnel: 98 24 52 Production Capacity: Total USA—272,520,000 lbs/year Laboratory: Fully equipped Geosynthetic Research Institute accredited laboratory for 17 ASTM test methods relating to the geomembrane production. Paul W. Barker, Technical Director Date: December 12, 2013 LINER INSTALLATION CONTRACTOR ! 1 I:1 "e 9i L r-C E k'c-cE i c i i!! ' F 1 1 I^2 t g -o-a;i i' I I - 8 P e ; 4 1 fi s Bt o 1 ;1 7 e3$' !i j C R'I-11�1!P '„: .a i{ 1Lt 5 ; I[C sl$ piPY I gici $ im a x 19 I� � ,.3 i� 1IF�l s: cp-I Ia I T. r^ s I $S � E#$ _! I °^aG i [i 15 P E.0 3 m'' - m � 3� �� � �; I �s s sr�lk I to g iP/4o ®' e `I 4'a i °xI" t� � I " ;:j€ ° m m 5 a 0; °m m ' c t I � i I fr c d I!al " zce I I I ° ! 11 11 I ! ' ! i°sI xi : i � ! 1 1 1 ii II 1 I I 1 3 I I I ! }i I 1 i j I I j I ! i l i III t ! Id .. a i t 1 i I 1 ! 1 i 1 1 ! t ! I I , d a m I j j Li__ I ! I I , I i I I , { j 1 j 'La i Ill i ' ! I l °1 ' l i i I 1 _i 1 I I I I = ` I I I ■I I I I I Hi I h; o1 I I! l 1 � 1 I I o og22 o0 io2.jo oo.2*Na� 5is amjo� _!o eI3 3 �1 o3° I �: 2i!1 1 oo 8 w ui I% % % I I% 1g ! I �?JaaNi2i o� ! .oi� ale ma oi2O!s ". , G ,. .va o e r ��l� L°°:°L° „" I �r II iii j o 3 ! Ia 1j I �II 8% !o sM°�l I%I %4 g %% 8 4 %I� 1% ,%1 � o 1° - ...._ i - I 11 I I l� 11 11 ! i 1 111 i !i ! i i I I ! 1{ 11 I 111 i I i I i H 1 .. I -I r eI . m.1.l Ili- e€ : ^ i�x zI..a�r�I 1 N : i° 3 i � 1 1 I I! i 1 p.§z 1 m l °r .T 3 � r i I li �� � a S�$�� 3 3 s p : 3 Y $I ' !g i= 1 oy41 °i 0 1 $f P t � �=1 $ '§1p3 g es�$ e it �a` l ^11 L E;!�!E'i sI $: .<g m l 'EIi1I'I; la$-$3 1 e ^iP 'n c a1C S;$ $m � $=C .IsSI 1^ °` ". $� S_ $� g !a t $�4 { s i E , i$ . 1�., ° I , e$1 ! i i 3 it 1.a t$i E T i i i i i i $ 1 i 1 R 4 g 4.1 5 1 3 I 1 g . I 1 2, . :i 9 , 1 E l d i 'g j EII_ ;Y•; g i = . ! I'Ia E Vil ! YY 1 I ( 'fi _ lj : l! 1 I °I I '1 S $ "I i 1 1 F 1 I ! I I H !. i i I I I ! , 1 I I: r n i ! 1 I 1 I I l 1 • 1 ! 1 I1 II , I I I , I I l I l 1 . I l ! 1 . 1 ! I i , i I I 1 I I I I I I ! 1 1 , 1I I I I I ! i l I ! I 111 I I ! I I i t ( I I wI1 ! I- I -I I rofeI« .I1, +i 1. /sif i^! I : 1 1 1 ' 1 I e --g 7�: C r i p, k js,a � S 2�l.9 �F � A T I tr I$i 8 ;Fl1 i $ gI ' i a I a I� 1 I 7 I g` 1 EJH1IJ g�� t r r I 3 I I s I w"'s l E z r, ,i,1,:i i-i 1 s�4# ' a�6I° = I.'114 12 P ''`Wiav44�1iY' j P 0'5 c:n41 i i! 1 ?!E a.a st»:ie •z � ' o i�, � cc e�qq 1 I a4p I I t=g I 3 Y 3 � il� k YP S & -c y n -g �E = zC I; I S I �-'I . el ! iki j Iii" I l I e I d; i ! j . I I I I ■=I 11 I ! I I ' ! ! j is j ! I ! ! ! -11 I ! 1 13 i III I j j 1 , i ' i j i , I I I i t I II Y Ili j ; I !l I 1 , ! 1 j 11 I I 11 ! I 1 I : , 1 I7 11 I� ..i1°re."ii!" ti 8—r.Iw"! w-";-'do81",mc,"Ig7i5"a f o° !ole s"f !8 0 z!31.8,, R-fo J t.8 8 4+11.ii OIOY��1I',w4'IY y Eitk IR!"i"w 5g iLbI Y $"ii.tiIE yIa Igop�dag8 R I1- I I o, i iLlu gFlu M b 1ut 04wc w Y;i kr, !,0,.S.,hg�.i yp4 'aZ V:F'!P �:m14"4B=0It'4 'Rwt:1. M-.°it!a R yxa1 1" �u:N g° i h -1 I �a Irp.0 oa"ii &mtPligo%M1 aIPC g_! # m_.i i. .m"- !aggr-. a8918rU.ggIE1° 11dI%1 u.I I°,£°!? _ w:e en$��(.1..r. ' 1_ 1 d �I u °1 8 t 1 I ;°i u I I i I ' I 11 11 ! ! 1 I I I 11 I i 11 ' I I I I I 1 I I I II I I I I I 1 1 1 I ! I l , l i 1 1 1 11 11 I I I II I I I' I 1 1 I I 1 1 1 II I iI I 11 ! ! i 11 , I ( 11 5 s i$ !°° lIai I I,8 g 1 I° . ' . ° 1 ii im1 - 1 I gi ig I ! -;1 : I ta7 3T! — Iti I 3 8 81 33 "MINN 33 33! 3 i$ h 8= 3 3! I gI 9 i 1 d_3l $i 13 $ $ I 1; 1 1 o 1 $ o 1$ g lii $$ I I I> lS c ' s 11 ^ 3 11 "Ix; PzI Y '99h l 0 ° m " "0 o A_ I o A. 0 le I � F I l t,R" SmA A g H"' ; I I 1 1417'11°;11 ' i . A" 9! n n m l m I "z"°i 4_ _B II 1"3 S$ t - S ; ' i gift' i S II 6b II 1 I Wiz' k z 8$� 'a 1" § ! : 11 513:01 R tm: ; 1 1 I !Uhl' �1 i �I, I ,- I I - 8 i°Iw- k -I III HOW' j S£. s j 1 I s 1 3. l ill ii 1 i y I� ^ I : I I ,®�� I,ga r I � 11 111 1134414 i n l ° 1$ on ieo !$ 1,Il .'n ,�1 1= sI l 1 ! I n I ! E ! ' 1 h l I I i I °:i I I @ ill= 1 f t I i ! $,�_J ! 1 ti EE! I 11 1 ! I i nGtli g i Viii lii�lD9 1 11 2I'�! ! I I I I ! ! i , ill. EI1 1 I ! I � 1 ! i,I12 11 I R $ la f ik i I I I ! ! @ I l$ $1 I 11I �aI 11 I 1 1 s I 11' I j l 11 I I I I I I I I i i � III o ! I ! II i I d P i I 1 . °I 1 I ;E 11 I ' 11 i 1 ' 11 1 ' ! III 11 i 1 i i ! , 11 I ,1 I I 1 , I I I I I I I WI t I I I I i t I l I , • i i ' I 1 , I II I I I I ! ! j j I ! 111 I °H 1 i1 W i ;Eli '1 !I I H I I I I i ! 11 I ' 11 li I Ili I I I I 1 1 11 111 11 I a l I I 1 : 1 I 1 iii I I 111 1 1 i 11 111 ! ` I I 1 1 I 1 I 1 1 1 I 1 I I I I I I I ! I ! i II I I 1 ' . , 11 I I ! 1 i t 1 ! 1 I i l l I I I 1 1 1 I , --,- I_ t I H. I I i I I ! ' _J j_ ill 11 I.I 11 ! ! [ h1__ tI 1 1 I I Iii t II ! I 1 i 1 y — IM i i I Ii I I i ; i la 3°9" °i.. i _ i ,46-7.1.1 ,_ti- " I•�: �'•= ° 1 g a 2Iu � s- IY - =� 8� -..: �N°.° N§ -N V C 8 ° m sv c,s �$ g � �i.iml3 a - -i! i 8! �!;1 x 81 gi8'li-I!-y;_ 1 f-j- I i:FI1 .IN �B a3» 3 °r IS o i ° g i��B�S A a d_gA A �g o .V�:" o d e c 1 �Y qT I z cI 1:G! .diiivi�d lf$i dd iiP9°j ,dY 2 I _ r IgGr! !l i ..,!F.;1" ICF 38 ! 1 l i s f Fnsl:c "F fc i431144n 4 I;0 c,- ,dp ;' ' 9b 3• I 14,.1„,,,..1., . ,.. 1 � ! , , i- i . FF �. i�°_ �3g e,tt , E3ii a13;3�IP3$'91n!l vlPyl^ i $$ a I !g!P^z^v=$i P 11! aI 3£41I R p' ^s i I i t I I $ 1 "I 1 ) i 1 1 1 ' ,11 1 I i 1!P I:F ls g '! s r 6 z g �e g$ 51 ,;1•# c a:-I C R i s a:E:,e£ ,pl ,«nir, I I g I :E 1 1�"HI 1 i a ' I i _ i I i I i i i Q X s 1 F l ylii'611Psf .': 9 I I 1 "E I N"I VI! Ia I III! Q !I' I , , 11 I I I' I i 1 11 I i i I ! II I I !-' 5 E1 E °1° 1 �I 16I 0' elk 0 1 4 ! I IE, I I I , ill 'g [a? I i I °I e 1 � I j I 1 i ! i j I j I III l: 1�l F ' ' I C 1 s §; !in .f . $i I I fi! i ' I !§I geg ! ! I l a H I I ! 1 1 II I I=ei i i 1 I 5 f1 iii 11 11i1 I I I i ii 1 I ! I I H i i I 1 Ili 11 ! i III i III 1 ! 111 _ 11 I . . I I . I t, • • P r. k r x MA, ':.g-D,AiM=Itckqr s , .q* ,,V,--11.-'. l ; �. Jackson Russell J ; I Supervisor/Master Seamer�E N V{,R`O N M E N T A ,4C ON;T A N ME NT`1 � t � 4g.,,,, ,,4.- r S 5r i" t. -ms` s _i" �.+ 244.4..: Project Experience: • Reading, MA—Landfill Closure (PH 2),40mil HDPE Textured, 800,000 ft2 • Lebanon, NH —Landfill Expansion, 60mil HDPE Textured, 650,000 ft2 • New Bedford, MA—Landfill Closure; 40mil LLDPE Textured, 500,000 ft2 • Carver, MA—Landfill Closure, 40mil HDPE Textured, 360,000 ft2 • Cheektowaga, NY—Landfill Closure,40mil LLDPE Textured, 850,000 ft2 • Seneca, NY—Landfill Expansion, 60mil HDPE Textured, 1,150,000 ft2 • Seneca, NY—Landfill Expansion, 60mil HDPE Textured, 1,200,000 ft2 • Hollis, ME—Pond, 40mil HDPE Textured, 120,000 ft2 • Springfield, MA—Landfill Expansion, 60mil HDPE Textured, 200,000 ft2 • Brockton, MA—Landfill Closure, 40mil HDPE Textured, 700,000 ft2 • Franklin, NH—Landfill Expansion, 80mi1 HDPE Textured, 150,000 ft2 • Southbridge, MA—Landfill Closure, 40mil HDPE Textured, 400,000 ft2 • Elmira, NH—Landfill Expansion,60mil HDPE Textured, 600,000 ft2 • Milleville, MA—Landfill Closure, 40mil HDPE Textured, 120,000 ft2 • Geneva, NY—Landfill Expansion, 60mil HDPE Textured, 180,000 ft2 • Geneva, NY—Landfill Expansion, 60mil HDPE Textured, 220,000 ft2 • Geneva, NY—Landfill Expansion, 60mil HDPE Textured, 260,000 ft2 • Painted Post, NY—Landfill Closure, 40mil HDPE Textured & Geocomposite 240,000 ft2 • Angelica, NY—Landfill Expansion, 60mil HDPE Textured, 310,000 ft2 • Springfield, MA—Landfill Expansion, 60mil HDTE Textured, 220,000 ft2 • McKeen, PA—Landfill Expansion, 60mil HDPE Textured, 200,000 ft2 a Geneva, NY— Landfill Expansion, 60mil HDPE Textured, 260,000 ft2 • Painted Post, NY—Landfill Expansion, 60mil HDPE Textured, 200,000 ft2 • Arlington, MA—Reeds Brook Site Improvements, 40mil HDPE Textured, 130,000 ft2 • North Haven,CT—Pharmacia, Upjohn Aeration basin Interim Cover, 60mil HDPE, 70,000 ft2 & Metallocene, 14,760 ftz. A> Titan Environmental ronmental Containment Ltd. tri l iy,t,. 1967 Wehrle Drive,Suite 1 201 Penn Center Blvd Corporate Head Office ?: Buffalo,NY 14221 Suite 400 777 Quest Blvd,PO Box 9 °r'{'^ .°; --. ` ci } 1-860-306-1318 Pittsburgh,PA 15235 Ile Des Chenes,MB ROA OTO -- t<-- � , Tel 1-866-327-1957 Tel 1-412-816-2221 Toll Free:1-866-327-1957 f S _ ry Providing Stile Solu'Ions • East Hartford, CT-Pratt&Whitney Aircraft Williow Brooks Site Remediation,40mil HDPE, 37,000 ft2 • Swansea, MA-Horbine Well Field Water Treatment,40mil HDPE Textured, 4,950 ft2 • Envirocare, UT-Landfill Construction, 60mi1 HDPE Smooth, 719,999 ftz, 80m11 HDPE Smooth, 272,123 ft2, Geotextile, 544,500 ft2 • Fons Old Wayne,Ypsilanti, MI -Landfill Closure,40mil LLDPE Smooth, 727,930 ftz, 40mil LLDPE Textured, 423,137 ft2 • Fultz Rd, Cambridge, OH-Landfill Closure,40mil LLDPE Smooth, 336,650 ft2, 40mil LLDPE Textured, 692,493 ft2, Geo Composite, 996,150 ft2, GCL, 1,062,323 ft2 • Willow Run Creek, Ypsilanti, MI-Landfill Closure, 60mil HDPE Smooth,400,000 ftz, 60mil HDPE Textured, 950,000 ft2,Geotextile, 400,000 ft2, Geo Composite,450,000 ft2 • Taunton Landfill, MA-Landfill Closure,40mil HDPE Textured, 1,000,000 ft2 • Finch Pryne Pulp, Queensbury, NY-Landfill Closure, 60mil HDPE Textured, 1,320,000 ft2, Geo Composite, 1,320,000 ft2 • Metro Park East, Michellville, IA-Landfill Closure, 40mil HDPE Textured, 1,900,000 ft2, Geo Composite, 1,900,000 ft2 • Alpha Ridge, Marriotsville, MD-Landfill Closure, Geo Composite, 1,400,000 ft2 • York, PA-Landfill Closure, PVC, 598,088 ft2, Geotextile, 60$,465 ft2, Geo Composite, 487,718 ft2 • Gardner, MA-Landfill Construction,40mil HDPE Textured, 475,000 ft2, 60mil HDPE Textured, 600,000 ft2, GCL, 475,000 ft2, Geo Composite, 475,000 ft2 • Dorchester, MA-Landfill Closure, 40mil HDPE, 1,400,000 ft2 • Smithtown, NY-Landfill Closure, 40mil HDPE Textured, 900,000 ft2, Geotextile, 200,000 ft2, 80mil HDPE Textured, 220,000 ft2, Geo Composite, 220,000 ft2, 750 LF 6 inch centers Battening • Nianza, MA-Landfill Closure, 60mil HDPE Smooth, 200,000 ft2, 60mil HDPE Textured, 20,000 ft2, GCL, 220,000 ft2, Geotextile, 220,000 ft2 • Salem County, NJ-Landfill Construction, 60mil HDPE, 300,000 ft2, GCL, 300,000 ft2 • Woodbridge, NJ-Pond Construction,40mil HDPE Smooth, 35,000 ft2 • Dupont, NJ-Landfill Construction, 60m11 HDPE 350,000 ft2, GCL, 350,000 ft2 • Shaffer Commercial Landfill, Billerica, MA,40mil HDPE textured, 1,800,000 ft2, Tri Planer Geo Composite, 1,320,000 ft2, Bi Planer Geo Composite, 495,000 ft2 • Farm Street Landfill, Blackstone, MA,40mil HDPE Textured, 45,945 ft2 • Russell Landfill Closure, Russell, MA, 40mil HDPE Textured, 85,000 ft2 • Phase IV Area 4 RIRRC Southwest Landfill,Johnston, RI, 60m11 HDPE, 525,735 ft2, 80m11 HDPE, 521,481 ft2, GCL, 525,000 ft2 • General Motos Powertrain North Closure, Defiance, OH, 40mil HDPE textured &Geo Composite, 815,220 ft2 Russell Jackson Titan Environmental Containment Ltd. ,c • Phase II & Ill landfill Area 1 Cap Construction RIRRC,Johnston, RI, 60mil LLDPE Textured &Geo Composite, 230,000 ft2 • Olin Corporation—OU Ponds 5 &6, Saltville, VA,40mi1 LLDPE, 1,804,000 ft2 • Phase IV Area 3, RIRRC,Johnston, RI, 60mil HDPE, 485,000 ftz, 80mi1 HDPE, 485,000 ft2 • Welles Road Landfill Closure, Groton, CT,40mil HDPE Textured,470,000 ft2 • Royalston Landfill Closure, Royalston, MA,40mil HDPE Textured, 75,000 ft2 • Chester Woodwaste Landfill Closure, Chester, MA,40mi1 HDPE Textured, 30,000 ft2 • Ocean Spray Cell Construction, MA, 40mil HDPE Textured, 100,000 ft2 • Manely Street Water Treatment, MA, 40mil HDPE Textured, 15,000 ft2 • GM Powertrain Cell Construction, Macina, NY,40mil HDPE Textured, 50,000 ft2 • GM Powertrain Water Treatment Lagoon, Macina, NY, 40mil HDPE Textured, 35,000 ft2 • Main Street Landfill, Peabody, MA, 40mil HDPE Textured, 40,000 ft2 • West Springfield Power Station, Springfield, MA, 60mil HDPE Textured, 30,000 ft2 • Bourne, MA—Cell Construction,40mil HDPE Textured, 350,000 ft2, GCL, 600,000 ft2, Bi Planer Tenax Composite, 350,000 ft2 • Central Landfill Cap Closure,Johnston, RI, 60mil LLDPE Textured and Tri Planner Composite, 522,720 ft2 • Central Landfill Pond#10/#11, Johnston, RI, 60mil LLDPE Textured, 240,000 ft2 • GM, Syracuse, NY, 60mil HDPE Smooth, 300,000 ftZ, 60mil HDPE Textured, 65,000 ft2 • MT Kisco Water Treatment, MT Kisco, NY, 80mil HDPE Textured, 30,000 ft2 • Stop&Shop Landfill Closure, Seymour, CT,40mil LLDPE, 60,000 ft2 Previous Employers: • Geo Pacific • Chenengo Contracting • Atlantic Lining • Geo Syntec Consultants • Terrafix • Black Castle Environmental Russell Jackson Titan Environmental Containment Ltd. i<e4�< sue. e»zE„ S kt'a°iriv�e *r'� r Fys� lk t v . I �S* fe kiNA 1 vg t -1,,,,,t4:: t ;fa I ', x`1 -t r_74,,,:, Brandon S Sayakhoumman ra E i NIA F � 0.^{ ;�t �? a Ngfat ''` Supervisor QC.41 �. � urn�<, .,SENUIRoN;MENTAL s` CON.T;At:i NNI ENTke r € 5 Project Experience: • Brockton, MA—Landfill Closure,40mil HDPE Textured, 700,000 ft2 • Franklin, NH—Landfill Expansion, 80mi1 HDPE Textured, 150,000 ft2 • Southbridge, MA—Landfill Closure, 40mil HDPE Textured,400,000 ft2 • Elmira, NH—Landfill Expansion, 60mil HDPE Textured, 600,000 ft2 • Milleville, MA—Landfill Closure,40mil HDPE Textured, 120,000 ft2 • Geneva, NY—Landfill Expansion, 60mil HDPE Textured, 180,000 ft2 • Geneva, NY—Landfill Expansion, 60mil HDPE Textured, 220,000 ft2 • Geneva, NY—Landfill Expansion, 60mil HDPE Textured, 260,000 ft2 • Painted Post,NY—Landfill Closure, 40mil HDPE Textured &Geocomposite 240,000 ft2 • Angelica, NY—Landfill Expansion, 60mil HDPE Textured, 310,000 ft2 • Springfield, MA—Landfill Expansion, 60mil HDTE Textured, 220,000 ft2 • McKeen, PA— Landfill Expansion, 60mil HDPE Textured, 200,000 ft2 • Geneva, NY—Landfill Expansion, 60mil HDPE Textured, 260,000 ft2 • Painted Post, NY—Landfill Expansion, 60mil HDPE Textured, 200,000 ft2 Previous Employers: • National Lining Systems • Titan Environmental Containment Ltd. *e... a.. . a........—. u a—a-,s ,. ti a;win f?44-'1117 R a � t , t , 1967 Wehrle Drive,Suite 1 201 Penn Center Blvd Corporate Head Office r� • . ` 'rte:',14.4,s A Buffalo,NY 14221 Suite 400 777 Quest Blvd,PO Box 9 __. h� } 1-860-306-1318 Pittsburgh,PA 15235 Ile Des Chenes,MB ROA OTO S �1 a yam..h 4 .g. , Tel 1-866-327-1957 Tel 1-412-816-2221 Toll Free:1-866-327-1957 �.--. -y i ,x"s cam•? Providing Safe Solutions City of ADDENDUM 1 City Project No 14-3022 e¢ Project Name: Cell 19 Construction Sauna City of Salina MSWLF March 5, 2014 RE: City of Salina Cell 19 Construction FROM:SCS Aquaterra City of Salina TO: Prospective Bidders This addendum forms a part of the Contract Documents and modifies the original Bidding Documents dated January 2014 as noted below. Acknowledge receipt of this Addendum in the space provided on the Bid Form. Failure to do so may subject the bidder to disqualification. A pre-bid meeting was held at the City of Salina Municipal Solid Waste landfill on February 26,2014. A copy of the sign-in sheet is attached.The following requests for clarification were made: 1. Please clarify the process of reversing flow of the existing forcemain system. a. Currently, leachate from the existing landfill cells is directed to the leachate tanks on the east side of the landfill through two forcemains.These two forcemains combine/tee into each other at a manhole adjacent to the leachate tanks.The connection to the leachate tanks needs to be cut and capped to stop flow to the tanks. Existing check valves shall be reversed so that leachate can flow towards the Cell 5 manhole.These two check valves are located in a manhole north of the Cell 5 vault and in the Cell 5 vault. As of the pre- bid meeting these valves are in operating condition. 2. Will the City remove the sediment and erosion controls or is the Contractor responsible for removal? a. The City will remove temporary erosion controls after vegetation has been established. 3. A statement was made by the City that approximately 100 feet of an existing RCP culvert has yet to be removed within the excavation limits.This item will be included as an incidental item within the bid. 4. Why does Detail X—Sheet 17 have both a valve box and a concrete manhole? a. Detail X was modified to remove the concrete manhole. See modifications to Sheet 17. 5. How long can the Contractor delay start of construction? a. Substantial completion is 145 days from the notice to proceed,which is anticipated to be issued around April 14,2014. 6. Please clarify how to seal PVC liner on the manholes to the HDPE piping. a. Water stop gaskets shall be installed per the manufacturer's instructions.These gaskets shall be composed of corrosion resistant material. 7. Please provide any applicable boring logs. a. Boring logs for the site are attached to this addendum.The construction quality assurance plan includes soil data for the approved compacted clay liner soil. 8. Please clarify that the project is tax exempt. a. This project is tax exempt. 9. Contractor shall utilize on-site stormwater ponds as a water source prior to utilizing City water. When the ponds do not contain adequate water the Contractor may use onsite water storage tanks at no expense to the contractor. 10. Per specification 02240 the Contractor shall utilize low ground pressure equipment when placing granular drainage material. A. MODIFICATIONS TO BIDDING DOCUMENTS: 1. Document 00301—Bid Form,replace with attached.Quantities on Items 2,6,7, 12, 14,and 20 changed.Name of items 12 and 21 were modified. Addendum 1 City of Salina i 5 City Project No.: 14-3022 Project Name: Cell 19 Construction li March 5,2014 i Page 2 B. MODIFICATIONS TO SPECIFICATIONS 1. Section 01010 — Scope of Work, 01010.6 Contractor Scope of Work, strike and replace item 12 as 1 follows: i 12. Furnish materials, labor, and equipment necessary to provide and install all aggregate and sand protective/drainage material,geotextile, and appurtenances in the leachate pond as shown in the Construction Drawings and described in the Technical Specifications. 2. Section 01010 — Scope of Work, 01010.6 Contractor Scope of Work, strike and replace item 14 as follows: 1 14. Furnish materials, labor, and equipment necessary to provide and install the 6-inch SDR-11 HDPE solid leachate collection pipe, stub outs, fittings, flanges, aggregate and appurtenances from the Cell 19 penetration and new Cell 5 manhole to the wet well as shown on the Construction Drawings and as described in the Technical Specifications and CQA Plan. Includes all excavation, trenching,connections to proposed manholes/wetwell,and backfilling necessary for installation. 1 3. Section 01010 — Scope of Work, 01010.6 Contractor Scope of Work, strike and replace item 20 as I follows: I 20. Furnishing materials, labor, and equipment necessary to install the aggregate road as shown on the j Construction Drawings and as described in the Technical Specifications. 1 4. Section 01010 — Scope of Work, 01010.6 Contractor Scope of Work, strike and replace item 21 as follows: 21. Furnishing materials, labor, and equipment necessary to install the asphalt or concrete road, including aggregate base,as shown on the Construction Drawing and as described in the Technical Specifications. The asphalt layer may be substituted for concrete in accordance with the Technical Specifications. Concrete pavement shall be installed in accordance to Attachment 6 of this addendum"City of Salina Section 205—Concrete Pavement". 5. Section 01110—Measurement and Payment,01.110.3.12.A Measurement, strike and replace item A as follows: A. The Work required for this item shall be based on a schedule of values for completed portions of the Work. Within 30 days after execution of the Agreement and prior to the first payment request, Contractor shall prepare and submit a schedule of values for this bid item. The schedule shall list the value of the component parts or the Work item in sufficient detail to serve as a basis computing values for partial payment requests during construction. An unbalanced schedule of values providing for overpayment of items of Work which will be performed first will not be accepted. 6. Section 01110 — Measurement and Payment, 01110.3.12.B Payment, strike and replace item B as follows: B. The Lump Sum Price shall be payment in full less retainage as detailed in Section 01110.2 for all labor, equipment, materials and other incidentals required to install all sand, aggregate, and geotextile in accordance with the Contract Drawings and Technical Specifications. Progress payments shall be based on the items completed and listed on the schedule of values requested by the Contractor and approved by the Engineer. 7. Section 01110—Measurement and Payment,01110.3.21,strike and replace as follows: 21. Provide and Install Asphalt/Concrete Road 8. Section 01110—Measurement and Payment, 01110.3.21.A Measurement, strike and replace item A as follows: A. The Work for this item shall be measured on a square foot of installed asphalt or concrete road. Measurements shall be based on a survey of the installed road. 9. Section 01110 — Measurement and Payment, 01110.3.21.B Payment, strike and replace item B as follows: . B. The Contract Unit Price shall be full compensation less retainage as detailed in Section 01110.2 for all labor, equipment, materials, and incidentals required to construct the asphalt or concrete road,as indicated on the Construction Drawings and as described in the Technical Specifications. 10. Section 11 150-Leachate Pump System, 11150.6.A.9.d (variable frequency drive), strike and replace item d as follows: Addendum 1 City of Salina City Project No.: 14-3022 Project Name: Cell 19 Construction March 5,2014 Page 3 d. The wet well level control shall be float control.Floats shall be composed of corrosion resistant material.The manufacturers supplied cable shall be ordered long enough to reach the control panel enclosure.No wiring splice will be permitted in this cable. 11. Section 11150—Leachate Pump System, 11150.6.A.2 Materials,strike and replace item 2 as follows: 2. Pumps shall be capable of withstanding corrosive materials normally found in leachate and industrial waste.Pumps shall be equipped with elastomer materials with the power cable sheathed with Viton. 12. Section 11150—Leachate Pump System, 11150.6.B.6 Materials,strike and replace item 6 as follows: 6. Digital flow meter display in gallons per minute (GPM). Flow meters shall be electromagnetic style,designed for corrosive environments,and capable of displaying between 1-1000 GPM. 13. Section 11150—Leachate Pump System, 11150.6.B.8 Materials,strike from document. 14. Section 11150—Leachate Pump System, 11150.7.B Electrical,add item 2 as follows: 2. .Existing power is simulated three-phase 120/240 open delta four wire 240 volt. 15. Section 02740—Bitumunous Asphalt Base and Pavement, 02740.4.A General. Strike and replace item A as follows: A. Bituminous base and pavement shall conform to Division 611 of the most current version of Kansas Standard Specifications for State Road and Bridge Construction, Kansas Department of Transportation(KDOT). 16. Section 02820—Chain-Link Fence,02240.5.A, Gates, strike and replace item A as follows: A. In accordance with ASTM F 90, gates shall be total roll gate system. The system shall include all components (i.e., pales, rails, gate uprights, wheels and hardware) required. Gate frames shall conform to strength and coating requirements of ASTM F 1083 for Group IA, steel pipe, with external coating Type A,nominal pipe size(NPS) 1-1/2. 17. Section 03400—Manholes and Wetwell,03400.8.H Materials, strike and replace item H as follows: H. Aluminum frames and covers shall be manufactured by Halliday or engineer approved. Aluminum frames and covers shall have the underside of door and frame, which is exposed to the inside of the wet well,shall be bituminous coated or coal tar epoxy coated. C. MODIFICATIONS TO APPENDICES 1. Attachment 2 and 3 shall consist of newly established Appendix D—Historical Geotechnical Data. This data consists of historical borings throughout the site as well as sand testing data from the previous cell construction. It shall be noted that the testing requirements for the sand on the previous cell were NOT the same for the Cell 19 Construction Project. 2. Add Attachment 4 to the end of Appendix B—Stormwater Pollution Prevention Plan. Costs for temporary erosion controls depicted on the attached plan to be included in Bid Item No. 22 3. Appendix C: 1. Sheet 9—replace with attached. Added stub out elevations on manholes. 2. Sheet 10—replace with attached.Added stub out elevations on manholes. 3. Sheet 11—replace with attached.Added stub out elevations on manholes. 4. Sheet 12—replace with attached.Added stub out elevations on manholes. 5. Sheet 13—replace with attached. Added stub outs on manholes. Removed concrete manhole valve box. Revised manhole schedule. Modified dimension and manufacturer of manway. 6. Sheet 15—replace with attached.Clarified geosynthetics layers. 7. Sheet 16—replace with attached. Removed concrete valve box manhole on Detail S. Specified location of flow meters.Modified dimension and manufacturer of manway. 8. Sheet 17—replace with attached.Modified Detail X to remove concrete manhole Addendum 1 City of Salina • 1 y�;:,'.�,z,.t�.'ait., e�msammov"�$'�?S'��k i� .,4:� i�r"`,.' �r� '�� '�=f t.�;.,{4�. �. c'.'i � ��}°k^' t?S.;`"' �',flT #`r .�.,t 7'". f,�y,�¢ �.` 'rk,� ;�4t �,#£rt;<' k .. t "h: p�. w ,d ��`t � ra r e^" !H� s. ,,��',Y� r 1,�5 9 � r .S t, REBiD�I!!�'EETINGkS�i:GRI IR! S�HEEvT ���„ ��s�- < ��. ���,� ���`� ,��-t " �� ��,- ��-i-� �4a n,h .t ` eke. a r t X11 ' 4. ' w Ate$, x yr 3 kt� "' t i u< s:r-.ra� `.�'sfra3it�� ff''° ,�.�a..a'n.��"''.�5;;�b`� .���5:�,'' � m�..,r`z.r.. �x; *�r'"r.,.f.=mow -• "�."s-�t=r#��''�-,d. +'n`�" ,`Cw-;�� .3 ,.�-.�.�..,....�',s�,�t;::..w li'��,'•.,''�a',.y:,f Project: Cell 19 Construction Meeting Date: February 26, 2014,2:00 PM iCity Project#: 14-3022 Place/Room: City of Salina MSWLF " r * �Nme X4 p �u tril .r I Co;man � P honT e t � E FM?,,i ail g `nwi e gP � e.r . . t.;,, � _z,1.,SU..',- 41, . ,,,.:„-1 ::._.L' it W. .. :.A...v,.;xe,, C7 7g 5,,, ,,,. h n a,: a.r r:e ;R.:i,;1- #. r Kevin O'Brien kobrien @esicontractingcorp.com Project er ESI Contractin Corp. 816-523-5081 aewesi @esicontracting.com 1 Larry Sandahl Project Manager JJ Westhoff 402-421-1225 jjwesthoff.com iMark Swendrowski Municipal Sales JCI Industries 816-525-3320 mswendrowski @jciind.com Fred Larkin Superintendent Malm Construction 785-227-5062 Fredlarkin74 @yahoo.com Kim Brown Estimator Smoky Hill Construction 785-825-1224 kimbrown @smokyhillconst.com Jason Heis Area Manager APAC-Kansas 785-823-5537 jtheis @apac.com Brett O'Connor Project Engineer SCS Aquaterra 913-681-0030 boconnor @scsengineers.com Nathan Hamm Vice President SCS Aquaterra 913-681-0030 nhamm @scsengineers.com Dan Stack City Engineer City of Salina 785-309-5725 dan.stack @salina.org Ron Rouse Landfill City of Salina 785-826-7395 ron.rouse @salina.org Superintendent Larry Hammonds Landfill Supervisor City_of Salina 785-826-7395 larry.hammonds @salina.org CRyof Pre-Bid Meeting Salina ATTACHMENT 1 fi ld SECTION 00301 2 BID FORM 3 ADDENDUM 1 4 5 PROJECT IDENTIFICATION: Cell 19 Construction 6 7 CONTRACT IDENTIFICATION: Cell 19 Construction,Project Number 14-3022 8 9 THIS BID IS SUBMITTED TO: The City of Salina,Kansas,300 W.Ash Street, Salina,Kansas,herein after t 10 referred to as OWNER. 1 11 12 1. Enter Into Agreement 13 14 The undersigned BIDDER proposes and agrees, if this Bid is accepted,to enter into an agreement with OWNER in 15 the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the 16 Contract Documents for the Bid Price and within the Bid Times indicated in this Bid and in accordance with the 17 other.terms and conditions of the Contract Documents. 18 19 2. BIDDER Acknowledgements 20 21 BIDDER accepts all of the terms and conditions of the Advertisement or INVITATION TO BID and 22 INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid security. 23 This Bid will remain subject to acceptance for 60 days after the day of Bid opening or for such longer period of 24 time that BIDDER may agree to in writing upon request of Owner. BIDDER will sign and deliver the required 25 number of counterparts of the AGREEMENT with the Bonds and other documents required by the Bidding 26 Requirements within 15 days after the date of OWNER's Notice of Award. 27 28 3. BIDDER's Representations 29 30 In submitting this Bid,BIDDER represents that: 31 32 a. BIDDER has examined and carefully studied the Bidding Documents,other related data identified in the 33 Bidding Documents, and the following Addenda receipt of all which is hereby acknowledged: (List 34 Addenda by Number) 35 ADDENDA NO 36 37 b. BIDDER has visited the site and become familiar with and is satisfied as to the general,local and site 38 conditions that may affect cost,progress,performance and furnishing of the Work. 39 40 c. BIDDER is familiar with and is satisfied as to all federal,state and local Laws and Regulations that may 41 affect cost,progress, performance and furnishing of the Work. 42 43 d. BIDDER has carefully studied all: (1)reports of explorations and tests of subsurface conditions at or 44 contiguous to the site and all drawings of physical conditions in or relating to existing surface or subsurface 45 structures at or contiguous to the site(except Underground Facilities)which have been identified in the 46 SUPPLEMENTARY CONDITIONS as provided in Paragraph 4.02A.of the General Conditions,and(2) 47 reports and drawings of Hazardous Environmental Conditions that have been identified in the 48 SUPPLEMENTARY CONDITIONS. 49 50 e. BIDDER accepts the determination set forth in Paragraph SC-4.02 of the Supplementary Conditions of the 51 extent of the"technical data contained in such reports and drawings upon which BIDDER is entitled to 52 rely as provided in Paragraph 4.02 of the General Conditions. Project# 14-3022 City of Salina,Kansas January 2014 Cell 19 Construction BID FORM 00301 -1 1 2 f. BIDDER acknowledges that such reports and drawings are not Contract Documents and may not be 3 complete for BIDDER's purposes. 4 5 g. BIDDER acknowledges that OWNER and ENGINEER do not assume responsibility for the accuracy or 6 completeness of information and data shown or indicated in the Bidding Documents with respect to 7 existing Underground Facilities at or contiguous to the site. 8 9 h. BIDDER has obtained and carefully studied(or assumes responsibility for having done so)all reasonable 10 additional or supplementary examinations, investigations,explorations,tests,studies and data concerning 11 conditions(surface, subsurface and Underground Facilities)at or contiguous to the site or otherwise which 12 may affect cost progress,performance or furnishing of the Work or which relate to any aspect of the means, 13 methods,techniques, sequences and procedures of construction to be employed by BIDDER and safety 14 precautions and programs incident thereto. 15 16 BIDDER does not consider that any additional examinations, investigations, explorations,tests,studies or 17 data are necessary for the determination of this Bid for performance and furnishing of the Work in 18 accordance with the times,price and other terms and conditions of the Contract Documents. 19 20 i. BIDDER is aware of the general nature of Work to be performed by OWNER and others at the site that 21 relates to Work for which this Bid is submitted as indicated in the Contract Documents. 22 23 j. BIDDER has correlated the information known to BIDDER, information commonly known to 24 CONTRACTORS doing business in the locality of the Site, information and observations obtained from 25 visits to the site,reports and drawings identified in the Contract Documents and all additional 26 examinations, investigations, explorations,tests,studies and data with the Contract Documents. 27 28 k. BIDDER has given ENGINEER written notice of all conflicts,errors,ambiguities or discrepancies in the 29 Contract Documents and the written resolution thereof by ENGINEER is acceptable to BIDDER, and the 30 Contract Documents are generally sufficient to indicate and convey understanding of all terms and 31 conditions for performing and furnishing the Work for which this Bid is submitted. 32 33 1. Where conflicts,errors, ambiguities or discrepancies have been discovered in or between Contract 34 Documents and/or other related documents,and where said conflicts,etc., have not been resolved through 35 the interpretations or clarifications by ENGINEER as described in the INSTRUCTIONS TO BIDDERS, 36 because of insufficient time or otherwise,BIDDER has included in the Bid the greater quantity or better 37 quality of Work,or compliance with the more stringent requirement resulting in a greater cost. 38 39 m. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and 40 conditions for performance and furnishing of the Work. 41 42 n. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person,firm or 43 corporation and is not submitted in conformity with any agreement or rules of any group,association, 44 organization or corporation;BIDDER has not directly or indirectly induced or solicited any other BIDDER 45 to submit a false or sham Bid; BIDDER has not solicited or induced any person,firm or corporation to 46 refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any 47 other BIDDER or over OWNER. 48 49 4. BIDDER's Certification 50 51 a. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and 52 is not submitted in conformity with any collusive agreement or rules of any group, association, 53 organization,or corporation. 54 55 b. BIDDER has not directly or indirectly induced or solicited any other BIDDER to submit a false or sham 56 Bid. 57 58 c. BIDDER has not solicited or induced any individual or entity to refrain from bidding. Project# 14-3022 City of Salina,Kansas January 2014 Cell 19 Construction BID FORM 00301 -2 ti i 1 1 2 d. BIDDER has not engaged in corrupt,fraudulent,collusive,or coercive practices in competing for the 3 Contract. For the purposes of this Paragraph: 4 5 (1) "corrupt practice" means the offering,giving, receiving,or soliciting of any thing of value likely to 6 influence the action of a public official in the bidding process. 7 8 (2) "fraudulent practice"means an intentional misrepresentation of facts made(a)to influence the bidding 9 process to the detriment of OWNER. (b)to establish Bid prices at artificial non-competitive levels, or 10 (c)to deprive OWNER of the benefits of free and open competition. 11 12 (3) "collusive practice" means a scheme or arrangement between two or more BIDDERS, with or without 13 the knowledge of OWNER,a purpose of which is to establish Bid prices at artificial,non-competitive i 14 levels. 1 15 I 16 (4) "coercive practice" means harming or threatening to harm,directly or indirectly,persons or their 17 property to influence their participation in the bidding process or affect the execution of the Contract. i 18 19 5. Bid Prices 20 21 BIDDER will complete the Work in accordance with the Contract Documents for the following prices(s): 1 22 I 23 BID 1 ITEM DESCRIPTION UNIT EST QTY UNIT PRICE BID PRICE. NO. j 1 Mobilization and Demobilization LS 1 $ $ 2 Excavate to Subgrade Elevations CY 170,000 $ $ 3 Place Compacted Fill to Subgrade Elevations CY 9,500 $ $ 4 Construct Low Permeability Soil Liner SF 536,300 $ $ 5 Excavate and Backfill Geosynthetics Anchor LF 2,400 $ $ Trench 6 Provide and Install Textured 60-mil HDPE SF 179,300 $ $ Geomembrane 7 Provide and Install Smooth 60-mil HDPE SF 478,000 $ $ Geomembrane 8 Provide and Install Geosynthetic Clay Liner SF 120,500 $ $ 9 Provide and Install 6 oz./yd2 Geocomposite SF 120,500 $ $ (Leachate Pond Only) Provide and Install Leachate Pumping $ $ 10 System LS 1 11 Provide and Install Leachate Collection Layer SF 416,000 $ $ Provide and Install Aggregate and geotextile 12 for Leachate Pond LS 1 $ $ Provide and Install 6-inch SDR-11 HDPE 13 Perforated Leachate Collection Pipe LF 750 $ $ 14 Provide and Install 6-inch SDR-11 HDPE Solid LF 1,834 $ $ Leachate Collection Pipe Provide and Install 2/4-inch dual contained 15 SDR-11 HDPE Solid Leachate Pipe LF 20 $ $ 16 Provide and Install PVC Lined Manholes EA 7 $ $ 17 Decommission Existing Termination Berm LF 800 $ $ 18 Provide and Install Liner Termination Berm LF 800 $ $ Project# 14-3022 City of Salina,Kansas January 2014 Cell 19 Construction BID FORM 00301-3 19 Provide and Install Leachate Pond Fencing LF 2,035 $ $ 20 Provide and Install Aggregate Road SF 108,700 $ $ 21 Provide and Install Asphalt/Concrete Road SF 12,900 $ $ Provide and Install Stormwater Control 22 Structures LS 1 $ $ 23 Seeding and Mulching AC 5 $ $ 1 TOTAL BID FOR ALL BID ITEMS $ 2 Unit Prices have been computed in accordance with Paragraph 11.03B.of the General Conditions. 3 4 This worksheet is used to make your cost proposal. Where quantities are not given,CONTRACTORS shall 5 calculate their own. Final quantities utilized for payment will be from actual field measurement. 6 7 All quantities are estimated. Field verification for all locations and elevations must occur prior to commencing 8 construction and be approved by Engineer. 9 10 Geomembrane and 16-ounce non-woven geotextile include material installed in the cell and anchor trench.These 11 estimates do not include any allowance for waste or material overlapped in seams. They do not include 12 geomembrane utilized for the cell termination berm. 13 14 All quantities are based on the engineer's estimate,it is the contractor's responsibility to verify all quantities prior to 15 bidding. 16 17 BIDDER acknowledges that quantities are not guaranteed and final payment will be based on actual quantities 18 determined as provided in the Contract Documents. 19 20 All specific cash allowances are included in the price(s)set forth above and have been computed in accordance with 21 Paragraph 11.02 of the General Conditions. 22 24 6. Time of Completion 25 26 BIDDER agrees that the Work will be substantially completed and ready for final payment in accordance with 27 Paragraph 14.07B.of the General Conditions on or before the dates or within the number of calendar days indicated 28 in the AGREEMENT. 29 30 BIDDER accepts the provisions of the AGREEMENT as to liquidated damages in the event of failure to complete 31 the Work within the times specified in the AGREEMENT. 32 33 7. Attached To This Bid 34 35 The following documents are attached to and made a condition of this Bid: 36 37 a. Required Bid Security in the form of Bid Bond. 38 b. Appointment of Process Agent(if nonresident Contractor). 39 40 9. Address for Communications 41 42 Communications concerning this Bid shall be addressed to: 43 44 Nathan Hamm,P.E. SCS Aquaterra 45 46 Dan Stack,P.E.,City of Salina 47 48 10. Defined Terms 49 50 Terms used in this Bid which are defined in the General Conditions or INSTRUCTIONS TO BIDDERS will have 51 the meanings indicated in the General Conditions or INSTRUCTIONS TO BIDDERS. 52 Project# 14-3022 City of Salina,Kansas January 2014 Cell 19 Construction BID FORM 00301 -4 1 11. Bid Submittal 2 3 This Bid is submitted on ,20_by the entity named below. 4 5 If BIDDER is: 6 7 An Individual 8 9 By (SEAL) 10 (Individual's name) 11 12 doing business as 13 14 Business address: 15 16 17 A Partnership 18 19 By (SEAL) 20 (Firm name) 21 22 (General partner) 23 Business address: 24 Project# 14-3022 City of Salina,Kansas January 2014 Cell 19 Construction BID FORM 00301-5 1 2 A Corporation 3 4 By (SEAL) 5 (Corporation name) 6 7 8 (State of incorporation) 9 10 By (SEAL) 11 (Name of person authorized to sign) . 12 13 14 (Title) 15 16 17 (Corporate Seal) 18 19 Attest 20 (Secretary) 21 22 Business address: 23 24 25 26 A Joint Venture 27 28 By (SEAL) 29 (Name) 30 • 31 (Address) 32 33 By (SEAL) 34 (Name) 35 36 (Address) 37 38 39 40 41 NOTE: Each joint venturer must sign. The manner of signing for each individual,partnership and corporation that 42 is a party to the joint venture should be in the manner indicated above. 43 END OF SECTION Project# 14-3022 City of Salina,Kansas January 2014 Cell 19 Construction BID FORM 00301-6 • • ATTACHMENT 2 • t)TUT175 Kansas:Department Of Transportation PAGE - Hun Date: 07 28 09 1 Official _Qual.ity Run Time: 01:39 PM, MF Sample.) 1d: 00736377 S7• E Inspector Id: 000270012 RANDY HUTCHINSON Resp Loc:. 24 Total Samples: 1 Type Insp. VEH Date Sampled: 12 30 08 Related Sample Id": Type Test: 1 AGGREGATE QUALITY TEST l•roj '!d: 085 C 4232 01 Contract 8:: 508014232 E Line -1-:. 39 Quantity: 0..000 Producer:_008)890) Name: JOHNSON SAND (085) Loc: SALI.NA St: KS Leyai Desc: S3IT14SR02W Mix Plantr Name: Met.LI CO: '9.9990031:9 SAND/SAND GRAVEL(OFQ Desc: 3-Bags Unit: TON Oty.Ropresented:, 0.000 Nbr, or Items,: 0 Qty Assigned:- 0.000 1ampled.F.cum:- STOCK PILE Ledge Lot/Heat. Nbr:: Lab: MC Nastier AGGREGATE )ates::.S'hipped: 01 09 09 Recejvode 01 09 '09 Tent. Start: 01 09`99 'Est Comp):' Act. Compl: 02 24 09 Te t. Resu1 t: CPI:Y Authorized: By: L. SCHROEDER BY GAP Remarks: MRC 09-0015 1-2 SSG FOR MA-1-, FOR. USE IN CONCRETE. SAMPLED AT BUILDERS CHOjCi! )IEADY MIX, SALINA, XS. :nation: Dist: & Lane: Latitude N. 00.00000 Lonyil.udr. W: -000.00000 • 2 1.5 I k 1 3/8 4 8 16 30 40 50 100 209 GF L1. PI 6 Wash: 1 6 20 48 75 93 98 98.'0 3..41 FAT Soundness Ratio: 0.95_ Al: 3 Moist.: Cempressive Strength Ratio: I Day:. 3 Day: Color 'Test. No: KT 6 - I Sp Gr (Dry): SP Gr sat KT 6 - 1 f (sat):: App Cr, Cr: Abs: Sp Cr Gr. (Dry:): 2.625 SP Gr (sat): -2.640 App Sp Cr:' 2.664 Abs: 0.6 KT 6 - 111 Sp Cr: 8 Wear. (L.A.): 31 Grading: 1) %C}: Micro Duval % I.ons : Grading.: ur:l.- Sust. R Shale: •Soft/F.'r.iable: BHttd.Ralas: Stink:;': knmarks• DATA 011 }'7 i.}: 09-0015 • -2 Meets: 1102.2a.(2)SW, 1102.2a.(2)OTHER, OF THE 2007 SMS. c II 1 AST 36 . .� � 0 m N C. '.5 .l• 1 a tl Y $ $ .Ti >,i 1 100 . : , • i 11 i � 1 1 I I 1• 90 I . . 1 I i .1. . :I .I 1. . I ! • .. . - . + I t I l i ) l I I) I 70 , 1 I .I 1 �,� i i • ! ! i I I I • 11 .I. .• Z 60 , ' . . l 1 1..I. 1- , f 'I : i••.r,: ! : 1._ . , : 50 , w. . ,• 1 I I:I 1 I ' 1 1 U 1 I I I X 1 �.I Ii I! " 1 40 - ',' ''l,I I ' I 1.1 ;' I i. I .1 I 1 I 1_ i I:I...!. . ... ' 1 1 I. III I I i ,II I I 1 I I I II i 1 20 .. 11 . . 1 i 11 I 10 . , 1 1 i. ri I I . i I I " 1 I , I1 ' 0 I.I 1 I I 1 I IJ: ! I - ' a.- i 500 100 10 1 0.1 0.01 0.001 GRAIN:SIZE-mm %COBBLES %GRAVEL %SAND %SILT I .%CLAY- . 0.0 7.3 91.6 1,1 .SIEVE PERCENT SPEC.' PASS? Material Description . SIZE FINER PERCENT (X=N0) Poorly graded sand • - .. .75 in 10050 ..375 in: 98:8 #4 92.7 #10 69.4 Atterber tknits #20 34.1 9' #40 11.4 PL= LL= PI= #60 3.5 Coefficients #80 1.9 #100 1.5 D85= 3.28 060= 1.57 050= 1.24 #200 1.1 030= 0.766 015= 0.490 010= 0.399 Cu= 1.95 Cc- 0.93 Classification USCS= SP AASHTO= Remarks • • • * (no specification provided) Sample No.: C-1 Source of Sample: Date: 9/11/2009 Location: Elev./Depth: - � h�moa Client: Aquaterra Environmental Solutions,Inc.. Project: Salina Cell 5 CQA - Cc cC i eotcch5 Inc. Project No 9-233T Figure 1 of 1 ASTM CI36 • a E a w E 100 ; ; .• 90 I j! ' ' . ' i I I ' • 7:I I I I I I : ' ,I I I I I I • IIIII 70 I I : •' 1 I •..... .ii 1 i , i • I, I I I I I I Z60 : I ' i • • Z 50 , ' I ; • I • . (� - _ ,I 1 I : I •• F I ,i I,: I 1 re a40 ,1; ' i I: I: 1. I ' . .1 .i..;_.. . . . 30 i I I (i ! I , I 1 fL I ' I I I i I 1 L.. I .I i i • 1.1.+: I i I �' t I- " l I ! i 'i' 1 1 .. I _I ; I. i I i ' : 1 i• 1 20 I ., •i /}I 1 r• I ! 1_ I L- -_1 I ! .i' :-.1I:1:: 1 I I ! 1 1. 1 - i . I I . • •' I �^ I II I I: I I. I II. I I II l II'.I I • I. • 1 I' 1 I . I 1 I i I., i I I 4!i.. I 1I 1 I I I .• ) 0 I . I 500 1 100 10 , i I I' ' .. • ' , 1 0.1 0.01 0.001 . GRAIN SIZE-mm %COBBLES %GRAVEL %SAND %SILT I %CLAY 0.0 7.2 91,6 1.2 . SIEVE, PERCENT SPEC.' PASS? Material Description. SIZE FINER PERCENT • (X=NO) Poorly graded:sand • . .751n. 100:0 • .375 in. 98.8 • #4 92.8 #10 69.7 Atterbera Limits #20 34.0 PL= LL=• Pi= #40 11.6 #60 4.1 Coefficients #80 1:8 #100 1.6 085= 3.25 060= 1.57. 050= 1.24 #200 1.2 D30= 0.768 1:115= 0.489 010= 0.392 C6 3.99 .Cc= 0.96 Classification USCS= SP AASHTO= • Remarks • (no specification provided) Sample No.:. C2 S ource of Sample: Date: 9/11/2009 Location:. Elev./Depth: Client: Aquaterra•Environmental Solutions,Inc. M Alpha Omega Project: Salina Cell 5 CQA CEE .1 Geotecho Inc. Project No: 9-233T Figure . .1;of I. i i 1 i 1 1 ASTM 0136 . 5 s s t .N m •tl o c 100 o $ i �& :. • • so ' . • • I f I I 1 I • II• 70 I I I I I ,d , I ! I , •W 60 I . Z I I I• ICI I `I. I I I .I II' • Z 50 I I r I I 1 i..; .1 I I I .f I. I+' i W I 1. 1 i 11 I jI 1 Iii ' i. I I , I , i W 40 : ' I i I 11-:, :, I � I . n: I. : 1 I : 1 I ': :II' I 1 IL : : ., ; : : :I I. I30 . 1 .. _. . ' .1 i_. . I . I I I '• :I ■ I. I I:I, 'I I . ,1 I.I I • i • 1 20 , , 'tt.H F.'...-..'‘I {I I,I i 1 1 :I . I ;.. ' . i ,.. I I;1 I I; I , 1 I I I i I. I 1 10 .. ; I I: .... 1. . ' j f (. 4 . . • . ,• ;i ; , I , 1iI I . , ; • ; 0 I 1' I i •I 1 ! ; ' ! •••';'.'.' I i , I c' • 500 ' 100 10 •1 0:1 0:01 0:001 ' .GRAINSIZE-:mm %COBBLES' %GRAVEL %SAND %SILT I %CLAY .. .0M 7-.1 91:5: 1.4 SIEVE ' PERCENT . SPEC.' PASS? Material Description SIZE FINER PERCENT' (X=NOI Poorly graded.sand .75,in. 100.0 .375:in, 98.9 #4 92.9 #10 69.7. Atterbera Limits #20 33.8 PL= IL= PI= #40 11.6 #60 3.9 #80. 1.8 Coefficients #100 1.6 085=3,24 Dgp= 1.57 050 1,24: #200 1,4 1 030=0.772 D1 5= 0.489 Di p= 0:393 . Cu= 3.99 Cc= 0:97 • Classification USCS= 'SP AASHTO= Remarks (no specification provided) Sample•No:: C=3 Source of Sample: Date: .9/11/2009 Location:: Elev:iDepth: _ ,__. : Alpha-Omega Client: Aquaterra Environmental Solutions,Inc. _�=1 Project: Salina Cell 5 CQA CEO CFi Gotechg Inca Project No 9.2331 Figure 1 of t • AS•TM C136 s • . • .o , ' ''. , A R ; E 2 ; gQ — ; 100 . ==r. a ,..iI I . ; • , :.'!j I". 90 . . .. . :I '_. , i.. , _• - -• 80 I I. i • .... �; I i . .. 70 I I• I. 1' I I I: .1_.1 .., is•I' 'I •( , ' , .•I I i I I '1 I , W 60 : . 1-„i i, i_., I :I.; I : i : 1•Z 50 . . . .1 . , ` . .. .• W 1 ; ' I ' :i • U ! I ; 1 I•I: i . W, 40 . , j 1 ! _I_ I•• 1 '• a. i —. I II ';1 � ' I ' j ( 1 `I jIl , 1, . 1 I '' , � I I , , , , I l l + I :,111 I 30 ` ; jtI ' I ' I '• ilk I '- ' :, .__ t,. f I I .•I i't • I' III If I .' I :1. ( :!I1,1I I •1 I. '_ I :. I I.I■ j • i I II 10 , ' I,_;I_l I. . __ I— . , II , 1 , ' ''I I , II ' 1, I I '' I .I. Ii1, ' 1 0 -I-: I - I: . . I ' I. I ' 1-•'” ■_�'-• I • • .500 100 10 1 - 0.1 • I .0.01 0.001 • GRAIN.SIZE-mm %COBBLES °/.GRAVEL %SAND :%SILT I %CLAY 0.0 4.1 94.7 I 1.2. SIEVE PERCENT SPEC.' PASS? Material Description SIZE FINER PERCENT (X=NO) Poorly graded sand .75 in. 100.0 .375 in. 98.4 #4 95.9 #20 78.6 Atterberq Limits I, #40 7:5 PL= Ll.-.=.. PI= #60 2.5 #80 1.6 Coefficients #100 1.5 • D85=.2.40 D80= 1.37 050= 1.15 #200 1.2 D30 0:800 D15= 0:560 D10= 0.474 , Cu= 2.89 Cc 0,98 • Classification USCS= SP AASHTO= • Remarks • ` (no specification provided) Sample No.: C-4 Source of Sample: Date: 9/11/2005 Location: Elev./Depth: —_ �—=-� @� Client: Aquaterra Environmental Solutions,Inc. I , =- ._ Al6�ha©Omega Project: Salina Cell 5 CQA I y GeOL'ECFS Geolech9 Inc. Project No: 9-233T Figure I of.I Constant Head Permeability Report CHPR ?505 Alpha-Omega Geotech, Inc. 1701 State Avenue Kansas City,KS 66102 �r-�__� 'gm ,,'�_i_l'. ° Office: (913)'371-0000 Fax: (913)371-6710 Website:wwwaogeotech.com .E H PROJECT NAME: City of Salina CQA PROJECT NO:: 9-233T LOCATION BORING NO. SAMPLE NO. C-1 DEPTH: --- SAMPLE TYPE Remold:=Funnel Method .%COMPACTION --- INITIAL DATA FINAL DATA MOISTURE 0.1 % 12.5 % DRY UNIT WT. 103.7 •pcf 1.04.1 pcf HEIGHT 7.15 inches 7.13 inches DIAMETER 4.50 inches 4.50 inches WEIGHT 3100.0 grams 3484.0 :grams. SATURATION. 0.8 % 100 % i PERMEANT LIQ. Tap Water PERMETER NO. L-3 SAMPLE DESC. Poorly graded sand TEST DATA DATE TEST TIME HEAD TEMP Q HYDRAULIC NO. (sec) (cm) °C cc. CONDUCTIVITY cm/s 9/12/2009 1. 31 1.5 26 100 2:40E-01 9/12/2009 2 31 1.5 26 1.00 2.40E-01. 9/12/2009 3 31 L5 26 100 2.40E-01 - 9/12/2009 4 31 1.5 26 100 2.40E-01 AVERAGE 31 1.5 26 100 2.40E-01 k= 2.40E-0.1 cm/s n/n20= 0.8694 k= 2.40E-03 m/s k20= 2.08E-01 cm/s k20= 2.8E-03 m/s 9-2331C-1 CH Penn Constant Head Permeability Report CHPR 32505 Alpha-Omega Geotech, Inc. _ - 1701 State Avenue ---- — •------- Kansas City,KS 66102 ------=-----° ® + : Office: (913)371-0000 Fax: (913)371-6710 ® ® WebSite:www.aogeoteeh.com GE'..EECH PROJECT NAME: City of Salina CQA PROJECT NO.; 9-233T LOCATION BORING NO. SAMPLE NO. C-2 DEPTH: -- SAMPLE TYPE Remold-:Funnel:Method %COMPACTION: --- INITIAL DATA FINAL.DA DATA MOISTURE 0.1 % 12.9 % DRY UNIT WT. 104.1 pcf .104.6 pcf HEIGHT 7.00 inches 6.97 inches DIAMETER 4.50 inches 4.50 inches WEIGHT 3045.5 grams 3434.9 grams. SATURATION 0.8 % 100 % PERMEANT LIQ. Tap Water F PERMETER NO. L-3 SAMPLE DESC. Poorly graded sand TEST DATA TEST TIME HEAD TEMP Q HYDRAULIC DATE CONDUCTIVITY NO, (sec) (cm) °C cc cm/s 9/12/2009 1 33 1.5 26 100 2.25E-01 9/12/2009 2 33 1.5 ' 26 100 2.25E-01 9/12/2009 3 33 1.5 26 100 2.25E-01 9/12/2009 4 33 1.5 26 100 2.25E-01 AVERAGE .33 1.5 26 100 2.25E-01 k= 2.25E-01 cm/s n/n20= 0.8694 F k= 2.25E-03 m/s k20= 1.96E-01 cm/s k20= 1.96E-03 m/s 9-233TC•2 CH Perm Constant Head Permeability Report CHPR 32505 Alpha=Omega Geotech, Inc. 1701 State Avenue = �' .11- -.7-.L.-'s_— •. __.. Kansas City,KS 66102 Office:(913)371-0000 Fax: (913)371-6710 � J�- Website:www.aogeotech.com CC 0® ®® C PROJECT NAME: City of Salina CQA PROJECT NO:: 9-233T LOCATION lI BORING.NO. SAMPLE NO. C-3 DEPTH: SAMPLE TYPE Remold-Funnel Method. %COMPACTION: --_ INITIAL DATA FINAL DATA MOISTURE 0.1 % 12.7 % DRY UNIT WT. 1.04.3 pcf 104'.7 pcf , HEIGHT 7.00 inches 6.97 inches DIAMETER 4.50 inches 4.50 inches WEIGHT 3050.0 grams 3433.9 grams SATURATION 0.8 %u 1.00. % PERMEANT LIQ. Tap Water PERMETER NO. L-3 SAMPLE DESC. Poorly graded sand TEST DATA TEST TIME HEAD TEMP Q HYDRAULIC DATE CONDUCTIVITY NO (sec) (cm) °C cc cm/s 9/12/2009 1 32 1.5 26 1.00 2.32E-01 9/12/2009 2 32 1.5 26 100 2.32E-01. 9/12/2009 3 32 1.5 26 100 2.32E-01 9/12/2009 4 32 1.5 26 100 2.32E-01 AVERAGE 32 1.5 26 100 2.32E-01 k= 2.32E-01 cm/s n/n20= 0.8694 k= 2.32E-03 m/s k26 2.02E-01 cm/s k20= 2.02E-03 m/s 9-233TC-3 CH Penn Constant Heat! Permeability Report CNPR 32505 Alpha-Omega Geotech, Inc. __- 1701 State Avenue. ar — !- Kansas City, KS 66102 -—��---_-- Office: (913) 371-0000 Fax: (913) 371-6710 Website: www.aogeotech.com o® ®®° PROJECT NAME: City of Salina CQA PROJECT NO.: 9-233T LOCATION BORING NO. SAMPLE NO. 'C-4 DEPTH: SAMPLE TYPE Remold-Funnel Method %COMPACTION: --- INITIAL DATA FINAL DATA MOISTURE 0.1 % 12.8 DRY UNIT WT. 104.3 pef 104.7 pcf HEIGHT 7.13 inches 7.10 inches DIAMETER 4.50 inches 4.50 inches WEIGHT 3105.8 grams 3499:8: grams SATURATION 0.8 % 100 % PERMEANT LIQ. Tap Water PERMETER NO. L-3 i SAMPLE DESC. Poorly graded sand TEST DATA TEST TIME HEAD TEMP Q HYDRAULIC DATE CONDUCTIVITY NO (sec) (cm) °C cc cm/s 9/12/2009 1 57 0.8 26 100 2.44E-01 9/12/2009 2 57 0.8 26 100 2.44E-01 9/12/2009 3 57 0.8 26 100 2.44E-01 9/12/2009 4 57 0.8 '26 100 2.44E-01 AVERAGE 57 0.8 26 100 2.44E-01 k= 2.44E-01 cm/s n/n20= 0.8694 k= 2.44E-03 m/s k20= 2.12E-01 cm/s k20= 2.12E-03 m/s 9-233TC-4 CH Perm I q b II I, LI II Constant Head Permeability Report CHPR 32505 Alpha-Omega Geotech, Inc. .. es■ Yam,'—••■■■ 1701 State Avenue Kansas City, KS'66102 :,...,_27_,:......____.....u, Office: (913)371-0000 Fax: (913)371-6710•Website:.www.aogeotech.com COL PROJECT NAME: City of Salina CQA PROJECT NO.: 9-233T LOCATION BORING NO. SAMPLE NO. F-1 DEPTH: SAMPLE TYPE Remold-Funnel Method %COMPACTION: --- INITIAL DATA FINAL DATA MOISTURE 0.1 % 11.8 % DRY UNIT_WT. 101.0 pcf 102.6 pcf HEIGHT 5.00 inches 4.92 inches DIAMETER 3.00 inches 3.00 inches. WEIGHT 937.6, grains 1047.1 grunt SATURATION 0.8 % 100 % pERMEANT LK). Tap Water PERMETER NO. L-3 SAMPLE DESC. Poorly graded sand TEST DATA HYDRAULIC TEMP Q DATE TEST TIME HEAD CONDUCT!V ITY NO. (sec) (cm) oc. cc cm/s . , 9/12/2009 1 41 4.5 26 100 9.06E-02 9/12/2009 2 41 4.5 26 100 9.06E-02 9/12/2009 3 41 4.5 26 100 9.06E-02 9/12/2009 4 41 4.5 26 100 9.06E-02• AVERAGE 41 4.5 26 100 9.06E-02 k-= 9.06E-02 cm/s n/n20= i8694 k= 9.06E-04 m/s k20 . cm/s k20= 7.87E-04 m/s 9-233T F-1 CH Perm Constant Head Permeability Report CHPR 32505 Alpha-Omega Geotech, Inc. 1701 State Avenue — = Kansas City,KS 66102 =-----„,---.---r--- � G ,:® Office: (913)371-0000 Fax: (913)371-6710 Website: www.aogeotech.com B®. ®® PROJECT NAME: City of Salina CQA PROJECT NO.: 9-233T LOCATION BORING NO. SAMPLE NO. F-2 DEPTH: -_- SAMPLE TYPE Remold-Funnel;Method %COMPACTION: INITIAL DATA FINAL DATA MOISTURE 0.1 % 12.2 % DRY UNIT WT. 101.2 pcf 102.5 pcf HEIGHT 5.00 inches 4.94 inches DIAMETER 3.00 inches 3.00 inches WEIGHT 940.0 grams 1053.6 grams SATURATION 0.8 % 100 % PERMEANT LIQ. Tap Water PERMETER NO. L-3 SAMPLE DESC, Poorly graded sand TEST DATA TEST TIME HEAD TEMP Q HYDRAULIC DATE NO. (sec) (cm) °C cc CONDUCTIVITY cm/s 9/12/2009 1 39 4.7 26 100 9.12E-02 9/12/2009 2 39 4.7 26 100 9.12E-02 9/12/2009 3 39 4.7 26 100 9.12E-02 9/12/2009 4 39 4.7 26 100 9.12E-02 AVERAGE 39 4.7 26 100 9.12E-02 k= 9.12E-02 cm/s a/n20= 0.8694 k= 9.12E-04 m/s k20= 7.93E-02 cm/s k20= 7.93E-04 m/s 9-2331 F-2 CH Perm I i 1 1 9 li Constant Head Permeability Report J 5 CHPR 3' 0`.1 Alpha-Omega Geotech,Inc. - ...�----'—'---- 1701 State Avenue d Kansas City,KS 66102 r l Office: (913)371-0000 Fax (913)371-6710 --,........---,....0.--= Website:www.aogeotech.com ® ®® PROJECT NAME: City of Salina CQA PROJECT NO.: 9-233T LOCATION BORING NO SAMPLE NO F-3 DEPTH: SAMPLE TYPE Remold—Funnel;Method %COMPACTION: ___ INITIAL DATA FINAL DATA MOISTURE 0.1 % 12.0 % DRY UNIT WT. 100.8 pcf 101..6 pcf HEIGHT 5.00 inches 4.96 inches DIAMETER 3:00: inches 3.00 inches WEIGHT 9.35:9 grams 1047: grams rams SATURATION 0:8 % 100 PERMEANT LIQ. Tap Water PERMETER NO. L-3 SAMPLE DESC. Poorly graded sand TEST DATA DATE TEST TIME HEAD TEMP Q HYDRAULIC NO. (sec) (cm) °C cc CONDUCTIVITY cm/s 9/12/2009 1 40 .4.7 26 100 8.89E-02 9/12/2009 2 . 40 . 4.7 .26 100 8.89E-02 1. 9/12/2009 3 40 4.7 .26 100 8.89E-02 9/12/2009 4 40 4.7 26 100 8.89E-02 AVERAGE 40 4.7 26 100 8.89E-.02 k= 8.89E-02 cm/s n/n20= 0.8694 k= 8.89E-.04 m/s. k20— 7.73E-02 cm/s k20= 7.73E-04 m/s 9-2337 F-3 CH Perm • .AST C 136 s' c :E c : a z E $ S s ,a• 10o m ,: �:� I .- s 80 I I : : I 1 I I .i :I!I. . , . . . • I- 5p •• I ! ' I �: il �: i i I i ii i• a cc 40 •.j s ._ i . . . l ; 30 ;;� ;:! 1 !.. - 'III '•20 : . i I :- ; I : , •is l: !'1 j j i. i • 10 . i 0 .I ; I,. .. . .. I I• I ! •• i `4, 1,i''' 1 i ''i. ' 500 100 10 r 1 0.1 0.01 . 0.001 • GRAIN SIZE--.mm %COBBLES %'GRAVEL. %SAND %SILT I %CLAY 0.0 0.2 • 98.7 . 1.1 • SIEVE PERCENT SPEC.' PASS? Material Description SIZE FINER PERCENT (X=NO). Poorly graded sand ..75 in. 100.0 .375 in. 100.0 .#4 99.8 #10 95.8 Atterberq Limits #20 63:8 PL= LL= PI= . #40 26:9 #60 9.1 #80 3.9 Coefficients #100 2:4 D85= 1.42 D60='0.789 D50= 0:657 #200 1.1. 030= 0.454 D15= 0.312 D10= 0.260 Cu= 3.03 Cc= 1.00 Classification USCS= SP AASHTO= Remarks _ (no specification provided) Sample No.: F-1 Source of'Sample: Date:. 9/I 1/2009 Location: Elev./Depth: �_ __ Alpha-Omega Client: Aquaterra EnvironmentaISolutions,lnc. =..r =-_ Project: Salina Cell5CQA ''; Gentcch Inc. cco'E 9 Project No 9-2331 . . Figure 11 of 1 1 E N ( D 1 E . ASTM C136 1 r s = , G i b 5 :®N O. E 1 V q A 1 6 100 S Y,' f. 90 . • - , i :• 80 • I 1 i W 60 i ' 1 W5U ' -j. i ' ! r i .• . 1 W 40 I I n. ,, is ;, ,. i i • 30 i I i . • ' ' 1 ' • ; 20 1 I • I ,.. ! 10' •• • 0 q,,wl i 500 100 10 1 0.1 .0:01 0;001 • GRAIN:SIZE.-rnrn. i . %4COBBLES I %GRAVEL %.SAND I o I o 0;0 0.1 f '.98:9 1:0 SIEVE PERCENT .SPEC.` PASS? Material Description. SIZE, FINER PERCENT (X=NO) • Poorly graded sand" .75 in: 100:0 • .375 in 100.0 i #4 99.9. #10 95.0 #20 58.8 Atterberst Limits #40 23.7 PL= LL= ply • #60 8.6 #80. 3.9 • Coefficients #100 2.4 D85= 'L53 D60=.0•870 D50= 0119 #200 1.0 D30= 0.490 D15= 0330 D10= 0.268 Cu- 3.24. Cc= 1.03 Classification. USCS= SP AASHTO= Remarks, * (no specification provided)' Sample No.: F-2 Source of Sample: Date: 9/11/2009 Location: Elev./Depth: h Client' Aquaterra Environmental Solutions,Inc. 1 's ..` Alpha®®mega Project: Salina Cell 5 CQA 11 �� • �.o eotOch, Inca Project No 9-233T Figure 1 of 1 • • ASTM 0136 N. wo • 0 n C ®; c S. 100 - C s•. II ; I�; is i ( . BO ;11.1 ; is I• I I I I i' I ( ' i i 1• I ! 1 I .' ! j''.4.-1. : .� 70 , . • . is .. ;., 1.1 .1. i . . . 1 1 .. '.I.' 1 :I..; :i ,.I I , I W i . I I I I i l I ' 1 60 i � 1 .i i. � . .H LL ' I i ;. 1 I , , II I• .1 ,'!II 1 I , Z 50 1' is - I l i i '_ I ' •1 I I I i ' Z I I I i I I -I I , I ....,11.1 : I 1 1•I r i t l I a. 30 , i _ '..t.:.;-! .i;,.:.__ _. I' _ ... . . i ..•',1:1 i 111 I iI I i . 1 :LW 1 ' 1; . I ' i 111. '. I. ( i I , 1 II I :1!I I •: i 10 . t i , i i I i1I I• I I -t- I ; ; I I I -i -II '• , 1 1 ! ° ii ' • I , I.", 7i.j I ITT f .i .I I 1'_ I I � 'I -. ! . 1 , • 1 500 , '100 10 • 1 •0.1 0:01 0:001 GRAIN-SIZE-:mm .%.COBBLES %GRAVEL °!e SAND %SILT I %CLAY 0.0: 0.0 98.7 1.3 SIEVE PERCENT SPEC.' PASS? Material Description SIZE FINER PERCENT (X=NO) Poorly graded_sand .75 in. 100.0 .375 in. 100:0 #4 100.0 #10 95.2 Atterbern•Limits. #20 58.9 PL= LL- Pl= #40 23.5 #60 8.6 #80 4.2 Coefficients #100 2.8 D85= 1.53 060= 0.869 D50= 0.719 #200 1.3 D307 0.492 D15= 0.332 D10= 0.269 Cu- 3,23 Cc= 1.03 Classification USCS= SP AASHTO= Remarks (no specification provided) Sample No.: F-3 Source of Sample: Date: 9/11/2009 Location: Eiev./Depth: _ Client: Aquaterra Environmental.Solutions,Inc. =_ _ �lpha®® oga Project Salina Cell 5 CQA 1A CEOECH Ge®tech, Inc. Project No: 9.233T Figure 1 of 1 ATTACHMENT 3 MONITOR WELL MW--1 AND SB- 1 DETAILS ^ —Ground Level c� coJ _ Concrete Pad m SAMPLE M> BLOW g J Locklrg Cap DESCRIPTION n-w COUNTS r Plug a no E� d " _.4 Monitor p vi? o g d I Well R'ser co ct) 0-4' SAND, clayey. medium—fine 9� ; SC grair.ed, low-modera'e plasticity, '-', : z — very moist, dark brown-black P y • .L IF - 5 4-31' A no Band, plastic, - 0 CL CL most, dal( brown-block, sligitly - fractured -t0— ! ° :m d present, - of organics, Q �- rbedded oxlda`:on,orange / -15— — ".5 sand 'roreases - almost SC, ellgntly plastic, moist - very moist a o -20- =20 Z d Wa .< Q w-25- -25 (",= f >_ — __, ,tio w 1 _ . ,.... -30- o -30 / z° o 1 Sc 31-33' SAND w/clay, grovels.. z - w wet, black, orange, purple o ►/// m „.., _-35_ \oxidation 0 -35 co__, 0_ 1 N -40- 34-48' CLAY, interbedced layers -4Q i- o CL o- gray-green, orange, black, z z very oxidized o u, -45-,..... -,L5 w w -`C- 48-53' SHALE, yellow, reddis'r - __ i �; SH brown, vertical fractures filled :50 == ` /7 and calcite, very hard - - fj Total Depth - 53' -55- -55 -e I I I r0 I i Client: CITY OF SAUNA Job No.: 8558-110—P3—FLD Date Drilled: 7/13/93 Well No.:SB-1, Mw-1 • Site: SAUNA LANDFILL -op of Casing E!evat or.: 1334.76 Total Depth: 53.00' Casing Type & Size: 4"0 SCHED. 40 PVC Slot Stze: .010 Drilling Method: HSA o Comments: CON11N000SLY SAMPLE ) Driller. GEOTECHNICAL SERVICES INC. (GSI) Logged by: BILL WHALEY r, a SOIL BORING LOG Figure AND MONITOR WELLS �k SALINA LANDFILL No. CONSTRUCTION ,,;ir; � r. 51u SAUNA, KANSAS �,-1 1 , MONITOR WELL MW- 2 AND SB-2 DETAILS . , • .--, Level Ground >- 0_s t-: x —Concrete Pad z< Lock!rg Cap D SAV..DLE M> BLOW u- I Plug 1- o DESCRIPTION § COUNTS O. 03 ..7 Monitor az ai g w - i Well Riser 14 o) an cs) . . , ---- 0-3.5' SAND, clayey, moist, dark 9' 2,- .. ,... •— SC brown-bloc< 3-4.5 3,5,7 .•. , — - 5 - 3.5-23' CLAY, orgar:cs (rte), - 5 9 *ea. mo;st, dark b'ovin-black, , — CL 1 -___,- less organics, plastic, brown-ligt.t 8-15 6,8,10 / . -10- brown • -10 _____ ..... ..... sligntly sandy. sl.ghtly moist, .. .., • - • ... . . 7: . . .... ..,... .....,. ..... ..... ,.. — plcs-ra, .olao.< rodules, mode-a-e ..,z.___ .... .... moderate drilling ra-e, l:g,-.t browr. 13-14.5 5,7,8 --_-_= -15- -'.5 sand 5creases - al-nost SC n ....:'•:•.7-7-.....-::.:,'. 0 ':::-:-.:.•-"'-;-: ::•-:::: Water c lr cc slightly plastic , / 0 —1 ....t.:.—=.'.,::•:: -20- 18-19.5 Shelby Tube -20 i- UJ ...:.%::...=:,::•;-:•, Z (1) :•:,;::..:÷,..-';.::'1... en . ::'.=-- ' 'Z Lti — ch -25- Total Depth = 23' -25 o z 0 cc i- 1- U< z I- w id ..., z -30- -36 • -35- -35 ........_, _ .,....... _ -40 ,,-, _____ _ ,‘-. -45- -45 — 0 -50- -5, c..., -55- -55 • .., _ — C..) u, ____ -60- I 1 -60 ...._ I . Client: CITY OF SALNA Job No.: 8539-110-P3-n-D Date Drilled: 7/13/93 Well No..SB-2, MW-2 Site: SAUNA LAND7L1. Top of Casing Elevat7on: 1334.72 Total Depth:icc&rg Type & SIxe: 40 SCHED. 40 PVC Slot Size: .010 Drilling Method: NSA 0 Comments: 18. SPLI- SPOON SAMPLER USED TOSAMPLE SO.LS co Driller: GEOTECHNICAL SERVCES INC. GS° Bill WHALE' It) Logged by: LC) CO e' CI SOIL BORING LOG Figure si. AND MONITOR WELL CEt SAUNA LANDFILL No. SALINA. KANSAS A-2 CONSTRUCTION wela,r1T,ii My*inr-k saira Vs iv palms:, .t•ma,u4.v.4r.t twa,o-fit • MONITOR WELL MW- 3 AND SB-3 DETAILS • .� Ground Levet t V C� —Concrete Pad SA.k(?LE >> BLOW ►� Locking Cop a DESCRIPTION a W COUNTS F= Plug ¢}- a_ a �W • _,� Monitor o w? Q Well Riser • N. . 0-28.5' CLA`!, very organic. V ...... , slightly plostc i Fii -:'- 3' slight organics, slightly plastic, _ 5 _ brown - 5 CL _10- 9' sand increases - almost SC, .• r . nodules o' organics, nightly moist moist, light brown I �/4 '5 r-, 17' silt Increases, interbedded - 0 • FO organics, very plastic '20- Water .� 20.6' (-- -20 z� Y 2 Ljd Y J 0 ' _2 25' g:avels, oxidation, wet, N -G5 0 blocs - red brown r I_ 27' less gravel-no gravel -J r / Zo W 0 . cn _J ~28.5-36.5' SAND w/ clay, fine z -30 G9'. ° o gra:ned, few nodules of organics, /,' ' i-- �i, 1SC slightly plastic, wet, light brown z %y� i 4 0 co -35� red brownls, brown-block, green. 0 -35 2' c 36.5-46' CLAY w/ sand, `� a. \ -40-CL organics, wet, llgft brown, _40 r o 0 Interbedded w/ gray-green clay z z 39' gavels 0 vat -45- 40' silt 'ncreases, plastic -45 /A m w ` a. 46-53' WEAT-IEREO SHALE, -_ ` /�i -� SH non-plastic. sightly moist-moist, __- I f!/j �'- -50- layered, gray-green -50 _: •%�%4 47' red, brown __- .: %�i / • 48' brown . - - 55- 49' green _55 50' g-ay s 51' red 2' g•een -60- Total Depth = 53' -60- o Client: C.TY OF SALINA Job No.: 8558-110-P3-FLD Date Drilled: 7/15/93 we.' No.:S9-3, MW-3 Site: SALINA LAND..1LL Top of Casi.lg evntor.: 1321.28 Total Depth: 53.0V Casing Type & Size: 4"6 SCHED. 40 PVC Slot Size: .010 Drilling Method: F•SA ° Comments: OONTINUOUSLY SAMPLED w Dr1ter GEOTECHNICAL SERV,CES INC. (GS) Logged by: BILL WHALE' • SOIL BORING LOG i SALINA LANDFILL No.AND MONITOR WELL l} � SALINA, KANSAS A-3 CONSTRUCTION �°re. ' °°•Y scie^'°° �: 'C,t • MONITOR WELL MW-4 AND SB-4 DEETTALLS Ground Level .. ...J —Concrete Pad u. m SAM?[F_ 0.> BLOW CLock'�g Cap DESCRIPTION 2w COUNTS r F ce �►_ Monitor Plug aco z a. g # ±1 Welt Riser 0-24.5' C_A`', very o:.gah'c, --__.7 slightly plastic, slightly moist, CL 3-4.5 8,9.12 _ black - 5 - 5 gravel re br! otgs .wnes, 8-9.5 Shelby Tube '�/` slightly plastic —' I 13-14.5 3,6,7 / _ J ' -15-, sand increases -'S a Water a 17.5' W -20- very plastic 18-19.5 4.5,6 -20 i� wo a _ z 23-24.5 3,5,5 �,/ w z /f�//// cQn c.� w -25- Total Depth = 24.5' -25_ 1- co w / J Z -30- -30- u.. 0 -35- a -35- a rs p.- -40- -40- z o F- z 'or; IJJ -45- -45- m : -50- -50- • -55- -35- 0 v, -60- -60- I Client: CITY OF SALINA Job No.: 8558-110-P3-F D Dote Drilled: 7/15/93 _ Well No.:SB-4, MW-4 Site: SAUNA LANDFILL Top of Casing Elevation: 1321.15 • Total Depth: 24.50'Casing Type & Size 4"6 SGHED• 40 PVC Slot Size: .010 Drilling Method: HSA o Comments: 18" SPLIT SPOON SAMP-ES USED TO SAMPLE SOILS n Driller GEOTECHNICAL SERVICES INC. (GSI) Logged by BILL WHALEY u; CO Cr Figure SOIL BORING LOG Im SALINA LANDFILL No. AND MONITOR WELL SALINA, KANSAS A-4 CONSTRUCTION f aot„';-7 :;ad. 1!:-.7-`.7;::•t AQUATERRA LOG OF BORINGNO.: MW-33 (deep) SHEET NUMBER 1 of 3 Environmental Solutions, Inc. KDHE ID TAG: 7311 W.130th Street,Overland Park, KS 66213 DRILLING CONTRACTOR: Geocore • WELL CONSTRUCTION DETAILS CLIENT: City of Salina DRILLER: Charles Robl MATERIAL: PVC PROJECT NAME: Salina Landfill DRILLING RIG: Guc Pech GP1000R DIAMETER: 2 IN PROJECT NUMBER: 3700.10 DRILLING METHOD: 6.25"ID HSAs WELL TOTAL DEPTH: 50 FT BGS PROJECT LOCATION: 4292 S.Burma Road,Salina,KS 67401 SAMPLING METHOD: Split Spoon SCREEN LENGTH: 10 FT BORING DIAMETER: 8" RISER LENGTH: 40 FT BGS BORING LOCATION: Approx 1,000 west of MW 17/18 cluster WELL DIAMETER: 2" TOP OF SCREEN: 40 FT BGS WELL COMPLETION: Stick-up BOTTOM OF SCREEN: 50 FT BGS AES PROJECT NO: 3700.10 SURFACE ELEVATION: 1308.43 SCREEN SLOT: 0.010 IN AES GEOLOGIST: Monte Markley P.G. TOC ELEVATION: 1310.93 TOP OF FILTER PACK: 38 FT BGS START DATE 12/17/09 FINISH DATE 12/17/09 WATER LEVEL: 14.84 TOP OF SEAL: 36 FT BGS START TIME 7:45 AM FINISH TIME: 12:45 WATER ELEVATION: 1296.09 TYPE OF SEAL: bent pellets SAMPLE SAMPLE PID RECOVERY DEPTH USCS C DATE: 12/17/2009 TYPE OF FILTER PACK: 12-20 silica sand TYPE DEPTH (PPM) (FT) IN FEET CLASS I SOIL DESCRIPTION AND DRILLING CONDITIONS NOTES AND WELL CONSTRUCTION Silty Loam/Topsoil 1_ Auger ML- 2 CL 3 _ Silty Clay:tan to reddish-brown,dry 4 CL .. Bent grout from 3 to 36' 5 _ Clay: olive gray, slightly sility,very stiff SS 5-6.5' 1.5' s CL with black mottling, slightly moist 7 • 8 9— Or r • Bentonite seal 36-38' 1o_ SS 10 to 1.5' _ SAA with minor amounts of very fine sand .. 11.5' 11 12 .. 13 •. 14 Gravel pack 38 to 50' ••• 15 _becomes slightly sandy-dry _ .• SS 15 to 1.5' _ Silty Clay:tan to reddish brown, moist,with •'..*- •• _ •. 16.5' 16 CL angular Fe nodules 1-2 mm in size •• _ -• _- 2"screen from 40 to 50' •• 17 •.. — .. 18 •..• .. 9 sx 12-20 sand 19 12 sx 3/4"hole plug _ 2 buckets bent.pellets 20 LEGEND: PID-Photoionization Detector HA-Hand Auger THE STRATAFICATION LINES REPRESENT APPROXIMATE SS - Split Spoon PP - Pocket Penetrometer WB-Wash Bore BOUNDARY LINES BETWEEN SOIL AND ROCK TYPES: IN-SITU, CS-5 foot CME Sampler HSA-Hollow Stem Augers RB-Rock Bit THE TRANSITION MAY BE GRADUAL. ST-Shelby Tube NX-Rock Com • AQUATERRA LOG OF BORING NO.: MW-33 (deep) SHEET NUMBER 2 of 3 Environmental Solutions,Inc. KDHE ID TAG: 7311 W. 130th Street,Overland Park,KS 66213 GEOLOGIST: Approx 1,000 west of MW 17/1 CLIENT: City of Salina DATE: 12/17/09 ( PROJECT NAME: Salina Landfill PROJECT NUMBER: 3700.10 SAMPLER SAMPLE PID RECOVERY DEPTH USCS C t SOIL DESCRIPTION AND DRILLING CONDITIONS NOTES: TYPE DEPTH (PPM) (FT) IN FEET CLASS I SS 20 to 1.5' Silty Clay: tan, soft&moist at 20', 21.5' • 21 with wet silt seam from 21-21.5' • 22 23 samples moist at 23'. 24 25 SS . 25 to 1.5' becomes tan to reddish brown, stiff 26.5' 26_ moist,with dark brown mottling water level rose to 25' bgs 27 28 29 becomes softer during drilling 30 SS 30 to 1.5' • Clay:tan, lean, slightly silty, firm to stiff 31.5' 31_ moist with light gray mottling and trace _ black staining 32 33 34 35_ becomes less silty, firm to stiff, slightly SS 35 to 1.5' _ moist with caliche nodules 36.5' 36 37 38 39 40 SS 40 to 1.5' Silty sand:tan,saturated, fine to course 41.5' 41^ and well rounded,trace medium sand 42 43 44 45 • LEGEND: • PID-Photoionization Detector HA-Hand Auger THE STRATAFICATION LINES REPRESENT APPROXIMATE SS - Split Spoon PP - Pocket Penetrometer WB-Wash Bore BOUNDARY LINES BETWEEN SOIL AND ROCK TYPES: IN-SITU, CS-5 foot CME Sampler HSA-Hollow Stem Augers RB-Rock Bit THE TRANSITION MAYBE GRADUAL. ST-Shelby Tube NX-Rock Core AQUATERRA LOG OF BORINGNO.: MW-33 (deep) SHEET NUMBER 3 of 3 Environmental Solutions,Inc. KDHE ID TAG: 6890 West 153rd,Overland Park, KS 66223 GEOLOGIST: Approx 1,000 west of MW 17/1 CLIENT: City of Salina DATE: 12/17/09 PROJECT NAME: Salina Landfill PROJECT NUMBER: 3700.1 SAMPLER SAMPLE PID RECOVERY DEPTH USCS C SOIL DESCRIPTION AND DRILLING CONDITIONS NOTES: TYPE DEPTH (PPM) (FT) IN FEET CLASS I SS 45 to Silty fine sand: tan,saturated, well sorted 46.5' 1.5' 46 and well rounded, trace medium sand 47 48 becomes slightly clayey 49 50 Silty clay:tan to reddish brown,stiff, moist 51— \ with abundance of MN&Fe concretion/ 52 Total Depth=48' 53 MW-33 is the deep well of the cluster and 54 is the north well closest to the field. 55 • 56 57 58 59 60 61 62 63 64 65 66 • 67 68 69 70 LEGEND: PID-Photoionization Detector HA-Hand Auger THE STRATAFICATION LINES REPRESENT APPROXIMATE SS - Split Spoon PP - Pocket Penetrometer WS-Wash Bore BOUNDARY LINES BETWEEN SOIL AND ROCK TYPES: IN-SITU, CS-5 foot CME Sampler NSA-Hollow Stem Augers RB-Rock Bit THE TRANSITION MAY BE GRADUAL. ST-Shelby Tube NX-Rock Core • AQ UATE R RA LOG OF BORING NO.: MW-35 (deep) SHEET NUMBER 1 of 3 Environmental Solutions, Inc. KDHE ID TAG: 7311 W.130th Street,Overland Park,KS 66213 DRILLING CONTRACTOR: Geocore WELL CONSTRUCTION DETAILS CLIENT: City of Salina DRILLER: Charles Robl MATERIAL: PVC PROJECT NAME: Salina Landfill DRILLING RIG: Guc Pech GP1000R DIAMETER: 2 IN PROJECT NUMBER: 3700.10 DRILLING METHOD: 6.25"ID HSAs WELL TOTAL DEPTH: 48 FT BGS PROJECT LOCATION: 4292 S.Burma Road,Salina,KS 67401 SAMPLING METHOD: Split Spoon SCREEN LENGTH: 10 FT BORING DIAMETER: 8" RISER LENGTH: 38 FT BGS BORING LOCATION: Approx 1,000 west of MW 17/18 cluster WELL DIAMETER: 2" TOP OF SCREEN: 38 FT BGS•WELL COMPLETION: Stick-up BOTTOM OF SCREEN: 48 FT BGS qqq AES PROJECT NO: 3700.10 SURFACE ELEVATION: 1316.76 SCREEN SLOT: 0.010 IN AES GEOLOGIST: Monte Markley P.G. TOC ELEVATION: 1319.05 TOP OF FILTER PACK: 36 FT BGS START DATE: 11/23/09 FINISH DATE: 11/23/09. WATER LEVEL: 22.25 TOP OF SEAL: 34 FT BGS START TIME: 9:45 AM FINISH TIME: 12:45 WATER ELEVATION: 1296.80 TYPE OF SEAL: bent pellets SAMPLE SAMPLE PID RECOVERY DEPTH USCS C DATE: 11/23/2009 TYPE OF FILTER PACK: 12-20 silica sand TYPE DEPTH (PPM) (FT) IN FEET CLASS I SOIL DESCRIPTION AND DRILLING CONDITIONS NOTES AND WELL CONSTRUCTION _ Silty Loam/Topsoil 1 . Auger _ML- 2 CL 3 _ Silty Clay: reddish-brown, very stiff, dry 4 CL Bent chips from 3 to 34' 5 Clay: reddish-brown, slightly sility,very stiff SS 5-6.5' 1.5' 6 CL with black mottling, dry 7 8 9�. _ Bentonite seal 34-36' 10� • L SS 10 to 1.5' SAA with minor amounts of very fine sand •.. 11.5' 11 .. .. 12 .. 13 .. 14_ Gravel pack 36 to 48' 15 becomes slightly sandy-dry SS 15 to 1.5' _ Silty Clay:tan to reddish brown, moist,with 16.5' 16_CL angular Fe nodules 1-2 mm in size 2"screen from 38 to 48' 17 18- �•.. 9 sx 12-20 sand 19 12 sx 3/4"hole plug _ 2 buckets bent. pellets 20 LEGEND: PID-Photoionization Detector HA-Hand Auger THE STRATAFICATION LINES REPRESENT APPROXIMATE SS - Split Spoon PP - Pocket Penetrometer WB-Wash Bore BOUNDARY LINES BETWEEN SOIL AND ROCK TYPES: IN-SITU,THE CS-5 foot CME Sampler HSA-Hollow Stem Augers RB-Rock Bit TRANSITION MAYBE GRADUAL. ST-Shelby Tube NX-Rock Core AQ UATE R RA LOG OF BORING NO.: MW-35 (deep) SHEET NUMBER 2 of 3 Environmental Solutions, Inc. KDHE ID TAG: 6890 West 153rd,Overland Park,KS 66223 GEOLOGIST: Approx 1,000 west of MW 17/1E CLIENT: City of Salina DATE: 11/23/09 PROJECT NAME: Salina Landfill PROJECT NUMBER: 3700.1 SAMPLER SAMPLE PID RECOVERY DEPTH USCS C TYPE DEPTH SOIL DESCRIPTION AND DRILLING CONDITIONS NOTES: (PPM) (FT) IN FEET CLASS I SS 20 to 1.5' _ Silty Clay: tan,soft&moist at 20', 21.5' 21 with wet silt seam from 21-21.5' 22 • 23 samples moist at 23' 24 25 SS 25 to 1.5' becomes tan to reddish brown, stiff • 26.5' 26 moist,with dark brown mottling 27 • 28 . 29_ • — becomes softer during drilling 30 SS 30 to 1.5' _ Clay:tan, lean,slightly silty, firm to stiff 31.5' 31_ moist with light gray mottling and trace _ black staining 32 33 34 35_ becomes less silty SS 35 to 1.5' _ firm to stiff, slightly moist with caliche 36.5' 36 nodules 37 38 39 40 SS 40 to 1.5' Silty fine sand:tan,saturated,well sorted water level rose to 27' 41.5' 41 and well rounded,trace medium sand bgs 42 43 44 45 _becomes slightly clayey LEGEND: PID-Photoionization Detector HA-Hand Auger THE STRATAFICATION LINES REPRESENT APPROXIMATE SS - Split Spoon PP - Pocket Penetrometer WB-Wash Bore BOUNDARY LINES BETWEEN SOIL AND ROCK TYPES: IN-SITU,THE CS-5 foot CME Sampler HSA-Hollow Stem Augers RB-Rock Bit TRANSITION MAYBE GRADUAL. ST-Shelby Tube NX-Rock Core • AQ UAT E R RA LOG OF BORING NO.: MW-35 (deep) SHEET NUMBER 3 of 3 • Environmental Solutions, Inc. KDHE ID TAG: 7311 W.130th Street,Overland Park,KS 66213 GEOLOGIST: Approx 1,000 west of MW 17/1f CLIENT: City of Salina DATE: 11/23/09 PROJECT NAME: Salina Landfill PROJECT NUMBER: 3700.10 SAMPLER SAMPLE PID RECOVERY DEPTH USCS C SOIL DESCRIPTION AND DRILLING CONDITIONS NOTES: TYPE DEPTH (PPM) (FT) IN FEET CLASS I SS 45 to _ Sandy Clay:tan to reddish brown with Mn 46.5' 1.5' 46 nodules and 1-2"sand seams,wet 47 48 _Silty clay: tan to reddish brown, stiff, moist • with abundance of MN&Fe concretions 49 Total Depth=48' 50 • 51 _ MW-35 is the deep well of the cluster and 52 is the north well closest to the field. 53 • 54 • 55 56 57 58 59 60 • 61 62 63 64 65 66 67 68 69 70 LEGEND: PID-Photoionization Detector HA-Hand Auger THE STRATAFICATION LINES REPRESENT APPROXIMATE SS - Split Spoon PP - Pocket Penetrometer WB-Wash Bore BOUNDARY LINES BETWEEN SOIL AND ROCK TYPES: IN-SITU, THE • CS-5 foot CME Sampler HSA-Hollow Stem Augers RB-Rock Bit TRANSITION MAY BE GRADUAL. ST-Shelby Tube NX-Rock Core • r ATTACHMENT 4 ATTACHMENT 5 i ATTACHMENT 6 SECTION 205 - CONCRETE PAVEMENT 1. GENERAL This item shall consist of a single course of non-reinforced dowel jointed (NRDJ) (AE) or welded wire reinforcement (WWR) portland cement concrete pavement conforming to the details shown on the plans, constructed on a prepared subgrade in accordance with the latest version of Section 501 of the Kansas Department of Transportation Standard Specifications or otherwise noted. 2. PLACING CONCRETE Refer to the latest version of Section 501 of the Kansas Department of Transportation Standard Specifications. 3. WELDED WIRE REINFORCEMENT Unless otherwise specified, wire fabric furnished under this specification shall be No. 4 wire in a six (6) by six (6) pattern weighing 58# per hundred (100) sq. ft. and shall conform to the latest requirements for "Welded Steel Wire Fabric for Concrete Reinforcement," "AASHTO Designation M55." 4. PLACING REINFORCEMENT All pavement reinforcement shall be placed as shown on the plans. All marginal bars, dowel bars, and tie bars required by the plans shall be held in proper position by sufficient approved metal bar supports or pins. All concrete pavement patches fifteen feet by sixteen and one half feet(15'x 16.5')or smaller shall be doweled at the transverse joints and jointed to split the section. Wire mesh shall not be placed less than two nor more than three inches from the finished surface of the pavement. Laps in adjacent sheets or mats of reinforcement shall be as shown on the plans. Laps parallel to the center line of the pavement will not be permitted except for unusual widths of pavement lanes or for irregular areas. If the plans do not show dimensions for laps, the minimum lap either perpendicular or parallel to the center line of the pavement shall be twelve (12) inches. The adjacent sheets shall be fastened or tied together to hold all parts of the sheets in the same plane. 5. FINISHING After the concrete has been spread and struck off, it shall be further struck off and consolidated by use of an approved finishing machine or vibrating screed to such an elevation that when finishing operations are completed, the surface will conform to the required grade and crown. The finishing machine shall be operated over the entire surface at least twice. A uniform roll or ridge of concrete at least two (2) inches above the pavement grade shall be maintained ahead of the finishing machine or vibrating screed for its entire length during its initial pass. Excessive tamping or finishing resulting in bringing an excess of mortar to the surface will not be permitted. Final finishing shall consist of eliminating tool marks, edging, and applying the final surface texture. Final surface texture shall be transverse broom or longitudinal wet burlap drag finish. This final finish shall not be applied until the entire surface has been straight-edged, using a ten (10) foot straight-edge, and any irregularities corrected. Revised 3/24/11 DRS 205-1 G Since surface texture is critical to this application and is difficult to quantify, the contractor shall construct a test section for approval by the Inspector. The test section shall be placed in one of the areas for permanent improvements designated in the plans in the event that the section passes inspection. If the test section fails to achieve the Inspector's approval, the test section shall be removed and replaced at the contractor's expense. The approved test section shall serve as the standard against which all other like improvements on the project are accepted or not accepted. Failure to gain acceptance of the test section prior to constructing additional improvements shall be the sole responsibility of the contractor. 6. TEXTURING Refer to the latest version of Section 501 of the Kansas Department of Transportation Standard Specifications. 7. CURING Curing shall conform to Section 202, entitled"Concrete". 8. JOINTS Refer to the latest version of Section 501 of the Kansas Department of Transportation Standard Specifications. 9. SEALING JOINTS Refer to the latest version of Section 501 of the Kansas Department of Transportation Standard Specifications. 10. FINAL CLEAN UP Upon the completion of the work and before starting work on any other contract the Contractor may have with the City of Salina, and before acceptance and final payment will be made, the Contractor, at his own expense, shall clean the pavement and adjacent property defaced or occupied by him in connection with the work, of all.rubbish, weeds, brush, excess materials, false work, temporary structures and equipment. 11. INSPECTION AND TESTING The Contractor is responsible for providing a QC plan that must be approved by the Engineer prior to construction and providing qualified personnel and equipment to conduct QC testing at his own expense. At a minimum, values for percent air, slump, unit weight, and gradation must be provided to the City of Salina following the frequency chart provided below. QC tests can include aggregate gradation, slump, air content, unit weight/yield, compressive strength, flexural strength, material passing #200, percent moisture in aggregate, temperature, and density of fresh concrete. If the test results from the concrete for slump, air content, and temperature conform to the specification requirements, acceptance cylinders are molded and cured for 28 days to verify compressive strength requirements have been met. All samples and tests shall comply with the test methods according to Standard Specifications Division 2500. Revised 3/24/11 DRS 205-2 f TESTING FREQUENCY Test Sampling Location QC Testing by Contractor Aggregate gradation Feed bins One test per 1000 tons Slump Truck One per 500 yd3 or minimum of one per day Air content(plastic concrete) Truck One per 500 yd3 or minimum of one per day Temperature Truck One per 500 yd3 or minimum of one per day Unit weight Truck One per 500 yd3 or minimum of one per day Thickness Roadway(coring) Contractor's discretion or for verification Compressive strength Roadway(coring) Contractor's discretion or for verification Revised 3/24/11 DRS 205-3 • (8911IAIIOV NouonHiSNOO) IN31NI AO 301I0N SgadN SVSNVN'VNnvs iiijam"i 31svm anos lVdIDINnw VNIIVS IN S-IOUIN03 NOIS083 VUH3.Lvnc)v sos S31IIA113V NouwHiSNOO 6L-1130 VNIIVS:10 A110 r. .N3 31111 133H5 1N3fi� 0 0 < o, !> ol 12 lw j- 0 0 2 o 0 Zw W, 9 o %Z' Z 11 < ----------- ------------ - g 02 uz 0 < �00 <Z o Z" E IZ 0 0. z ZO WM oa NO 0 010, .1 < Iz Iz 0 t' 00 ww sp >0 <,-Z rN ° T,9 I a4 o 1 of E Qz .0 c % Vz l•:" 3z Oz W.I ilt 0 65 9� W- 6 mo N _Zzo rr -A� OZ td < E Wl .16 Op-I ma 1320 Z g P w-Z Oza wp mod m°10 �2 Oa 'e <z I P.p > 0 lz 'o rcwvi 0, I 6igo-3 ��o �wU 3: F- n Z W Id a O 30 z 111 ° 0. <,,W>z mOQ appN L �Ilens DNIISIX� City Of ADDENDUM 2 City Project No 14-3022 Project Name: Cell 19 Construction Saluna City of Salina MSWLF March 10, 2014 RE: City of Salina Cell 19 Construction FROM:SCS Aquaterra City of Salina TO: Prospective Bidders A. MODIFICATIONS TO BIDDING DOCUMENTS: 1. Document 00020—Invitation to Bid,Receipt of Bids. Strike and replace the second paragraph as follows: Bids will be received at City/County Building,300 West Ash Street, Salina,KS 67401 until 10:00 o'clock a.m.,central daylight time on March 13, 2014,and shortly thereafter the bids will be opened publicly and read aloud in Room 107. B. MODIFICATIONS TO SPECIFICATIONS 1. Section 02230—Granular Fill Materials,02230.7.D.I Material,strike and replace item 1 as follows: 1. Washed coarse aggregate shall be used for bedding material around the leachate collection pipes, wrapped with geotextile fabric,and for the clean aggregate layer in the leachate pond,as shown on the Construction Drawings and as specified herein. The coarse aggregate shall be sound, hard, durable,resistant to weathering,and shall be free of overburden,spoil,shale,and organic material. 2. Section 02230—Granular Fill Materials,02230.7.D.2 Material,strike and replace item 2 as follows: 2. The coarse aggregate shall have particle size gradation within the following limits(ASTM D422) Sieve Size %Passing Passing 2" 100 Passing 3/4" 0-15 Passing 5/8" 0 Addendum 2 City of Salina City of ADDENDUM 3 City Project No. 14-3022 w =;,r Project Name: Cell 19 Construction Salina City of Salina MSWLF March 12, 2014 RE: City of Salina Cell 19 Construction FROM:SCS Aquaterra City of Salina TO: Prospective Bidders A. MODIFICATION TO BIDDING DOCUMENTS 1. Document 00430—Bid Bond,strike and replace bid due date as follows: March 13,2014,ten o'clock a.m. central daylight time. B. MODIFICATIONS TO SPECIFICATIONS 1. Section 02230—Granular Fill Materials,02230.7.D.2 Material,strike and replace item 2 as follows: 2. The coarse aggregate shall have particle size gradation within the following limits(ASTM D422) Sieve Size %Passing Passing 2" 100 Passing 3/4" < 10 Passing #200 <5 Addendum 3 City of Salina