Loading...
HomeMy WebLinkAbout4104_HighPointMSWLF_respond_Leachatepondclosure_FID1276048_20190117 January 17, 2019 Mr. Ming-Tai Chao, P.E. Environmental Engineer NC DEQ Division of Waste Management 217 W. Jones Street Raleigh, NC 27603 ming.chao@ncdenr.gov RE: City of High Point - Kersey Valley MSW Landfill (Permit No. 41-04) Leachate Management System Modifications Response to Review Comments Dear Mr. Chao: On behalf of the City of High Point, Smith Gardner, Inc. (S+G) would like to respond to the comments in your email dated and received by S+G via email on December 14th, 2018 (see attached). These comments are repeated below in italics followed by our response in bold. Leachate Pond Closure 1. Please provide a detailed soil sampling plan including sampling depth at each location, the sampling scheme – composite or discrete samples, sampling tools and decontamination procedures, etc., and the proposed nine (9) soil sample locations should be shown on a drawing. A sampling and analysis plan, including a figure, has been prepared and is provided as an enclosure. 2. After closing the leachate pond, will the pond be backfilled with clean fill and re- graded/reseeded to match surrounding grades for facilitating surface drainage? Or the pond will be converted into a sedimentation basin. Please provide the post-closure land use at this location. Upon closure the pond will be backfilled with clean soils, graded to drain to a new culvert (which will drain to an existing sediment basin), and the area will be revegetated. The area may be utilized in the future as a stockpile area for clean soils or materials. 3. (Drawing No. S2) Regarding the sediment/sludge removal from the leachate pond prior to removing the pond liner, please add the liquid restriction requirement for the sediment / sludge disposal to the Note 3. Prior to disposal, the sludge/sediment must be examined & documented to ensure it either is free of liquid or passes the test - the SW-846 Test Method 9095B: Paint Filter Liquids Test. Note 4 has been added to address this. A copy of revised Drawing S2 is provided as an enclosure. DocuSign Envelope ID: 96D9208A-5169-49D5-B8C1-063960EF2171 Mr. Ming-Tai Chao, P.E. January 17, 2019 Page 2 of 3 4. 1,4-dioxane exceedance is detected in the monitoring well, MW-9 in 2018 groundwater sampling report (FID 1261073). Since the well is in the close vicinity of the leachate pond which is receiving leachate from Phase 3, a potential source of the chemical of concern (COC), to confirm if this COC exists, it is recommended to test soil samples underneath the leachate pond for 1,4-dioxane, in addition to the components in the Appendix I. Analysis for 1, 4 dioxane is included in the enclosed sampling and analysis plan. Phase 3 Sump Improvements 5. The proposal states that “the Phase 3 sump is not operating by gravity as intended and the connection to the gravity pipe leading away from the landfill is believed to be clogged.” For the clarity, please mark/note this clogged pipe on the drawing. Phase 3 was designed with a vertical drop into a pipe underneath the landfill leading to the existing leachate manhole. The vertical section is the portion which is believed to be clogged. Enclosed are copies of two drawings from construction of Phase 3 with notation added showing the location of the clog. 6. The approved Closure and Post Closure Plan (DIN 21805) stated that leachate flow rate in closed Area 1 unit is about 100 gallons/acre/day. The new proposed flow rate at Phase 3 sump is 50 gallons/acre/day, which is a half of the originally estimated amount. Is this new proposed flow rate based on any historical leachate record or just an engineer judgement? The assumed 50 gallons/acre/day (gpad) flow rate is believed to be conservative based on the approximate quantity of leachate periodically pumped by the City from the Phase 3 sump. The 100 gpad value assumed in the Closure and Post-Closure Plan, is a typical rule-of-thumb/engineering judgement used by S+G for recently closed areas. Even at the higher flow rate of 100 gpad (approximately 1,300 gallons/day for Phase 3), the capacity of the proposed pump is more than sufficient. 7. The proposed force main must pass hydro-static pressured test. Please add the test specification/criterion to the proposal. Pressure testing of the force main is planned. The project specifications are provided as an enclosure (reference Section 02614, HDPE Pipe). 8. The referenced survey drawing – Kersey Valley Landfill Storm Drainage, Leachate Main& Sanitary Sewer dated October 25, 2016 can’t be located in the SWS file system. Please provide a copy for our record. A copy of the requested drawing prepared by Schneider, Inc. is provided as an enclosure. DocuSign Envelope ID: 96D9208A-5169-49D5-B8C1-063960EF2171 Mr. Ming-Tai Chao, P.E. January 17, 2019 Page 3 of 3 9. The proposal should also address the following health & safety matters, such as OSHA trench safety & confined space entry, and potential methane exposure including fire result from a spark, and interference the existing LFGCCS operation, etc. The contract for the project requires the contractor to comply with all applicable safety and health requirements and to provide a copy of their safety program. The project specifications also note various safety requirements (for example, reference Paragraph M.3 (LFG Hazards) of Section 01010). Additionally, each of the project drawings includes a safety note. Please contact us at your earliest convenience should you have any questions or comments or if you require additional information related to this submittal. Sincerely, SMITH GARDNER, INC. Joan A. Smyth, P.G. Pieter K. Scheer, P.E. Vice President, Senior Hydrogeologist Vice President, Senior Engineer joan@smithgardnerinc.com pieter@smithgardnerinc.com Attachment: DEQ Email with Comments (December 14, 2018) Enclosures: Leachate Pond Removal Soil Investigation Plan Revised Drawing S2 Phase 3 Construction Drawings (E6 and G4) Project Specifications Schneider, Inc. As-Built Drawing (2 Sheets) cc: Robby Stone, City of High Point Mike Spencer, City of High Point Christine Ritter, NC DEQ - DWM DocuSign Envelope ID: 96D9208A-5169-49D5-B8C1-063960EF2171 1/17/2019 This page intentionally left blank. DocuSign Envelope ID: 96D9208A-5169-49D5-B8C1-063960EF2171 1 Pieter Scheer From:Pieter Scheer Sent:Thursday, January 17, 2019 9:37 AM To:Scheer, Pieter (pieter@smithgardnerinc.com) Subject:Comments on High Point - Kersey Valley MSWLF - Leachate Management System Modifications From: Chao, Ming-tai [mailto:ming.chao@ncdenr.gov] Sent: Friday, December 14, 2018 3:38 PM To: Pieter Scheer Cc: Ritter, Christine; Ulishney, Adam; Stanley, Sherri; Aja, Deborah Subject: Comments on High Point - Kersey Valley MSWLF - Leachate Management System Modifications   Hi Pieter: I have conducted a review of the permit Modification (FID 1261491) and have several comments on the project as below: FID 1261521 Leachate Pond Closure 1. Please provide a detailed soil sampling plan including sampling depth at each location, the sampling scheme – composite or discrete samples, sampling tools and decontamination procedures, etc., and the proposed nine (9) soil sample locations should be shown on a drawing. 2. After closing the leachate pond, will the pond be backfilled with clean fill and re-graded/reseeded to match surrounding grades for facilitating surface drainage? Or the pond will be converted into a sedimentation basin. Please provide the post-closure land use at this location. 3. (Drawing No. S2) Regarding the sediment/sludge removal from the leachate pond prior to removing the pond liner, please add the liquid restriction requirement for the sediment / sludge disposal to the Note 3. Prior to disposal, the sludge/sediment must be examined & documented to ensure it either is free of liquid or passes the test - the SW-846 Test Method 9095B: Paint Filter Liquids Test. 4. 1,4-dioxine exceedance is detected in the monitoring well, MW-9 in 2018 groundwater sampling report (FID 1261073). Since the well is in the close vicinity of the leachate pond which is receiving leachate from Phase 3, a potential source of the chemical of concern (COC), to confirm if this COC exists, it is recommended to test soil samples underneath the leachate pond for 1,4-dioxine, in addition to the components in the Appendix I. Phase 3 Sump Improvement 5. The proposal states that “the Phase 3 sump is not operating by gravity as intended and the connection to the gravity pipe leading away from the landfill is believed to be clogged.” For the clarity, please mark/note this clogged pipe on the drawing. 6. The approved Closure and Post Closure Plan (DIN 21805) stated that leachate flow rate in closed Area 1 unit is about 100 gallons/acre/day. The new proposed flow rate at Phase 3 sump is 50 gallons/acre/day, which is a half of the originally estimated amount. Is this new proposed flow rate based on any historical leachate record or just an engineer judgement? DocuSign Envelope ID: 96D9208A-5169-49D5-B8C1-063960EF2171 2 7. The proposed force main must pass hydro-static pressured test. Please add the test specification/criterium to the proposal. 8. The referenced survey drawing – Kersey Valley Landfill Storm Drainage, Leachate Main& Sanitary Sewer dated October 25, 2016 can’t be located in the SWS file system. Please provide a copy for our record. 9. The proposal should also address the following health & safety matters, such as OSHA trench safety & confined space entry, and potential methane exposure including fire result from a spark, and interference the existing LFGCCS operation, etc.     Please contact me if you have any question on the comments. Thanks.                                                                                                        Ming-Tai, Chao Environmental Engineer, Solid Waste Section Division of Waste Management North Carolina Department of Environmental Quality 919.707-8251 (Office) Ming.Chao@ncdenr.gov DocuSign Envelope ID: 96D9208A-5169-49D5-B8C1-063960EF2171 January 14, 2019 Mr. Ming-Tai Chao, P.E. Environmental Engineer NC DEQ Division of Waste Management 217 W. Jones Street Raleigh, NC 27603 ming.chao@ncdenr.gov RE: Leachate Pond Removal Soil Investigation Plan High Point Kersey Valley Landfill High Point, North Carolina Dear Mr. Chao: On behalf of the City of High Point, Smith Gardner, Inc. (S+G) has prepared this Leachate Pond Removal Soil Investigation Plan in response to comments regarding the removal of the leachate storage pond on the south side of Area 1 at the Kersey Valley Landfill Facility. Removal of the pond is scheduled to begin in March 2019. To evaluate potential impact resulting from the presence of the pond, S+G will perform the following scope of work. Sampling Plan Soil Sample Collection and Analysis After removal of the existing HDPE geomembrane liner and any visibly stained soils that may be beneath, S+G personnel will collect eight (8) discreet soil samples from the area shown on the attached Figure 1. Due to the naturally occurring inorganic metals in the soils of North Carolina, S+G will also collect a background sample from a location upgradient of the landfill (not pictured in Figure 1) to compare the results from the pond samples to background soil conditions. Each soil sample will be collected from a depth between one (1) and two (2) feet below (excavated) grade. Soil samples will be analyzed for the Appendix I list of constituents (40 CFR 258 Appendix I) and for 1,4 dioxane by EPA Method 8260 SIM by a North Carolina certified laboratory. Reporting After receipt of the laboratory analytical data, S+G will submit a report to the NCDEQ summarizing sample collection techniques and laboratory analytical data results. Analytical data will be compared to site background conditions (Upgradient soil analysis) and relevant standards (NC Soil Preliminary Soil Remediation Goals). This report will also include a map of sampling locations, conclusions, and recommendations. DocuSign Envelope ID: 79BBC5B8-8C78-40E5-8667-9D8EA805E62BDocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Mr. Ming-Tai Chao, P.E. January 14, 2019 Page 2 of 2 S+G appreciates your timely review of this plan and we are prepared to implement it following approval. If you have any questions or require additional information, please contact us at 919-828-0577 or by email below. Sincerely, SMITH GARDNER, INC. Seth C. Rickerts Joan A. Smyth, P.G. Staff Geologist Senior Hydrogeologist seth@smithgardnerinc.com joan@smithgardnerinc.com Attachments - Figure 1 cc: Robby Stone, P.E. – City of High Point Mike Spencer – City of High Point Pieter Scheer, P.E. – S+G File K:\Projects\High Point (NC)\HPOINT-18-1 (Leachate Pond Removal)\Leachate Pond Soil Sampling Plan\High Point KV Leachate Pond Soil Investigation Plan 2019-01-14.docx DocuSign Envelope ID: 79BBC5B8-8C78-40E5-8667-9D8EA805E62B 1/14/2019 DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Figures DocuSign Envelope ID: 79BBC5B8-8C78-40E5-8667-9D8EA805E62BDocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 This page intentionally left blank. DocuSign Envelope ID: 79BBC5B8-8C78-40E5-8667-9D8EA805E62BDocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 G:\CAD\High Point\Hpoint 18-1\sheets\HP-B0552.dwg - 1/14/2019 9:51 AMDRAWN:APPROVED:PROJECT NO:SCALE:FILENAME:DATE:FIGURE NO.PREPARED BY:PREPARED FOR:SMITHGARDNER+© 2019 Smith Gardner, Inc.14 N. Boylan Avenue, Raleigh NC 27603NC LIC. NO. F-1370 (ENGINEERING)919.828.0577SC COA NO. C014881526 Richland St., Columbia SC 29201KERSEY VALLEY MSW LANDFILLLEACHATE STORAGE POND REMOVALPROPOSED SOIL SAMPLING LOCATIONSC.T.J.S.C.R.AS SHOWN1Jan 2019HPOINT 18-1HP-B0552DocuSign Envelope ID: 79BBC5B8-8C78-40E5-8667-9D8EA805E62BDocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64           This Page Intentionally Left Blank DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 PROJECT TITLE:DRAWING TITLE:REV.DATEDESCRIPTIONDESIGNED:DRAWN:APPROVED:PROJECT NO:SCALE:FILENAME:PREPARED BY:PREPARED FOR:SHEET NUMBER:DRAWING NUMBER:DATE:G:\CAD\High Point\Hpoint 18-1\sheets\HP-D0544.dwg - 10/8/2018 1:08 PM SEALSEALSMITHGARDNERENGINEERS+Electronic files are instruments of service provided by SmithGardner, Inc. for the convenience of the intended recipient(s), andno warranty is either expressed or implied.  Any reuse orredistribution of this document in whole or part without thewritten authorization of Smith Gardner, Inc., will be at the solerisk of the recipient.  If there is a discrepancy between theelectronic files and the signed and sealed hard copies, the hardcopies shall govern.  Use of  any electronic files generated orprovided by Smith Gardner, Inc., constitutes an acceptance ofthese terms and conditions.© 2018 Smith Gardner, Inc.14 N. Boylan Avenue, Raleigh NC 27603NC LIC. NO. F-1370 (ENGINEERING)919.828.05771526 Richland St., Columbia SC 29201SC COA NO. C01488 CITY OF HIGH POINTDEPARTMENT OFPUBLIC SERVICESHIGH POINT, NC KERSEY VALLEY MSW LANDFILLLEACHATE MANAGEMENTMODIFICATIONS   LEACHATE STORAGEPOND REMOVAL   P.K.S.C.T.J.HPOINT 18-1AS SHOWNOCT. 2018HP-D05443S211/19REVISED PER DEQ COMMENTS                                 NOT FOR CONSTRUCTIONFOR BIDDINGDocuSign Envelope ID: 35100A36-7038-4572-9778-38796451708E1/14/2019DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64           This Page Intentionally Left Blank DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Clog Believed to be in Vertical Drop Section of Sump DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Specifications Kersey Valley MSW Landfill Leachate Management Modifications High Point, North Carolina Prepared for: City of High Point Department of Public Services High Point, North Carolina October 2018 © 2018 Smith Gardner, Inc. This document is intended for the sole use of the client for which it was prepared and for the purpose agreed upon by the client and Smith Gardner, Inc. F-1370 F-1370 DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 This page intentionally left blank. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Specifications Kersey Valley MSW Landfill Leachate Management Modifications High Point, North Carolina Prepared For: City of High Point Department of Public Services High Point, North Carolina S+G Project No. HPOINT-18-1 Spencer W. Hollomon, P.E. Project Engineer Pieter K. Scheer, P.E. Vice President, Senior Engineer October 2018 F-1370 F-1370 DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80 10/10/2018 DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 This page intentionally left blank. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Specifications October 2018 Table of Contents Page i Kersey Valley MSW Landfill Leachate Management Modifications High Point, North Carolina Specifications Table of Contents General Specifications Section Specification 01010 Summary of Work 01025 Measurement and Payment 01200 Project Meetings 01300 Submittals 01400 Quality Control and Quality Assurance 01500 Temporary Facilities and Controls 01600 Materials and Equipment 01700 Project Closeout Technical Specifications Section Specification 02220 Site Demolition 02222 Excavation 02223 Embankment 02240 Geotextiles 02270 Erosion and Sedimentation Control 02608 Precast Concrete Structures 02614 HDPE Pipe 02616 PVC Pipe 02640 Valves 02720 Stormwater Systems 02930 Revegetation 03310 Concrete Work 11314 Pump and Controls DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Specifications October 2018 Table of Contents Page ii This page intentionally left blank. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications General Specifications October 2018 Summary of Work Page 01010-1 SECTION 01010 SUMMARY OF WORK A. Scope of Work 1. The work to be done under this Contract and in accordance with these Specifications consists of furnishing all equipment, superintendence, labor, skill, material and all other items necessary for the construction of the Project. The Contractor shall perform all work required for such construction in accordance with the Contract Documents and subject to the terms and conditions of the Contract, complete and ready for use. 2. The principal features of the work to be performed under this Contract include: LEACHATE MANAGEMENT MODIFICATIONS: Includes cleaning of an existing leachate storage tank, removal of an existing lined leachate storage pond, and the installation of a new leachate pump along with related electrical, earthwork, drainage, and erosion and sedimentation control work. The foregoing description(s) shall not be construed as a complete description of all work required. B. Contract Drawings The work to be done is shown on the set of Contract Drawings entitled “Kersey Valley MSW Landfill – Leachate Management Modifications Construction Drawings” dated October 2018. C. General Arrangement 1. The Contract Drawings indicate the extent and general arrangement of the work. If any departures from the Contract Drawings are deemed necessary by the Contractor to accommodate the materials and equipment he proposes to furnish, details of such departures and reasons therefore shall be submitted as soon as practicable to the Engineer for approval. No such departures shall be made without the prior written approval of the Engineer. Approved changes shall be made without additional cost to the Owner for this work. 2. The specific equipment proposed for use by the Contractor on the Project may require changes in structures, auxiliary equipment, piping, electrical, mechanical, controls or other work to provide a complete satisfactory operating installation. The Contractor shall submit to the Engineer, for approval, all necessary drawings and details showing such changes to verify conformance with the overall Project requirements and overall Project operating performance. The Bid Price shall include all costs in connection with the preparation of new drawings and details and all changes to construction work to accommodate the proposed materials and equipment. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications General Specifications October 2018 Summary of Work Page 01010-2 3. The following materials will be supplied by the Owner: a. On-site soil suitable for structural fill (Embankment). D. Construction Permits, Easements, and Encroachments 1. The Owner shall obtain or cause to be obtained all permanent and temporary construction easements as shown on the Contract Drawings. The Contractor shall verify that these agreements have been obtained and shall comply with the conditions set forth in each agreement. 2. The Contractor shall obtain, keep current, and pay all fees for any necessary construction permits from those authorities, agencies, or municipalities having jurisdiction over land areas, utilities, or structures which are located within the Contract limits and which will be occupied, encountered, used, or temporarily interrupted by the Contractor's operations unless otherwise stated. Record copies of all permits shall be furnished to the Engineer. 3. When construction permits are accompanied by regulations or requirements issued by a particular authority, agency, or municipality, it shall be the Contractor's responsibility to familiarize himself and comply with such regulations or requirements as they apply to their operations on this Project. 4. Not Used. 5. The Contractor is responsible for all transportation permits required for performance of this Contract. E. Time of Work 1. The normal time of work for this Contract shall generally be between the hours of 7:00 a.m. and 7:00 p.m., Monday through Saturday. Additionally, no work shall be performed on the following legal holidays should they occur during the Contract Time: 1. New Year’s Day 5. Independence Day 2. Martin Luther King, Jr. Day 6. Labor Day 3. Good Friday 7. Thanksgiving (2 Days) 4. Memorial Day 8. Christmas (2 Days) When a holiday falls on a Sunday, the holiday shall be observed on the following Monday. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications General Specifications October 2018 Summary of Work Page 01010-3 The Contractor may elect to work beyond these times or on Sundays (only as approved in advance by the Owner) provided that all costs incurred by the Owner for additional engineering or landfill site staff required to be present during non-landfill hours shall be borne solely by the Contractor. Similarly, the Owner shall deduct the cost of additional inspection/monitoring or other required support service costs from monies due the Contractor. Note that during periods of short daylight, the Contractor is required to provide ample temporary lighting as described in the following paragraph. 2. If it shall become imperative to perform work at night, the Owner and Engineer shall be informed a reasonable time in advance of the beginning of such work. Temporary lighting and all other necessary facilities for performing and inspecting the work shall be provided, maintained, and paid for by the Contractor at no additional cost to the Owner. The Contractor shall take all necessary steps and precautions to ensure a safe workplace for night work including compliance with all applicable statutes, ordinances, rules, and regulations. 3. Unless otherwise specifically permitted, all work that would be subject to damage shall be stopped during inclement, stormy, or freezing weather. Only such work as will not suffer injury to workmanship or materials will be permitted. The Contractor shall carefully protect their work against damage or injury from the weather, and when work is permitted during freezing weather, he shall provide and maintain approved facilities for heating the materials and for protecting the partially completed and finished work. F. Surveys and Layout 1. All work under this Contract shall be constructed in accordance with the lines and grades shown on the Contract Drawings or as directed by the Engineer. Elevations of existing ground and appurtenances shown on the Contract Drawings are believed to be reasonably correct but are not guaranteed to be absolute and therefore are presented only as an approximation. Any error or apparent discrepancy in the data shown or omissions of data required for accurately accomplishing the stake out survey shall be referred immediately to the Engineer for interpretation or correction. 2. All survey work for construction control purposes shall be made by the Contractor at their expense. The Contractor shall provide a competently qualified survey party under the supervision of a Registered Land Surveyor, all necessary instruments, stakes, and other material to perform the work. Benchmarks in relatively close proximity to the work will be provided by the Owner for horizontal/vertical control. 3. The Contractor shall establish all baselines for the location of the principal component parts of the work together with a suitable number of bench marks and batter boards adjacent to the work. Based upon the information provided by the Contract Drawings, the Contractor shall develop and make all detail surveys necessary for construction, including slope stakes, batter boards, stakes for all working points, lines, and elevations. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications General Specifications October 2018 Summary of Work Page 01010-4 4. The Contractor shall have the responsibility to carefully preserve the bench marks, reference points, and stakes, and in the case of destruction thereof by the Contractor or resulting from their negligence, the Contractor shall be charged with the expense and damage resulting therefrom and shall be responsible for any mistakes that may be caused by the unnecessary loss or disturbance of such bench marks, reference points, and stakes. 5. Existing or new control points, property markers, and monuments that will be or are destroyed during the normal causes of construction shall be reestablished by the Contractor at no cost to the Owner and all reference ties recorded therefore shall be furnished to the Engineer. All computations necessary to establish the exact position of the work shall be made and preserved by the Contractor. 6. The Engineer may check all or any portion of the work and the Contractor shall afford all necessary assistance to the Engineer in carrying out such checks. Any necessary corrections to the work shall be immediately made by the Contractor. Such checking by the Engineer shall not relieve the Contractor of any responsibilities for the accuracy or completeness of their work. 7. Not Used 8. Not Used 9. Record (As-Built) Drawings: For this project, the Contractor shall prepare and furnish digital copies (.pdf and .dwg format) of the following Record (As-Built) Drawings to the Engineer: a. Pump Enclosure (Struture and Inverts); b. Piping and Structures; c. Electrical Conduits and Structures; and d. Finish grades for all work within the Contract Limits (including locations and invert elevations of all stormwater piping and structures and limits of all aggregate surfacing). The Record Drawings shall indicate all critical locations/elevations of structures, earthwork, piping, roads, utilities, existing benchmarks, etc. Refer to the individual sections of these Specifications (where applicable) for additional requirements of each drawing. The scale, level of detail, and format of the Record Drawings must be to the satisfaction of and approval by the Engineer. The digital drawings shall be readable by AutoCAD Version 2000 or later in the *.DWG or *.DXF format. Topographical maps shall be drawn at full scale in 3-dimensional polylines with X, Y, and Z labeled accurately for each. The layering system shall have descriptive names easily discernible as to the content of the drawing or a layer code sheet shall be provided explaining the layering system. The drawings shall be produced in a fashion that conforms with industry computer aided drafting standards. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications General Specifications October 2018 Summary of Work Page 01010-5 10. Tolerances: For this project, the maximum allowable deviation from the lines and grades, as shown on the Contract Drawings, are shown in the following table. Survey Item Tolerance Horizontal Location: + 1.0 Feet Subgrade Elevations (Prepared Subgrade or Compacted Embankment): + 0.15 Feet Slopes (vertical/horizontal x 100): + 0.50 % (3H:1V Max.) G. Coordination 1. The Contractor shall allow the Owner or their agents, and other Project Contractors or their agents, to enter upon the work for the purpose of constructing, operating, maintaining, removing, repairing, altering, or replacing such pipes, sewers, conduits, manholes, wires, poles, or other structures and appliances which may be required to be installed at or in the work. The Contractor shall cooperate with all aforesaid parties and shall allow reasonable provisions for the prosecution of any other work by the Owner, or others, to be done in connection with their work, or in connection with normal use of the facilities. 2. Each Contractor shall cooperate fully with the Owner, the Engineer, and all other Contractors employed on the work, to effect proper coordination and progress to complete the Project on schedule and in proper sequence. Insofar as possible, decisions of all kinds required from the Engineer shall be anticipated by the Contractor to provide ample time for inspection, or the preparation of instructions. 3. Each Contractor shall assume full responsibility for the coordination of all parts of their work with that of other Contractors. Each Contractor's Superintendent shall coordinate all work with other Contractors in the laying out of work. Each Contractor shall lay out their own work in accordance with the Contract Drawings, Specifications, and instructions of latest issue and with due regard to the work of other Contractors. 4. Periodic coordinating meetings shall be held per Section 01200, Project Meetings, of these Specifications. 5. Active Landfill Operations: The Contractor shall coordinate their work with that of the Owner and Owner’s personnel so as to not create any disruption to the access or operation of the active MSW landfill areas or the active borrow and stockpile areas. The Owner and Contractor will agree on the use of borrow and stockpile areas prior to construction. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications General Specifications October 2018 Summary of Work Page 01010-6 H. Additional Engineering Services 1. In the event that the Engineer is required to provide additional engineering services as a result of substitution of materials or equipment which are not “or equal” by the Contractor, or changes by the Contractor in dimension, weight, power requirements, etc., of the equipment and accessories furnished, or if the Engineer is required to examine and evaluate any changes proposed by the Contractor for the convenience of the Contractor, then the Engineer's charges in connection with such additional services shall be charged to the Contractor by the Owner. 2. In the event that the Engineer is required to provide additional engineering services as a result of Contractor's errors, omissions, or failure to conform to the requirements of the Contract Documents, or if the Engineer is required to examine and evaluate any changes proposed by the Contractor solely for the convenience of the Contractor, then the Engineer's charges in connection with such additional services shall be charged to the Contractor by the Owner. I. Additional Owner’s Expenses 1. In the event the work of this Contract is not completed within the time set forth in the Contract or within the time to which such completion may have been extended in accordance with the Contract Documents, the additional engineering or inspection charges incurred by the Owner may be charged to the Contractor and deducted from the monies due him. Extra work or supplemental Contract work added to the original Contract, as well as extenuating circumstances beyond the control of the Contractor, will be given due consideration by the Owner before assessing engineering and inspection charges against the Contractor. 2. Charges assessed to the Contractor for additional engineering and inspection costs will be determined based on actual hours charged to the job by the Engineer. Daily rates will depend on the number and classifications of employees involved, but in no case shall such charges exceed $500 per day for engineering personnel, travel time and expenses, and any other direct reimbursable items, based on an eight hour workday. 3. Charges for additional Owner's expenses shall be in addition to any liquidated damages assessed in accordance with the Contract. J. Subsurface Data (Where Applicable) 1. Subsurface data are offered in good faith solely for placing the Bidder in receipt of all information available to the Owner and Engineer and in no event is to be considered as part of the Contract Documents. 2. The Bidder must interpret such subsurface data according to their own judgment and acknowledge that he is not relying upon the same as accurately describing the subsurface conditions, which may be found to exist. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications General Specifications October 2018 Summary of Work Page 01010-7 The test boring logs present factual information of the subsurface conditions at the specific test boring location only. The Bidder should not consider, or conclude, that the subsurface conditions will be consistent between test boring locations. 3. The Bidder further acknowledges that he assumes all risks contingent upon the nature of the subsurface conditions to be actually encountered by him in performing the work covered by the Contract, even though such actual conditions may result in the Bidder performing more or less work than he originally anticipated. K. Not Used L. Protection of Property 1. The Contractor shall be responsible for the preservation and protection of property adjacent to and within the work site against damage or injury as a result of their operations under this Contract. Any damage or injury occurring on account of any act, omission, or neglect on the part of the Contractor shall be restored in a proper and satisfactory manner or replaced by and at the sole expense of the Contractor to an equal or superior condition than previously existed. 2. The Contractor shall comply promptly with such safety regulations as may be prescribed by the Owner or the local authorities having jurisdiction and shall, when so directed, properly correct any unsafe conditions created by, or unsafe practices on the part of, their employees. In the event of the Contractor's failure to comply, the Owner may take the necessary measures to correct the conditions or practices complained of, and all costs thereof will be deducted from any monies due the Contractor. Failure of the Engineer to direct the correction of unsafe conditions or practices shall not relieve the Contractor of their responsibility hereunder. 3. In the event of any claims for damage or alleged damage to property as a result of work under this Contract, the Contractor shall be responsible for all costs in connection with the settlement of or defense against such claims. Prior to commencement of work in the vicinity of property adjacent to the work site, the Contractor, at their own expense, shall take such surveys as may be necessary to establish the existing condition of the property. Before final payment can be made, the Contractor shall furnish satisfactory evidence that all claims for damage have been legally settled or sufficient funds to cover such claims have been placed in escrow, or that an adequate bond to cover such claims has been obtained. M. Fire Protection 1. The Contractor shall take all necessary precautions to prevent fires at or adjacent to the work, buildings, etc., and shall provide adequate facilities for extinguishing fires which do occur. 2. When fire or explosion hazards are created in the vicinity of the work as a result of the locations of fuel tanks, or similar hazardous utilities or devices, the Contractor shall immediately alert the local Fire Marshal, the Engineer, and the Owner of such tank or device. The Contractor shall exercise all safety precautions and shall comply with all DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications General Specifications October 2018 Summary of Work Page 01010-8 instructions issued by the Fire Marshal and shall cooperate with the Owner of the tank or device to prevent the occurrence of fire or explosion. 3. Landfill Gas Hazards: The Contractor is reminded that construction is to take place around/over solid waste which generates methane, hydrogen sulfide, and/or other potentially flammable or hazardous gases. The Contractor shall take all necessary steps to protect their personnel and equipment from the explosive or other hazardous conditions which may result due to the presence of landfill gas during construction. The Contractor shall notify the Owner and Engineer immediately if a problem with landfill gas arises. In this case, the Owner and Engineer will develop a plan to control the landfill gas such that the Contractor may continue to work. Any delays resulting from the development of a plan may be granted to the Contractor as a time extension if the critical path of the work is affected. The Contractor shall hold the Owner and Engineer harmless in the event of an accident resulting from the ignition of landfill gas. N. Chemicals All chemicals used during Project construction or furnished for Project operation, whether herbicide, pesticide, disinfectant, polymer, or reactant of other classification, must show approval of either the EPA or USDA. Use of all such chemicals and disposal of residues shall be in strict conformance with all applicable Federal, State, and/or local rules and regulations. Material safety data sheets (MSDS) shall be submitted as requested by the Owner. O. Existing Utilities and Structures 1. The term existing utilities shall be deemed to refer to both publicly and privately-owned utilities such as electric power and lighting, telephone, water, gas, storm drains, process lines, sanitary sewers, leachate piping, landfill gas (LFG) piping and wells, and all appurtenant structures. 2. Where existing utilities and structures are indicated on the Contract Drawings, it shall be understood that all of the existing utilities and structures affecting the work may not be shown and that the locations of those shown are approximate only. It shall be the responsibility of the Contractor to ascertain the actual extent and exact location of existing utilities and structures. In every instance, the Contractor shall notify the proper authority having jurisdiction and obtain all necessary directions and approvals before performing any work within the Contract limits. 3. Prior to beginning any excavation work, the Contractor shall, through field investigations, determine any conflicts or interferences between existing utilities and new utilities to be constructed under this Project. This determination shall be based on the actual locations, elevations, slopes, etc. of existing utilities as determined in the field investigations, and locations, elevation, slope, etc. of new utilities as shown on the Contract Drawings. If an interference exists, shown or not shown in the Contract Drawings, the Contractor shall immediately cease work in the area of the interference and shall report to the Engineer for further direction. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications General Specifications October 2018 Summary of Work Page 01010-9 4. If the Engineer agrees that an interference exists, he shall modify the design as required. Additional costs to the Contractor for this change shall be processed through a Change Order as detailed elsewhere in these Contract Documents. In the event the Contractor fails to bring a potential conflict or interference to the attention of the Engineer prior to beginning excavation work, any actual conflict or interference which does arise during the Project shall be corrected by the Contractor, as directed by the Engineer, at no additional expense to the Owner. 5. The work shall be carried out in a manner to prevent disruption of existing services and to avoid damage to the existing utilities. Temporary connections shall be provided, as required, to insure no interruption of existing services. Any damage resulting from the work of this Contract shall be promptly repaired by the Contractor at their own expense in a manner approved by the Engineer and further subject to the requirements of any authority having jurisdiction. Where it is required by the authority having jurisdiction that they perform their own repairs or have them done by others, the Contractor shall be responsible for all costs thereof. 6. Where excavations by the Contractor require any utility lines or appurtenant structures to be temporarily supported and otherwise protected during the construction work, such support and protection shall be provided by the Contractor. All such work shall be performed in a manner satisfactory to the Engineer and the respective authority having jurisdiction over such work. In the event the Contractor fails to provide proper support or protection to any existing utility, the Engineer may, at their discretion, have the respective authority to provide such support or protection as may be necessary to insure the safety of such utility, and the costs of such measures shall be paid by the Contractor. P. Not Used Q. Applicable Standards and Codes 1. Wherever reference is made to any published standards, codes, or standard specifications, it shall mean the latest standard code, specification or tentative specification of the technical society, organization or body referred to, which is in effect at the date of invitation for Bids. 2. All materials, products, and procedures used or incorporated in the work shall be in strict conformance with applicable codes, regulations, specifications, and standards. 3. A partial listing of codes includes the following: a. National Fire Codes. b. Underwriters Laboratories, Inc. c. National Electrical Manufacturer's Association d. American National Standards Association e. Regulations and Standards of the Occupational Safety and Health Act (OSHA) f. Uniform Building Code (UBC) g. American Society for Testing and Materials (ASTM). DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications General Specifications October 2018 Summary of Work Page 01010-10 The following is a partial list of typical abbreviations which may be used in the Specifications, and the organizations to which they refer: AASHTO American Association of State Highway and Transportation Officials ACI American Concrete Institute AGA American Gas Association AIA American Institute of Architects AISC American Institute of Steel Construction AISI American Iron and Steel Institute ANSI American National Standards Institute API American Petroleum Institute ASCE American Society of Civil Engineers ASME American Society of Mechanical Engineers ASTM American Society for Testing and Materials AWS American Welding Society AWWA American Water Works Association DIPRA Ductile Iron Pipe Research Association COE U.S. Army Corps of Engineers CRSI Concrete Reinforcing Steel Institute Fed Spec Federal Specifications GRI Geosynthetic Research Institute IEEE Institute of Electrical and Electronic Engineers IPCEA Insulated Power Cable Engineers Association ISO Insurance Services Offices NBS National Bureau of Standards NCDOT North Carolina Department of Transportation NEC National Electric Code NEMA National Electrical Manufacturers Association OSHA Occupational Safety and Health Act PCI Precast Concrete Institute UL Underwriters Laboratories, Inc. USGS United States Geological Survey 4. The Contractor shall, when required, furnish evidence satisfactory to the Engineer that materials and methods are in accordance with such standards where so specified. 5. In the event any questions arise as to the application of these standards or codes, copies shall be supplied on-site by the Contractor. R. Limits of Work Area 1. The Contractor shall confine their construction operations within the Contract limits shown on the Contract Drawings and/or property lines and/or fence lines. Storage of equipment and materials, or erection and use of sheds outside of the Contract limits, if such areas are the property of the Owner, shall be used only with the Owner's approval. Such storage or temporary structures, even within the Contract's limits, shall be confined to the Owner's property and shall not be placed on properties designated as DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications General Specifications October 2018 Summary of Work Page 01010-11 easements or rights-of-way unless specifically permitted elsewhere in the Contract Documents. 2. Damage or impact by the Contractor to areas within or outside the Contract limits shall be the sole responsibility of the Contractor to remedy (including fines) the impact/damage to at least prior condition/function. This shall include sensitive areas including, but not limited to, wetlands and archeological sites. S. Weather Conditions The Contractor shall take necessary precautions (in the event of impending storms) to protect all work, materials, or equipment from damage or deterioration due to, but not limited to, floods, driving rain, wind, and snow/ice storms. The Owner reserves the right, through the opinion of the Engineer, to order that additional protection measures over and beyond those proposed by the Contractor, be taken to safeguard all components of the Project. The Contractor shall not claim any compensation for such precautionary measures so ordered, nor claim any compensation from the Owner for damage to the work from weather elements. T. Periodic Cleanup: Basic Site Restoration 1. During construction, the Contractor shall regularly remove from the site of the work all accumulated debris and surplus materials of any kind which result from their operations. Unused equipment and tools shall be stored at the Contractor's yard or base of operations for the Project. 2. When the work involves installation of sewers, drains, water mains, manholes, underground structures, or other disturbance of existing features in or across streets, rights-of-way, easements, or private property, the Contractor shall (as the work progresses) promptly backfill, compact, grade, and otherwise restore the disturbed area to the basic condition which will permit resumption of pedestrian or vehicular traffic and any other critical activity or functions consistent with the original use of the land. Unsightly mounds of earth, large stones, boulders and debris shall be removed so that the site presents a neat appearance. 3. The Contractor shall perform the cleanup work on a regular basis and as frequently as ordered by the Engineer. Basic site restoration in a particular area shall be accomplished immediately following the installation or completion of the required facilities in that area. Furthermore, such work shall also be accomplished, when ordered by the Engineer, if partially completed facilities must remain incomplete for some time period due to unforeseen circumstances. 4. Upon failure of the Contractor to perform periodic cleanup and basic restoration of the site to the Engineer's satisfaction, the Owner may, upon five (5) days prior written notice to the Contractor, without prejudice to any other rights or remedies of the Owner, cause such work for which the Contractor is responsible to be accomplished to the extent deemed necessary by the Engineer, and all costs resulting therefrom shall be charged to the Contractor and deducted from the amounts of money that may be due him. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications General Specifications October 2018 Summary of Work Page 01010-12 U. Use of Facilities Before Completion 1. The Owner reserves the right to enter and use any portion of the constructed facilities before final completion of the whole work to be done under this Contract. However, only those portions of the facilities which have been completed to the Engineer's satisfaction, as evidenced by their issuing a Certificate of Substantial Completion covering that part of the work, shall be placed in service. 2. It shall be the Owner's responsibility to prevent premature connections to or use of any portion of the installed facilities by private or public parties, persons or groups of persons, before the Engineer issues their Certificate of Substantial Completion covering that portion of the work to be placed in service. 3. Consistent with the approved progress schedule, the Contractor shall cooperate with the Owner, their agents, and the Engineer to accelerate completion of those facilities, or portions thereof, which have been designated for early use by the Owner. END OF SECTION DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications General Specifications October 2018 Measurement and Payment Page 01025-1 SECTION 01025 MEASUREMENT AND PAYMENT A. General This Section includes the units and methods of measurement and the basis of payment for work done under this Contract. The work required for each item shall be as required and/or reasonably implied by the Contract Documents to complete the work. Note that all measurement work shall be subject to verification (surveyed or otherwise) by the Owner. B. Measurement and Payment 1. Clean Leachate Storage Tank: All work required for Clean Leachate Storage Tank shall be included for payment in the Contractor's Lump Sum Price for this work, wherein no measurement will be made. 2. Leachate Storage Pond Removal: All work required for Leachate Storage Pond Removal, shall be included for payment in the Contractor's Lump Sum and Unit Price Bid for the following items: a. Remove Existing Liquid shall be paid on the basis of the Lump Sum Price for this work, wherein no measurement will be made. b. Remove Existing Sediments shall be paid on the basis of the Lump Sum Price for this work, wherein no measurement will be made. c. Remove Existing Fencing and HDPE Geomembrane shall be paid on the basis of the Lump Sum Price for this work, wherein no measurement will be made. d. Remove and Cap Existing PVC Pipe shall be paid on the basis of the Lump Sum Price for this work, wherein no measurement will be made. e. Remove Existing Outlet Pipe and Manhole shall be paid on the basis of the Lump Sum Price for this work, wherein no measurement will be made. f. Remove Impacted Subgrade Soils and Backfill with Clean Structural Fill shall be paid on the basis of the Unit Price Bid for this work, per cubic yard in-place. Measurement of this quantity shall be made by the Contractor with oversight and approval by the Owner’s representative. g. Install Silt Fence, Culvert, and Rip Rap Apron shall be paid on the basis of the Lump Sum Price for this work, wherein no measurement will be made. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications General Specifications October 2018 Measurement and Payment Page 01025-2 h. Backfill Pond to El. 765 and Grade to Drain to New Culvert shall be paid on the basis of the Unit Price Bid for this work, per cubic yard in-place. Measurement of this quantity shall be made by the Contractor with oversight and approval by the Owner’s representative. 3. Phase 3 Sump Improvements: All work required for Phase 3 Sump Improvements, shall be included for payment in the Contractor's Lump Sum Price for the following items, wherein no measurement will be made: a. Earthwork. b. Pump Enclosure. c. Pumps (2 Including Spare) and 2” Diam. Suction Hose and Fittings (Includes Intake Screen and Foot Valve. d. Flow Meter Assembly (Incl. Flow Meter). e. 2” Diam. HDPE (DR 11) Pipe and Fittings (Includes Connection to Manhole). f. 6” Diam. PVC (SCH 80) Pipe and Fittings (Includes P-Trap and Cleanout and Connection to Manhole). g. 2-Inch Ball Valves. h. Pump Controls. i. Connection to Electrical Service. j. Phase 3 Sump Improvements Electrical Work. k. Aggregate Surfacing. 4. Erosion and Sedimentation Control: All work required for Erosion and Sedimentaton Control, which is not otherwise covered under related sections of these Specifications, shall be included for payment in the Contractor's Unit Price Bid for the following items: a. Erosion Control Blanket shall be paid on the basis of the Unit Price Bid for this work, per square yard of material in-place. Measurement of this quantity shall be made by the Contractor with oversight and approval by the Owner’s representative. b. Revegetation shall be included for payment in the Unit Price Bid for this work, per acre in-place. Measurement of this quantity shall be made by the Contractor with oversight and approval by the Owner’s representative. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications General Specifications October 2018 Measurement and Payment Page 01025-3 5. Surveying Control: This work shall consist of all surveying and control work required by the Contract Documents. This includes establishment of appropriate local site benchmarks, baseline surveys, location of utilities, stakeout of elevation and positional information required to complete the construction and obtaining all survey information required to compile Record (As-Built) Drawings as required by the Contract Documents. All work required for Surveying Control shall be included for payment in the Contractor’s Lump Sum Price for this work, wherein no measurement will be made. 6. Bonds, Mobilization, and Insurance: This work shall consist of securing the appropriate bonds and insurance policies for the project, performance of preparatory construction operations, and performance of project closeout activities including the movement of personnel and equipment to and from the project site, safety equipment, and other facilities to begin work on a substantial phase of the Contract. All work required for Bonds, Mobilization, and Insurance shall be included for payment in the Contractor’s Lump Sum Price for this work, wherein no measurement will be made. The amount of this item shall be limited to a maximum of four percent of the total Bid price. At least twenty (20) percent of this item must be allocated for demobilization at the end of the project. 7. Section 02200: Site Demolition: All work required for Site Demolition shall be considered incidental to the other pay items in this contract and no separate measurement or payment will be made. 8. Section 02222: Excavation: All work required for Excavation shall be considered incidental to the other pay items in this contract and no separate measurement or payment will be made. 9. Section 02223: Embankment: All work required for Embankment shall be considered incidental to the other pay items in this contract and no separate measurement or payment will be made. 10. Section 02240: Geotextiles: All work required for Geotextiles shall be considered incidental to the other pay items in this contract and no separate measurement or payment will be made. 11. Section 02270: Erosion and Sedimentation Control: All work required for Erosion and Sedimentation Control shall be considered incidental to the other pay items in this contract and no separate measurement or payment will be made. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications General Specifications October 2018 Measurement and Payment Page 01025-4 12. Section 02608: Precast Concrete Structures: All work required for Precast Concrete Structures shall be considered incidental to the other pay items in this contract and no separate measurement or payment will be made. 13. Section 02614: HDPE Pipe: All work required for HDPE Pipe shall be considered incidental to the other pay items in this contract and no separate measurement or payment will be made. 14. Section 02616: PVC Pipe: All work required for PVC Pipe shall be considered incidental to the other pay items in this contract and no separate measurement or payment will be made. 15. Section 02640: Valves: All work required for Valves shall be considered incidental to the other pay items in this contract and no separate measurement or payment will be made. 16. Section 02720: Stormwater Systems: All work required for Stormwater Systems shall be considered incidental to the other pay items in this contract and no separate measurement or payment will be made. 17. Section 02930: Revegetation: All work required for Revegetation shall be considered incidental to the other pay items in this contract and no separate measurement or payment will be made. 18. Section 03310: Concrete Work: All work required for Concrete Work shall be considered incidental to the other pay items in this contract and no separate measurement or payment will be made. 19. Section 11314: Pump and Controls: All work required for Pump and Controls shall be considered incidental to the other pay items in this contract and no separate measurement or payment will be made. C. Submittals Before completion of the first pay application, the Contractor shall prepare and submit copies of their proposed pay application to the Engineer for review. END OF SECTION DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications General Specifications October 2018 Project Meetings Page 01200-1 SECTION 01200 PROJECT MEETINGS A. Pre-Bid Meeting 1. A Pre-Bid Meeting will be held at the time and place to be designated in the Notice to Bidders. 2. The Engineer will be available to discuss the Project and answer pertinent questions. No oral interpretation will be made as to the meaning of the Contract Documents. Interpretation, if deemed necessary by the Engineer, will be in the form of an Addendum to the Contract Documents following the meeting. B. Preconstruction Meeting 1. A preconstruction meeting will be held after Award of Contract, but prior to the start of work at the site. 2. Attendance: a. Owner b. Engineer c. Contractor d. Representatives of Governmental or other Regulatory Agencies (As Appropriate). 3. Tentative Agenda: a. Tentative construction schedule/milestones b. Work sequencing c. Designation of responsible personnel d. Processing of Field Decisions and Change Orders e. Adequacy of distribution of Contract Documents f. Submittal of Shop Drawings and samples g. Procedures for maintaining record documents h. Use of site and Owner's requirements i. Major equipment deliveries and priorities j. Safety and first aid procedures k. Security procedures l. Housekeeping procedures m. Processing of Partial Payment Requests n. General regard for community relations. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications General Specifications October 2018 Project Meetings Page 01200-2 C. Progress Meetings 1. Progress meetings will be held monthly (or as otherwise directed by the Owner) at the Landfill Office during the performance of the work of this Contract. Additional meetings may be called as progress of work dictates. 2. The Engineer or their representative will preside at meetings and record minutes of proceedings and decisions. The Engineer will subsequently distribute copies of minutes to participants. 3. Attendance: a. Owner b. Engineer c. Contractor d. Subcontractors as pertinent to the agenda. 4. Tentative Agenda: a. Review and approve minutes of previous meetings. b. Review progress of work since last meeting. c. Review proposed 30-60 day construction schedule. d. Note and identify problems which impede planned progress. e. Develop corrective measures and procedures to regain planned schedule. f. Revise construction schedule as indicated and plan progress during next work period. g. Maintaining of quality and work standards. h. Complete other current business. i. Report on community and governmental relations. j. Schedule next progress meeting. END OF SECTION DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications General Specifications October 2018 Submittals Page 01300-1 SECTION 01300 SUBMITTALS A. General This section describes the submittal process and the various submittal items which are required for this work. Submittal items include: 1. Progress Schedule 2. Proposed Products List 3. Product Data 4. Samples 5. Working Drawings 6. Operation and Maintenance Manuals 7. Other Submittals. A summary list of required submittals for this project is shown on Table 1 of this section. Note that this summary list does not relive the Contractor of providing additional submittal information, not listed in Table 1, which may be required by the Contract Documents. B. Procedure for Submittal and Contractor Responsibilities 1. Submittals shall be transmitted in sufficient time to allow the Engineer at least ten (10) working days (or greater if specified elsewhere) for review and processing. 2. Unless otherwise stated or agreed to, the Contractor shall transmit an electronic copy of all submittals to the Engineer in a format acceptable to the Engineer and Owner. If hard copies of submittals are necessary (or required by the Contract Documents), the Contractor shall transmit five (5) copies of all hard copy submittals to the Engineer. Transportation charges on all submittals shall be the Contractor’s responsibility. 3. All submittals from subcontractors, manufacturers, or suppliers shall be sent directly to the Contractor for checking. The Contractor shall thoroughly check all submittals for accuracy and conformance to the intent of the Contract Documents before submitting them to the Engineer. ALL SUBMITTALS SHALL BEAR THE CONTRACTOR'S STAMP OF APPROVAL CERTIFYING THAT THEY HAVE BEEN SO CHECKED. SUBMITTALS WITHOUT THE CONTRACTOR'S STAMP OF APPROVAL WILL NOT BE REVIEWED BY THE ENGINEER AND WILL BE RETURNED TO THE CONTRACTOR. 4. All submittals shall be bound, dated, properly labeled, and consecutively numbered. Information on the label shall indicate submittal number (corresponding to Table 1 of this section), specification section, Contract Drawing number, subcontractors, manufacturer's or supplier's name, and the name or type of item the submittal covers. Each part of a submittal shall be marked and tabulated. Submittals shall be accompanied by a letter of transmittal, containing date, Project title, Contractor's name, number and titles of submittals, and any other pertinent data to facilitate review. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications General Specifications October 2018 Submittals Page 01300-2 5. If the submittals contain any departures from the Contract Documents, specific mention thereof shall be made in the Contractor's letter of transmittal. Otherwise, the review of such submittals shall not constitute approval of the departure. C. Procedure for Review 1. Submittals will be reviewed and annotated by the Engineer in one of the following ways: “Furnish as Submitted” - no exceptions are taken. “Furnish as Noted” - minor corrections are noted and shall be made. “Revise and Resubmit” - major corrections are noted and a resubmittal is required. “Rejected” - Based on the information submitted, the submission is not in conformance with the Contract Documents. The deviations from the Contract Documents are too numerous to list and a completely revised submission of the proposed equipment or a submission of other equipment is required. 2. If a submittal is satisfactory to the Engineer, the Engineer will annotate the submittal “Furnish as Submitted” or “Furnish as Noted” and transmit electronically to the Contractor. For hard copy submittals, the Engineer will transmit two (2) copies to the Contractor. 3. If a resubmittal is required, the Engineer will annotate the submittal “Revise and Resubmit” or “Rejected” and transmit electronically to the Contractor for appropriate action. For hard copy submittals, the Engineer will transmit four (4) copies to the Contractor for appropriate action. 4. The Contractor shall revise and resubmit submittals as required by the Engineer until submittals are acceptable to the Engineer. 5. No materials or equipment shall be ordered, fabricated, shipped, or any work performed until the Engineer returns to the Contractor the submittals, herein required, annotated either “Furnish as Submitted” or “Furnish as Noted”. 6. The Engineer's review of the Contractor's submittals shall in no way relieve the Contractor of any of their responsibilities under the Contract. An acceptance of a submittal shall be interpreted to mean that the Engineer has no specific objections to the submitted material, subject to conformance with the Contract Drawings and Specifications. 7. The Engineer's review will be confined to general arrangement and compliance with the Contract Drawings and Specifications only, and will not be for the purpose of checking dimensions, weights, clearances, fittings, tolerances, interferences, coordination of trades, etc. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications General Specifications October 2018 Submittals Page 01300-3 8. Acceptance of a Working Drawing by the Engineer will constitute acceptance of the subject matter for which the Drawing was submitted and not for any other structure, material, equipment, or appurtenances indicated or shown. 9. Where errors, deviations, and/or omissions are discovered at a later date in any of the submittals, the Engineer's prior review of the submittals does not relieve the Contractor of the responsibility for correcting all errors, deviations, and/or omissions. 10. Additional Engineering Services: a. It is understood by the Contractor that the Owner may charge the Contractor the Engineer's charges for review in the event a submittal is not approved (either “Furnish as Submitted” or “Furnish as Noted”) by the third submittal. These charges shall be for all costs associated with engineering review, meetings with the Contractor or manufacturer, etc. commencing with the fourth submittal. b. In the event that the Engineer is required to provide additional engineering services as a result of a substitution of materials or equipment by the Contractor, the additional services will be provided in accordance with Section 01010, Summary of Work, of these Specifications, and will be covered in supplementary or revised information which will be issued to the Contractor. D. Progress Schedule 1. General: a. Within ten (10) days after the start date defined in the Notice to Proceed, the Contractor shall prepare and submit copies of their proposed progress schedule to the Engineer for review. b. If so required, the schedule shall be revised until it is acceptable to the Owner. Acceptance by the Owner does not constitute confirmation that the schedule is accurate and complete only that it appears to meet minimum job requirements; and, thus, shall not relieve the Contractor of any Contract dates, milestones, or deadlines. c. The schedule shall be updated monthly, depicting progress to the last day of the month and copies submitted to the Engineer not later than the fifth day of the month. PROGRESS PAYMENTS MAY NOT BE PROCESSED WITHOUT A CURRENT PROGRESS SCHEDULE. 2. Form of Schedule: a. The schedule shall be prepared in the form of a horizontal bar chart showing in detail the proposed sequence of the work and identifying construction activities for each structure and for each portion of work including the critical path, predecessor relationships, milestones, etc. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications General Specifications October 2018 Submittals Page 01300-4 b. The schedule shall be time scaled, identifying the first day of each week, with the estimated date starting and completion of each stage of the work in order to complete the Project within the Contract time. E. Proposed Products List 1. Within fifteen (15) days after the start date defined in the Notice to Proceed, the Contractor shall prepare and submit copies of their tabulation of principal items of equipment and materials to be purchased to the Engineer for review. 2. The list shall include the manufacturer name, trade name, and model number for each product. F. Product Data 1. The Contractor shall furnish for review information on proposed products as required by the Contract Documents or requested by the Engineer. 2. Product data shall indicate, at a minimum, the material properties specified in the Contract Documents. G. Samples 1. The Contractor shall furnish for review all samples as required by the Contract Documents or requested by the Engineer. 2. Samples shall be of sufficient size or quantity to clearly illustrate the quality, type, range of color, finish, or texture and shall be properly labeled to show the nature of the material, trade name of manufacturer, and location of the work where the material represented by the sample will be used. H. Working Drawings 1. General: a. Working Drawings include, but are not limited to, Shop Drawings, layout drawings in plan and elevation, installation drawings, certified wiring diagrams, interconnecting wiring diagrams, etc. The Contractor shall be responsible for securing all of the information, details, dimensions, Drawings, etc., necessary to prepare the Working Drawings required and necessary under this Contract and to fulfill all other requirements of their Contract. The Contractor shall secure such information, details, Drawings, etc. from all possible sources including the Contract Drawings, Working Drawings prepared by subcontractors, Engineers, suppliers, etc. b. Working Drawings shall accurately and clearly present the following: (1) All working and installation dimensions. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications General Specifications October 2018 Submittals Page 01300-5 (2) Arrangement and sectional views. (3) Units of equipment in the proposed positions for installation, details of required attachments and connections, and dimensioned locations between units and in relation to the structures. (4) Necessary details and information for making connections between the various trades including, but not limited to, power supplies and interconnecting wiring between units, accessories, appurtenances, etc. c. Working Drawings specifically prepared for this Project shall be on Mylar or other approved reproducible material sheets of the same size as the Contract Drawings. Drawings shall conform to recognized drafting standards and be neat, legible, and drawn to a large enough scale to show in detail the required information. d. Contract Drawings are used for engineering and general arrangement purposes only and are not to be used for Working Drawings. 2. Working Drawing Requirements: a. Shop Drawings: (1) The Contractor shall submit for review by the Engineer Shop Drawings for all fabricated work and for all manufactured items required to be furnished by the Contract Documents. (2) Structural and all other layout Drawings prepared specifically for the Project shall have a plan scale of not less than 1 inch = 4 feet. (3) Where manufacturer's publications in the form of catalogs, brochures, illustrations, or other data sheets are submitted in lieu of prepared Shop Drawings, such submittals shall specifically indicate the item for which approval is requested. Identification of items shall be made in ink, and submittals showing only general information are not acceptable. b. Layout and Installation Drawings: (1) The Contractor shall prepare and submit for review by the Engineer layout and installation Drawings for all pipes, valves, fittings, sewers, drains, all electrical conduits, and circuiting, instrumentation, interconnection wiring diagrams, communications, power supply, alarm circuits, etc. under this Contract. The final dimensions, elevation, location, etc., of pipe, valves, fittings, sewers, conduits, equipment, etc., may depend upon the dimensions of equipment and valves to be furnished by the Contractor. (2) Not Used DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications General Specifications October 2018 Submittals Page 01300-6 (3) Layout and installation Drawings shall show connections to structures, equipment, sleeves, valves, fittings, etc. (4) Drawings shall show the location and type of all supports, hangers, foundations, etc., and the required clearances to operate valves, equipment, etc. (5) Not Used 3. Record Working Drawings: a. Prior to final payment, the Contractor shall furnish the Engineer one complete set of all accepted Working Drawings, including Shop Drawings, for equipment, piping, electrical work, instrumentation system, structural, interconnection wiring diagrams, etc. b. Manufacturer's publications, submitted in lieu of prepared Shop Drawings, will not be required in reproducible form. However, five (5) sets of such material shall be furnished by the Contractor to the Engineer. c. Working Drawings furnished shall be corrected to include any departures from previously accepted Drawings. d. Refer to Section 01010 Paragraph F.9 (Summary of Work - Record (As-Built) Drawings) for additional information regarding required record drawings. I. Operation and Maintenance Manuals 1. Copies of Operation and Maintenance Manuals, prepared specifically for this Project, shall be furnished for each item of equipment furnished under this Contract at the time it is installed. 2. Manuals shall contain complete information in connection with assembly, operation, lubrication, adjustment, wiring diagrams and schematics, maintenance, and repair, including detailed parts lists with drawings or photographs identifying the parts. 3. All copies of the manuals furnished shall be assembled and bound in separate volumes, by major equipment items or trades, and properly indexed to facilitate locating any required information. 4. The Engineer and the Owner shall be the sole judge of the acceptability and completeness of the manuals and may reject any submittal for insufficient information included, incorrect references, and/or the manner in which the material is assembled. 5. The approved sets of operation and maintenance manuals shall be furnished prior to final acceptance. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications General Specifications October 2018 Submittals Page 01300-7 J. Other Submittals Other required submittals include, but are not limited to, proposed handling/installation procedures, information on proposed construction equipment, borrow area information, material certifications, qualifications for manufacturers and installers, manufacturer instructions/recommendations, test reports, and design data. Table 1: Summary List of Required Submittals Specification Section Submittal Number Description 01010 (Summary of Work) 01010-1 Record (As-Built) Drawings 01025 (Measurement And Payment) 01025-1 Proposed Pay Application 01300 (Submittals) 01300-1 Progress Schedule 01300-2 Proposed Products List 01300-3 Record Working Drawings 02240 (Geotextiles) 02240-1 Delivery Tickets or Other Approved Receipts 02270 (Erosion And Sedimentation Control) 02270-1 Certification and Summary of Required Test Results on Materials to be Provided 02270-2 Delivery Tickets or Other Approved Receipts 02608 (Precast Concrete Structures) 02608-1 Shop Drawings 02608-2 Certification and Summary of Required Test Results on Materials to be Provided 02614 (HDPE Pipe) 02614-1 Certification and Summary of Required Test Results on Materials to be Provided 02614-2 Shipping, Handling, and Storage Instructions 02614-3 Delivery Tickets or Other Approved Receipts 02614-4 Pressure Testing Methods and Procedures 02614-5 Survey Results 02616 (PVC Pipe) 02616-1 Certification and Summary of Required Test Results on Materials to be Provided 02616-2 Shipping, Handling, and Storage Instructions 02616-3 Delivery Tickets or Other Approved Receipts 02616-4 Survey Results DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications General Specifications October 2018 Submittals Page 01300-8 Specification Section Submittal Number Description 02640 (Valves) 02640-1 Shop Drawings 02640-2 Delivery Tickets or Other Approved Receipts 02720 (Stormwater Systems) 02720-1 Certification and Summary of Required Test Results on Materials to be Provided 02720-2 Delivery Tickets or Other Approved Receipts 02930 (Revegetation) 02930-1 Results of Soil Tests and Proposed Modifications 02930-2 Seed Certificates 02930-3 Fertilizer Invoices 03310 (Concrete Work) 03310-1 Mix Design(s) 03310-2 Placing Drawings 11314 (Pump and Controls) 11314-1 Shop Drawings 11314-2 Operation and Maintenance Manuals 11314-3 Pump Documentation 11314-4 Manufacturer’s Warranty for Pumps 11314-5 Spare Parts Clean Leachate Storage Tank Procedures and Health and Safety Plan Aggregate Surfacing Proposed Materials Electrical Work Refer to Drawings for Requirements END OF SECTION DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications General Specifications October 2018 Quality Assurance and Quality Control Page 01400-1 SECTION 01400 QUALITY ASSURANCE AND QUALITY CONTROL A. General 1. Definitions: a. Construction Quality Control (CQC) Construction Quality Control refers to actions taken by manufacturers, fabricators, installers, and/or the Contractor to ensure that the materials and the workmanship meet the requirements of the Contract Documents. CQC is provided by the Contractor at no additional cost to the Owner. The Contractor shall follow CQC procedures as required by the Contract Documents. b. Construction Quality Assurance (CQA) Construction Quality Assurance is defined as a planned and systematic program employed by the Owner to assure conformity of the construction with the Contract Documents. CQA is provided by the Engineer as a representative of the Owner and is independent from the Contractor and all manufacturers. The CQA program is designed to provide adequate confidence that items or services meet contractual and regulatory requirements and will perform satisfactorily in service. 2. On this Project, the Owner will provide for the services of the Engineer periodically on- site to selectively test materials and monitor compliance with the requirements of the Contract Documents. This will be in addition to Construction Quality Control (CQC) provided and paid for by the Contractor. The Contractor will afford these representatives access to the job site for the performance of their duties as described in the Contract Documents. B. Testing Laboratory Services 1. General: a. Laboratory testing and checking required by the Specifications, including the cost of transporting all samples and test specimens, shall be provided and paid for by the Contractor unless otherwise indicated in the Specifications. b. Materials to be tested include, but are not necessarily limited to the following: concrete and pipe. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications General Specifications October 2018 Quality Assurance and Quality Control Page 01400-2 c. Tests required by the Owner shall not relieve the Contractor from the responsibility of supplying certificates from manufacturers or suppliers to demonstrate conformance with the Specifications. 2. Procedure: a. The Contractor shall plan and conduct their operations to permit taking of field samples and test specimens, as required, and to allow adequate time for laboratory tests. b. The collection, field preparation, and storage of field samples and test specimens shall be as directed by the Engineer with the cooperation of the Contractor. 3. Significance of Tests: Test results shall be binding on both the Contractor and the Owner, and shall be considered irrefutable evidence of compliance or noncompliance with the Specification requirements, unless: a. Supplementary testing shall prove, to the satisfaction of the Owner, that the initial samples were not representative of actual conditions or b. Observation(s) of the test sampling or procedures as made by the Engineer render the results invalid. 4. Supplementary and Other Testing: Nothing shall restrict the Contractor from conducting tests he may require. Should the Contractor at any time request the Owner to consider such test results, the test reports shall be certified by an independent testing laboratory acceptable to the Owner. Testing of this nature shall be conducted at the Contractor's expense. C. Imperfect Work, Equipment, or Materials 1. Any work, equipment, or materials furnished by the Contractor not in conformance with the Contract Documents which is discovered before the final acceptance of the work, as established by the date of Final Payment, or during the Contractor’s guarantee period, shall be removed, replaced, and/or corrected to conform to the Contract Documents immediately even though it may have been overlooked by the Engineer and estimated for payment. 2. Any equipment or materials condemned or rejected by the Engineer shall be tagged as such and shall be immediately removed from the site. Satisfactory work or materials shall be substituted for that rejected. 3. The Engineer may order tests of work, equipment, or materials which appear to be in non-conformance with the Contract Documents to determine the required functional capability for possible acceptance, if there is no other reason for rejection. The cost of such tests shall be borne by the Contractor; and the nature, tester, extent, and DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications General Specifications October 2018 Quality Assurance and Quality Control Page 01400-3 supervision of the tests will be as determined by the Engineer. If the results of the tests indicate that the required functional capability of the work, equipment, or material was not impaired, consistent with the final general appearance of same, the work, equipment, or materials may be deemed acceptable. If the results of such tests reveal that the required functional capability of the questionable work, equipment, or materials has been impaired, then such work, equipment, or materials shall be deemed imperfect and shall be replaced. The Contractor may elect to replace the imperfect work, equipment, or material in lieu of performing the tests. D. Inspection and Tests 1. The Contractor shall allow the Engineer ample time and opportunity for testing materials and equipment to be used in the work. The Contractor shall at all times furnish the Engineer and their representatives, facilities including labor, and allow proper time for inspecting and testing materials, equipment, and workmanship. 2. The Contractor must anticipate possible delays that may be caused in the execution of their work due to the necessity of materials and equipment being inspected and accepted for use. 3. The Contractor shall furnish, at their own expense, all samples of materials required by the Engineer for testing, and shall make their own arrangements for providing water, electric power, or fuel for the various inspections and tests of structures and equipment. 4. The Contractor shall furnish the services of representatives of the manufacturers of certain equipment, as prescribed in other sections of the Specifications. The Contractor shall also place their orders for such equipment on the basis that, after the equipment has been tested prior to final acceptance of the work, the manufacturer will furnish the Owner with certified statements that the equipment has been installed properly and is ready to be placed in functional operation. Tests and analyses required of equipment shall be paid for by the Contractor, unless specified otherwise in the section which covers a particular piece of equipment. 5. Where other tests or analyses are specifically required in other sections of these Specifications, the cost thereof shall be borne by the party so designated in such sections. 6. The Owner will bear the cost of all tests, inspections, or investigations undertaken by the order of the Engineer for the purpose of determining conformance with the Contract Documents if such tests, inspections, or investigations are not specifically required by the Contract Documents, and if conformance is ascertained thereby. Whenever nonconformance is determined by the Engineer as a result of such tests, inspections, or investigations, the Contractor shall bear the full cost thereof or shall reimburse the Owner for said cost. In this connection, the cost of any additional tests and investigations, which are ordered by the Engineer to ascertain subsequent conformance with the Contract Documents, shall be borne by the Contractor. END OF SECTION DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications General Specifications October 2018 Quality Assurance and Quality Control Page 01400-4 This page intentionally left blank. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications General Specifications October 2018 Temporary Facilities and Controls Page 01500-1 SECTION 01500 TEMPORARY FACILITIES AND CONTROLS A. Temporary Utilities 1. General: a. The Contractor shall provide temporary sanitary service and light and power for their operations at the site unless otherwise provided as agreed to by the Owner. The temporary services shall be provided for use throughout the construction period. b. The Contractor shall coordinate and install all temporary services in accordance with the requirements of the utility companies having jurisdiction and as required by applicable codes and regulations. c. At the completion of the work, or when the temporary services are no longer required, the temporary facilities shall be restored to their original conditions. d. All costs in connection with the temporary services including, but not limited to, installation, utility company service charges, maintenance, relocation, and removal shall be borne by the Contractor at no additional cost to the Owner. e. Some temporary facilities that may be required may be indicated on the Contract Drawings; however, the Contract Drawings do not necessarily show any or all of the temporary facilities that the Contractor ultimately uses to complete the work. 2. Temporary Sanitary Service: Sanitary conveniences, in sufficient numbers, for the use of all persons employed on the work and properly screened from public observation, shall be provided and maintained at suitable locations by the Contractor, all as prescribed by State and local requirements. The contents of same shall be removed and disposed of in a manner consistent with State and local requirements, as the occasion requires. Each Contractor shall rigorously prohibit the committing of nuisances within, on, or about the work. Sanitary facilities shall be removed from the site when no longer required. 3. Temporary Light and Power: a. The Contractor shall provide at their sole expense such temporary light and power as required for their operations. b. Upon completion of the work, but prior to acceptance by the Owner, the Contractor shall remove all temporary services, security lighting systems, temporary general lighting systems, and all temporary electrical work from the premises. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications General Specifications October 2018 Temporary Facilities and Controls Page 01500-2 B. First Aid Facilities and Accidents 1. First Aid Facilities: The Contractor shall provide at the site such equipment and facilities as are necessary to supply first aid to any of their personnel who may be injured in connection with the work. 2. Accidents: a. The Contractor shall report immediately by telephone or messenger to both the Owner and the Engineer all accidents whatsoever out of, or in connection with, the performance of the work, whether on or adjacent to the site, which cause death, personal injury, or property damage. The Contractor shall further issue a written report to the Engineer within 24 hours which describes these accidents giving full details and statements of witnesses. b. If any claim is made by anyone against the Contractor or a Subcontractor on account of any accidents, the Contractor shall report within 2 business days the facts, in writing, to the Engineer, giving full details of the claim. C. Protection of Work and Material 1. During the progress of the work and up to the date of final payment, the Contractor shall be solely responsible for the care and protection of all work and materials covered by the Contract as well as other areas of the site that may be impacted by the Contractor or Subcontractors. 2. All work and materials shall be protected against damage, injury, or loss from any cause whatsoever, and the Contractor shall make good any such damage or loss at their own expense. Protection measures shall be subject to the approval of the Engineer. D. Barricades, Warning Signs, and Lights 1. The Contractor shall provide, erect, and maintain as necessary, strong and suitable barricades, danger signs, and warning lights along all roads accessible to the public, as required by the authority having jurisdiction, to insure safety to the public. All barricades and obstructions along public roads shall be illuminated at night and all lights for this purpose shall be kept burning from sunset to sunrise. 2. Each Contractor shall provide and maintain such other warning signs and barricades in areas of and around their respective work as may be required for the safety of all those employed in the work, the Owner's operating personnel, or those visiting the site. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications General Specifications October 2018 Temporary Facilities and Controls Page 01500-3 E. Access Roads and Parking Areas 1. Access Roads: a. The Contractor shall construct and maintain such temporary access roads as required to perform the work of this Contract. b. The Contractor shall access the site through the existing site entrance shown on the Contract Drawings or as otherwise designated by the Owner. The Contractor shall not disturb areas outside the clearing limits shown on the Contract Drawings unless approved by the Owner. c. Access roads shall be located within the property lines of the Owner unless the Contractor independently secures easements for their use and convenience. Contractor shall submit written documentation (consent form, etc.) to the Engineer for any Contractor secured easements across privately held property. The easement agreement shall specify terms and conditions of use and provisions for site restoration. A written release from the property owner certifying that all terms of the easement agreement have been complied with by the Contractor shall be furnished to the Engineer prior to final payment. d. The Contractor shall obtain all necessary permits and pay all costs associated with any bonds required by the State transportation department for the use of State maintained roads or similar requirements for local roads and private drives. 2. Parking Areas: The Contractor shall use existing parking areas and/or construct and maintain suitable parking areas for their construction personnel on the Project site within the clearing limits shown on the Contract Drawings where approved by the Engineer and the Owner. 3. Restoration: At the completion of the work, the surfaces of land disturbed by the Contractor’s activities, whether in the Contract Limits or not, shall be restored by the Contractor. At a minimum, such restoration shall include establishment of a permanent ground cover (Revegetation or other means acceptable to the Owner) adequate to restrain erosion for all disturbed areas. Revegetation shall be in accordance with Section 02930, Revegetation, of these Specifications. The Contractor shall also maintain and restore to pre-construction conditions (as directed and approved by the Owner) all site paved and gravel roadway surfaces (including shoulders) used during the performance of their work. The cost of all restoration work shall be at the Contractor’s sole expense. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications General Specifications October 2018 Temporary Facilities and Controls Page 01500-4 F. Dust and Mud Control 1. The Contractor shall take all necessary measures to control dust and mud from their operations, and to prevent spillage of excavated materials on public or site roads. 2. The Contractor shall remove all spillage of excavated materials, debris, dust, or mud from public roads by methods approved by the Engineer. 3. The Contractor shall apply water at locations and in such quantities and at such frequencies as may be required by the Owner or Engineer to control dust and mud and prevent either from becoming a nuisance to the surrounding area. Other measures (dust suppressants, etc.) may be required, as determined by the Owner or Engineer. 4. Dust and mud control and cleaning measures shall be provided at no additional cost to the Owner. G. Traffic Regulations The Contractor shall obey all traffic laws and comply with all the requirements, rules, and regulations of the State Department of Transportation and other local authorities having jurisdiction to maintain adequate warning signs, lights, barriers, etc. for the protection of traffic on public roadways. END OF SECTION DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications General Specifications October 2018 Materials and Equipment Page 01600-1 SECTION 01600 MATERIALS AND EQUIPMENT A. General 1. All equipment, materials, instruments, or devices incorporated in this Project shall be new and unused, unless indicated otherwise in the Contract Documents. Equipment and materials to be incorporated into the work shall be delivered sufficiently in advance of their installation and use to prevent delay in the execution of the work, and they shall be delivered as nearly as feasible in the order required for executing the work. 2. The Contractor shall protect all equipment and materials from deterioration and damage. Storage of equipment and materials shall be in locations completely protected from flooding, standing water, excessive dust, falling rock, brush fire, etc. Storage areas shall be located sufficiently distant from all construction activities and the movement of construction vehicles to minimize the potential for accidental damage. Any equipment or materials of whatever kind which may have become damaged or deteriorated from any cause shall be removed and replaced by good and satisfactory items at the Contractor's expense for both labor and materials. 3. Equipment and materials shall be installed in accordance with the requirements of the General Conditions and the respective Specification Sections. B. Storage of Materials and Equipment 1. The Contractor shall store their materials and equipment at the job site in accordance with the requirements of the General Conditions and as hereinafter specified. All equipment and materials shall be stored in accordance with manufacturer's recommendations and as directed by the Owner or Engineer, and in conformity to applicable statutes, ordinances, regulations, and rulings of the public authority having jurisdiction. 2. The Contractor shall enforce the instructions of the Owner and Engineer regarding the posting of regulatory signs for loadings on structures, fire safety, and smoking areas. 3. The Contractor shall not store materials or encroach upon private property without the written consent of the owners of such private property. 4. The Contractor shall not store materials in such a manner that they are exposed to weather which, in the Engineer’s opinion can alter the material properties. 5. The Contractor shall not store unnecessary materials or equipment on the job site, and shall take care to prevent any structure from being loaded with a weight which will endanger its security or the safety of persons. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications General Specifications October 2018 Materials and Equipment Page 01600-2 6. Materials shall not be placed within ten (10) feet of fire hydrants. Gutters, drainage channels, and inlets shall be kept unobstructed at all times. C. Connections to Equipment 1. Connections to equipment shall follow manufacturer's recommendations as to size and arrangement of connections and/or as shown in detail on the Contract Drawings or approved Shop Drawings. Piping connections shall be made to permit ready disconnection of equipment with minimum disturbance of adjoining piping and equipment. 2. The Contractor shall be responsible for bringing proper electrical service to each item of equipment requiring electrical service as shown on the Contract Drawings or approved Shop Drawings. D. Substitutions 1. Requests for substitutions of equipment or materials shall conform to the requirements of the General Conditions and as hereinafter specified. a. The Contractor shall submit for each proposed substitution sufficient details, complete descriptive literature, and performance data together with samples of the materials, where feasible, to enable the Owner and Engineer to determine if the proposed substitution is equal. b. The Contractor shall submit certified tests, where applicable, by an independent laboratory attesting that the proposed substitution is equal. c. A list of installations where the proposed substitution is equal. 2. Where the approval of a substitution requires revision or redesign of any part of the work, including that of other Contracts, all such revision and redesign, and all new drawings and details therefore, shall be provided by the Contractor at their own cost and expense, and shall be subject to the approval of the Owner and Engineer. 3. In the event that the Engineer is required to provide additional engineering services, then the Engineer's charges for such additional services shall be charged to the Contractor by the Owner in accordance with the requirements of the General Conditions. 4. In all cases the Owner and Engineer shall be the judge as to whether a proposed substitution is to be approved. The Contractor shall abide by their decision when proposed substitute items are judged to be unacceptable and shall in such instances furnish the item specified or indicated. No substitute items shall be used in the work without written approval of the Owner and Engineer. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications General Specifications October 2018 Materials and Equipment Page 01600-3 5. The Contractor shall have and make no claim for an extension of time or for damages by reason of the time taken by the Engineer in considering a substitution proposed by the Contractor or by reason of the failure of the Engineer to approve a substitution proposed by the Contractor. 6. Acceptance of any proposed substitution shall in no way release the Contractor from any of the provisions of the Contract Documents. END OF SECTION DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications General Specifications October 2018 Materials and Equipment Page 01600-4 This page intentionally left blank. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications General Specifications October 2018 Project Closeout Page 01700-1 SECTION 01700 PROJECT CLOSEOUT A. Final Cleaning 1. At the completion of the work, the Contractor shall remove all rubbish from and about the site of the work, and all temporary structures, construction signs, tools, scaffolding, materials, supplies, and equipment which he or any of their Subcontractors may have used in the performance of the work. 2. The Contractor shall thoroughly clean all materials, equipment, and structures so as to leave work in a clean and new appearing condition. 3. The Contractor shall maintain cleaning until the Project, or portion thereof, is occupied by the Owner. B. Not Used C. Spare Parts and Special Tools (Where Applicable) 1. Spare Parts: a. As soon as practicable after approval of the list of equipment, the Contractor shall furnish spare parts data for each different item of equipment listed. The data shall include a complete list of parts and supplies, with current unit prices, and source or sources of supply. b. The Contractor shall also furnish a list of parts and supplies that are either normally furnished at no extra cost with the purchase of the equipment or specified to be furnished as part of the Contract and a list of additional items recommended by the manufacturer to assure efficient operation for a period of one hundred and twenty (120) days for the particular installation. c. All parts shall be securely boxed and tagged, and clearly marked on the box and individually for identification as to the name of manufacturer or supplier, applicable equipment, part number, description, and location in the equipment. All parts shall be protected and packaged for a shelf life of at least ten (10) years. 2. Special Tools: a. The Contractor shall furnish at no additional cost to the Owner with each piece of equipment as a minimum, one (1) complete set, or the number of sets called for in the Specifications, of suitably marked special tools and appliances which may be needed to adjust, operate, maintain, or repair the equipment. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications General Specifications October 2018 Project Closeout Page 01700-2 b. The Contractor shall submit, for approval by the Engineer, a complete list of the special tools and appliances to be furnished. Such tools and appliances shall be furnished in approved painted steel cases properly labeled and equipped with good grade cylinder locks and duplicate keys. D. Equipment Start-Up Services (Where Applicable) 1. Equipment start-up period, for the training of facility personnel, shall begin after satisfactory completion and acceptance of the field tests and coincidentally with the certified date of substantial completion for the part of the work for which the equipment is included. If the equipment is not covered by a certificate of substantial completion for a part of the work, the period shall begin upon substantial completion of the Project. 2. During the equipment start-up period the Contractor shall furnish, at no additional cost to the Owner the services of factory trained representatives of the equipment manufacturers for the equipment designated in the Specifications to: a. Assist in the start-up and operations of the equipment. b. Assist in the training of facility personnel, designated by the Owner, in the proper operation and maintenance of the equipment. 3. The Owner shall: a. Provide the necessary facility personnel to be instructed in the operation and maintenance of the equipment. The Owner's personnel shall operate all equipment. b. Pay for all fuel, power, and chemicals consumed beyond quantities specified in the Contract Documents. The Contractor shall pay for fuel, power, and chemicals consumed up to the date of “certified substantial completion” except as otherwise specified herein. 4. The Contractor shall be available to promptly repair all work during the start-up period so as to cause minimum disruption to the total facility operation. 5. Upon completion of a minimum of ten (10) consecutive and continuous days of satisfactory operation, or the number of days called for in the Specifications, the Owner will assume operation and operating cost of the equipment. If the equipment malfunctions during this start-up period, the start-up period will be repeated until satisfactory operation is achieved. 6. In the event a system, equipment, or component proves defective or is unable to meet specified performance criteria, the Contractor shall replace the defective item and the minimum one (1) year guarantee period, or the guarantee period called for in the Specifications for the item shall start after satisfactory replacement and testing of the item. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications General Specifications October 2018 Project Closeout Page 01700-3 E. Final Cleanup: Site Rehabilitation 1. Before finally leaving the site, the Contractor shall wash and clean all exposed surfaces which have become soiled or marked, and shall remove from the site of work all accumulated debris and surplus materials of any kind which result from their operation, including construction equipment, tools, sheds, sanitary enclosures, etc. The Contractor shall leave all equipment, fixtures, and work, which he has installed, in a clean condition. The completed Project shall be turned over to the Owner in a neat and orderly condition. 2. The site of the work shall be rehabilitated or developed in accordance with other sections of the Specifications and the Drawings. In the absence of any portion of these requirements, the Contractor shall completely rehabilitate the site to a condition and appearance equal or superior to that which existed just prior to construction, except for those items whose permanent removal or relocation was required in the Contract Documents or ordered by the Owner. F. Final Inspection 1. Final cleaning and repairing shall be so arranged as to be finished upon completion of the construction work. The Contractor will make their final cleaning and repairing, and any portion of the work finally inspected and accepted by the Engineer shall be kept clean by the Contractor, until the final acceptance of the entire work. 2. When the Contractor has finally cleaned and repaired the whole or any portion of the work, he shall notify the Engineer that he is ready for final inspection of the whole or a portion of the work, and the Engineer will thereupon inspect the work. If the work is not found satisfactory, the Engineer will order further cleaning, repairs, or replacement. 3. When such further cleaning or repairing is completed, the Engineer, upon further notice, will again inspect the work. The “Final Payment” will not be processed until the Contractor has complied with the requirements set forth, and the Engineer has made their final inspection of the entire work and is satisfied that the entire work is properly and satisfactorily constructed in accordance with the requirements of the Contract Documents. G. Project Closeout 1. As construction of the Project enters the final stages of completion, the Contractor shall, in concert with accomplishing the requirements set forth in the Contract Documents, attend to or have already completed the following items as they apply to their contract: a. Scheduling equipment manufacturers visits to site. b. Required testing of Project components. c. Scheduling start-up and initial operation. d. Scheduling and furnishing skilled personnel during initial operation. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications General Specifications October 2018 Project Closeout Page 01700-4 e. Correcting or replacing defective work, including completion of items previously overlooked or work which remains incomplete, all as evidenced by the Engineer's “Punch” Lists. f. Attend to any other items listed herein or brought to the Contractor's attention by the Engineer. 2. In addition, and before the Certificate of Substantial Completion is issued, the Contractor shall submit to the Engineer (or to the Owner if indicated) certain records, certifications, etc. which are specified elsewhere in the Contract Documents. A partial list of such items appears below, but it shall be the Contractor's responsibility to submit any other items which are required in the Contract Documents: a. Test results of Project components. b. Performance Affidavits for equipment. c. Certification of equipment or materials in compliance with Contract Documents. d. Operation and maintenance instructions or manuals for equipment. e. One set of neatly marked-up record drawings showing as-built changes and additions to the work under their Contract. f. Any special guarantees or bonds (Submit to Owner). The Contractor's attention is directed to the fact that required certifications and information under some items above must actually be submitted earlier in accordance with other sections of the Specifications. END OF SECTION DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 Site Demolition Page 02220-1 SECTION 02220 SITE DEMOLITION A. Description 1. General: a. The Contractor shall furnish all labor, material, and equipment to complete Site Demolition in accordance with the Contract Drawings and these Specifications. b. Principal items of work include: 1. Removal and disposal of existing liquid and sediments in leachate storage pond. 2. Completely demolish and clear the existing geomembrane liner, manhole, piping, and fencing associated with the leachate storage pond as indicated in the Contract Drawings. 3. Any fencing, outbuilding, or other obstruction which are entirely clear of the construction limits shall not be disturbed unless otherwise indicated on the plans or in the Contract. 4. Compliance with all applicable safety codes pertaining to the work, securing all permits that may be required, and the payment of all fees in connection therewith. 5. Disposing of all debris resulting from work under this section in the active landfill after weighing at the landfill scale house. 2. Related Work: Related Contract Work is described in the following sections of the Specifications: Work Section Excavation 02222 Embankment 02223 B. Materials Not Used. Site Demolition: Site Demolition includes the complete demolition, removal, and disposal of all components related to the leachate storage pond. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 Site Demolition Page 02220-2 C. Submittals The Contractor shall submit the following to the Engineer: 1. Furnish copies of all permits, inspection reports, and licenses as applicable prior to demolition of any structures and (or) appurtenances in accordance with these Specifications and Federal, State, and local ordinances, regulations, or laws. D. Construction 1. Demolition items, as shown on the Contract Drawings, shall be marked by the Contractor in the field. Once marked, the demolition items shall be inspected and confirmed by the Engineer prior to demolition. 2. Disposal: The Contractor shall dispose of all debris resulting from work under this section in the active landfill after weighing at the landfill scale house. There will be no charge for disposal. END OF SECTION DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 Excavation Page 02222-1 SECTION 02222 EXCAVATION A. Description 1. General: The Contractor shall furnish all labor, material, and equipment required to complete Excavation of the project area in accordance with the Contract Drawings and these Specifications. . 2. Related Work: Related Contract Work is described in the following sections of the Specifications: Work Section Site Demolition 02220 Embankment 02223 Erosion and Sedimentation Control 02270 Stormwater Systems 02720 3. Definitions: a. Excavation: shall consist of the removal and satisfactory disposal and/or stockpiling of all materials (borrow and/or unsuitable materials included) located with the limits of construction including widening cuts and shaping of slopes necessary for the preparation of roadbeds, slope areas, cutting of any ditches, channels, waterways, entrances, and other work incidental thereto. b. Borrow: shall consist of approved on-site material required for the construction of embankments/fills or for other portions of the work. c. Unsuitable Material: is any in-place or excavated material which contains undesirable materials or is in a state which is not appropriate, in the opinion of the Engineer, for the intended use or support of planned structures, embankment, or excavation. This may include but not be limited to organic material, waste/refuse, soft, or wet material not meeting required specifications, etc. d. Unsuitable Material Overexcavation: shall consist of the removal and satisfactory disposal of all unsuitable material located within the limits of Excavation: Excavation includes excavating, sealing, hauling, scraping, undercutting, removal of accumulated surface water or ground water, stockpiling, and all necessary and incidental items as required for the project. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 Excavation Page 02222-2 construction and below subgrade elevations shown or indicated on the Contract Drawings. Where excavation to the subgrade elevations results in a subgrade or slopes of unsuitable material, the Contractor shall overexcavate such material to below the grades shown or indicated on the Contract Drawings or as otherwise directed by the Engineer. B. Materials Excavation shall include the removal of all soil, weathered rock, boulders, conduits, pipe, unsuitable material, and all other obstacles encountered and shown or indicated on the Contract Drawings and/or specified herein. B. Submittals Not Used. D. Construction 1. The Contractor shall conduct Excavation activities in such a manner that erosion of disturbed areas and off site sedimentation is absolutely minimized as outlined in Section 02270, Erosion and Sedimentation Control, of these Specifications. 2. The Contractor shall excavate to the lines and grades shown on the Contract Drawings and stockpile all suitable excavated materials. As the excavation is made, the materials will be examined and identified to the Engineer. The Contractor will perform all surveys necessary to establish and verify lines and grades for all Excavation, including pipe excavations, soil overexcavation, and anchor trenches. 3. Stockpiling: The Contractor shall stockpile the materials in appropriate stockpiles as approved by the Engineer. Stockpiles shall be properly sloped and the surfaces sealed by the Contractor at the end of each working day, or during the day in the event of heavy rain, to the satisfaction of the Engineer. 4. The Contractor shall protect all existing facilities and structures including, but not limited to, existing utilities, monitoring wells, signs, grade stakes, etc. during the grading and stockpiling operations. 5. All excavations shall be made in the dry and in such a manner and to such widths as will give ample room for properly constructing and inspecting the structures and/or piping they are to contain and for such sheeting, timbering, pumping, and drainage as may be required. 6. The Contractor shall be responsible for the control of surface and subsurface water, when necessary. Except for certain erosion and sedimentation control measures and other areas designated to impound water, all areas shall be graded to drain. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 Excavation Page 02222-3 7. Excavation slopes shall be flat enough to avoid sloughs and slides that will cause disturbance of the subgrade or damage of adjacent areas. Slides and overbreaks which occur due to negligence, carelessness, or improper construction techniques on the part of the Contractor shall be removed and disposed of by the Contractor as directed by the Engineer at no additional cost to the Owner. 8. The intersection of slopes with natural ground surfaces, including the beginning and ending of cut slopes, shall be uniformly rounded. All protruding roots and other vegetation shall be removed from slopes. 9. The bottom of all excavations for structures and pipes shall be examined by the Engineer for bearing value and the presence of unsuitable material. If, in the opinion of the Engineer, additional Excavation is required due to the low bearing value of the subgrade material, or if the in-place materials are soft, yielding, pumping and wet, the Contractor shall remove such material to the required width and depth and replace it with thoroughly compacted structural fill, or material directed by the Engineer. No payment will be made for subgrade disturbance caused by inadequate Dewatering or improper construction methods. 10. Any areas excavated below design subgrade elevations by the Contractor, unless directed by the Engineer, shall be brought back to design elevations at no cost to the Owner. The Contractor shall place and compact such material in accordance with Section 02223, Embankment, of these Specifications. 11. The Contractor shall dispose of excess or unsuitable excavation materials on-site at location(s) approved by the Owner. 12. The Contractor shall properly level-off bottoms of all excavations. Proof-rolling shall be conducted with appropriate equipment. 13. Upon reaching subgrade elevations shown in excavation areas, the Contractor shall scarify subgrade soils to a minimum depth of 6" and obtain the Engineer’s approval of quality. If unsuitable materials are encountered at the subgrade elevation, perform additional excavations as approved by the Engineer to remove unsuitable materials. 14. Overexcavation and Backfill: a. Where subgrade materials are determined to be unsuitable, such materials shall be removed by the Contractor to the lengths, widths, and depths approved by the Engineer in advance and backfilled with compacted Embankment in accordance with Section 02223, Embankment, of these Specifications. b. No additional payment will be made for such overexcavation and backfill 1 foot or less than the finished subgrade (or pre-existing grades where pre-existing grades are lower than finished subgrade) as this is considered superficial. c. Where overexcavation of unsuitable material is greater than 1 foot beneath the finished subgrade (or pre-existing grades where pre-existing grades are lower than finished subgrade), payment shall be made on a unit price basis for overexcavation and backfill and the measured quantity shall include the entire DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 Excavation Page 02222-4 excavation quantity below the finished subgrade (or pre-existing grades where pre-existing grades are lower than finished subgrade) elevations. The unit price for overexcavation and backfill shall include disposal of unsuitable materials. 15. All cuts shall be brought to the grade and cross section shown or indicated on the Contract Drawings, or established by the Engineer, prior to final inspection. 16. The Contractor shall protect finished lines and grades of completed excavation against excessive erosion, damage from trafficking, or other causes and shall repair any damage at no additional cost to the Owner. 17. Trench Excavation: a. All pipe Excavation and trenching shall be done in strict accordance with these Specifications, all applicable parts of the OSHA Regulations, 29 CFR 1926, Subpart P, and other applicable regulations. In the event of any conflicts in this information, safe working conditions as established by the appropriate OSHA guidelines shall govern. b. The minimum trench widths shall be as indicated on the Contract Drawings. Enlargements of the trench shall be made as needed to give ample space for operations at pipe joints. The width of the trench shall be limited to the maximum dimensions shown on the Contract Drawings, except where a wider trench is needed for the installation of and work within sheeting and bracing. c. Except where otherwise specified, excavation slopes shall be flat enough to avoid slides which will cause disturbance of the subgrade, damage to adjacent areas, or endanger the lives or safety of persons in the vicinity. d. Hand excavation shall be employed wherever, in the opinion of the Engineer, it is necessary for the protection of existing utilities, poles, trees, pavements, obstructions, or structures. e. No greater length of trench in any location shall be left open, in advance of pipe laying, than shall be authorized or directed by the Engineer and, in general, such length shall be limited to approximately one hundred (100) feet. f. Pipe Bedding: All pipe bedding shall be as shown on the Contract Drawings, unless otherwise specified herein, or shall be approved by the Engineer. 18. Sheeting and Bracing: a. The Contractor shall furnish, place, and maintain such sheeting and bracing which may be required to support sides of Excavation or to protect pipes and structures from possible damage and to provide safe working conditions in accordance with current OSHA requirements. If the Engineer is of the opinion that at any point sufficient or proper supports have not been provided, he may order additional supports put in at the sole expense of the Contractor. The Contractor shall be responsible for the adequacy of all sheeting and bracing used DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 Excavation Page 02222-5 and for all damage resulting from sheeting and bracing failure or from placing, maintaining, and removing it. b. The Contractor shall exercise caution in the installation and removal of sheeting to insure that excessive or unusual loadings are not transmitted to any new or existing structure. The Contractor shall promptly repair at their expense any and all damage that can be reasonably attributed to sheeting installation or removal. c. All sheeting and bracing shall be removed upon completion of the work. 19. If grading operations are suspended for any reason whatsoever, partially completed cut and fill slopes shall be brought to the required slope and the work of seeding and mulching or other required erosion and sedimentation control operations shall be performed at the Contractor’s sole expense. END OF SECTION DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 Excavation Page 02222-6 This page intentionally left blank. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 Embankment Page 02223-1 SECTION 02223 EMBANKMENT A. Description 1. General: The Contractor shall furnish all labor, material, and equipment to complete Embankment including borrowing, hauling, screening, discing, drying, compaction, control of surface and subsurface water, final grading, sealing, and all necessary and incidental items as detailed or required to complete the Embankment, all in accordance with the Contract Drawings and these Specifications. 2. Related Work: Related Contract Work is described in the following sections of the Specifications: Work Section Excavation 02222 Erosion and Sedimentation Control 02270 Stormwater Systems 02720 3. Reference Standards: The latest revision of the following standards of the American Society of Testing and Materials (ASTM) are hereby made a part of these Specifications. ASTM D 698 Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3). ASTM D 1556 Standard Test Method for Density and Unit Weight of Soil in Place by the Sand-Cone Method. ASTM D 2167 Standard Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon Method. ASTM D 2216 Standard Test Method for Laboratory Determination of Water (Moisture) Content of Soil and Rock by Mass. ASTM D 2487 Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System). Embankment: Embankment is the on-site compacted fill that provides the subgrade for structures and backfill around structures and piping. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 Embankment Page 02223-2 ASTM D 2488 Standard Practice for Description and Identification of Soils (Visual-Manual Procedure). ASTM D 2937 Standard Test Method for Density of Soil in Place by the Drive Cylinder Method. ASTM D 4643 Standard Test Method for Determination of Water (Moisture) Content of Soil by the Microwave Oven Method. ASTM D 4959 Standard Test Method for Determination of Water (Moisture) Content of Soil by Direct Heating Method. ASTM D 6938 Standard Test Methods for In-Place Density and Water Content of Soil and Soil-Aggregate in Place by Nuclear Methods (Shallow Depth). 4. Definitions: a Embankment: Shall include construction of all site earthwork including roadways, subgrade, perimeter berm embankments, including preparation of the areas upon which materials are to be placed. Embankment may also be referred to as structural and/or controlled fill. All Embankment materials may be either (off-site) Select Borrow or (on-site) Borrow unless otherwise noted on Contract Drawings or specified by the Engineer. b. Prepared Subgrade: The ground surface after clearing, grubbing, stripping, excavation, scarification, and/or compaction, and/or proof rolling to the satisfaction of the Engineer. c. Well-Graded: A mixture of particle sizes that has no specific concentration or lack thereof of one or more sizes. Well-graded does not define any numerical value that must be placed on the coefficient of uniformity, coefficient of curvature, or other specific grain size distribution parameters. Well-graded is used to define a material type that, when compacted, produces a strong and relatively incompressible soil mass free from detrimental voids. d. Unclassified Fill: The nature of materials to be used is not identified or described herein but must be approved by the Engineer prior to use. B. Materials 1. Embankment materials shall consist of clean well-graded natural soil classified as SP, SW, SM, SC, ML, or CL (ASTM D 2487) containing no topsoil or other deleterious material. Other material classifications may be approved by the Engineer. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 Embankment Page 02223-3 2. Stones or rock fragments shall not exceed one half the maximum lift thickness as compacted in any dimension. Isolated rocks shall be a maximum of 24-inches in any dimension. B. Submittals Not Used. D. Construction 1. The Contractor shall conduct Embankment activities in such a manner that erosion of disturbed areas and off-site sedimentation is absolutely minimized as outlined in Section 02270, Erosion and Sedimentation Control, of these Specifications. 2. All placement and compaction of Embankment shall be performed only when the Engineer is informed by the Contractor of intent to perform such work. 3. Embankment shall be placed and compacted to the lines and grades shown on the Contract Drawings. Placement of Embankment outside the construction limits shall occur only as directed and approved by the Engineer. The Contractor will perform all surveys necessary to establish and verify lines and grades for all Embankment. 4. The Contractor shall protect all existing facilities including, but not limited to, utilities and monitoring wells. 5. Subgrade Preparation: a. The Engineer shall inspect the exposed subgrade prior to placement of Embankment to assure that all rocks, topsoil, vegetation, roots, debris, or other deleterious materials have been removed. b. Any soft or unsuitable materials revealed before or during the in-place compaction shall be removed as directed by the Engineer and replaced with suitable Embankment. 6. Surfaces on which Embankment is to be placed, shall be scarified or stepped in a manner which will permit bonding of the Embankment with the existing surface. 7. The Contractor shall be responsible for preparing the materials for the Embankment, including but not limited to, in-place drying or wetting of the soil necessary to achieve the compaction criteria of these Specifications. 8. The Contractor shall be responsible for the control of surface and subsurface water, when necessary. Except for certain erosion and sedimentation control measures and other areas designated to impound water, all areas shall be graded to drain. 9. Embankment materials shall be placed in a manner permitting drainage and in continuous, approximately horizontal layers. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 Embankment Page 02223-4 10. Compaction Requirements: a. The Contractor shall compact Embankment in accordance with the requirements shown in Table 1 of this section. If Embankment does not meet the specified requirements, the Contractor shall rework the material, as may be necessary and continue compaction to achieve these requirements, or remove and replace the material to achieve the specified requirements, at Contractor's expense. b. Each lift shall be compacted prior to placement of succeeding lifts. In confined areas, mechanical equipment, suitable for small areas and capable of achieving the density requirements, shall be required. c. Lift compaction shall be performed with an appropriately heavy, properly ballasted, penetrating-foot or smooth-drum vibratory compactor depending on soil type. 11. Embankment that becomes excessively eroded, soft, or otherwise unsuitable shall be removed or repaired by the Contractor as directed by the Engineer, at no cost to the Owner. 12. The exposed surface of Embankment shall be rolled with a smooth-drum roller at the end of each work day to protect from adverse weather conditions. 13. Where Embankment is to be placed and compacted on slopes that are steeper than 3H:1V, the subgrade shall be benched to a minimum depth of 6 inches and the Embankment shall be placed in horizontal lifts. 14. Backfilling for Structures and Piping: a. All structures, including manholes and pipes shall be backfilled with Embankment as shown in the Contract Drawings and as described in these Specifications. b. Where sheeting is used, the Contractor shall take all reasonable measures to prevent loss of support beneath and adjacent to pipes and existing structures when sheeting is removed. If significant volumes of soil cannot be prevented from clinging to the extracted sheets, the voids shall be continuously backfilled as rapidly as possible. The Contractor shall thereafter limit the depth below subgrade that sheeting will be driven in similar soil conditions or employ other appropriate means to prevent loss of support. c. When backfilling around structures, do not backfill until concrete has sufficiently cured (as determined by the Engineer) and is properly supported. Place backfill in a manner to avoid displacement or damage of structures. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 Embankment Page 02223-5 Table 1: Required Embankment Properties Item Required % Standard Proctor (ASTM D698)2 Required Moisture Content3 Maximum Lift Thickness (Compacted) (inches) Embankment Beneath Structures and Roads1 100 +/- 2% of Optimum (std. Proctor) 8 Embankment 95 As Required for Compaction 8 Backfill Around Structures 95 8 Backfill in Pipe Trenches 95 6 Unclassified Fill N/A N/A N/A Notes: 1. Embankment beneath structures shall be considered to include a zone 10 feet out from the foundation of the structure extending down to the natural ground on a 45 slope. Embankment beneath roads shall be considered to include all embankment placed within 2 vertical feet of the final wearing surface and shall also include shoulders. 2. Determine field density using ASTM D 6938, ASTM D 1556, ASTM D 2167, or ASTM D 2937. 3. Determine field moisture content using ASTM D 6938, ASTM D 2216, ASTM D 4643, or ASTM D 4959. 4. The Engineer may allow exceptions to the above criteria for areas outside of the containment area which are not subject to significant long-term loads. END OF SECTION DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 Embankment Page 02223-6 This page intentionally left blank. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 Geotextiles Page 02240-1 SECTION 02240 GEOTEXTILES A. Description 1. General: The Contractor shall furnish all labor, material, and equipment to complete installation of Geotextiles including all necessary and incidental items as detailed or required for the Contractor to complete the installation in accordance with the Contract Drawings and these Specifications, except as noted below: a. Geotextiles used as a Silt Fence is covered under Section 02270, Erosion and Sedimentation Control, of these Specifications. 2. Related Work: Related Contract Work is described in the following sections of the Specifications: Work Section Erosion and Sedimentation Control 02270 3. Reference Standards: The latest revision of the following standards of the American Society of Testing and Materials (ASTM) and the American Association of State Highway and Transportation Officials (AASHTO) are hereby made a part of these specifications. ASTM D 4355 Standard Test Method for Deterioration of Geotextiles by Exposure to Light, Moisture, and Heat in a Xenon-Arc Type Apparatus. ASTM D 4491 Standard Test Methods for Water Permeability of Geotextiles by Permittivity. ASTM D 4533 Standard Test Method for Trapezoid Tearing Strength of Geotextiles. ASTM D 4632 Standard Test Method for Grab Breaking Load and Elongation of Geotextiles. Geotextiles: For the proposed construction, a Type GT-S (Separator/Filter) Geotextile is specified. The Type GT-S Geotextile will be placed in some erosion control and drainage applications. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 Geotextiles Page 02240-2 ASTM D 4751 Standard Test Method for Determining Apparent Opening Size of a Geotextile. ASTM D 5261 Standard Test Method for Measuring Mass per Unit Area of Geotextiles. ASTM D 6241 Standard Test Method for the Static Puncture Strength of Geotextiles and Geotextile Related Products Using a 50 mm Probe. AASHTO M 288 Standard Specification for Geotextiles. B. Materials 1. General: The materials supplied under these Specifications shall consist of new, first-quality products designed and manufactured specifically for the purpose of this work, which shall have been satisfactorily demonstrated, by prior use, to be suitable and durable for such purposes. Labels on each roll of Geotextile shall identify the length, width, lot and roll numbers, and name of Manufacturer. 2. The Type GT-S Geotextile shall be a nonwoven spunbonded or nonwoven needlepunched synthetic fabric consisting of polyester or polypropylene manufactured in a manner approved by the Engineer. Woven fabrics may be used in certain applications if approved in advance by the Engineer. 3. All Geotextiles shall conform to the properties listed in Table 1 of this section. C. Submittals The Contractor shall submit the following to the Engineer: 1. Furnish copies of the delivery tickets or other approved receipts as evidence for materials received that will be incorporated into the construction. D. Construction 1. Installation: a. The surface receiving the Geotextiles shall be prepared to a relatively smooth condition, free of obstructions, standing water, excessive depressions, debris, and very soft, excessively wet, and/or loose pockets of soil. This surface shall be approved by the Engineer prior to Geotextile placement. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 Geotextiles Page 02240-3 b. Geotextiles shall be placed to the lines and grades shown on the Contract Drawings. c. The Geotextiles shall be placed smooth and free of excessive wrinkles. 4. Seams: All Geotextile seams shall be continuously sewn or heat bonded or overlapped a minimum of 12 inches. 5. Repair Procedures: Any Geotextile that is torn, punctured, or otherwise damaged shall be repaired or replaced by the Contractor at no additional cost to the Owner. The repair shall consist of a patch of the same type of Geotextile placed over the failed areas and shall overlap the existing Geotextile a minimum of 18 inches from any point of the rupture. Patches shall be spot sewn or heat bonded so as not to shift during cover placement. 6. Cover Placement: a. Except when designed to remain exposed, Geotextiles shall be covered in a timely manner to limit potential UV damage. Unless otherwise approved by the Engineer, covering shall occur within 30 days of installation. Extension of this time may be considered by the Engineer based on weather conditions (i.e. prolonged cloud cover during 30 day period) or technical information provided by the Manufacturer that would justify an extension. (1) The Engineer may conduct sampling and testing of any Geotextiles exposed for a period longer than allowed to verify the material properties. The cost associated with this testing and the subsequent repair(s) shall be borne solely by the Contractor regardless of the test results. In no case will the maximum length of exposure be greater than 60 days without verification of material properties. b. Placement of cover over Geotextiles shall be performed in a manner as to ensure that the Geotextiles or underlying materials are not damaged. Cover material shall be placed such that excess tensile stress is not mobilized in the Geotextile. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 Geotextiles Page 02240-4 Table 1: Required Geotextile Properties Property Test Method Units Value1 Type GT-S Geotextile Construction (NW = Nonwoven) (W = Woven) ----- ----- NW2 or W3 Mass per Unit Area (Unit Weight) ASTM D 5261 oz/yd2 N/A UV Resistance (500 hrs) ASTM D 4355 % 70 Strength Class4 AASHTO M 288 Class 2 Tensile Properties: ASTM D 4632 Grab Strength lbs 160 (NW) 250 (W) Grab Elongation % > 50 (NW) < 50 (W) Puncture Resistance ASTM D 6241 lbs 410 (NW) 950 (W) Trapezoidal Tear Strength ASTM D 4533 lbs 55 (NW) 90 (W) Apparent Opening Size (AOS) ASTM D 4751 U.S. Sieve 70+ Permittivity ASTM D 4491 sec-1 1.0 Notes: 1. Minimum Average Roll Value (MARV). 2. Nonwoven geotextiles that have been heat calendered are not acceptable, unless approved by the Engineer in advance. 3. Woven geotextiles shall be approved in advance by the Engineer. Woven geotextiles formed exclusively with slit film fibers are not acceptable. 4. AASHTO M 288 criteria include the above listed requirements for: Tensile Properties, Puncture Resistance, Trapezoidal Tear Strength, and Burst Strength. END OF SECTION DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 Erosion and Sedimentation Control Page 02270-1 SECTION 02270 EROSION AND SEDIMENTATION CONTROL A. Description 1. General: The Contractor shall furnish all labor, material, and equipment to complete installation of and maintain Erosion and Sedimentation Control measures and related work in accordance with the Contract Drawings and these Specifications. All Erosion and Sedimentation Control work shall be in accordance with the latest edition of the North Carolina Erosion and Sediment Control Planning and Design Manual as well as applicable regulations. 2. Related Work: Related Contract Work is described in the following sections of the Specifications: Work Section Geotextiles 02240 Rolled Erosion Control Products 02275 Stormwater Systems 02720 Revegetation 02930 3. Reference Standards: The latest revision of the following standards of the American Society of Testing and Materials (ASTM) are hereby made a part of these specifications. ASTM D 3786 Test Method for Hydraulic Bursting Strength of Knitted Goods and Nonwoven Fabrics: Diaphragm Bursting Strength Tester Method. ASTM D 4355 Standard Test Method for Deterioration of Geotextiles from Exposure to Ultraviolet Light and Water (Xenon-Arc Type Apparatus). ASTM D 4491 Standard Test Methods for Water Permeability of Geotextiles by Permittivity. Erosion and Sedimentation Control: Erosion and Sedimentation Control is a system of construction and engineered measures (devices, structures, practices, etc.) which act to minimize surface water induced erosion of disturbed areas and the resulting off-site sedimentation. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 Erosion and Sedimentation Control Page 02270-2 ASTM D 4533 Standard Test Method for Trapezoid Tearing Strength of Geotextiles. ASTM D 4632 Standard Test Method for Grab Breaking Load and Elongation of Geotextiles. ASTM D 4751 Standard Test Method for Determining Apparent Opening Size of a Geotextile. ASTM D 4833 Standard Test Method for Index Puncture Resistance of Geotextiles, Geomembranes, and Related Products. B. Materials 1. Permanent Drainage Channels, Diversions, Swales, and Ditches: Permanent drainage channels, diversions, swales, and ditches shall be constructed as shown on the Contract Drawings. 2. Silt Fence: Silt fences shall be constructed as shown on the Contract Drawings and as needed, based on the Contractor’s discretion and Engineer’s approval. The silt fence is a permeable barrier erected within and downgradient of small disturbed areas to capture sediment from sheet flow. It is made of filter fabric buried at the bottom, stretched, and supported by posts and wire mesh backing. Silt fence shall conform to the following properties: a. Posts: Posts shall be 1.33 lb/linear foot steel (preferred) or wood with a minimum length of 5 feet. Steel posts shall be “U” or “T”-type. Wood posts shall have a minimum diameter of 4-inches. b. Filter Fabric: Filter fabric shall be a woven geotextile made specifically for sediment control. Filter fabric shall conform to the properties listed in Table 1 of this section. 3. Geotextiles: Geotextiles shall conform to the requirements of Section 02240, Geotextiles, of these Specifications. 4. Rip Rap: Rip Rap shall conform to the requirements of the NC DOT. 5. Rolled Erosion Control Products (RECPs): Erosion control blanket (ECB) shall consist of a machine-produced mat of straw or wood excelsior fiber covered on the top side with a photodegradable extruded plastic or woven biodegradable netting and sewn together with degradable thread. ECB shall be EroNet DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 Erosion and Sedimentation Control Page 02270-3 S75, as manufactured by North American Green, CURLEX I, as manufactured by American Excelsior Company, LANDLOK S1, as manufactured by Propex GeoSolutions, or approved equal. 6. Other Work: In addition to the Erosion and Sedimentation Control measures shown on the Contract Drawings, the Contractor shall provide adequate means to prevent any sediment from entering any storm drains, drop inlets, ditches, streams, or bodies of water downstream of any area disturbed by construction. Excavation materials shall be placed upstream of any trench or other excavation to prevent sedimentation of off-site areas. In areas where a natural buffer area exists between the work area and the closest stream or water course, this area shall not be disturbed. All paved areas shall be scraped and swept as necessary to prevent the accumulation of dirt and debris. Work associated with this provision shall be considered incidental to the project and no separate payment will be made. 7. Temporary and Permanent Ground Cover: The Contractor shall provide temporary or permanent ground cover (or other acceptable measure(s)) adequate to restrain erosion on erodible slopes or other areas within 21 calendar days following completion of any phase of grading. The Contractor shall provide permanent ground cover for all disturbed areas within 15 working days or 90 calendar days (whichever is shorter) following the completion of construction. C. Submittals The Contractor shall submit the following to the Engineer: 1. Submit a certification and summary of all required test results, prior to installation, that all Erosion and Sedimentation Control materials manufactured for the project have been produced in accordance with these Specifications. 2. Furnish copies of the delivery tickets or other approved receipts as evidence for materials received that will be incorporated into construction. D. Construction 1. Establishment of Erosion and Sedimentation Control Measures: a. All Erosion and Sedimentation Control measures will be constructed according to the Contract Drawings and these Specifications. b. Due to the nature of the work required by this Contract, it is anticipated that the location and nature of the Erosion and Sedimentation Control measures may need to be adjusted to reflect the current phase of construction. c. Erosion and Sedimentation Control measures shall be established prior to the work in a given area. Where such practice is not feasible, the Erosion and DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 Erosion and Sedimentation Control Page 02270-4 Sedimentation Control measure(s) shall be established immediately following completion of the clearing operation. d. The construction schedule adopted by the Contractor will impact the placement and need for specific measures required for the control of erosion. The Contractor shall develop and implement such additional techniques as may be required to minimize erosion and prevent or correct the discharge of sediment outside the limits of construction (unless controlled by other on-site measure(s)). e. The location and extent of Erosion and Sedimentation Control measures shall be revised at each phase of construction that results in a change in either the quantity or direction of surface runoff from construction areas. All deviations from the control provisions shown on the Contract Drawings shall have the prior approval of the Engineer. 2. Inspection and Maintenance of Erosion and Sedimentation Control Measures: a. The Contractor shall furnish the labor, material, and equipment required for the inspection and maintenance of all Erosion and Sedimentation Control measures. Maintenance shall be scheduled as required for a particular measure to maintain the removal efficiency and intent of the measure. b. All Erosion and Sedimentation Control measures shall be inspected at least once every seven calendar days and within 24 hours after any storm event of greater than 0.5 inches of rain per 24 hour period and appropriate maintenance conducted. A rain gauge shall be maintained on the site and a record of the rainfall amounts and dates shall be kept properly. c. Maintenance shall include, but not be limited to: (1) The removal and satisfactory disposal of trapped or deposited sediments from basins, traps, barriers, filters, and/or drainage features/devices; (2) Replacement of filter fabrics used for silt fences upon loss of efficiency; and (3) Replacement of any other components which are damaged or cannot serve the intended use. d. The Contractor shall accept and maintain any existing sediments that are included in existing sediment basins and traps that accept or will accept stormwater flow and or sediment accumulation from all areas within the Contractor’s limits of construction. e. Sediments removed from Erosion and Sedimentation Control measures shall be disposed of in locations that will not result in off-site sedimentation as approved by the Engineer. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 Erosion and Sedimentation Control Page 02270-5 f. All Erosion and Sedimentation Control measures shall be maintained to the satisfaction of the Engineer until the site has been stabilized. 3. Graded Slopes and Fills: The angle for graded slopes and fills shall be no greater than the angle that can be retained by vegetated cover or other adequate measures. 4. Finish Grading: All disturbed areas shall be uniformly graded to the lines, grades, and elevations shown on the Contract Drawings. Except for certain erosion and sedimentation control measures and other areas designated to impound water, all areas shall be graded to drain. Finished surfaces shall be reasonably smooth, compacted, and free from irregular surface changes. Unless otherwise specified, the degree of finish shall be that ordinarily obtainable from either blade or scraper operations. Areas shall be finished to a smoothness suitable for application of topsoil. 5. Revegetation: Revegetation shall conform to the requirements of Section 02930, Revegetation, of these Specifications. 6. Cleanup: a. The Contractor shall remove from the site all debris from their work including, but not limited to, branches, paper, and rubbish in all landscape areas, and remove temporary barricades as the work proceeds. b. All areas shall be kept in a neat, orderly condition at all times. Prior to final acceptance, the Contractor shall clean up the entire landscaped area to the satisfaction of the Engineer. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 Erosion and Sedimentation Control Page 02270-6 Table 1: Required Silt Fence Filter Fabric Properties Property Test Method Units Value1 Grab Tensile Strength2 ASTM D 4632 lbs 90 x 90 Grab Elongation ASTM D 4632 % 20 (Max.) Ultraviolet Resistance (500 hrs) ASTM D 4355 % 80 Apparent Opening Size (AOS) ASTM D 4751 U.S. Sieve 30+ Permittivity ASTM D 4491 sec-1 0.05 Notes: 1. Minimum Average Roll Value (MARV). 2. Values for machine and cross machine direction (MD x XD), respectively. END OF SECTION DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 Precast Concrete Structures Page 02608-1 SECTION 02608 PRECAST CONCRETE STRUCTURES A. Description 1. General: The Contractor shall furnish all labor, material, and equipment to complete installation of Precast Concrete Structures in accordance with the Contract Drawings and these Specifications. 2. Related Work: Related Contract Work is described in the following sections of the Specifications: Work Section Excavation 02222 Embankment 02223 HDPE Pipe 02614 Valves 02640 Pump and Controls 11314 3. Reference Standards: The latest revision of the following standards of the American Society of Testing and Materials (ASTM) are hereby made a part of these Specifications. ASTM A 615 Standard Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement. ASTM C 443 Standard Specification for Joints for Circular Concrete Sewer and Culvert Pipe, Using Rubber Gaskets. ASTM C 478 Standard Specification for Precast Reinforced Concrete Manhole Sections. ASTM C 497 Standard Test Methods for Concrete Pipe, Manhole Sections, or Tile. ASTM C 990 Standard Specification for Joints for Concrete Pipe, Manholes, and Precast Box Sections Using Preformed Flexible Joint Sealants. Precast Concrete Structures: Precast Concrete Structures are used in the leachate management system. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 Precast Concrete Structures Page 02608-2 ASTM C 1433 Standard Specification for Precast Reinforced Concrete Box Sections for Culverts, Strom Drains, and Sewers. B. Materials 1. Precast Concrete Boxes: All precast concrete boxes shall be constructed from non- shrink, 4,000 psi compressive strength concrete in conformance with ASTM C 1433 and as detailed on the Contract Drawings. 2. Joints: All joints shall be sealed with preformed plastic gaskets in conformance with ASTM C 990 or rubber gaskets in conformance with ASTM C 443. 3. Access Doors: Access doors shall be of the opening size and type as indicated on the Contract Drawings. 4. Markings: All Precast Concrete Structures shall include markings clearly identifying the date of manufacture, the name of the manufacturer, and any other pertinent information. C. Submittals The Contractor shall submit the following to the Engineer: 1. The Contractor shall submit shop drawings for Precast Concrete Structures for approval. Shop drawings shall show complete design, installation, and construction information in such detail as to enable the Engineer to determine the adequacy of the proposed units for the intended purpose. Details of steel reinforcement size and placement shall be included. The shop drawings shall include a schedule which will list the size and type of precast structure at each location where the precast structures are to be used. 2. Submit a certification and summary of all required test results, prior to installation, that all Precast Concrete Structures have been produced in accordance with these Specifications. D. Construction 1. The Precast Concrete Structures shall be installed at the locations and to the elevations indicated on the Contract Drawings. The Contractor shall give the Engineer sufficient notice so he may observe the field location and installation activities. 2. The Precast Concrete Structures will be bedded and backfilled as indicated on the Contract Drawings. 3. Precast Concrete Structures which are damaged or become damaged will be rejected or shall be repaired in a manner approved by the Engineer at the Contractor’s sole expense. END OF SECTION DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 HDPE Pipe Page 02614-1 SECTION 02614 HIGH DENSITY POLYETHYLENE (HDPE) PIPE A. Description 1. General: The Contractor shall furnish all labor, material, and equipment to complete installation of HDPE Pipe in accordance with the Contract Drawings and these Specifications. The Contractor shall also clean and test pipelines where required. 2. Related Work: Related Contract Work is described in the following sections of the Specifications: Work Section Excavation 02222 Embankment 02223 Precast Concrete Structures 02608 Valves 02640 Concrete Work 03310 Pump and Controls 11314 3. Reference Standards: The latest revision of the following standards of the American Society of Testing and Materials (ASTM) are hereby made a part of these specifications. ASTM D 638 Standard Test Method for Tensile Properties of Plastics. ASTM D 790 Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. ASTM D 1238 Standard Test Method for Flow Rates of Thermoplastics by Extrusion Plastometer. ASTM D 1505 Standard Test Method for Density of Plastics by the Density- Gradient Technique. ASTM D 1603 Standard Test Method for Carbon Black in Olefin Plastics. ASTM D 1693 Standard Test Method for Environmental Stress-Cracking of Ethylene Plastics High Density Polyethylene (HDPE) Pipe: HDPE Pipe is used in the leachate management system. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 HDPE Pipe Page 02614-2 ASTM D 2837 Standard Test Method for Obtaining Hydrostatic Design Basis for Thermoplastic Pipe Materials. ASTM D 3035 Standard Specification for Polyethylene (PE) Plastic Pipe (DR- PR) Based on Controlled Outside Diameter. ASTM D 3261 Standard Specification for Butt Heat Fusion Polyethylene (PE) Plastic Fittings for Polyethylene (PE) Plastic Pipe and Tubing. ASTM D 3350 Standard Specification for Polyethylene Plastics Pipe and Fitting Materials. ASTM F 412 Standard Terminology Relating to Plastic Piping Systems. ASTM F 714 Standard Specification for Polyethylene (PE) Plastic Pipe (SDR- PR) Based on Outside Diameter. ASTM F 1417 Standard Test Method for Installation Acceptance of Plastic Gravity Sewer Lines Using Low-Pressure Air. ASTM F 1473 Standard Test Method for Notch Tensile Test to Measure the Resistance to Slow Crack Growth of Polyethylene Pipes and Resins. ASTM F 2164 Standard Practice for Field Leak Testing of Polyethylene (PE) Pressure Piping Systems Using Hydrostatic Pressure. 4. Quality Control: The Contractor shall perform pressure testing of HDPE Pipe as described in this section. B. Materials 1. All HDPE Pipe shall be manufactured from new materials meeting the physical requirements shown in Table 1 of this section. 2. All HDPE Pipe shall have smooth interior walls and the DR (dimension ratio) and diameter of the pipe shall be as shown on the Contract Drawings. 3. All HDPE Pipe having an outside diameter 3.5 inches and larger shall meet the requirements of ASTM F 714. All HDPE Pipe having an outside diameter less than 3.5 inches shall meet the requirements of ASTM D 3035. HDPE Pipe shall be iron pipe size (IPS). Ductile iron pipe size (DIPS) may be acceptable if approved by the Engineer. 4. Visible defects, such as cracks, creases, crazing, non-uniformly pigmented areas, or undispersed raw materials shall not be acceptable and will result in rejection of the pipe by the Engineer. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 HDPE Pipe Page 02614-3 5. Pipe Perforations: The perforations of the perforated HDPE Pipe shall be as shown on the Contract Drawings. 6. All HDPE Pipe fittings shall be in accordance with ASTM D 3261 and shall be pressure rated to match the system piping. The fittings shall be manufactured from the same materials as the pipe itself. The butt fusion outlets of fittings shall be machined to the same DR as the system piping to which they are to be fused. 7. Underground Marking Tape: Underground marking tape shall be used on all buried HDPE pipe. Labels shall be as appropriate based on the pipeline use. 8. Electrical Heat Tape and Insulation: Electrical heat tape and insulation shall be installed where shown on the Contract Drawings. Heat tape shall be Easy Heat Freeze Free Self Regulating Pipe Heating System by Easy Heat of New Carlisle, Indiana, or approved equal. Heat tape shall be installed per the Manufacturer’s guidelines based on the pipe diameter and a temperature of -20 F. Insulation shall consist of premolded fiberglass or of closed cell flexible elastomeric material. Insulation thickness shall be as recommended by the Manufacturer for a temperature of -20 F. Insulation of interior service shall be jacketed with suitable moisture resistant fabric type material. Insulation for exterior service shall have aluminum or plastic jacketing. C. Submittals The Contractor shall submit the following to the Engineer: 1. Submit a certification and summary of all required test results, prior to installation, that all HDPE Pipe manufactured for the project has been produced in accordance with these Specifications. 2. Submit a copy of the HDPE Pipe Manufacturer's recommendations for shipping, handling, and storage of pipe. 3. Furnish copies of the delivery tickets or other approved receipts as evidence for materials received that will be incorporated into construction. 4. Furnish information on pressure testing methods and procedures. 5. Survey Results: After placement of HDPE Pipe, survey results shall be submitted for review prior to acceptance. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 HDPE Pipe Page 02614-4 D. CONSTRUCTION 1. Shipping, Handling, and Storage: All HDPE Pipe shall be shipped, handled, and stored in strict accordance with the Manufacturer's recommendations. 2. HDPE Pipe Installation: a. The Contractor shall install HDPE Pipe to the lines and grades shown on the Contract Drawings. Line and grade of piping shall be maintained with laser or approved equivalent. The Contractor shall give the Engineer sufficient notice so that the he may observe field location and installation activities. b. Excavation for buried lines shall be backfilled as directed by the Engineer as shown on the Contract Drawings. Sand backfill or approved soil backfill compacted to at least 95 percent of the Standard Proctor dry density (ASTM D 698) shall be used. Sharp stones or other potentially damaging material shall be removed from the base of the trench prior to placement of the piping. A leveling course, as required, shall consist of sand or other approved material. c. Pipe Connections: Joining of HDPE Pipe shall be as follows: (1) General pipe sections shall be butt-fusion welded according to the Manufacturer's recommendations and shall be performed by an appropriately trained fusion technician. (2) Pipe ends to be butt-fusion welded shall be clean and dry at the time of welding. No welding shall occur during precipitation or excessive moisture. (3) The Contractor shall grind burrs or other potentially damaging areas in the welds prior to placement of the pipe. (4) Specified bolted pipe connections shall be made as specified on the Contract Drawings using stainless steel hardware and neoprene gaskets. (5) Polyethylene stub ends and flanges must be at the ambient temperature of the surrounding soil at the time they are bolted tight to prevent relaxation of the flange bolts and loosening of the joint due to thermal contraction of the polyethylene. (6) Properly executed electrofusion fittings may be used in lieu of other methods if approved by the Engineer. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 HDPE Pipe Page 02614-5 (7) Piping with Cleanout Ports: Where cleanout ports are provided, the associated section of piping is intended to be fully accessible during operations of the facility for inspection (camera) and cleaning using OSHA-approved tools/methods. Thus, appropriate fittings shall be used to facilitate movement of to facilitate movement of inspection and cleaning tools along the entire length of the pipe. Additionally, the grinding of welds on the interior of certain fittings may be necessary. The use of fittings that may inhibit the movement of inspection and cleaning tools shall be avoided. d. Perforated HDPE Pipe shall be placed during construction as shown on the Contract Drawings. 3. Cleaning: a. All HDPE Pipe shall be cleaned of any accumulation of silt, debris, or foreign matter of any kind and shall be kept clear of such accumulation until final acceptance of the work. 4. Pressure Testing: a. All solid piping where factory or field joints have been performed requires pressure testing prior to approval by the Engineer, except as noted below: (1) Any unjointed section of pipe showing visual signs of damage or that is of questionable quality may be required to be pressure tested as directed by the Engineer. (2) Cleanout risers within the containment areas do not require pressure testing. b. Pressure testing shall be conducted by the Contractor in a manner approved by the Engineer. Such testing shall be observed by the Engineer. c. Leachate Transmission Lines: Pressure testing of leachate transmission lines, shall be as follows: (1) All gravity piping shall be tested using low-pressure air in accordance with ASTM F 1417. (2) All force main piping shall be tested using hydrostatic pressure in accordance with ASTM F 2164. d. The pressures used in testing must not exceed the working pressure of the lowest rated component in the system (i.e. valves, meters, flanges, unions, etc.). The Manufacturer's recommendation for pressure testing may also be acceptable as an alternative if approved in advance by the Engineer. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 HDPE Pipe Page 02614-6 e. Pressure testing of short sections of piping to be placed in confined or inaccessible areas may be pressure tested by the Contractor prior to installation when approved by the Engineer. Temporary fittings, etc. required to plug section ends shall be provided by the Contractor at no expense to the Owner. f. Any piping that does not meet the pressure test criteria shall be repaired and retested at the Contractor's expense. No piping shall be approved until successful pressure testing is completed. 5. Surveying: The Contractor shall survey all HDPE Pipe on 100 foot centers and at bends to ensure the proper location and grade of the piping. Table 1: Required HDPE Pipe Properties Property Test Method Units Value1 Material Designation (See Note 2) ASTM D 412 ----- PE 3408 Cell Classification (See Note 2) ASTM D 3350 ----- 345464 C Density ASTM D 1505 g/cm3 0.955 Melt Index ASTM D 1238 g/10 min 0.1 Flexural Modulus ASTM D 790 psi 130,000 Tensile Strength @ Yield ASTM D 638 (Type IV) psi 3,200 Slow Crack Growth Resistance ESCR SCG (PENT) ASTM D 1693 ASTM F 1473 hours (100% igepal) hours > 5,000 > 100 Hydrostatic Design Basis at 73 F ASTM D 2837 psi 1,600 UV Stabilizer ASTM D 1603 % Carbon Black 2 - 3% Notes: 1. Nominal values except where designated. 2. HDPE Pipe having a material designation of PE 4710 and a cell classification of 445574 C is also acceptable. END OF SECTION DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 PVC Pipe Page 02616-1 SECTION 02616 POLYVINYL CHLORIDE (PVC) PIPE A. Description 1. General: The Contractor shall furnish all labor, material, and equipment to complete installation of PVC Pipe in accordance with the Contract Drawings and these Specifications. The Contractor shall also clean and test pipelines where required. 2. Related Work: Related Contract Work is described in the following sections of the Specifications: Work Section Excavation 02222 Embankment 02223 Concrete Work 03310 Pump and Controls 11314 3. Reference Standards: The latest revision of the following standards of the American Society of Testing and Materials (ASTM) and the Uni-Bell PVC Pipe Association are hereby made a part of these specifications. ASTM D 1784 Standard Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly (Vinyl Chloride) (CPVC) Compounds. ASTM D 1785 Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80, and 120. ASTM D 2464 Standard Specification for Threaded Poly (Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 80. ASTM D 2466 Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 40. ASTM D 2467 Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 80. Polyvinyl Chloride (PVC) Pipe: PVC Pipe is used in the leachate management system. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 PVC Pipe Page 02616-2 ASTM D 2564 Standard Specification for Solvent Cements for Poly (Vinyl Chloride) (PVC) Plastic Piping Systems. ASTM D 3139 Standard Specification for Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals. ASTM D 3212 Standard Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals. ASTM F 1417 Standard Test Method for Installation Acceptance of Plastic Gravity Sewer Lines Using Low-Pressure Air. UNI-PUB-9 Installation Guide for PVC Pressure Pipe. 4. Quality Control: The Contractor shall perform pressure testing of PVC Pipe as described in this section. B. Materials 1. All PVC Pipe shall be manufactured from new materials meeting the physical requirements shown in Table 1 of this section. 2. All PVC Pipe shall have smooth interior walls and the Schedule or DR (dimension ratio) and diameter of the pipe shall be as shown on the Contract Drawings. 3. Visible defects, such as cracks, creases, crazing, non-uniformly pigmented areas, or undispersed raw materials shall not be acceptable and will result in rejection of the pipe by the Engineer. 4. Fittings: Fittings for PVC Pipe shall be in conformance with the following ASTM standards. All fittings shall be watertight. Pipe Schedule Fitting Type ASTM Standard 40 Socket (Solvent-Welded) ASTM D 2466 80 Socket (Solvent-Welded) ASTM D 2467 80 Threaded ASTM D 2464 5. Push-On Joints: Push-on joints for PVC Pipe shall be in conformance with the following ASTM standards. All push-on joints shall be watertight. Pipe Schedule System Type ASTM Standard 40 Gravity ASTM D 3212 40 Pressure ASTM D 3139 DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 PVC Pipe Page 02616-3 80 Gravity ASTM D 3212 80 Pressure ASTM D 3139 6. Solvent Cement: PVC solvent cement shall be in compliance with ASTM D 2564 and in accordance with the pipe Manufacturer’s recommendations. 7. Thread Lubricant: Lubricant for Schedule 80 threaded joints shall be Teflon tape only. 8. Pipe Perforations: The perforations of the perforated PVC Pipe shall be as shown on the Contract Drawings. 9. Materials used as pipe cleanouts shall be provided and installed under this section. Concrete shall be in accordance with Section 03310, Concrete Work, of these Specifications. C. Submittals The Contractor shall submit the following to the Engineer: 1. Submit a certification and summary of all required test results, prior to installation, that all PVC Pipe and fittings manufactured for the project have been produced in accordance with these Specifications. 2. Submit a copy of the PVC Pipe Manufacturer's recommendations for shipping, handling, and storage of pipe. 3. Furnish copies of the delivery tickets or other approved receipts as evidence for materials received that will be incorporated into construction. 4. Survey Results: After placement of PVC Pipe, survey results shall be submitted for review prior to acceptance. D. Construction 1. Shipping , Handling, and Storage: All PVC Pipe shall be shipped, handled, and stored in strict accordance with the Manufacturer's recommendations. 2. PVC Pipe Installation: a. The Contractor shall install PVC Pipe to the lines and grades shown on the Contract Drawings. Line and grade of piping shall be maintained with laser or approved equivalent. The Contractor shall give the Engineer sufficient notice so that the he may observe field location and installation activities. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 PVC Pipe Page 02616-4 b. Excavation for PVC Pipe shall be backfilled as directed by the Engineer as shown on the Contract Drawings. Sand backfill or approved soil backfill compacted to at least 95 percent of the Standard Proctor dry density (ASTM D 698) shall be used. Sharp stones or other potentially damaging material shall be removed from the base of the trench prior to placement of the piping. A leveling course, as required, shall consist of sand or other approved material. c. Pipe Connections: Joining of PVC Pipe shall be as follows: 1. General pipe sections shall be joined according to the Manufacturer's recommendations. 2. Specified bolted pipe connections shall be made as specified on the Contract Drawings using stainless steel hardware and neoprene gaskets. 3. PVC unions are required adjacent to valves and equipment. d. Perforated PVC Pipe shall be placed during construction as shown on the Contract Drawings. 3. Cleaning: a. All PVC Pipe shall be cleaned of any accumulation of silt, debris, or foreign matter of any kind and shall be kept clear of such accumulation until final acceptance of the work. b. Final Flushing: The Contractor shall flush all leachate collection piping accessible by cleanout ports with potable water at or near the completion of the work. Any sediment or other material remaining at collection points (sumps, manholes, etc.) shall be removed and disposed of as directed by the Engineer. 4. Pressure Testing: a. All solid piping where factory or field joints have been performed require pressure testing except as noted below. (1) Any unjointed section of pipe showing visual signs of damage or that is of questionable quality may be required to be pressure tested as directed by the Engineer. (2) Cleanout risers within the containment areas do not require pressure testing. b. Pressure testing shall be conducted by the Contractor in a manner approved by the Engineer. Such testing shall be observed by the Engineer. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 PVC Pipe Page 02616-5 c. Leachate Transmission Lines: Pressure testing of leachate transmission lines shall be as follows: (1) All gravity piping shall be tested using low-pressure air in accordance with ASTM F 1417. (2) All force main piping shall be tested using hydrostatic pressure in accordance with UNI-PUB-9. d. The pressures used in testing must not exceed the working pressure of the lowest rated component in the system (i.e. valves, meters, flanges, unions, etc.). The Manufacturer's recommendation for pressure testing may also be acceptable as an alternative if approved in advance by the Engineer. e. Pressure testing of short sections of piping to be placed in confined or inaccessible areas may be pressure tested by the Contractor prior to installation when approved by the Engineer. Temporary fittings, etc. required to plug section ends shall be provided by the Contractor at no expense to the Owner. f. Any piping that does not meet the pressure test criteria shall be repaired and retested at the Contractor's expense. No piping shall be approved until successful pressure testing is completed. 5. Surveying: The Contractor shall survey all PVC Pipe on 100 foot centers and at bends to ensure the proper location and grade of the piping. Table 1: Required PVC Pipe Properties Property Test Method Value Material ----- Rigid, Unplasticized Polyvinyl Chloride (PVC) Cell Classification ASTM D 1784 12454 B or C END OF SECTION DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 PVC Pipe Page 02616-6 This page intentionally left blank. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 Valves Page 02640-1 SECTION 02640 VALVES A. Description 1. General: The Contractor shall furnish all labor, material, and equipment to complete installation of all valves including all fittings, appurtenances, and transition pieces required for a complete and operable installation in accordance with the Contract Drawings and these Specifications. 2. Related Work: Related Contract Work is described in the following sections of the Specifications: Work Section Precast Concrete Structures 02608 HDPE Pipe 02614 Pump and Controls 11314 3. Reference Standards: The latest revision of the following standards of the American National Standard Institute (ANSI) are hereby made a part of these specifications. ANSI B 16.1 Pipe Flanges and Flanged Fittings. B. Materials 1. Valve Materials and Construction: a. All valves shall be constructed of new, first quality materials which have strength, wearing, and corrosion resistance characteristics entirely suitable for the types of service for which the individual valves are designated. b. All valve body castings shall be clean, sound, and without defects of any kind. No plugging, welding, or repairing of defects will be allowed. c. Valves shall have flanged ends for exposed service and mechanical joint ends for buried service, unless otherwise shown on the Contract Drawings or specified herein. Flanged ends shall be flat-faced, 125 lb. American Standard unless otherwise shown or specified in accordance with ANSI B16.1. All bolt heads and Valves: Ball valves are to be installed in the leachate management system. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 Valves Page 02640-2 nuts shall be hexagonal of American Standard size. The Contractor shall be responsible for coordinating connecting piping. 2. Ball Valves: Ball valves shall be constructed of PVC. Ball valves shall have two-way blocking capability and shall have flanged (ANSI) ends. Ball valves shall have Teflon seats with Viton backing cushions and Viton o-ring seals, and shall be designed for a maximum water working pressure of 150 psi at 120F. Ball valves shall be furnished with ABS lever operating handles. Ball valves shall be as manufactured by Asahi/America, Inc., or equal. 3. Valve Operators: The valve operator shall be designed to unseat, open or close, and seat the valve under the most adverse operating condition to which the valve will be subjected. All gearing shall be totally enclosed, sealed, and permanently lubricated. 4. Valve Boxes: Valve boxes shall be constructed as shown or indicated on the Contract Drawings or, if not shown, in accordance with local requirements. Valve boxes shall be of the appropriate size depending on the particular valve installed. Valve boxes shall be approved by the Engineer prior to installation. Precast concrete valve boxes shall be in accordance with Section 02608, Precast Concrete Structures, of these Specifications. C. Submittals The Contractor shall submit the following to the Engineer: 1. Submit Shop Drawings for all valves and accessories prior to installation. Submittals shall include all layout dimensions, size and materials of construction for all components, information on support and anchoring where necessary, pneumatic and hydraulic characteristics, and complete descriptive information to demonstrate full compliance with the Contract Documents. 2. Furnish copies of the delivery tickets or other approved receipts as evidence for materials received that will be incorporated into construction. D. Construction 1. Before installation, all valves shall be lubricated, manually opened and closed to check their operation, and the interior of the valves shall be thoroughly cleaned. 2. Install all valves where shown on the Contract Drawings in accordance with the Manufacturer's instructions. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 Valves Page 02640-3 3. Install all valves so that operating handwheels or wrenches may be conveniently turned but without interfering with access, and as approved by the Engineer. 4. Unless otherwise approved, install all valves plumb and level. Valves shall be installed free from distortion and strain caused by misaligned piping, equipment, or other causes. Concrete valve footings shall be provided for each unsupported valve where recommended by the Manufacturer or as directed by the Engineer. 5. Valve boxes shall be set plumb, and centered with the bodies directly over the valves so that traffic loads are not transmitted to the valve. Earth fill shall be carefully tamped around each valve box to a distance of 4 feet on all sides of the box, or to the undisturbed trench face, if less than 4 feet. END OF SECTION DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 Valves Page 02640-4 This page intentionally left blank. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 Stormwater Systems Page 02720-1 SECTION 02720 STORMWATER SYSTEMS A. Description 1. General: The contractor shall furnish all labor, material, and equipment to complete installation of Stormwater Systems in accordance with the Contract Drawings and these Specifications. 2. Related Work: Related Contract Work is described in the following sections of the Specifications: Work Section Excavation 02222 Embankment 02223 Erosion and Sedimentation Control 02270 3. Reference Standards: The latest revision of the following standards of the American Society of Testing and Materials (ASTM), the American Association of State Highway and Transportation Officials (AASHTO), and the North Carolina Department of Transportation (NCDOT) are hereby made a part of these specifications. ASTM C 76 Standard Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe. ASTM C 150 Standard Specification for Portland Cement. ASTM D 1248 Standard Specification for Polyethylene Plastics Molding and Extrusion Materials For Wire and Cable. ASTM D 2321 Standard Practice for Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity-Flow Applications. ASTM D 3350 Standard Specification for Polyethylene Plastics Pipe and Fittings Materials. AASHTO M 36 Specification for Corrugated Steel Pipe. Stormwater Systems: Stormwater Systems shall include all piping, pipe fittings, flared end sections, and other appurtenances designated to convey stormwater. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 Stormwater Systems Page 02720-2 AASHTO M 252 Specification for Corrugated Polyethylene Drainage Tubing, 3 to 10 Inch Diameter. AASHTO M 294 Specification for Corrugated Polyethylene Pipe, 12 to 36 Inch Diameter. NCDOT Standard Specifications for Roads and Structures and Roadway Standard Drawings. B. Materials 1. Reinforced Concrete Pipe (RCP): a. All reinforced concrete pipe shall be manufactured in accordance with ASTM C 76, Wall Type B or C, and shall be of the class that equals or exceeds the pipe class as shown on the Contract Drawings. All pipe shall be aged at the manufacturing plant for at least fourteen (14) days before delivery to the job site. b. Minimum pipe laying lengths shall be four (4) feet. c. Joints for reinforced concrete pipe shall have tongue and groove or bell and spigot ends with leak-resistant mastic joint sealant. Joint sealant shall be ConSeal type, or approved equal. 2. Corrugated Polyethylene (CPE) Pipe: CPE pipe and fittings shall be of the sizes and type shown on the Contract Drawings and shall conform to every aspect of AASHTO M 252 (3 to 10 inch diameters) or AASHTO M 294 (12 to 36 inch diameters). All Type S CPE pipe shall have watertight joints. 3. Flared End Sections: Flared end sections shall be reinforced and shall be fabricated from the same materials meeting the same requirements as the pipe to which they are connected. All reinforced concrete and corrugated metal flared end sections shall meet the requirements of the NCDOT. Corrugated polyethylene flared end sections shall be as recommended by the pipe manufacturer. C. Submittals The Contractor shall submit the following to the Engineer: 1. Submit a certification and summary of all required test results, prior to installation, that all Stormwater Systems have been produced in accordance with these Specifications. 2. Furnish copies of the delivery tickets or other approved receipts as evidence for materials received that will be incorporated into construction. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 Stormwater Systems Page 02720-3 D. Construction 1. All piping shall be installed by skilled workmen and in accordance with the best standards for piping installation. Proper tools and appliances for the safe and convenient handling and installation of the pipe and fittings shall be used. 2. All pieces shall be carefully examined for defects, and no piece shall be installed which is known to be defective. If any defective piece should be discovered after having been installed, it shall be removed and replaced at the Contractor's expense. 3. Prior to installation, the Contractor is responsible for checking the fit of design elevations for Stormwater Systems with existing conditions (i.e. conflicts with other structures, fit within existing drainage channels/features, ability to have minimum cover, etc.). The Contractor shall notify the Engineer of any conflicts and/or necessary field adjustments prior to installation for resolution or concurrence. 4. Excavation and backfilling of pipe trenches shall be as described in Section 02222, Excavation and Section 02223, Embankment, respectively, of these Specifications. 5. Following proper preparation of the trench subgrade, pipe and fittings shall be carefully lowered into the trench so as to prevent dirt and other foreign substances from gaining entrance into the pipe and fittings. Proper facilities shall be provided for lowering sections of pipe into trenches. No materials shall be dropped or dumped into the trench. 6. Water shall be kept out of the trench until jointing and backfilling are completed. When work is not in progress, open ends of pipe, fittings, and valves shall be securely closed so that no water, earth, or other substance will enter the pipes, fittings, or valves. Pipe ends left for future connections shall be valved, plugged, or capped, and anchored as required. 7. All Stormwater Systems shall be installed to accurate lines and grades with no abrupt changes in line or grade. 8. The full length of each section of pipe shall rest solidly upon the bed of the trench, with recesses excavated to accommodate bells, couplings, joints, and fittings. Before joints are made, each pipe shall be well bedded on a solid foundation. No pipe shall be brought into position until the preceding length has been thoroughly bedded and secured in place. Pipe that has the grade or joint disturbed after laying shall be taken up and re-laid by the Contractor at their own expense. 9. The laying of reinforced concrete pipe shall conform to the current recommendations of the American Concrete Pipe Association for Installation Type 1 or 2. END OF SECTION DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 Stormwater Systems Page 02720-4 This page intentionally left blank. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 Revegetation Page 02930-1 SECTION 02930 REVEGETATION A. Description 1. General: The Contractor shall furnish all labor, material, and equipment to complete Revegetation in accordance with the Contract Drawings and these Specifications. 2. Related Work: Related Contract Work is described in the following sections of the Specifications: Work Section Excavation 02222 Embankment 02223 Erosion and Sedimentation Control 02270 3. Correction Period: The Contractor shall be responsible for the satisfactory establishment and growth of a permanent stand of vegetation as judged by the Engineer during the correction period of the Contract (Alternatively, if no correction period is defined in the Contract, the correction period shall be one year after substantial completion of the project.). During this period, the Contractor shall be responsible for the maintenance items described in Paragraph D.4 (Maintenance) of this Specification. B. Materials 1. Limestone: Unless otherwise defined by specific soil tests, supply agricultural grade ground limestone conforming to the current “Rules, Regulations, and Standards of the Fertilizer Board of Control.” 2. Fertilizer: Unless otherwise defined by specific soil tests, supply commercial fertilizer meeting applicable requirements of State and Federal law. Do not use cyanamic compounds of hydrated lime. Deliver fertilizer in original containers labeled with content analysis. 3. Grass Seed: Supply fresh, clean, new-crop seed. Do not use seed which is wet, moldy, or otherwise damaged. Deliver seed in standard sealed containers labeled with producer’s Revegetation: Revegetation includes permanent Revegetation of all site areas disturbed by the Contractor whether inside the Contract Limits or not. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 Revegetation Page 02930-2 name and seed analysis, and in accord with US Department of Agriculture Rules and Regulations under Federal Seed Act. 4. Mulch: Supply clean, seed-free, threshed straw of oats, wheat, barley, rye, beans, or other locally available mulch material. a. Do not use mulch containing a quantity of matured, noxious weed seeds or other species that will be detrimental to seeding, or provide a menace to surrounding land. b. Do not use mulch material which is fresh or excessively brittle, or which is decomposed and will smother or retard growth of grass. 5. Binder: Supply emulsified asphalt or synthetic binder. 6. Water: Supply potable, free of substances harmful to growth. 7. Application rates, seed types, and other requirements shall be in accordance with Table 1 of this section. C. Submittals The Contractor shall submit the following to the Engineer: 1. Results of soil tests performed and proposed modifications, if any, to the specified requirements. 2. Certificates for each grass seed mixture, stating botanical and common name, percentage by weight, and percentages of purity, germination, and weed seed. Certify that each container of seed delivered is fully labeled in accordance with Federal Seed Act and equals or exceeds specification requirements. 3. Copies of invoices for fertilizer, showing grade furnished and total quantity applied. D. Construction 1. The Contractor shall establish a smooth, healthy, uniform, close stand of grass from the specified seed. Prior to Revegetation, the Contractor shall adequately test the soils to be revegetated to ensure the adequacy of the specified requirements. Any modifications to these requirements deemed necessary after the review of soil test results, shall be at the Contractor’s sole expense. The Engineer will perform the observations to determine when successful Revegetation is achieved. 2. Soil Preparation: a. Limit preparation to areas which will be planted soon after preparation. b. Loosen surface to minimum depth of four (4) inches. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 Revegetation Page 02930-3 c. Remove stones, sticks, roots, rubbish and other extraneous matter over three (3) inches in any dimension. d. Spread lime uniformly over designated areas at the rate specified in Table 1 of this section. e. After application of lime, prior to applying fertilizer, loosen areas to be seeded with double disc or other suitable device if soil has become hard or compacted. Correct any surface irregularities in order to prevent pocket or low areas which will allow water to stand. f. Distribute fertilizer uniformly over areas to be seeded at the rate specified in Table 1 of this section. (1) Use suitable distributor. (2) Incorporate fertilizer into soil to depth of at least two (2) inches. (3) Remove stones or other substances which will interfere with turf development or subsequent mowing. g. Grade seeded areas to smooth, even surface with loose, uniformly fine texture. (1) Roll and rake, remove ridges and fill depressions, as required to meet finish grades. (2) Fine grade just prior to planting. 3. Seeding: a. Use approved mechanical power driven drills or seeders, mechanical hand seeders, or other approved equipment. b. Distribute seed evenly over entire area at the rate specified in Table 1 of this section. c. Stop work when work extends beyond most favorable planting season for species designated, or when satisfactory results cannot be obtained because of drought, high winds, excessive moisture, or other factors. d. Resume work only when favorable condition develops, or as directed by the Engineer. e. Lightly rake seed into soil followed by light rolling or cultipacking. f. Immediately protect seeded areas against erosion by mulching or placing Rolled Erosion Control Products in accordance with Section 02275 of these Specifications, where applicable. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 Revegetation Page 02930-4 (1) Spread mulch in a continuous blanket at the rate specified in Table 1 of this section. (2) Immediately following spreading mulch, secure with evenly distributed binder at the rate specified in Table 1 of this section. (3) For slopes not steeper than 3H:1V and as an option to using binder to secure mulch, use a mulch anchoring tool operated along the contour of the slope. 4. Maintenance: The Contractor shall be responsible for maintaining all seeded areas through the end of their warranty period. The Contractor shall provide, at their expense, protection of all seeded areas against damage at all times until acceptance of the work. Maintenance shall include, but not be limited to, the following items: a. Regrade and revegetate all eroded areas until adequately stabilized by grass. b. Remulch with new mulch in areas where mulch has been disturbed by wind or maintenance operations sufficiently to nullify its purpose. Anchor as required to prevent displacement. c. Replant bare areas using same materials specified. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 Revegetation Page 02930-5 Table 1: Seeding Schedule Material Seed Type Application Rate (See Note 1) Lime ----- 4,000 lbs/acre Fertilizer (10-10-10) ----- 1,000 lbs/acre Seed: Permanent: Kentucky 31 Tall Fescue Pensacola Bahiagrass Sericea Lespedeza3 Kobe Lespedeza Seasonal Nurse Crop2 250 lbs/acre 50 lbs/acre 30 lbs/acre 10 lbs/acre See Note 2 Temporary: Seasonal Nurse Crop2 See Note 2 Mulch ----- 4,000 - 5,000 lbs/acre Binder ----- 400 gallons/acre Notes: 1. Application rates and/or chemical analysis shall be confirmed or established by a soil test(s). 2. Use seasonal nurse crop in accordance with seeding dates as stated below: April 15 - August 15 10 lbs/acre German Millet or 15 lbs/acre Sudangrass August 16 - April 14 25 lbs/acre Rye (grain). 3. From September 1 - March 1, use unscarified Sericea seed. END OF SECTION DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 Revegetation Page 02930-6 This page intentionally left blank. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 Concrete Work Page 03310-1 SECTION 03310 CONCRETE WORK A. Description 1. General: The Contractor shall furnish all labor, material, and equipment to complete installation of all concrete including all necessary and incidental items, in accordance with the Contract Drawings and these Specifications. 2. Related Work: Related Contract Work is described in the following sections of the Specifications: Work Section Pump and Controls 11314 3. Reference Standards: The latest revision of the following standards of the American Concrete Institute (ACI) and the American Society for Testing and Materials (ASTM) are hereby made a part of these specifications: ACI 301 Specifications for Structural Concrete for Buildings. ACI 315 Manual of Standard Practice for Detailing Reinforced Concrete Structures. ACI 318 Building Code Requirements for Structural Concrete. ASTM C 31 Standard Method of Making and Curing Concrete Test Specimens in the Field. ASTM C 39 Standard Method of Test for Compressive Strength of Cylindrical Concrete Specimens. ASTM C 42 Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. ASTM C 94 Standard Specification for Ready Mixed Concrete. ASTM C 143 Standard Method of Test for Slump of Portland Cement Concrete. Concrete Work: Concrete work includes reinforced concrete pads and concrete footings. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 Concrete Work Page 03310-2 ASTM C 150 Standard Specification for Portland Cement. ASTM C 172 Standard Method of Sampling Fresh Concrete. ASTM C 309 Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete. B. Materials 1. Concrete Materials: a. Portland Cement: ASTM C 150, Type I or Type II, unless otherwise acceptable to the Engineer. Use one brand of cement throughout project, unless otherwise acceptable to the Engineer. b. Normal Weight Aggregates: ASTM C 33, and as herein specified. Provide aggregates from a single source for exposed concrete. For exterior exposed surfaces, do not use fine or coarse aggregates containing spalling-causing deleterious substances. Local aggregates not complying with ASTM C 33 but which have shown by special test or actual service to produce concrete of adequate strength and durability may be used when acceptable to the Engineer. c. Water: Potable. 2. Nonstructural Concrete: Nonstructural concrete may be used for fill concrete, thrust blocks, etc. Nonstructural concrete shall conform to the following requirements: Compressive Strength (28 day): 3,000 psi. 3. Reinforcing Materials: a. Reinforcing Bars: ASTM A 615, Grade 60, deformed. b. Welded Wire Fabric: ASTM A 185, welded steel wire fabric. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 Concrete Work Page 03310-3 c. Supports for Reinforcement: Provide supports for reinforcement including bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars and welded wire fabric in place. Use wire bar type supports complying with CRSI specifications, unless otherwise acceptable. (1) For slabs-on-grade, use supports with sand plates or horizontal runners where base material will not support chair legs. (2) For exposed-to-view concrete surfaces, where legs of supports are in contact with forms, provide supports with legs which are plastic protected (CRSI, Class 1) or stainless steel protected (CRSI, Class 2). C. Submittals 1. The Contractor shall submit concrete mix designs to the Engineer for approval at least 15 days prior to the first concrete placement. 2. Placing Drawings: Submit drawings for fabrication, bending, and placement of concrete reinforcement. Comply with ACI 315 showing bar schedules, stirrup spacing, diagrams of bent bars, and arrangement of concrete reinforcement. Include special reinforcement required and openings through concrete structures. 3. Furnish copies of the delivery tickets or other approved receipts as evidence for materials received that will be incorporated into construction. D. Construction 1. Concrete shall be placed per the procedures specified in ACI 301. 2. Placing Reinforcement: Details of concrete reinforcement, unless otherwise shown, shall be in accordance with ACI 318, ACI 315, and ACI 301. Comply with Concrete Reinforcing Steel Institute's recommended practice for "Placing Reinforcing Bars", for details and methods of reinforcement placement and supports, and as herein specified. a. Clean reinforcement of loose rust and mill scale, earth, ice, and other materials which reduce or destroy bond with concrete. b. Accurately position, support, and secure reinforcement against displacement by formwork, construction, or concrete placement operations. Locate and support reinforcing by metal chairs, runners, bolsters, spacers, and hangers, as required. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 Concrete Work Page 03310-4 c. Place reinforcement to obtain at least minimum coverages for concrete protection. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position during concrete placement operations. Set wire ties so ends are directed into concrete, not toward exposed concrete surfaces. d. Install welded wire fabric in as long lengths as practicable. Lap adjoining pieces at least one full mesh and lace splices with wire. Offset end laps in adjacent widths to prevent continuous laps in either direction. 3. Inserted and Embedded Items: Pipes, anchor bolts, steps, and other inserts, as indicated on the Contract Drawings or as required, shall be encased in concrete. 4. Concrete thrust blocks and valve footings shall be poured in-place and shall satisfy the minimum bearing surface requirements as shown on the Contract Drawings. 5. Structures shall be formed, chamfered, and finished in a workman-like manner. 6. Curing: Curing shall be with curing compound conforming to ASTM C309, Type 2, Class A in two uniform thoroughly covering coats applied at right angles to each other. END OF SECTION DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 Pump and Controls Page 11314-1 SECTION 11314 PUMP AND CONTROLS A. Description 1. General: The Contractor shall furnish all labor, material, and equipment to complete installation of Pump and Controls, including all necessary and incidental items, in accordance with the Contract Drawings and these Specifications. 2. Related Work: Related Contract Work is described in the following sections of the Specifications: Work Section Precast Concrete Structures 02608 HDPE Pipe 02614 PVC Pipe 02616 Valves 02640 Concrete Work 03310 3. Manufacturers Qualifications: The manufacturer shall be a UL listed shop for industrial control systems and shall provide evidence of such on request from the Engineer or Owner. 4. Warranty: All equipment shall be warranted by the manufacturer against defects in material, installation, and workmanship for a period of one year. Warranties shall become effective (initiate) upon successful system start-up as required in this section. B. Materials 1. General: The materials supplied under these Specifications shall consist of new, first-quality products designed and manufactured specifically for the purpose of this work, which shall have been satisfactorily demonstrated, by prior use, to be suitable and durable for such purposes. Pump And Controls: A diaphragm pump will be used to pump leachate from the landfill sump to an existing HDPE manhole. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 Pump and Controls Page 11314-2 2. Station Enclosure: a. General: The station enclosure shall consist of a reinforced concrete base and a fiberglass cover with access doors. Minimum dimensions of the enclosure shall be as shown on the Contract Drawings. Dimensions shall be adjusted as needed for the selected equipment and fiberglass cover. b. Base: The base shall be reinforced concrete as shown on the Contract Drawings. Reinforced concrete shall meet the requirements of Section 03310, Concrete Work, of these Specifications. c. Fiberglass Cover: The fiberglass cover shall be Shelter Works, or approved equal having a minimum insulation value of R-13. Wood core type enclosures shall not be considered acceptable. The color shall be tan or other neutral color as approved by the Owner. The cover shall include the following components: (1) Double Access Door (One Side); (2) Two 18-inch (square) Manual Vents (One Located at Each End); (3) LED Lighting and Switch; and (4) Electric Space Heater with Adjustable Thermostat. All electrical components shall be suitable for an explosion-proof installation. 3. Pump: a. The pump shall be capable of pumping municipal solid waste (MSW) landfill leachate and shall meet the requirements listed in Table 1 of this section. The pump shall be capable of running dry without damage. b. The pump shall include an air chambers and a pressure sensor assembly as recommended by the pump manufacturer on the discharge side of the pump. c. The pump shall be provided with a substantial stainless steel nameplate, securely fastened in a conspicuous place and clearly inscribed with the manufacturer's name, year of manufacture, serial number, and principal rating data. 4. Suction Hose: A non-collapsible EPDM suction hose as recommended by the pump manufacturer having the length specified on the Contract Drawings shall be provided. An intake screen and foot valve, also as recommended by the pump manufacturer, shall be included. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 Pump and Controls Page 11314-3 Additionally, a pressure transducer shall be attached to the suction hose (near the intake end) for liquid level control. The Contractor shall verify the fit of the suction hose, intake screen, and foot valve inside the existing cleanout pipe during the initial stages of the work. 5. Piping: Discharge and drain piping shall be of the size and type shown on the Contract Drawings. HDPE Pipe shall meet the requirements of Section 02614, HDPE Pipe, of these Specifications. PVC Pipe shall meet the requirements of Section 02616, PVC Pipe, of these Specifications. 6. Valves: Valves shall meet the requirements of Section 02640, Valves, of these Specifications 7. Flow Meter Assembly: The flow meter assembly shall be fabricated to the dimensions shown on the Contract Drawings and shall be in accordance with Section 02608, Precast Concrete Structures, of these Specifications. 8. Electrical and Controls: a. General: The control system shall function as described below. The equipment listed below is a guide and does not relieve the supplier from supplying a system that will function as required. b. Enclosure: The enclosure shall be a NEMA 4X rated stainless steel enclosure. The enclosure shall be a pole mount type with a minimum depth sized to adequately house all of the components. The door shall open a minimum of 180 degrees. c. Inner Dead Front Door: A polished aluminum dead front shall be mounted on a continuous aircraft type hinge and shall contain cutout for mounted equipment and provide protection of personnel from live internal wiring. Cutouts for breaker handles shall be provided to allow operation of breakers without entering the compartment. All control switches, indicator pilot lights, elapsed time meters, duplex receptacle, and other operational devices shall be mounted on the external surface of the dead front. The dead front shall open a minimum of 150 degrees to allow access to equipment for maintenance. A ¾ inch break shall be formed around the perimeter of the dead front to provide rigidity. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 Pump and Controls Page 11314-4 d. Back Plate: The back plate shall be manufactured of 14 gauge steel and be finished with a primer coat and two (2) coats of baked on white enamel. All hardware mounted to the subpanel shall be accomplished with machine thread tapped holes. Sheet metal screws are not acceptable. All devices shall be permanently identified. e. Power Distribution: The panel power distribution shall include all necessary components and be completely wired with stranded copper conductors rated at 75 C. All conductor terminations shall be as recommended by the device manufacturer. f. Circuit Breakers: All circuit breakers shall be heavy duty thermal magnetic or motor circuit protectors similar and equal to Square D type FAL. Each motor breaker shall be adequately sized to meet the pump motor operating characteristics and shall have a minimum of 10,000 amps interrupting capacity for 230 VAC. The control circuit and the duplex receptacle shall individually be controlled by a separate circuit breaker. Circuit breakers shall be indicating type, providing "On-Off-Trip" positions of the operating handle. When the breaker is tripped automatically, the handle shall assume a middle position indicating "Trip". Thermal magnetic breakers shall be quick-make and quick-break on manual and automatic operation and have inverse time characteristics secured through the use of bimetallic tripping elements supplemented by a magnetic trip. Breakers shall be designed so that an overload on one pole automatically trips and opens all legs. Field installed handle ties shall not be acceptable. g. Motor Starters: Motor starters shall be open frame, across the line, NEMA rated with individual overload protection in each leg. Motor starter contact and coil shall be replaceable from the front of the starter without removing from its mounted position. Overload heaters shall be block type, utilizing melting alloy spindlers and shall have visual trip indication. Overload shall be sized for the full load amperage draw of the pump. h. Transformers: Control Transformers shall be provided to provide the 120 VAC and/or 24 VAC for control circuits. Transformers shall be fused on the primary and secondary circuits. The secondaries shall be grounded. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 Pump and Controls Page 11314-5 i. Lightning-Transit Protection: A lightning-transit protector with tell-tale warning lights on each phase to indicate loss of protection on the individual phases shall be provided. The device shall be solid state with a response time of less than 5 nanoseconds withstanding surge capacity of 6,500 amperes. Unit shall be instant recovery, long life, and have no holdover currents. j. Phase Monitor: A line voltage rated, adjustable phase monitor shall be installed to sense low voltage, loss of power, reversed phasing, and loss of a phase. Control circuit shall deenergize upon sensing any of the faults and shall automatically restore service upon return to normal power. k. Alarm System: The alarm light shall be a weatherproof-shatterproof red light fixture with a 40 watt bulb to indicate alarm conditions. The alarm light shall be turned on by the alarm level. l. Level Controls: A control meter shall be provided for the pump’s level control (based on a signal from a pressure transducer) and shall be mounted on the inner door of the control panel. Control meters shall provide digital read-out and have the capability to monitor and maintain pumping operations. Level controls shall be accurate to within 0.1 inch. m. Control System Operation: The control system shall provide for the automatic and manual control of the pump to maintain a pumped down condition of the sump. Levels shall be sensed by level controls adjusted to the levels as specified by the Engineer. The level controls shall sense the “Off”, “On”, and “Alarm” levels. As the level in the sump rises, the pump shall start and pump to the “Off” position. If the level continues to rise, alarm functions shall be excited. The control system shall include but not be limited to the ancillary equipment listed below. n. Flow Meter: A flow meter shall be installed where shown on the Contract Drawings. The flow meter shall be the electromagnetic type capable of true volumetric measurement. The flow meter shall register total product flow and record totalized flow rate and shall be integrated into the pump control system. The flow meter shall have flanged connections and be constructed of materials compatible with leachate. The flow meter shall have the following characteristics: (1) Accuracy to + 0.25% of Rate DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 Pump and Controls Page 11314-6 (2) Intelligent Micro-processor Based Transmitter (3) Pressure Limits from Full Vacuum to 200 psi (4) Temperature Limits to 250 F (5) NEMA 4X Environmental Rating (6) Accidental and Total Submergence Protection. The flow meter shall be as manufactured by SeaMetrics, Foxboro, Badger, ABB, or approved equal. The flow meter valve box shall be as shown on the Contract Drawings and shall meet the requirements of Section 02608, Precast Concrete Structures, of these Specifications. o. Intrinsic Safe Controller: The controller system shall be a UL listed control unit consisting of a plug-in programmed solid state controller. p. Ancillary Equipment: The ancillary equipment listed below shall be provided unless otherwise indicated: (1) HOA Switches: A three position HOA Switch shall be provided for the pump. The switch shall be NEMA 4X rated with 10 Amp contacts. A position indicating legend plate shall be provided. The HOA switches shall be mounted on the inner dead front door. (2) Run Indicators: A green LED run pilot indicator shall be mounted on the dead front door for the pump. (3) Elapsed Time Meter: An elapsed time meter shall be mounted on the dead front door for the pump. The meter shall operate on 120 VAC, shall indicate in hours (6 digits) and tenths and shall be non-resetable. q. Drawings: A final as-built drawing encapsulated in mylar shall be attached to the inside of the front door. As-built pump settings (pump off, pump on, and alarm) and all legends shall be included. r. Panel Markings: All component parts in the control panel shall be permanently marked and identified as they are indicated on the drawing. Marking shall be on the back plate adjacent to the component. All control conductors shall be identified with wire markers at each end as close as practical to the end of conductor termination. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 Pump and Controls Page 11314-7 s. Breakout Junction Boxes: A breakout junction box shall be provided and installed for each set of motor leads or sensor wires exiting an enclosure in order to provide a gas-tight seal and for convenient disconnection for maintenance. Breakout junction boxes shall have the following characteristics: (1) NEMA 4X stainless steel enclosure (2) Minimum size: 10 inches x 8 inches x 6 inches deep (3) Weatherproof exit hub with FNPT connection (4) Explosion proof gas seal-off fitting suitable for vertical or horizontal installation with pipe nipple (5) Sealing compound to make vapor-tight seal (6) Dryer tube and bellows to seal out moisture from level sensor. Breakout junction boxes shall be as recommended by the pump manufacturer. 9. Electrical Heat Tape and Insulation: Electrical heat tape and insulation shall be installed where shown on the Contract Drawings. Heat tape shall be Easy Heat Freeze Free Self-Regulating Pipe Heating System by Easy Heat of New Carlisle, Indiana, or approved equal. Heat tape shall be installed per the Manufacturer’s guidelines based on the pipe diameter and a temperature of -20 F. Insulation shall consist of premolded fiberglass or of closed cell flexible elastomeric material. Insulation thickness shall be as recommended by the Manufacturer for a temperature of -20 F. Insulation of interior service shall be jacketed with suitable moisture resistant fabric type material. Insulation for exterior service shall have aluminum or plastic jacketing which shall be removable (and capable of being re- installed) where indicated on the Contract Drawings. C. Submittals The Contractor shall submit the following to the Engineer: 1. The Contractor shall submit shop drawings for the Pump And Controls for approval. 2. Operation and maintenance manuals shall be provided for all the equipment specified in this section. 3. The pump supplier shall submit documentation that the selected pump will work with this application and provide certified performance curves. 4. The Contractor shall submit the manufacturer’s warranty for each pump supplied. 5. Spare Parts: The Contractor shall provide a replacement diaphragm, flappers, gaskets, and hardware for each pump provided. DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 Kersey Valley Landfill –Leachate Management Modifications Technical Specifications October 2018 Pump and Controls Page 11314-8 D. Construction 1. Installation: The Pump And Controls shall be constructed as shown on the Contract Drawings and with the manufacturer’s standard dimensions and tolerances for the pump specified. 2. System Start-Up: The Contractor shall provide the services of qualified personnel to check the installation, make adjustments, and place the equipment in operation. The system start-up shall be conducted in the presence of the Contractor, the Engineer, and the Owner and shall not be considered complete until written acceptance is provided by the Engineer. During system start-up, all panels shall be tested to the necessary power requirements to assure proper operation of all the components. Each control function shall be activated to check for proper indication. Table 1: Pump Requirements Property Phase 3 Pump Quantity 2 (One is Spare) Model Wastecorp Mud Sucker 2 FAC-EC, or pre-approved equal Capacity (GPM) 20 (Max.) Maximum Suction Lift 20 Feet Vertical or 75 Feet Horizontal (with Foot Valve) Maximum Discharge Head (Feet) 50 Maximum Solids 1.5-Inch Diam. Motor Explosion Proof (Single Phase) 1 hp; 1,800 RPM 1/60/115/230V END OF SECTION DocuSign Envelope ID: CA50BB9A-22B5-4870-92C9-D0CACA192D80DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64 DocuSign Envelope ID: E4043B89-ADEF-4F01-8265-986C8B70AD64