Loading...
HomeMy Public PortalAbout134-2021 - Turner Contracting, Inc - se...h Landfill Cells 4A and 4B Project AGREEMENT THIS AGREEMENT made and entered into this ,..-1 day of e , 2021, and referred to as Contract No. 134-2021 by and between the City of Richmond, Indiana, a municipal corporation acting by and through its Board of Sanitary Commissioners (referred to as the "City"), and Turner Contracting Incorporated, 906 16th Street, Suite #3, Bedford, Indiana, 47421 (hereinafter referred to as the "Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby retains Contractor to perform services in connection with the City's New Paris Pike Landfill Cells 4A and 4B Construction Project, which includes, but is not limited to, earthwork, composite liner installation, drainage layer installation, and leachate collection system installation (the "Project"). Bid Specifications dated September 12, 2021, have been made available for inspection by Contractor, are on file in the Sanitation Department for the City of Richmond, and are hereby incorporated by reference and made a part of this Agreement. Contractor agrees to abide by the same. City placed a bid notice in the newspaper and said notice to bidders and the specification on file for the New Paris Pike Landfill Cells 4A and 4B Construction Project are attached hereto and incorporated herein as Exhibit"A". The response of Contractor to said Bid Specifications, is attached hereto as Exhibit `B", which Exhibit consists of forty (40)pages, and is also hereby incorporated by reference and made a part of this Agreement. Contractor shall provide all services described in Exhibit `B" at the rates set forth in the same. Should any provisions, terms, or conditions contained in any of the documents attached hereto as Exhibits, or in any of the documents incorporated by reference herein, conflict with any of the provisions,tetras, or conditions of this Agreement,this Agreement shall be controlling. The Contractor shall furnish all labor, material, equipment, and services necessary which are incidental to the proper completion of all work specified. No performance of services shall commence until the following has been met: 1. The City is in receipt of any required certificates of insurance and/or warranties; 2. The City is in receipt of any required affidavit signed by Contractor in accordance with Indiana Code 22-5-1.7-11(a)(2);and 3. A purchase order has been issued by the Purchasing Department. Contract No. 134-2021 Page 1 of 7 SECTION II. STATUS OF CONTRACTOR Contractor shall be deemed to be an independent contractor and is not an employee or agent of the City of Richmond. The Contractor shall provide, at its own expense, competent supervision of the work. SECTION III. COMPENSATION City shall pay Contractor at the unit prices indicated in the schedule of values contained within Exhibit"B" for a total not-to-exceed contract price of Three Million One Hundred and Sixty One Thousand One Hundred and Ninety-seven Dollars and Sixty-three Cents ($3,161,197.63) for complete and satisfactory performance of the work required hereunder. SECTION IV. TERM OF AGREEMENT This Agreement shall become effective when signed by all parties and shall continue in effect until the completion of the Project, subject to the provisions concerning Time of Completion and Liquidated Damages contained in the Bid Specifications, incorporated herein by reference (Final Completion expected on or before August 31, 2022). Notwithstanding the term of this Agreement, City may terminate this Agreement in whole or in part, for cause, at any time by giving at least five (5) working days written notice specifying the effective date and the reasons for termination which shall include but not be limited to the following: a. failure, for any reason of the Contractor to fulfill in a timely and proper manner its obligations under this Agreement; b. submission by the Contractor to the City of reports that are incorrect or incomplete in any material respect; c. ineffective or improper use of funds provided under this Agreement; d. suspension or termination of the grant funding to the City under which this Agreement is made; or e. unavailability of sufficient funds to make payment on this Agreement. In the event of such termination, the City shall be required to make payment for all work performed prior to the effective date by Contractor, but shall be relieved of any other responsibility herein. Page 2 of 7 This Agreement may also be terminated, in whole or in part, by mutual Agreement of the parties by setting forth the reasons for such teiiiiination, the effective date, and in the case of partial termination, the portion to be terminated. This Agreement may also be terminated by the City if a force-majeure event occurs and the results or aftereffects of said event causes the performance of this Agreement to become impossible or highly impracticable. Said event or results or aftereffects of said event would include events or effects which the parties to this Agreement could not have anticipated or controlled. Examples of a force-majeure event, or its results, would include, but would not be limited to, events such as an Act of God, an Act of Nature, an Act of Law, or an Emergency Act of Executive Enforcement of the Federal government, the State of Indiana, or local government. SECTION V. WITHHOLDING, RETAINAGE, AND CLAIMS FOR PAYMENTS Contractor understands, acknowledges and agrees that pursuant to Indiana Code 36-1-12-13 the City must provide for the payment of subcontractors, laborers, material suppliers, and those performing services under a public works contractor and further agrees that in the event Contractor fails to timely pay any subcontractor, laborer, or material supplier for the performance of services or delivery of materials under this Agreement that the Board of Public Works and Safety for the City shall withhold payments in an amount sufficient to pay the subcontractors, laborers, material suppliers, or those providing services. Contractor further understands, acknowledges, and agrees that the Board shall proceed with the proper administrative procedures initiated as the result of any claims timely filed by any subcontractor, laborer, or material supplier under Indiana Code 36-1-12-12. SECTION VI. INDEMNIFICATION AND INSURANCE Contractor agrees to obtain insurance and to indemnify the City for any damage or injury to person or property or any other claims which may arise from the Contractor's conduct or performance of this Agreement, either intentionally or negligently; provided, however, that nothing contained in this Agreement shall be construed as rendering the Contractor liable for acts of the City, its officers, agents, or employees. Contractor shall as a prerequisite to this Agreement, purchase and thereafter maintain such insurance as will protect it from the claims set forth below which may arise out of or result from the Contractor's operations under this Agreement, whether such operations by the Contractor or by any sub-contractors or by anyone directly or indirectly employed by any of them, or by anyone for whose acts the Contractor may be held responsible. Coverage Limits A. Worker's Compensation & Statutory Disability Requirements Page 3 of 7 B. Employer's Liability $100,000 C. Comprehensive General Liability Section 1. Bodily Injury $1,000,000 each occurrence $2,000,000 aggregate Section 2. Property Damage $1,000,000 each occurrence D. Comprehensive Auto Liability Section 1. Bodily Injury $1,000,000 each person $1,000,000 each occurrence Section 2. Property Damage $1,000,000 each occurrence SECTION VII. COMPLIANCE WITH WORKER'S COMPENSATION LAW Contractor shall comply with all provisions of the Indiana Worker's Compensation law, and shall, before commencing work under this Agreement, provide the City a certificate of insurance, or a certificate from the industrial board showing that the Contractor has complied with Indiana Code Sections 22-3-2-5, 22-3-5-1 and 22-3-5-2. If Contractor is an out of state employer and therefore subject to another state's worker's compensation law, Contractor may choose to comply with all provisions of its home state's worker's compensation law and provide the City proof of such compliance in lieu of complying with the provisions of the Indiana Worker's Compensation Law. SECTION VII. COMPLIANCE WITH INDIANA E-VERIFY PROGRAM REQUIREMENTS Pursuant to Indiana Code 22-5-1.7, Contractor is required to enroll in and verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program. Contractor is not required to verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program if the Indiana E-Verify program no longer exists. Prior to the performance of this Agreement, Contractor shall provide to the City its signed Affidavit affiiining that Contractor does not knowingly employ an unauthorized alien in accordance with IC 22-5-1.7-11 (a) (2). In the event Contractor violates IC 22-5-1.7 the Contractor shall be required to remedy the violation not later than thirty (30) days after the City notifies the Contractor of the violation. If Contractor fails to remedy the violation within the thirty (30) day period provided above, the City shall consider the Contractor to be in breach of this Agreement and this Agreement will be teiiiiinated. If the City determines that terminating this Agreement would be detrimental to the public interest or public property, the City may allow this Agreement to remain in effect until the City procures a new contractor. If this Agreement is terminated under this section, then pursuant to IC 22-5-1.7-13 (c) the Contractor will remain liable to the City for actual damages. Page 4 of 7 SECTION IXI, IRAN INVESTMENT ACTIVITIES Pursuant to Indiana Code (IC) 5-22-16.5, Contractor certifies that Contractor is not engaged in investment activities in Iran. In the event City determines during the course of this Agreement that this certification is no longer valid, City shall notify Contractor in writing of said determination and shall give contractor ninety (90) days within which to respond to the written notice. In the event Contractor fails to demonstrate to the City that the Contractor has ceased investment activities in Iran within ninety (90) days after the written notice is given to the Contractor, the City may proceed with any remedies it may have pursuant to IC 5-22-16.5. In the event the City determines during the course of this Agreement that this certification is no longer valid and said determination is not refuted by Contractor in the manner set forth in IC 5- 22-16.5, the City reserves the right to consider the Contractor to be in breach of this Agreement and terminate the agreement upon the expiration of the ninety (90) day period set forth above. SECTION X. PROHIBITION AGAINST DISCRIMINATION A. Pursuant to Indiana Code 22-9-1-10, Contractor, any sub-contractor, or any person acting on behalf of Contractor or any sub-contractor shall not discriminate against any employee or applicant for employment to be employed in the performance of this Agreement, with respect to hire, tenure, terms, conditions or privileges of employment or any matter directly or indirectly related to employment, because of race, religion, color, sex, disability, national origin, or ancestry. B. Pursuant to Indiana Code 5-16-6-1, the Contractor agrees: 1. That in the hiring of employees for the performance of work under this Agreement of any subcontract hereunder, Contractor, any subcontractor, or any person acting on behalf of Contractor or any sub-contractor, shall not discriminate by reason of race, religion, color, sex, national origin or ancestry against any citizen of the State of Indiana who is qualified and available to perform the work to which the employment relates; 2. That Contractor, any sub-contractor, or any person acting on behalf of Contractor or any sub-contractor shall in no manner discriminate against or intimidate any employee hired for the performance of work under this Agreement on account of race, religion, color, sex, national origin or ancestry; 3. That there may be deducted from the amount payable to Contractor by the City under this Agreement, a penalty of five dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of the Agreement; and Page 5 of 7 4. That this Agreement may be canceled or terminated by the City and all monies due or to become due hereunder may be forfeited, for a second or any subsequent violation of the teiiiis or conditions of this section of the Agreement. C. Both City and Contractor agree to comply with all applicable Americans with Disability Act (ADA) requirements and Title VI Civil Rights Act non-discrimination requirements. D. Violation of the telins or conditions of this Agreement relating to discrimination or intimidation shall be considered a material breach of this Agreement. SECTION XI. RELEASE OF LIABILITY Contractor hereby agrees to release and hold harmless the City and all officers, employees, or agents of the same from all liability for negligence which may arise in the course of Contractor's performance of its obligations pursuant to this Agreement. SECTION XII. MISCELLANEOUS This Agreement is personal to the parties hereto and neither party may assign or delegate any of its rights or obligations hereunder without the prior written consent of the other party. It shall be controlled by Indiana law and shall be binding upon the parties, their successors and assigns. It constitutes the entire Agreement between the parties, although it may be altered or amended in whole or in part at any time by filing with the Agreement a written instrument setting forth such changes signed by both parties. This Agreement may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. The parties hereto submit to jurisdiction of the courts of Wayne County, Indiana, and suit arising under this Contract, if any, must be filed in said courts. The parties specifically agree that no arbitration or mediation shall be required prior to the commencement of legal proceedings in said Courts. Any person executing this Contract in a representative capacity hereby warrants that he has been duly authorized by his or her principal to execute this Contract. In the event of any breach of this Agreement by Contractor, and in addition to any other damages or remedies, Contractor shall be liable for all costs incurred by City due to the enforcement of this Agreement, including but not limited to City's reasonable attorney's fees, whether or not suit is filed. In the event that an ambiguity or question of intent or a need for interpretation of this Agreement arises, this Agreement shall be construed as if drafted jointly by the parties, and no presumption Page 6 of 7 or burden of proof shall arise favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement at Richmond, Indiana, as of the day and year first written above, although signatures may be affixed on different dates. "CITY" "CONTRACTOR" THE CITY OF RICHMOND, TURNER CONTRACTING INDIANA by and through its INCORPORATED Board of Sanitary Commissioners 906 16th Street, Suite#3 Bedford, IN 47421 BY: ---?,Z,<-4,-, L " Sue Miller, President I . By: Printed: ,,,,,,...221-,62 ,/e 6-1 L . / Am an Bakshi,Vice President e , By:/---..,4"-,\I , , Title: (,, G if P I 4 7 Stiens, Member ri, 12,1' APPROVED: -- Int jor, ...,,,,,.„„„ , Date: /0/c)Vf —David —. Snow/''k, aygr-) Date: Page 7 of 7 Front End Documents FOR New Paris Pike Landfill Cells 4A and 4B Construction September 2021 EXHIBIT'A'-Page 1 of 356 CITY OF RICHMOND INDIANA INVITATION TO BID New Paris Pike Landfill Cells 4A and 4B Construction FOR RICHMOND SANITARY DISTRICT EXHIBIT'A'-Page 2 of 356 INDEX INVITATION TO BID Bid Form See Section A Notice to Bidders 1 Page Invitation for Bid 1 Page Instructions to Bidders 4 Pages STANDARD TERMS AND CONDITIONS Definition A.1 Departments A.2 Bidder & Contractor A.3 Estimated Quantities A.4 Addenda A.5 Bidding Documents B.1 Substitutions 8.2 Demonstrations/Samples B.3 Data Privacy B.4 Bidding Procedures C.1 Bid Security C.2 Submission of Bids C.3 Bidder's Representation C.4 Modification or Withdrawal of Bid C.5 Delivery of Goods C.6 Consideration of Bids D.1 Rejection/Acceptance of Bids D.2 Bid Award D.3 Warranties, Guarantees & Maintenance D.4 Contract Documents E.1 Indemnification F.1 Workers Compensation Insurance F.2 Payments G.1 Method of Invoicing G.2 Damages for Delays G.3 E-Verify Requirements Affidavit of Employment Eligibility Verification Iran.Investment Activities Bid Form 96 See Attached Form EXHIBIT'A'-Page 3 of 356 NOTICE TO BIDDERS BOARD OF SANITARY COMMISSIONERS RICHMOND,INDIANA Notice is hereby given that sealed proposals will be received by Board of Sanitary Commissioners of the Richmond Sanitary District of Richmond, Indiana at their office at the Administration Building, 2380 Liberty Avenue of said City on Tuesday, October 12, 2021, until 9:00 A.M. for furnishing the following in accordance with specifications on file at the Richmond Sanitary District, 2380 Liberty Ave., Richmond,Indiana, and in the Office of Purchasing in the Municipal Building, 50 North Fifth Street, Richmond, Indiana. The sealed proposals will be publically opened and read by the Board of Sanitary Commissioners of the Richmond Sanitary District at 10:00 a.m., October 12, 2021, in the Sally Hutton Room of the Municipal Building, 50 North 5th Street, Richmond, Indiana. NEW PARIS PIKE LANDFILL CELLS 4A AND 4B CONSTRUCTION All proposals shall be properly and completely executed on a Form No. 96 as prescribed by the State Board of Accounts of the State of Indiana. All proposals submitted shall be accompanied by an acceptable Bidder's Bond, Certified Check or Cashier's check made payable to the Richmond Sanitary District in the amount of 5% of the total bid price. If the bidder is from out-of-state,the Bidder's Bond must be secured by a Surety who is admitted to do business in Indiana. The successful bidder will be required to submit a Performance Bond in the amount of 100%of the bid price and a 100%Labor and Materials Payment Bond,prior to commencing work. Checks of the unsuccessful bidders will be returned on award of the proposals. Specifications and bid forms may be secured from Atlas, 7988 Centerpoint Drive, Suite 100,Indianapolis, Indiana 46256. Requests for bidding documents shall be made via email to Bill Paraskevas at BilLParaskevas@oneafias.com. All proposals should be placed in a sealed envelope marked "Confidential-Bid Proposal" on outside of envelope. A pre-bid conference will be held at the New Paris Pike Landfill at 5242 New Paris Pike,Richmond, Indiana on September 28, 2021 at 1:00 P.M. You are strongly encouraged to attend this conference (meeting) as this will be the only one conducted. Attendance is not mandatory. The Board of Sanitary Commissioners of the Richmond Sanitary District of the City of Richmond, Indiana reserves the right to reject any and all bids,parts of bids and re- advertise for same and to waive informalities or errors in bidding. Bidder will be required to comply with all applicable Equal Employment Opportunity laws and regulations, including Section 504 of the Rehabilitation Act of 1983. BOARD OF SANITARY COMMISSIONERS Sue Miller Aman Bakshi Greg Stiens Publish Dates: September 12th& September 19th, 2021 EXHIBIT'A'-Page 4 of 356 INVITATION FOR BID This invitation is issued to establish a contract to supply the City of Richmond with a commodity or service in accordance with accompanying specifications. Specification For: New Paris Pike Landfill Cells 4A and 4B Construction Submit Bids Before 9:00 a.m. on Day of Bid Opening to: Board of Sanitary Commissioners Richmond Sanitary District Administration Building 2380 Liberty Avenue Richmond, IN 47374 Bid Opening: Time: 10:00 a.m. Date: October 12, 2021 Location of Bid Opening: Richmond City Building Sally Hutton Room Building 50 N. 5th Street Richmond, IN 47374 Bid Bond: 5% (See Section C.2) Performance Bond: 100% _ (See Section C.2) Labor & Materials Payment Bond: 100% (See Section C.2) Maintenance Bond: 100%, 12 Months (See Section C.2) Insurance/Workman's Compensation: YES (See Section B.1.4 &F.2.1) Common Constructions Wages: YES (See Section B.1.5 & See attached) Bid Form Included: FORM 96 Schedule of Values: YES EXHIBIT'A'-Page 5 of 356 INSTRUCTIONS TO BIDDERS 1.0 PROJECT IDENTIFICATION 1.1 PROJECTS: New Paris Pike Landfill Cells 4A and 4B and Leachate Transmission Line Construction 1.2 OWNER: Richmond Sanitary District 2380 Liberty Avenue Richmond, Indiana 47374 1.3 OPERATOR: New Paris Pike Landfill 5242 New Paris Pike Richmond, Indiana 47374 (765) 983-7460 1.4 ENGINEER: ATC Group Services LLC 7988 Centerpoint Drive, Suite 100 Indianapolis, Indiana 46256 (317) 579-4062 2.0 NOTICE, DOCUMENTS AND PRE-BID MEETING 2.1 Bidders shall carefully read the Owner's Notice to Bidders with regard to preparation of proposals for this work, which includes the forms required to be submitted, bonds required and date and place for receiving proposals. 2.2 Contract documents are on file and may be examined as indicated in the"Notice to Bidders". 2.3 Sets of drawings and specifications may be obtained as indicated in the"Notice to Bidders"by Contractors. 2.4 A pre-bid meeting will be held on September 28, 2021 at 1:00 PM at the New Paris Pike Landfill. The landfill is located in Wayne County at 5242 New Paris Pike. 3.0 CONDITIONS OF WORK 3.1 All bidders shall fully inform themselves of the conditions under which the work is to be performed, the site of the work, the structure of the ground, the obstacles which may be encountered, and other relevant matters concerning the work to be performed. 3.2 No bidder, after being awarded the contract, shall be allowed any extra compensation for reason of his failure to fully inform himself, prior to bidding, of all requirements of the contract documents,the drawings,specifications and the circumstances of the construction site. 3.3 Arrangements to inspect the site of the work and conduct further explorations shall be made with the Landfill Operator. 3.4 Data on subsurface explorations have been obtained and the locations are shown on the plans and the logs are appended thereto. The Owner and Landfill Operator make no guarantee with respect to the accuracy of such EXHIBIT'A'-Page 6 of 356 data. Each bidder in bidding represents that his bid is made with full knowledge of all conditions and the kind, quality and quantity of work required. 4.0 PREPARATION OF BIDS 4.1 Bidders shall submit proposals on State Board of Accounts Revised Form 96, properly completed. Each bid shall be accompanied by Questionnaire Form 96a and the within Bid forms. 4.2 A bid by an individual not signed by the individual making same shall have attached to it a Power-of-Attorney evidencing authority to sign the bid in the name of the person for whom it is designed. 4.3 A bid by a partnership shall be signed by all the partners, or by an Attorney-in-Fact. If by the latter,a Power-of- Attorney shall be attached evidencing authority to sign the bid executed by all the partners. 4.4 A bid by a corporation shall have the correct name thereof,followed by the word "By"and the signature of the president or other officer of the corporation authorized to sign,and the secretary and shall have affixed the corporate seal. 4.5 Bids must be submitted in a sealed envelope, identifying the enclosure as a sealed bid. 4.6 No bid will be accepted or considered if received after the time and date set to receive bids as stated in the "Notice to Bidders". No qualified bids will be acceptable. Submission by via email will not be accepted. 4.7 Any bidder may withdraw his bid at any time prior to the scheduled time for receipt and opening of bids. No bid shall be withdrawn after the opening of bids without the written consent of the Owner for a period of ninety(90) days after the scheduled time for opening of bids. 5.0 BID SECURITY 5.1 The bidder must file with his sealed bid proposal, a certified check or a bid bond in the amount of five(5) percent of the total bid, payable to the Richmond Sanitary District.The above checks or bonds are to insure the execution of the contract on which such bids are made. 5.2 In the event that the bid is not accepted, this check or bid bond will be returned to the bidder. 5.3 In the event the bid is accepted,this check or bid bond will be released when the contract has been awarded but in no case shall be held longer than the period set for withdrawal of bid proposal. 5.4 In the event that the bid is accepted, if the bidder shall refuse or neglect to enter into a contract with the Owner within ten(10) days from the time he is provided contract documents for execution, said check or bid bond shall be forfeited to the owners as ascertained and liquidated damages for failure to do so. 6.0 INTERPRETATION 6.1 Interpretation or explanation of contract documents shall not be made by the Owner. All such inquiries shall be made to the Engineer. Any interpretation of such contract documents will be made by addendum issued. EXHIBIT'A'-Page 7 of 356 6.2 The project engineer,ATC Group Services, LLC will establish a website for all bid related documents. All official notifications, addenda, and other Bidding Documents will be offered only through the designated website. Neither Owner nor Engineer will be responsible for Bidding Documents, including addenda, if any, obtained from sources other than the designated website. Prospective bidders shall contact Bill Paraskevas,from ATC Group Services,to obtain the website address. 6.3 All questions or requests for clarification shall be made in writing to ATC Group Services LLC via email to aillll„,paraskevasatcgs,com . All questions must be submitted by the close of business on October 6, 2021. Questions submitted after this deadline will not be answered. 7.0 ADDENDA 7.1 Addenda issued by the Engineer during the time of bidding shall be posted to the website set up by ATC Group Services for this event. All addenda shall be noted and dated in the bid proposal form, and upon executing the contract, shall become a part thereof. 8.0 SUBSTITUTIONS 8.1 Materials and products shall be one of those which are required by trade names of quality description listed under each section of the specifications. These shall be the material and products bid on,except in 8.2 and 8.3 below. 8.2 To obtain approval to use unspecified products, bidders shall submit request at least ten(10)days before time of bid opening. Bidders are cautioned: The more time allowed for review,the better the chance for approval on qualified, unspecified products.Any qualified, unspecified product will be approved by addendum only. 8.3 Voluntary alternates are invited on materials or products which are equal or better in their ability to perform the function desired,of maintenance,of appearance, and of wearing quality, of equal or less cost only. 9.0 AWARD 9.1 The contract shall be deemed to have been awarded when Notice of Award shall been duly served upon the bidder to whom the OWNER contemplates awarding the contract, by any such officer or agency of the OWNER duly authorized to give such notice. 9.2 It is anticipated that the contract will be awarded by October 26, 2021. 9.3 Notice to Proceed is anticipated to be issued by November 12, 2021. 10.0 BASIS OF BIDS 10.1 The CONTRACTOR shall submit a LUMP SUM Bid for all the work required for this project. 10.2 The bid will be awarded on the basis of the lowest total price. EXHIBIT'A'-Page 8 of 356 11.0 ADDITIONAL INFORMATION FOR BIDDERS 11.1 This work consists of construction of landfill cells 4A and 4B and the construction of a leachate transmission line from cell 4A to the sanitary sewer connection located south of the landfill office and maintenance building. The Owner requires all work to be completed by August 31, 2022. 11.2 The selected contractor may begin work in 2021 but only on those portions of the work that will survive the winter intact. Examples of work that may be performed in 2021 include the installation of the leachate transmission line and cell excavation for liner subgrade. Excavated areas shall be graded to allow drainage to existing drainage outlets over the winter. No grading that results in ponded water within the cell areas will be permitted. 11.3 The selected contractor shall not begin work on the clay liner construction unless he can demonstrate to the Owner's satisfaction that the geomembrane overlying the clay liner can be installed prior to the onset of winter. 11.4 The selected contractor may also complete such ancillary components of the work such as drainage structures that will not impede progress of work in 2022 and will survive intact through the winter. 11.5 Any components of the work performed in 2021 that are damaged prior to the re-start of work in 2022 shall be repaired by the contractor at no cost to the Owner. 11.6 Bidders shall provide an estimated schedule of their work as part of the bid submittal. EXHIBIT'A'-Page 9 of 356 STANDARD TERMS&CONDITIONS ARTICLE A INSTRUCTION TO BIDDERS A. 1 DEFINITION: A. 1.1 City of Richmond A. 1.2 The City is in Wayne County,a political subdivision of the State of Indiana. A. 2 DEPARTMENTS: A. 2.1 The following are the departments that are under Richmond Code 41.02(h)Central Purchasing: Park and Recreation,Police,Fire,Sanitary District(Liquid& Solid Waste),Clerk,Attorney, Controller,Purchasing,Planning,Engineering,and all other City Government units such as Street,Rose View Transit,and the Airport. A. 3 BIDDER AND CONTRACTOR: A. 3.1 A bidder is a person or entity who submits a bid. A. 3.2 The contractor is the person or entity who enters into a contract with the City of Richmond to furnish goods or services. A.4 ESTIMATED QUANTITIES: A. 4.1 If the quantity set forth in the Invitation to Bid and Proposal is approximate and represents the estimated requirements of the City for a specified period of time,the unit price and the extended total price thereof shall be used only as a basis for the evaluation of bids. The actual quantity of materials necessary may be more or less than the estimate,but the City shall neither be obligated nor limited to any specific amount. The city will,if at all possible,restrict increases to 20%of the estimated quantity and will,if at all possible,restrict decreases to 20%of the estimated quantity. A.5 ADDENDA: A. 5.1 An addendum is a written instrument issued by the City of Richmond prior to the date for receipt of bids which modify or interpret the bidding documents by addition,deletions, clarifications or corrections. A. 5.2 Addenda will be mailed or delivered to all who are known by the Purchasing Department to have received a complete set of bidding documents. A. 5.3 Copies of addenda will be made available for inspection in the Purchasing Department. A. 5.4 No addendum will be issued later than forty-eight(48)hours prior to the date and time for receipt of bids except an addendum withdrawing the request for bids or one which includes postponement of the date of receipt of bids. A. 5.5 Each bidder shall ascertain prior to submitting his bid that he has received all addenda issued, and he shall acknowledge their receipt on the proposal of this bid. EXHIBIT'A'-Page 10 of 356 ARTICLE B INSTRUCTIONS TO BIDDERS B.1 BIDDING DOCUMENTS B. 1.1 Bidders shall promptly notify the Purchasing Director of any ambiguity,inconsistency or error which they may discover upon examination of the bidding documents. B. 1.2 Bidders desiring clarification or interpretation of the bidding documents shall make a written request which shall reach the Purchasing Director at least seven(7)days prior to the date and time for receipt of bids. B. 1.3 Interpretations,corrections,and changes to the bidding documents will be made by addendum. Interpretations,and changes made in any other manner will not be binding and bidders shall not rely upon such interpretations,corrections and changes. B. 1.4 Insofar as Worker's Compensation is concerned, the bidder or contractor agrees to furnish an official certificate or receipt of the Industrial Commission of Indiana, showing that he has paid into the State Insurance Fund the necessary premiums,whenever such certificates are required in the Invitation for Bid. (Section IC 22-3-2-14 will apply). B. 1.5 All common construction wage requirements(IC 5-16-7-1)will apply when applicable in the bid. Should common construction wage be required,the City will attach that schedule to the bid package. B.2 SUBSTITUTIONS B.2.1 The materials,products and equipment described in the bidding documents establish a standard of type,function,and quality to be met by any proposal substitution. B.2.2 Unless the particular specification prohibits substitutions,bidders are encouraged to propose materials,products or equipment of comparable type,function and quality. B.2.3 Bids for substitute items shall be stated in the appropriate blank or if the bid form does not contain blanks for substitutions, bidders shall attach to the bid on company letterhead a statement of the manufacturer and brand name of each proposed substitution plus a complete description of the item including descriptive literature,illustrations,performance and test data and any information necessary for an evaluation. The burden of proof of the merit of the proposed substitution is upon the bidder. Failure to comply could be grounds for rejection. B.3 DEMONSTRATION/SAMPLES B.3.1 If required by the City,the bidders shall demonstrate the exact model(s)proposed within seven (7) calendar days from receipt of request from the City. B.3.2 Demonstration should be in the City designated by Purchasing Director. B.3.3 If bidder does not have a model in the Richmond area, it will be at the bidder's cost to send appropriate City personnel to the nearest location to view proposed item(s). B. 3.4 If items being bid are small and mailable and bidder is bidding other than specified,the bidder must supply a sample of the item proposed. B. 3.5 Sample must be supplied on or before the bid opening date. B. 3.6 Samples supplied as requested will be returned at bidder's expense after receipt of goods. EXHIBIT'A'-Page 11 of 356 B.4 DATA PRIVACY B.4.1 Contractor agrees to abide by all applicable local, state and federal laws and regulations concerning the handling and disclosure of private and confidential information concerning individuals and corporations as to inventions,patents,and patent rights. Then contractor agrees to hold the City of Richmond harmless from any claims resulting from the contractor's unlawful disclosure or use of private or confidential information. B.4.2 All laws of the United States of America,the State of Indiana and City of Richmond are applicable to the products or services covered herein, are made a part there EXHIBIT'A'-Page 12 of 356 ARTICLE C INSTRUCTIONS TO BIDDERS C.1 BIDDING PROCEDURE C. 1.1 Bids shall be submitted on forms and proposal sheets included with the bidding documents. C. 1.2 Appropriate blanks on the form shall be filled in by manually printing in ink or by typing the requested information. C. 1.3 Any interlineation,alteration or erasure shall be initialed by the signer of the bid. C. 1.4 Bidders shall not change the bid form nor make additional stipulations on the bid form. If a bidder wishes to amplify or qualify his bid,a statement that additional information is attached shall be made at the appropriate place on the bid form and the amplifying or qualifying information on the bidder's letterhead shall be attached to the bid form. The City of Richmond may accept or reject amplified or qualified bids. C. 1.5 In case of discrepancy between the unit prices and the extended figures,the unit price shall govern unless otherwise provided elsewhere in the specifications;the prices of the bidder shall remain firm throughout the contract period and in any contract extension period. C. 1.6 Each copy of the bid shall be signed by the person or persons legally authorized to bind the bidder to a contract. A bid submitted by an agent should have a current power of attorney attached certifying the agent's authority to bind the bidder. C. 1.7 Bidder to submit bid in triplicate. C.2 BID SECURITY C.2.1 If so stipulated in the invitation for bids,each bid shall be accompanied by a certified check,cashier's check or bid bond executed by a surety authorized to do business in State of Indiana in the amount specified and made payable to the City of Richmond pledging that the bidder will enter into a contract with the city on terms stated in his bid and will,if required,furnish bonds as described in the invitation to bid governing the faithful performance of the contract and the payment of all obligations arising. Should the bidder refuse to enter into such a contract or fail to furnish such bonds if required,the amount of the bid security shall be forfeited to the City of Richmond as liquidated damages,not as a penalty. C. 2.2 The City of Richmond shall have the right to retain the bid security of bidders to whom an award is being considered until either(a)the contract has been executed and bonds,if required, have been furnished,or(b)the specified time has elapsed so that the bids may be withdrawn, or (c)all bids have been rejected. C.3 SUBMISSION OF BIDS C. 3.1 The bidder shall assume full responsibility for timely delivery at the location designated for receipt of bids. Late bids will not be considered. C. 3.2 Oral,telephone or telegraphic bids are invalid and will not receive consideration. EXHIBIT'A'-Page 13 of 356 C.4 BIDDER'S REPRESENTATION C. 4.1 Each bidder by making his bid represents that the bidder has read and understood the bidding documents and his bid has been made in accordance therein. C. 4.2 Each bidder for services further represents that the bidder has familiarized himself with the local conditions under which the work is to be done and has correlated his observations with the requirements of the bidding documents. C. 4.3 Each bidder agrees that he will not discriminate against any employee or applicant for employment because of race,color,religious creed, ancestry,physical handicap,sex or political affiliation,and that he will take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to race,color,religious creed, physical handicap, ancestry,sex or political affiliation. C. 4.4 Each bidder shall be responsible for complying with any applicable affirmative action laws. C.5 MODIFICATION OR WITHDRAWAL OF BID C. 5.1 A bid may not be modified,withdrawn or canceled by the bidder following the time and date designated for receipt of bids and each bidder so agrees in submitting his bid. C. 5.2 Prior to the time and date designated for receipt of bids,any bid submitted may be modified or withdrawn by notice to the Purchasing Director at the place designated for receipt of bids. C. 5.3 Withdrawn bids may be resubmitted up to the time designated for the receipt of bids provided that they are then fully in conformance with these instructions to bidders. C.6 DELIVERY OF GOODS C.6.1 All delivered goods are to be FOB Richmond,IN,unless otherwise stated in the bid. C.6.2 The City reserves the right to inspect and have any goods tested after delivery for compliance with the specifications. Notice of latent defects,which would make the items unfit for the purposes for which they are required,may be given at any time within one(1)year after discovery of the defects. C.6.3 All items rejected must be removed immediately by the contractor at the expense and risk of the contractor. If the contractor fails or refuses to remove the rejected items,they may be sold by the City and the proceeds used to cover all related expense incurred by the City. C.6.4 In some cases,at the discretion of the City, inspection of the commodities or equipment will be made at the factory,plant,or other establishments where they are produced before shipment. C.6.5 The above provisions shall not be constructed in limitation of any rights the City may have under any laws including the Uniform Commercial Code. C.6.6 If applicable, State written approval is required before the release of any Bonds or payments will be made to contractor. EXHIBIT'A'-Page 14 of 356 ARTICLE D INSTRUCTIONS TO BIDDERS D.1 CONSIDERATION OF BIDS D 1.1 The properly identified bids which have been received on time will be opened publicly and will be read aloud. The bids are available for inspection after all bids have been read aloud. D.2 REJECTION/ACCEPTANCE OF BIDS D.2.1 The City of Richmond shall have the right to accept or reject any and all bids. The City of Richmond shall reject any bid not accompanied by the required bid security,and shall reject bids that are incomplete or unsigned. D.2.2 The City of Richmond shall reject all bids from bidders where there has been collusion between the bidders. D.3 BID AWARD D. 3.1 It is the intent of the City of Richmond to award a contract to the lowest responsible and responsive bidder meeting specifications provided the bid has been submitted in accordance with the requirements of the bidding documents. The City shall have the right to waive any informality or irregularity in any bid(s)received;to accept or reject the bid(s)which in its judgment is in its own best interest;and to solicit new bids privately and to award to the best bid so received. D. 3.2 Award will be based on the following(where applicable): 1. Adherence to all conditions and requirements of the bid specifications. 2. Total bid price(including any discounts),unit bid price or extended price. 3. General reputation and experience of bidders. 4. Hourly rates for specified personnel. 5. Evaluation of the bidder's ability to service the City. 6. Financial responsibility of the bidder. 7. Prior knowledge of an experience with the bidder in terms of past performance. 8. Needs and requirements of the City. 9. Experience with the products involved. 10. Nature and extent of company data furnished upon request of the City. 11. Quantity of merchandise. 12. Product appearance,workmanship,finish,taste,feel and results of any product testing. 13. Overall completeness of product line offered. 14. Locality in relation to the City,where prompt service may be required. 15. Bidder's ability to meet delivery and stocking requirements. 16. Delivery date. 17. Maintenance cost and warranty provisions. 18. Repurchase,trade-in or residual value. EXHIBIT'A'-Page 15 of 356 D. 3.3 Unless otherwise indicated in the invitation for bids,the City reserves the right to award the contract in whole or in part,by item,by group of items or by section where such action serves the best interest of the City. D. 3.4 Bids submitted on an"all or none"basis or similar basis will be evaluated against the total of the low bids for the individual items. D.4 WARRANTIES,GUARANTEES AND MAINTENANCE D.4.1 A copy of the manufacturer's warranties and/or guarantees for the items bid must accompany vendor's bid. A copy of your company's warranties and/or guarantees for the items bidding also must accompany vendor's bid. D.4.2 As a minimum requirement of the City,the vendor will also guarantee,in writing,that any defective components discovered within a one(1)year period following the date of equipment acceptance shall be replaced by the vendor at no cost to the City. D.4.3 Replacement parts of defective components shall be shipped to the City of Richmond at no cost to the City. If defective parts are required to be returned to the vendor,the shipping costs shall be borne by the vendor. EXHIBIT'A'-Page 16 of 356 ARTICLE E INSTRUCTIONS TO BIDDERS GENERAL CONDITIONS OF THE CONTRACT E.1 CONTRACT DOCUMENTS E. 1.1 Nothing in the contract documents shall create any contractual relationship between the City and the contractor's employees, subcontractors and their agents and employees and any other parties furnishing goods and services to the contractor and their agents and employees. E. 1.2 The contract documents consist of the invitation for bids,instructions to bidders, contractor's bid form with attachments,if any,executed contract,conditions of the contract(general, supplementary and other conditions),the specifications,all addenda issued prior to receipt of the bids and all modifications issued after execution of the contract. A modification is(a)a written or supplement to the contract signed by both parties or(b)purchase release issued by the City or(c) change order. E. 1.3 The contract documents form the contract. This contract represents the entire and integrated agreement between parties hereto and supersedes all prior negotiations,representations or agreements, either written or oral. E. 1.4 The issue of a purchase order that is in accordance with the specifications represents a contract. Should vendor find purchase order to be incorrect, said vendor must notify Purchasing Director within twenty four(24)hours of purchase order date. EXHIBIT'A'-Page 17 of 356 ARTICLE F INSTRUCTIONS TO BIDDERS INDEMNIFICATION,INSURANCE,AND PROTECTION OF LIVES AND PROPERTY F.1 INDEMNIFICATION F. 1.1 The contractor shall indemnify and hold harmless the City of Richmond and its officers and employees from and against all claims,damages,losses,expenses,including but not limited to attorney's fees,arising out of or resulting from the performance of the contract, provided that any such claim, damage,loss or expense(a)is attributable to bodily injury, sickness,disease or death,or to injury to or destruction of tangible property(other than goods,materials and equipment furnished under this contract)including the loss of use resulting there from,and(b) is caused in whole or in part by any negligent act or omission of the contractor,any subcontractor, or anyone directly employed by any of them or anyone for whole acts any of them may be liable,regardless of whether or not it is caused in part by a party indemnified hereunder. F. 1.2 In any and all claims against the City or any of its officers or employees by any employee of the contractor,any subcontractor,anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable,the indemnification obligation under this paragraph G. 1 shall not be limited in any way by any limitation of the amount or type of damages, compensation or benefits payable by or for the contractor or any sub-contractor under worker's or workmen's compensation acts, disability benefit acts or other employee benefit acts. F.2 WORKER'S COMPENSATION INSURANCE F.2.1 For contracts involving performance of work pursuant to the provisions of Indiana Code IC 22- 3-2-14(a)bidders are required to furnish a certificate from the Indiana Worker's Board showing that such bidder has complied with IC 22-3-2-5,22-3-5-1 and IC 22-3-5-2. F.3 INSURANCE F. 3.1 The Contractor shall,as prerequisite to this Agreement,purchase and thereafter maintain such insurance as will protect him from the claims set forth below which may arise out of or result from the Contractor's operations under this Agreement,whether such operations by the Contractor or by any Sub-contractors or by anyone who directly or indirectly employed by any of them,or by anyone for whose acts any of them may be liable. EXHIBIT'A'-Page 18 of 356 F.3.1 (con't) Coverage Limits A. Worker's Compensation& Statutory Disability Requirements B. Employer's Liability $100,000 C. Comprehensive General Liability Section 1. Bodily Injury $1,000,000 each occurrence $2,000,000 aggregate Section 2. Property Damage $1,000,000 each occurrence D. Comprehensive Auto Liability Section 1. Bodily Injury $1,000,000 each person $1,000,000 each occurrence Section 2. Property Damage $1,000,000 each occurrence E. Comprehensive Umbrella Liability $1,000,000 each occurrence $2,000,000 each aggregate F. Malpractice/Errors&Omissions $1,000,000 per claim Insurance $2,000,000 each aggregate EXHIBIT'A'-Page 19 of 356 ARTICLE G INSTRUCTIONS TO BIDDERS GENERAL CONDITIONS OF THE CONTRACT G.1 PAYMENTS G. 1.1 The City is not subject to federal excise taxes. Federal Tax Exemption Registry Number is 35- 6001174. G. 1.2 The City is not subject to the Indiana sales and use taxes on the purchase of goods and other materials. Where the contract includes the combination of labor and material,the contractor shall pay the Indiana sales and use taxes on the materials only. G.2 METHOD OF INVOICING FOR PAYMENT G.2.1 No contract will be official for services or materials unless a purchase order has been issued. G.2.2 Contractor shall bill the City: (a)on regular invoice form giving a complete and detailed description of the goods delivered,including purchase order number; and(b)if the contractor allows a cash discount,the period of time in which the City must make payment to qualify for discounts shall be computed from the date the City received the invoice(completely filled out), or the date the goods are delivered and accepted,whichever may be later,and shall be for not less than thirty(30)days and(c)if more than one shipment is made under the contract,the City will make partial payments on a basis that is agreeable to both parties. G.2.3 Payments under this contract will be made in the manner provided by law for payments of claims against the City. G.2.4 No payment will be made for production overruns in excess of the quantity ordered by the City (unless with prior written approval). G.2.5 No payment shall constitute an acceptance of any goods or services not in accordance with the requirements of the contract. G.2.6 Schedule of values may be used in contractual work. City will so designate if applicable. (See Invitation for Bid Page) G.3 DAMAGES FOR DELAYED DELIVERY AND/OR CONTRACTUAL SERVICES G. 3.1 In the event delivery of completed item or items bid and/or unaccomplished contractual completion date is delayed beyond bidder's specified date,the City of Richmond will assess certain damages of$1,000.00/day. Certain damages will apply in all cases except the following: In the event delivery and/or completion of contract shall be necessarily delayed because of strike,injunction,government controls, or by reason of any other cause of circumstances beyond the control of the contractor,the time of completion of delivery shall be extended by a number of days to be determined in each instance by mutual agreement between the City of Richmond and the contractor. Should there be damages assessed,the City will have the right to deduct the damages from the payment to be made to contractor. EXHIBIT'A'-Page 20 of 356 E-Verify Requirements: Definitions: -Verify Program—A electronic verification of work authorization program of the Illegal Immigration Reform and Immigration Responsibility Act-of 1996 (P.L. 104-208),Division C, Title IV,s.403 (a), as amended, operated by the United States Department of Homeland Security or successor work authorization program designated by the United States Depart of Homeland Security or other federal agency authorized to verify the work authorization status of newly hired employees under the Immigration Reform and control Act of 1986 (P.L. 99-603). No performance of services shall commence until the following has been met: 1, The City is in receipt of any required certificates of insurance; 2. The City is in receipt of any required affidavit signed by Contractor in accordance with Indiana Code 22-5-1.7-11 (a) (2); and 3. A purchase order has been issued by the Purchasing Department. mmaxmolommummemwmammummaimimmmilmmommomomanammommammmmimmommommsmommamimmommsommemudin COMPLIANCE WITH INDIANA E-VERIFY PROGRAM REQUIREMENTS Pursuant to Indiana Code 22.5.1,7, Contractor is required to enroll in and verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program. Contractor is not required to verify the work eligibility status of all newly hired employees of the contractor through the Indiana P-Verify program if the Indiana E-Verify program no longer exists. Prior to the performance of the Agreement, Contractor shall provide to the City its signed Affidavit affirming that Contractor does not knowingly employ an unauthorized alien in accordance with IC 22-5-1.7 (a) (2). In the event Contractor violates IC 22-5-1.7 the Contractor shall be required to remedy the violation no later than thirty(30) days after the City notifies the Contractor of the violation. If the Contractor fails to remedy the violation within the thirty(30) day period provided above,the City shall consider the Contractor to be in breach of this Agreement and this Agreement will be terminated. If the City determines that terminating this Agreement would be detrimental to the public interest or public property,the City may allow this Agreement to remain in effect until the City procures a new contractor. If this Agreement is terminated under this section,then pursuant to IC 22-5-1.7-13 (c)the Contractor will remain liable to the City for actual damages. • EXHIBIT'A -Page 21 of 356 Affidavit of Employment Eligibility Verification The Contractor, , affirms under the penalties of perjury that Contractor does not knowingly employ an unauthorized alien. If Contractor is self-employed and does not employ any employees, Contractor verifies he or she is a United States citizen or qualified alien. The Contractor has not knowingly employed or contracted with an unauthorized alien and shall not retain an employee or contract with a person that the Contractor subsequently learns is an unauthorized alien. Pursuant to Indiana Code 22-5-1.7, Contractor has enrolled in and verified the work eligibility status of all newly hired employees of the contractor through the Indiana E- Verify program. The Contractor has required Contractor's subcontractors to certify to the Contractor that the subcontractor does not knowingly employ or contract with an unauthorized alien and that the subcontractor has enrolled and is participating in the E-Verify program. The Contractor will maintain this certification throughout the duration of the teen of a contract with a subcontractor. I hereby verify under the penalty of perjury that the foregoing statement is true. Dated this day of , 20 . (signature) (printed name) EXHIBIT'A -Page 22 of 356 IRAN INVESTMENT ACTIVITIES Pursuant to Indiana Code (IC) 5-22-16.5, Contractor certifies that Contractor is not engaged in investment activities in Iran. In the event City determines during the course of this Agreement that this certification is no longer valid, City shall notify Contractor in writing of said determination and shall give contractor ninety (90) days within which to respond to the written notice. In the event Contractor fails to demonstrate to the City that the Contractor has ceased investment activities in Iran within ninety (90) clays alter the written notice is given to the Contractor,the City may proceed with any remedies it may have pursuant to IC 5-22-16.5. In the event the City. determines during the course of this Agreement that this certification is no longer valid and said determination is not refuted by Contractor in the manner set forth in IC 5-22-16.5,the City reserves the right to consider the Contractor to be in breach of this Agreement and terminate the agreement upon the expiration of the ninety (90) day period set forth above. EXHIBIT'A -Page 23 of 356 ,ENE ST4TF CONTRACTOR'S BID FOR PUBLIC WORK - FORM 96 gr g;!;n State Form 52414(R2/2-13)/Form 96(Revised 2013) J Prescribed by State Board of Accounts PART I (To be completed for all bids. Please type or print) Date (month, day, year): 1. Governmental Unit(Owner): 2. County : 3. Bidder(Firm): Address: City/State/ZI Pcode: 4. Telephone Number: 5. Agent of Bidder (if applicable): Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete the public works project of (Governmental Unit) in accordance with plans and specifications prepared by and dated for the sum of The undersigned further agrees to furnish a bond or certified check with this bid for an amount specified in the notice of the letting. If alternative bids apply, the undersigned submits a proposal for each in accordance with the notice. Any addendums attached will be specifically referenced at the applicable page. If additional units of material included in the contract are needed, the cost of units must be the same as that shown in the original contract if accepted by the governmental unit. If the bid is to be awarded on a unit basis, the itemization of the units shall be shown on a separate attachment. The contractor and his subcontractors, if any, shall not discriminate against or intimidate any employee, or applicant for employment, to be employed in the performance of this contract, with respect to any matter directly or indirectly related to employment because of race, religion, color, sex, national origin or ancestry. Breach of this covenant may be regarded as a material breach of the contract. CERTIFICATION OF USE OF UNITED STATES STEEL PRODUCTS (If applicable) I, the undersigned bidder or agent as a contractor on a public works project, understand my statutory obligation to use steel products made in the United States (I.C. 5-16-8-2). I hereby certify that I and all subcontractors employed by me for this project will use U.S. steel products on this project if awarded. I understand that violations hereunder may result in forfeiture of contractual payments. EXHIBIT'A'-Page 24 of 356 ACCEPTANCE The above bid is accepted this day of , , subject to the following conditions: Contracting Authority Members: PART II (For projects of$150,000 or more— IC 36-1-12-4) Governmental Unit: Bidder(Firm) Date (month, day, year): These statements to be submitted under oath by each bidder with and as a part of his bid. Attach additional pages for each section as needed. SECTION I EXPERIENCE QUESTIONNAIRE 1. What public works projects has your organization completed for the period of one (1)year prior to the date of the current bid? Completion Contract Amount Class of Work Date Name and Address of Owner 2. What public works projects are now in process of construction by your organization? Expected Contract Amount Class of Work Completion Name and Address of Owner Date EXHIBIT'A-Page 25 of 356 3. Have you ever failed to complete any work awarded to you? If so, where and why? 4. List references from private firms for which you have performed work. SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE 1. Explain your plan or layout for performing proposed work. (Examples could include a narrative of when you could begin work, complete the project, number of workers, etc. and any other information which you believe would enable the governmental unit to consider your bid.) 2. Please list the names and addresses of all subcontractors (i.e. persons or firms outside your own firm who have performed part of the work) that you have used on public works projects during the past five (5) years along with a brief description of the work done by each subcontractor. EXHIBIT'A'-Page 26 of 356 3. If you intend to sublet any portion of the work, state the name and address of each subcontractor, equipment to be used by the subcontractor, and whether you will require a bond. However, if you are unable to currently provide a listing, please understand a listing must be provided prior to contract approval. Until the completion of the proposed project, you are under a continuing obligation to immediately notify the governmental unit in the event that you subsequently determine that you will use a subcontractor on the proposed project. 4. What equipment do you have available to use for the proposed project? Any equipment to be used by subcontractors may also be required to be listed by the governmental unit. 5. Have you entered into contracts or received offers for all materials which substantiate the prices used in preparing your proposal? If not, please explain the rationale used which would corroborate the prices listed. SECTION III CONTRACTOR'S FINANCIAL STATEMENT Attachment of bidder's financial statement is mandatory. Any bid submitted without said financial statement as required by statute shall thereby be rendered invalid. The financial statement provided hereunder to the governing body awarding the contract must be specific enough in detail so that said governing body can make a proper determination of the bidder's capability for completing the project if awarded. EXHIBIT'A'-Page 27 of 356 SECTION IV CONTRACTOR'S NON — COLLUSION AFFIDAVIT The undersigned bidder or agent, being duly sworn on oath, says that he has not, nor has any other member, representative, or agent of the firm, company, corporation or partnership represented by him, entered into any combination, collusion or agreement with any person relative to the price to be bid by anyone at such letting nor to prevent any person from bidding nor to include anyone to refrain from bidding, and that this bid is made without reference to any other bid and without any agreement, understanding or combination with any other person in reference to such bidding. He further says that no person or persons, firms, or corporation has, have or will receive directly or indirectly, any rebate, fee, gift, commission or thing of value on account of such sale. SECTION V OATH AND AFFIRMATION I HEREBY AFFIRM UNDER THE PENALTIES FOR PERJURY THAT THE FACTS AND INFORMATION CONTAINED IN THE FOREGOING BID FOR PUBLIC WORKS ARE TRUE AND CORRECT. Dated at this day of (Name of Organization) By (Title of Person Signing) ACKNOWLEDGEMENT STATE OF )ss COUNTY OF Before me, a Notary Public, personally appeared the above-named and swore that the statements contained in the foregoing document are true and correct. Subscribed and sworn to before me this day of , Notary Public My Commission Expires: County of Residence: EXHIBIT'A'-Page 28 of 356 i y O h _ U a) M a BN U c[ 0 F _ ciC 0 LLJ E 0 0 CL M U N 0 Et Y LL _a 0 ✓ CO 0 N N LL7 € 0 O LL J °' CO c as (n D a) 5 O. as 'C c as D 0 a a) U LL Q EXHIBIT'A'-Page 29 of 356 CELL 4A/B CONSTRUCTION SPECIFICATIONS NEW PARIS PIKE LANDFILL Section A - Schedule of Values Section B - Technical Specifications Section C - Construction Quality Assurance Manual Section D - Liner Soil Testing Section E - Construction Drawings EXHIBIT'A-Page 30 of 356 CELL 4A/B CONSTRUCTION SPECIFICATIONS NEW PARIS PIKE LANDFILL Section A - Schedule of Values EXHIBIT'A-Page 31 of 356 SCHEDULE OF VALUES Cell 4A/B COMPOSITE LINER-NEW PARIS PIKE LANDFILL CONTRACTOR MUST VERIFY QUANTITIES CONTRACTOR'S ITEM BIDS Engineer Contractor Contractor Contractor Total of Item Item _..Estimated Item Item Estimated Item Deseniptien Quantity Quantity Unit Bid Prioe , Bid Prices Phase 1 Cell 4A/B Construction L 1 Mob lization/De-mobilization 1 Lump Sum $ - $ - L 2 Dev✓atering,Surface Water and Erosion Control.Dust Suppression,and 30 Week $ - $ - Cleanup L 3 Clearing and Grubbing borrow areas 2 Acres $ - $ - L 4 Remove existing culverts within Cell 4A/B 2 each $ - $ - L 5 Cell Excavation and Stockpiling of Non-Liner Soils 69,800 Cubic Yards $ - $ - L 6 Cell Excavation and Stockpiling of Liner Soils 20,000 Cubic Yards $ - $ - L 7 Cell Excavation and placement as Structural FIII 6,400 Cubic Yards $ - $ - L 8 Proofroll Cell 4NB Subgrade 8.7 Acres $ - $ - L 9 Recompacted Soil Liner(RSL)Test Pad Constructed Outside Cell 4A/B 1 Lump Sum $ - $ - L 10 Recompacted Soil Liner(RSL)from on-site sources 28,100 Cubic Yards $ - $ - L 11 Top-of-Clay Surface Preparation 8.7 Acres $ - $ - L 12 Supdy and Install Geosynthetlo Clay Layer Placed Over Compacted 378,700 Square Feet $ - $ - Soil Liner L 13 Supply and Install Leachate Collection Washed River Gravel 14250 cubic yards $ - $ - L 14 Supdy and Install Perforated Leachate Collection Pipe-6"dia.,HDPE 930 Linear Feet $ - $ - SDR1 L 15 Supply and Install Salid Wall Leachate Pipe-6"do HDPE SDR 21 380 Linear Feet $ - $ - L 16 Supply and Install 6x10 double-wall HDPE Pipe.assembled&buried, 1,400 Linear Fee[ $ - $ - comdete L 17 Supply and Install 6x10 double-wall HDPE Cross 1 each $ - $ - L 18 Supply and Install 6x10 double-wall HDPE blind flanges 2 each $ - $ - L 19 Supply and Install 6x10 double-wall HDPE to single-wall transition 1 each $ - $ - L 20 Supply and Install Sold Wall Leachate Pipe-8"dia.HOPE SDR 21 w/ 110 Linear Feet $ - $ - empvalve L 21 Unload and store Liner Geosynthetics 1 Lump Sum $ - $ - L 22 Clean off and tie-In Existing Liners to Proposed Cell 4A/B 520 Linear Feet $ - $ - L 23 l�Bmediate Anchor trench(with OSB cover)Along West Side of Cell 1,035 Linear Feet $ - $ - L 24 Anchor trench along South Side of Cell 4A/B 360 [near Feet $ - $ - L 25 Supply and Install 60-mil Smooth HDPE Gecmembrane,Iining rollout w/ 180,200 Square Feet $ - $ - OSB protection,and pipe boots.complete L 26 Supply and Install60-mil Textured HDPE Gecmembrane and pipe 198,500 Square Feet $ - $ - boots.comdete L 27 Supply and Install 16 ounce/sy Nonwoven Geotextle complete 378,700 Square Feet $ - $ - L 28 Supply and Install Geomembrane Stormwater Flaps and pipe spools, 1 Lump Sum $ - $ - omplete. L 29 Supply and Install 560 LF of 24"N12 HDPE do wnlet piping w/tees,ells, 1 Lump Sum $ - $ - Inlet guards,and berm,complete L 30 Supply and Install 100 LF of 24"N12 HDPE culvert,complete with Agri 1 Lump Sum $ - $ - Drain pipe straps for couplings L 31 Rlprap-lined stormwater ditch,installed complete. Contractor to supply 180 Linear Feet $ - $ - ricrap. L 32 Gravel surface roads,Installed complete. Contractor to supply gravel. 8,000 Square Feet $ - $ - L 33 Supply and Install 3 Leachate Line Manholes,complete. 1 Lump Sum $ - $ - L 34 Supply and Install Metering Manhole structure,pipe seals,access 1 Lump Sum $ - $ - hatch,cover and guard posts,complete. L 35 Supply and Install Leachate Level measurement system with 1 Lump Sum $ - $ - transducer,logging unit,enclosure,stand,conduits and wiring, L 36 Sanitary Manhole tie-in complete 1 Lump Sum $ - $ - L 37 Rock Check Dam Construction(3 Q 2CY each)(at Owner's direction) 3 each $ - $ - L 38 Straw Wattle Installation(300 LF)(at Owner's direction) 300 Linear Feet $ - $ - L 39 Seeding and restoration 1 Acres $ - $ - L 40 Silt Fencing 2,000 Linear Feet $ - $ - L 41 Guardrail Removal and Reinstallation 300 [near Feet $ - $ - L 42 $ - $ - TOTAL OF ALL PHASE 1 ITEMS $ - Phase 2 Piggyback Construction L 43 Strip and excavate 6"evithln Piggyback Area 3,000 Cubic Yards $ - $ - L 44 Place and compact Structural Ell!Layer from on-site sources 3,000 Cubic Yards $ - $ - L 45 Place and compact RSL from on-site sources 9,000 Cubic Yards $ - $ - L 46 Top-of-Clay Surface Preparation 3.7 Acres $ - $ - L 47 Liner anchor trench at South and West Perimeter 890 Linear Feet $ - $ - L 48 Clean off and tie-In Existing Liners to Piggyback Lining 300 Linear Feet $ - $ - L 49 Supply and Install 60-mil Textured HDPE Primary Geomembrane, 159,000 Square Fee[ $ - $ - complete L 50 Supply and Install 16 ounce/sy Nonwoven Geotextile,complete 159,000 Square Feet $ - $ - L 51 Supply and Install Leachate Collection Washed River Gravel,complete 6,000 cubic yards $ - $ - L 52 Supply and Install 6"perforated HDPE gas piping,installed w/gravel 685 Linear Feet $ - $ - and backfill L 53 Supply and Install 6"non-perforated HDPE gas piping,complete 180 Linear Feet $ - $ - L 54 Supdy and Install 8"perforated HDPE gas piping,installed w/gravel 825 Linear Feet $ - $ - and backfill L 55 6"Gas Header Connections.installed complete 2 Lump Sum $ - $ - L 56 $ - $ - L 57 $ - $ - L 58 $ - $ - TOTAL OF ALL PHASE 2ITEMS $ - Unit Prices are requested for all bid Items because these or prices may be used for extra work at this site. EXHIBIT'A'-Page 32 of 356 Total Project Cost $ - CELL 4A/B CONSTRUCTION SPECIFICATIONS NEW PARIS PIKE LANDFILL Section B —Technical Specifications GENERAL TABLE OF CONTENTS DIVISION 1 — GENERAL REQUIREMENTS Section H000 RSD General Requirements Section H100 RSD Special Requirements Section 01010 General Requirements Section 01019 Contract Considerations Section 01025 Measurements and Payment Section 01039 Project Meetings Section 01300 Submittals Section 01310 Construction Workplan and Schedule Section 01400 Quality Assurances and Quality Control Section 01405 Construction Staking and Surveying Section 01500 Construction Facilities and Temporary Controls Section 01505 Mobilizations Section 01510 Temporary Erosion and Sediment Control Section 01600 Materials and Equipment Section 01700 Contract Closeout Section 01720 Project Record Documents DIVISION 2 — SITE WORK Section 02200 Site Preparation Section 02224 Recompacted Soil Liner Section 02300 Earthwork Section 02350 Trenching and Backfill Section 02710 Plastic Piping Section 02712 Geotextile Section 02778 HDPE Geomembrane Section 02779 Geosynthetic Clay Liner Section 02920 Seeding Section 03301 Manholes Section 15120 Flow Measuring Equipment EXHIBIT'A'-Page 33 of 356 H000 -- GENERAL REQUIREMENTS H000.01 DEFINITIONS H000.02 INTERPRETATION OF DRAWINGS AND SPECIFICATIONS H000.03 LINES AND GRADES H000.04 OBLIGATIONS OF CONTRACTOR, IN GENERAL H000.06 PROTECTION OF EXISTING SEWERS, PIPES AND DRAINS, AND CONDUITS H000.07 PROTECTION OF EXISTING STRUCTURES H000.08 CONNECTIONS TO EXISTING STRUCTURES H000.09 PROTECTION AND STORAGE OF MATERIALS AND EQUIPMENT H000.10 SAFETY REQUIREMENTS H000.11 AID TO THE INJURED H000.12 SANITARY MEASURES H000.13 INTOXICATING LIQUORS H000.14 ACCESS TO WORK H000.15 CLEANING UP H000.16 QUALITY OF MATERIALS H000.17 QUALITY OF WORKMANSHIP H000.18 DEFECTIVE MATERIALS OR WORK H000.19 UNEXPECTED SUBSURFACE CONDITIONS H000.20 CHANGES IN THE PROJECT H000.21 CHANGE IN WORK H000.22 PARTIAL ESTIMATES H000.23 PRE-FINAL AND FINAL ESTIMATES AND PAYMENTS H000.24 PAYMENT FOR AUTHORIZED EXTRA WORK: REDUCTIONS IN PAYMENT FOR DELETED WORK H000.25 THIRD PARTY CLAIMS FOR LABOR, MATERIALS AND DAMAGE H000.26 MATERIAL H000.27 CONTINUING THE WORK H000.28 UNFORESEEABLE ABNORMAL AND UNUSUALLY SEVERE WEATHER CONDITIONS (MODIFIED INDOT VERSION) H000.29 ELECTRONIC DOCUMENTS H100 -- SPECIAL REQUIREMENTS H100.01 DESCRIPTION OF WORK H100.02 SPECIAL CONTRACT CONDITIONS H100.03 EXISTING FACILITIES ACCESS H100.04 CONSTRUCTION WATER H100.05 CONSTRUCTION POWER H100.06 UTILITY NOTIFICATION H100.07 CONSTRUCTION SEQUENCE H100.08 PROJECT PROGRESS MEETING H100.09 OVERRUN OF CONTRACT QUANTITIES H100.10 SUBSIDIARY WORK EXHIBIT'A'-Page 34 of 356 H100.11 PRE-BID CONFERENCE H100.12 CONSTRUCTION LAYOUT H100.13 AS-BUILT DRAWINGS H100.14 TIME OF COMPLETION AND LIQUIDATED DAMAGES H100.15 ITEMS TO BE SUBMITTED WITH BID H100.16 CONTROL OF GROUNDWATER AND SURFACE WATER H100.17 SANITARY SEWER BY-PASS PUMPING H100.18 SHOP DRAWING SUBMITTALS H100.19 MAINTENANCE OF TRAFFIC EXHIBIT'A'-Page 35 of 356 SECTION H000 RSD GENERAL REQUIREMENTS H000.01 DEFINITIONS A. Owner Wherever the term "Owner" is used herein it shall refer to and designate Richmond Sanitary District. B. Engineer Wherever the term "Engineer" is used herein it shall refer to and designate the Richmond Sanitary District's Engineering Department. C. Resident Representative Wherever the term "Resident Representative" is used herein, it shall refer to and designate the Resident Engineer or resident Inspector duly and directly authorized by the Owner to perform engineering and inspection services in connection with and construction contemplated herein. D. Bidder Wherever the term "Bidder" is used herein, it shall refer to and designate the person, partnership, joint venture or corporation submitting a proposal for the work contemplated, acting directly or through a duly authorized representative. E. Contractor Wherever the term "Contractor" is used herein, it shall refer to and designate the person, firm, partnership, joint venture, or corporation to whom the within Contract is awarded by Owner, and who is subject to the terms thereof. F. Sub-Contractor Wherever the term "Sub-Contractor" is used herein, it shall refer to and designate a contractor person, firm, partnership, joint venture, or corporation, other than the Contractor, supplying labor and materials, or labor, for the work at the site of the Project. H000-1 EXHIBIT'A'-Page 36 of 356 G. Drawings Wherever the term "Drawings" is used herein, it shall refer to and designate the drawings, prepared on behalf of Owner and the plans, profiles, typical sections, standard and special detail drawings, or reproductions thereof, which show the location, character, dimensions and details of the work. H. Specifications Wherever the term "Specifications" is used herein, it shall refer to and designate all written matter relative to work required to be done, the materials and equipment to be furnished and/or installed, the method of measurement of the quantity of the work done, and the method of payment for the work performed which is contained in the Contract. I. Projects Wherever the term "Projects" is used herein, it shall refer to and designate all work to be performed by Contractor pursuant to the Contract. J. Materials Wherever the term "Materials" is used herein, it shall refer to and designate all raw and prepared Materials and manufactured and fabricated products entering into or held for use in the Project. H000.02 INTERPRETATION OF DRAWINGS AND SPECIFICATIONS All work and Materials mentioned in the Specifications are not shown on the Drawings, and all work and Materials shown on the Drawings and not mentioned in the Specifications, and all work and Materials necessary for the completion of the Project according to the true intent and meaning of the Drawings, Specifications, and other contract documents shall be furnished, performed and done, as if the same were both mentioned in the Specifications and shown on the Drawings. Should anything be omitted from the Drawings or Specifications which is necessary to a clear understanding of the Project or should any error appear either in any of the various documents furnished or work done by others with respect to Contractor shall promptly notify Engineer of such omission or error and, in the event of his failure to do so, shall make good any damage to or defect in the work caused thereby. In case of discrepancies not otherwise resolved, figured dimensions shall govern over scaled dimensions; general Drawings; and Special Provisions shall govern over all other Contract documents. H000-2 EXHIBIT'A'-Page 37 of 356 H000.03 LINES AND GRADES Contractor will be responsible for Construction Engineering and Initial Layout of all project elements. It is Contractor's responsibility to stay on grade using existing benchmarks. H000.04 OBLIGATIONS OF CONTRACTOR, IN GENERAL Contractor shall furnish all Materials and labor and all scaffolding, tools, machinery, equipment, appliances, supplies, transportation, and other things and services of every kind necessary to perform and complete the Project. Contractor shall be exclusively responsible for supervision of the Project, all aspects of safety at the Project site and the performance of work under the Contract. H000.06 PROTECTION OF EXISTING FACILITIES Contractor, without extra charge, shall do everything necessary to protect, support and sustain all existing utilities, structures, and facilities encountered in the course of the work, regardless of by whom owned. Whenever a gas main, water main, sewer or drain pipe, electric conduit, telephone conduit, or any other underground utility line exists in such a location that it interferes with, or will be interfered with by a permanent structure or pipe line to be built under this Contract, the Owner will arrange for it to be moved to a location that will clear the permanent structure or pipe line at no expense to the Contractor. The Owner will not be responsible for delay or other costs associated with conflicts that are found after construction has begun or that are known about prior to construction. Whenever a gas main, water main, sewer or drain pipe, electric conduit, telephone conduit or any other underground utility line lies within the measurement limits for excavation as defined in the Contract documents, but not in such a location that it interferes with or will be interfered with by a permanent structure or pipe line to be built under this Contract, the Contractor shall support, remove and replace, or relocate the same as shown on the Drawings. The price for such work shall be included in the lump sum or unit prices set forth in the proposal; no extra charge for it will be honored. Should Contractor excavate beyond the measurement limits for excavation as defined in the Contract documents, and should utility lines or services be present in the space outside the measurement limits, and damage to or removal, replacement or relocation of the satisfaction of their owner at Contractor's expense. H000-3 EXHIBIT'A'-Page 38 of 356 Overhead wires or cables shall be protected from damage by the operation of Contractor's equipment. Should it be necessary to move overhead wires in order to carry on the work expeditiously with appropriate equipment, Owner will arrange for this to be done at no expense to Contractor. Contractor shall give advance written notice to Owner, the Resident Representative and the owners of the utility lines and services as to the locations wherein he plans to do construction work, and as to the lines and services which Contractor deems necessary to have moved in accordance with the preceding paragraphs. Ample time shall be given the owners of utility lines and services to make arrangements for providing temporary service to their customers. Nothing in the preceding paragraphs shall be constructed to relieve Contractor from responsibility for any damage done to any water, gas or other utility line or for any interruption of any utility service due to his own negligence. If any such damage or interruption occurs, Contractor shall take such emergency actions as may be appropriate and promptly notify the owner of the service involved as to what has occurred. H000.07 PROTECTION OF EXISTING STRUCTURES Contractor, without extra charge, shall shore up and protect buildings, bridges, pavements, and other public or private structures which may be endangered in the prosecution of the Project and shall repair and make good any damages caused to any such property by reason of his negligence, except that lumber or Steel sheet piling required by the Drawings or ordered by the owner to be left in place as permanent supports for these structures shall be paid for at the price stipulated for sheeting and shoring left in place. H000.08 CONNECTIONS TO EXISTING STRUCTURES Contractor, without extra charge, unless otherwise specified, shall: install such temporary bulkheads as are necessary to prevent the passage of water and debris between new sewers and existing sewers; remove such bulkheads upon completion of the Project and make proper connections to the existing sewers at the connections to all points required in order to permit continuous use of the completed Project for the purposes intended; and make suitable connections or closures with existing fences, buildings, and other structures as shown on the Drawings or otherwise required. H000.09 PROTECTION AND STORAGE OF MATERIALS AND EQUIPMENT Before, during, and after installation, Contractor, without extra charge, shall furnish and maintain satisfactory protection for all Materials against damage, whether caused by weather, flooding, breakage or otherwise. H000-4 EXHIBIT'A'-Page 39 of 356 Materials, tools and equipment required for the Project may be tools and equipment shall be stored neatly and compactly and in such a manner as to cause the least inconvenience and hazard to the adjacent property owners and to traffic. If Contractor desires additional space for the storage of Materials and equipment, it shall obtain such space its own expense, and Owner shall not be responsible for any damage to such space. H000.10 SAFETY REQUIREMENTS Any construction under the Contract shall be performed in accordance with the "Specific Safety Requirements of the Industrial Commission of Indiana Relating to Construction" published by the Indiana Occupational Safety and Health Administration. Contractor and all subcontractors and material men for and part of the Contract work shall not require laborers or mechanics employed in the performance of the Contract to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous to their health or safety. Contractor and subcontractor shall comply with the Occupational Safety and Health Act of 1970 during the conduct performance on and in connection with this Project. Said compliance shall include observance with the Safety and Health Regulations for Construction as issued by the Secretary of Labor and as set forth in Title XXIX, Code of Federal Regulations, Chapter XVII, Part 1926 as they are now in existence and as may be here in after amended. Whenever any public road or street is wholly or partly closed or obstructed, or a hazard is created therein, and wherever any condition existing during the performance of the Project creates a hazard to the safety of persons or property, public or private, Contractor, without extra charge, shall provide, to the full extent reasonably required to warn and protect against the hazard, suitable markers, reflectors, traffic controls, flagmen, or other safeguards, or a suitable and effective combination of some or all of such safeguards. Whenever any traffic controls or traffic control devices are used, they shall conform to the requirements of the current edition of the "Indiana State Highway Commission Safety Manual". Contractor shall assume responsibility for all accidents with respect to the Project and shall indemnify and protect Owner, Engineer and Resident Representative from all claims, suits, liabilities and cost arising out of any injury to the person or property of another resulting from negligence in the performance of the Project or in caring for the same or from any inferior workmanship or inferior Materials incorporated in the Project. H000-5 EXHIBIT'A'-Page 40 of 356 H000.11 AID TO THE INJURED Contractor shall keep, ready for immediate use, all articles necessary for giving first aid to the injured. He shall also have standing arrangements for the immediate removal and hospital treatment of anyone who may be injured on the Project. H000.12 SANITARY MEASURES Contractor, without extra change, shall maintain adequate sanitary conveniences for the use of all persons connected within the Project. All such conveniences shall at all times be satisfactory to the local health authorities. All persons connected with the Project shall be obliged to use them. Any employee of Contractor or any Sub-contractor found violating this provision shall be discharged and not again employed without the written consent of Owner. H000.13 INTOXICATING LIQUORS Contractor shall neither permit nor suffer the introduction or use of intoxicating liquors upon or about the site of the Project. H000.14 ACCESS TO WORK Contractor shall provide Owner, Engineer, Resident Representative, and representatives of interested local, state or federal agencies with access to, and proper facilities for the inspection of, the Project during construction. H000.15 CLEANING UP As the work progresses, Contractor, without extra charge, shall; tear down and remove all temporary structures built by it, remove all construction equipment and surplus materials; repair and replace all parts existing embankments, fences or other structures which were removed or damaged by his operation; restore and clean all channels, drains, manholes, and miscellaneous appurtenant structures; remove all rubbish; and put the site generally in a neat and orderly condition. Where sewers, drains, water lines, etc. are constructed in streets, roads or other public right-of-way, and through private residential property, as the work progresses Contractor shall without extra change, remove all excess excavated materials and excess construction materials, keep drains open, roadways and driveways open, trenches completely backfilled and the site generally in a neat and orderly condition. H000.16 QUALITY OF MATERIALS All Materials shall be the best of their respective kinds. Contractor shall give Owner advance data as to the kind and quality of Materials to be used. Owner may require H000-6 EXHIBIT'A'-Page 41 of 356 any Materials to be tested by means of samples or otherwise. When required, the testing of Materials shall be done by an independent testing laboratory in accordance with standards of the American Society for Testing and Materials or as stipulated in the Specifications. Such testing and the transportation of samples shall be paid for by Owner, but Contractor, without extra charge, shall furnish the samples and prepare and box them for shipment to the laboratory. Contractor shall not incorporate in the Project any Materials for which tests are required until the tests have been made and the Materials found acceptable and in accordance with the Specifications. Rejected materials shall be removed from the site immediately and shall not be incorporated in the Project. H000.17 QUALITY OF WORKMANSHIP All employees shall be skilled and experienced in the techniques of the trade in which they are working. The completed work shall reflect workmanship commensurate with the foregoing requirements. H000.18 DEFECTIVE MATERIALS OR WORK Should any Materials or Work be discovered which do not comply with the contract documents, then, regardless of whether such Materials or work previously have been inspected or approved, such Materials or Work shall be removed, replaced, repaired or otherwise remedied at Contractor's expense. Should defective Materials or Work be suspected and Owner so require, Contractor shall uncover, take down, or make openings in the finished work at such points as Owner designates for the purpose of allowing and examination of such Materials or Work. Should Materials or Work thus exposed and examined prove satisfactory, the uncovering, taking down or making of openings, replacing of the covering and making good of parts removed shall be paid for by Owner; but should the Materials or Work examined prove unsatisfactory, the uncovering, taking down or making of openings, replacing and making good shall be at Contractor's expense. The inspection or approval of Materials or Work shall not relieve Contractor from any of his obligations to fulfill the Contract as herein prescribed. H000.19 UNEXPECTED SUBSURFACE CONDITIONS If Contractor encounters subsurface or latent conditions at the site which differ substantially from those which reasonably could have been anticipated from a careful examination of the site, the Drawings and Specifications and any test boring data obtained by or made available to Contractor, Contractor must notify Engineer and Owner in writing before such conditions are disturbed. If Contractor feels a change in compensation is warranted, Contractor must also notify Engineer and Owner in writing prior to completing any work. Owner and Engineer will then consider such claim and if any adjustment to compensation is warranted, the H000-7 EXHIBIT'A'-Page 42 of 356 resulting increase or decrease in the amount of compensation for the work to be performed by Contractor shall be made under Paragraph H000.24 of these General Requirements. H000.20 CHANGES IN THE PROJECT If Owner desires to make any changes in the line, grade, dimensions, Materials, plan or any other aspect of the Project it may do so provided only that such changes, in the aggregate, do not change the total Contract price by more than twenty (20) percent. Adjustment of the Contract price for such changes shall be made under Paragraph H000.24 of these General Conditions. No change in the Project which diminishes the quality of work to be performed under the Contract shall entitle Contractor to claim any damages, whether for anticipated profits or otherwise. H000.21 CHANGE IN WORK 1. AUTHORIZED CHANGES IN THE WORK A. Without invalidating the Contract and without notice to any surety, Owner may, at any time or from time to time, order additions, deletions, or revisions in the Work by a Change Order, or a Work Change Directive. Upon receipt of any such document, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). B. If Owner and Contractor are unable to agree on entitlement to, or on the amount or extent, if any, of an adjustment in the Contract Price or Contract Times, or both, that should be allowed as a result of a Work Change Directive, a Claim may be made therefore as provided in Paragraph H000.21.5. 2. UNAUTHORIZED CHANGES IN THE WORK A. Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented by a work change directive or by a change order. 3. EXECUTION OF CHANGE ORDERS A. Owner and Contractor shall execute appropriate Change Orders recommended by Engineer covering: 1. changes in the Work which are: H000-8 EXHIBIT'A'-Page 43 of 356 (a) ordered by Owner pursuant to Paragraph H000.21.1.A (b) agreed to by the parties; 2. changes in the Contract Price or Contract Times which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed in accordance with a Work Change Directive; and 3. changes in the Contract Price or Contract Times which embody the substance of any written decision rendered by Engineer pursuant to Paragraph H000.21.5; provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal, Contractor shall carry on the Work and adhere to the Progress Schedule 4. NOTIFICATIONS TO SURETY A. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Times) is required by the provisions of any bond to be given to a surety, the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted to reflect the effect of any such change. 5. CLAIMS A. Engineer's Decision Required: All Claims, except those waived pursuant to making and acceptance of final payment, shall be referred to Engineer for decision. A decision by Engineer shall be required as a condition precedent to any exercise by Owner or Contractor of any rights or remedies either may otherwise have under the contract Documents or by Laws and Regulations in respect of such Claims. B. Notice: Written notice stating the general nature of each Claim, shall be delivered by the claimant to Engineer and the other party to the Contract promptly (but in no event later than 30 days) after the start of the event giving rise thereto. The responsibility to substantiate a Claim shall rest with the party making the Claim. Notice of the amount or extent of the Claim, with supporting data shall be delivered to Engineer and the other party to the Contract within 60 days after the start of such event (unless Engineer allows additional time for claimant to submit additional or more accurate data in support of such Claim). A Claim for an adjustment in Contract Price or Contract Time shall be prepared in accordance with H000-9 EXHIBIT'A'-Page 44 of 356 the requirements of Owner. Each Claim shall be accompanied by claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant believes it is entitled as a result of said event. The opposing party shall submit any response to Engineer and the claimant within 30 days after receipt of the claimant's last submittal (unless Engineer allows additional time). C. Engineer's Action: Engineer will review each Claim and, within 30 days after receipt of the last submittal of the claimant or the last submittal of the opposing party, if any, take one of the following actions in writing: 1. deny the Claim in whole or in part, 2. approve the Claim, or 3. notify the parties that the Engineer is unable to resolve the Claim if, in Engineer's sole discretion, it would be inappropriate for Engineer to do so. For purposes of further resolution of the Claim, such notice shall be deemed a denial. D. In the event that Engineer does not take action on a Claim within said 30 days, the Claim shall be deemed denied. E. Engineer's written action under Paragraph H0000.21.5 or denial pursuant to Paragraphs H000.21.5.C.3 or H000.21.5.D will be final and binding upon Owner and Contractor. F. No Claim for an adjustment in Contract Price or Contract Times will be valid if not submitted in Accordance with Paragraph H000.21. H000.22 PARTIAL ESTIMATES Contractor shall, by such day of each calendar month as is mutually agreement to Contractor and Owner, make an approximate estimate of the quantities and prices of the labor furnished and the Materials incorporated into the Project or stored on the site during the previous calendar month and forward such estimate to the Resident Representative. More frequent estimates, at the option of Owner, may be made at any time during the progress of the Project. Resident Representative shall promptly review monthly estimates and advise Engineer of how munch thereof he approves. Engineer, in turn, shall promptly review such estimates and advise Owner of how much should be paid thereon. For such purposes, the amounts approved for items of work performed shall not exceed the Contract prices of such work less five (5) percent allowance for uncompleted site cleanup (retainage). Partial payments to Contractor for labor performed and Materials furnished shall be made at the rate of ninety-five (95) percent of the estimate submitted by H000-10 EXHIBIT'A'-Page 45 of 356 Contractor and approved by Engineer. Materials furnished but not installed shall be paid for at the rate of ninety-five (95) percent and may not thereafter be removed, but Contractor shall remain responsible for the protection thereof. Owner shall pay Contractor monthly, not less than the difference between the amount of each monthly estimate which has been approved by Engineer and the sum of the retainer stipulated below and any other amounts which Owner is authorized by the Contract to withhold. The making of any monthly payment shall not be taken or construed as approval or acceptance by Owner or any work included in the estimate upon which such payment is based. H000.23 PRE-FINAL AND FINAL ESTIMATES AND PAYMENTS As soon as practicable after the completion of work under the Contract, Engineer will make an inspection of the Project. If the Project appears to be acceptable, Engineer will recommend tentative acceptance thereof and make a pre-final estimate of the amount of work done by Contractor based on quantities and prices submitted by Contractor. Upon such per-final estimate being certified in writing to Owner by Engineer, Owner will pay Contractor all of the monies owing to it under the Contract, except the retainer stipulated in Section H000.22 which will be kept for thirty (30) days after the date of the pre-final estimate. Upon the expiration of such thirty (30) day period, provided that it appears upon further inspection and certification by Engineer that the Contract has been faithfully performed, Owner will pay to Contractor the whole sum retained or such part thereof as remains after deducting expenses of correcting any final inspection and payment will not discharge the liability of Contractor under the Contract or of the Surety under the Contract Bond, but such liabilities and all guarantees shall remain in effect for the period stipulated by the Contract documents or, in case in which no period stipulated by the Contract documents for the period fixed by law. H000.24 PAYMENT FOR AUTHORIZED EXTRA WORK: REDUCTIONS IN PAYMENT FOR DELETED WORK Extra work shall be paid for, and reductions in payment for deleted work shall be made, at the unit prices set forth in the proposal, to the extent applicable, or if no unit prices are applicable and agreement cannot be reached, then the amount shall be determined as follows: A. If the work is performed by the Contractor: 1. Actual cost of Materials used. Plus 2. Payroll cost of direct labor, including a prorated share of the payroll cost of foreman who perform duties in addition H000-11 EXHIBIT'A'-Page 46 of 356 to those related to the work involved. Plus 3. Twenty (20) percent of Al and A2, above to cover direct and indirect overhead, use of small tools and profits. Plus 4. Equipment rental as defined below. B. If the work is performed by a Sub-contractor: 1. Sub-contractor's price shall not exceed the sum of item Al, A2, A3, and A4, above, Plus 2. Ten (10) percent of A, above, to cover Contractor's direct and indirect overhead and profits. Rental of equipment shall include all operating expenses and shall not exceed the rentals listed in the latest edition of the Associated Equipment Distributors' Rental Schedule. Engineer will certify to Owner for payment all duly authorized extra work which has been performed by Contractor in accordance with the terms of the Contract and any supplementary agreements which may apply. Daily records shall be kept by Contractor for all Materials, labor and equipment used on authorized "cost plus" extra work; these records shall be presented to Resident Representative for checking purposes before noon of the day following that on which the Materials, labor and equipment were used. H000.25 THIRD PARTY CLAIMS FOR LABOR, MATERIALS AND DAMAGE Contractor shall, from time to time, as required by Owner, furnish Owner with satisfactory evidence that all persons who have done work or furnished Materials under the Contract or have suffered damage on account of Contractor's operations have been fully paid or secured. Owner does not hereby assume any of their claims out of funds due or that may become due to Contractor or out of its own funds. H000.26 MATERIAL All materials supplied shall be new and unused. H000.27 CONTINUING THE WORK Contractor shall carry on the work and adhere to the progress schedule during all disputes or disagreements with Owner. No Work shall be delayed or postponed H000-12 EXHIBIT'A'-Page 47 of 356 pending resolution of any disputes or disagreements, except as Owner and Contractor may otherwise agree in writing. H000.28 UNFORSEEABLE ABNORMAL AND UNUSUALLY SEVERE WEATHER CONDITIONS (MODIFIED INDOT VERSION) The following table is based upon a modified/expanded version of INDOT information. The table shows the estimated number of days in each month (assuming a five day work week and excluding Sundays and Holidays in a non- leap year) when Contractor will be expected to be unable to work on the controlling items as identified on Contractor submitted, Owner accepted, schedule: Month (Days) Estimated No. of Unworkable Days January (31) 5 February (28) 4 March (31) 4 April (30) 6 May (31) 4 June (30) 2 July (31) 2 August (31) 2 September (30) 2 October (31) 3 November (30) 4 December (31) 5 Total 43 Any day (per month) in excess of the days shown when Contractor is unable to work on the controlling work item, as noted on the critical path schedule submitted by Contractor, due to weather conditions shall be deemed to be "unforeseeable abnormal and unusually severe weather conditions" However, the final determination of weather days is cumulative over the course of the entire construction period. Therefore, bad weather in one month can be offset with good weather either in the preceding or following the month(s) in question. Additional weather delays only count if the critical path work is dependent on good weather. For example, if the work element is interior finishing then weather is not considered a factor in the completion of that work, and therefore cannot be basis for additional contract time. The allocated days assumes 52 days for Sundays throughout the years and 10 holidays (New Years, Presidents Day, Memorial Day, 4th of July, Labor Day, Veterans Day, Thanksgiving [2] and Christmas [2])throughout the year. Accounting for these days shall be kept on a daily basis with monthly totals and shall be turned in monthly with their pay request. These shall ten be possessed in the final change order for the project. H000-13 EXHIBIT'A'-Page 48 of 356 H000.29 ELECTRONIC DOCUMENTS Electronic copies of Bid Plans and Specifications may be provided upon request if they have not already been provided. H000-14 EXHIBIT'A'-Page 49 of 356 SECTION H100 RSD SPECIAL REQUIREMENTS H100.01 DESCRIPTION OF WORK The work is located at New Paris Pike Landfill and will include the installation of soil and geosynthetic linings, earthwork, gas collection piping, and leachate collection and transmission piping. All surfaces, including but not limited to streets, sidewalks, curbs, landscaping and grass shall be restored at the end of the project at each location. H100.02 SPECIAL CONTRACT CONDITIONS Not used on this project. H100.03 EXISTING FACILITIES ACCESS 1. Contractor shall be responsible for maintaining access to existing businesses and landfill traffic during the construction period. If access is temporarily disrupted, Contractor shall be responsible for providing ingress egress from properties. 2. It is the responsibility of Contractor to notify property owners of any disruption if any normal use of property by its owner. 3. Contractor will maintain landfill traffic at all times unless noted. H100.04 CONSTRUCTION WATER Construction water will be responsibility of Contractor at no cost to Owner. H100.05 CONSTRUCTION POWER Contractor shall be in responsible for his electrical power requirements during construction. H100.06 UTILITY NOTIFICATION Contractor shall notify all utilities prior to any excavation H100-1 EXHIBIT'A-Page 50 of 356 H100.07 CONSTRUCTION SEQUENCE A. Contractor shall schedule his work with Owner when his operation may affect the operation of city emergency vehicles and traffic. B. Prior to commencing the work, Contractor shall provide Owner a detailed schedule of the proposed work. The schedule shall include a list of tasks required to complete the work; their relevancy to each other, expected duration and completion dates. H100.08 PROJECT PROGRESS MEETING It shall be the responsibility of Contractor to have a representative present at each meeting. The meeting shall be held at least once a month or as called by Owner for construction problem solving or changes in scope. H100.09 OVERRUN OF CONTRACT QUANTITIES Any items of the Contract, which exceeds (5%) five percent of the proposal quantities, will not be authorized for payment without prior written approval of Owner. H100.10 SUBSIDIARY WORK Any minor work not itemized will be considered subsidiary to the project. No separate payment will be made for this work H100.11 PRE-BID CONFERENCE All bidding Contractors may attend a pre-bid conference as advertised. H100.12 CONSTRUCTION LAYOUT Construction layout and staking will be completed by Contractor. It will be the responsibility of Contractor to maintain this staking throughout the project. H100.13 AS-BUILT DRAWINGS As-Built drawings are required to be completed by Contractor as part of this project and are to be submitted to Owner before the retainage is paid. H 100-2 EXHIBIT'A'-Page 51 of 356 H100.14 TIME OF COMPLETION AND LIQUIDATED DAMAGES If awarded a contract, Contractor agrees to substantially complete and provide all items into operation (service) for Phase 1 by December 31, 2021 and complete all remaining work by June 30, 2022. If awarded a contract, and in the case the work is not completed either substantially or fully within the above deadlines to the satisfaction of Owner, Contractor agrees to pay to Owner as liquidated damages the sum of$1000.00 per day for each and every successive day, Saturdays, Sundays and Holidays included, after the agreed upon time for each Phase until the work is completed and accepted by Owner. H100.15 ITEMS TO BE SUBMITTED WITH BID See the front end documents, request for quote cover sheet and/or advertisement information for the appropriate items to be submitted with the bid. H100.16 CONTROL OF GROUNDWATER AND SURFACE WATER The control of groundwater and surface water shall be the responsibility of Contractor. No extra payment shall be made for this work. H100.17 SANITARY SEWER BY-PASS PUMPING Contractor shall employ bypass pumps as required to keep all sewers in operation during construction as well as protect the environment from spills. The cost of this pumping shall be considered incidental unless a detailed line item in the bid sheet is provided. A by-pass pumping plan and/or flow control plan will be required to be submitted and approved by Owner prior to installation when by-pass pumping is required. H100.18 SHOP DRAWING SUBMITTALS All materials used shall have a shop drawing submitted for review by Owner. These submittals shall include manufacturer information highlighting that the material complies with the specifications and drawings. No material shall be ordered or installed before this review has taken place. The submittals shall be submitted electronically via email. H100.19 MAINTENANCE OF TRAFFIC Access to the operating landfill cell is critical to landfill operations. Contractor shall coordinate with Owner to maintain all access within the landfill site. Streets, H 100-3 EXHIBIT'A'-Page 52 of 356 driveways, and parking may not be closed or impeded without written approval by Owner H 100-2 EXHIBIT'A'-Page 53 of 356 SECTION 01010 GENERAL REQUIREMENTS PART 1 — GENERAL 1.01 SECTION INCLUDES A. Project Description. B. Definitions of Parties. C. Format of Specifications. D. Coordination. E. Codes and Regulations. F. Inspection and Testing. G. References. H. Site Conditions. I. General Construction Responsibilities and Procedures. J. Other Requirements. 1.02 PROJECT DESCRIPTION A. The Work to be performed by this Contract comprises the construction of approximately 12.34 acres of single composite cell liner systems and associated landfill works. B. The cell composite liner system to be constructed is located in Cell 4A/B of the New Paris Pike Landfill. Cell 4A/B is adjacent to areas which are currently active for waste disposal. The infrastructure includes preparation of subgrade, installation of anchor trenches, leachate collection piping and drainage systems, and perimeter facilities. The Work for Cell 4A/B cell construction includes the following general components: 1. Dewatering Lower water table or remove surface water in all excavation areas including landfill areas, trenches, and staging areas as necessary to enable the completion of the Work in accordance with the Plans 01010-1 EXHIBIT'A'-Page 54 of 356 and Specifications. Water entering work areas from rainfall shall be pumped to stormwater basins designated by OWNER within 24 hours of end of rain event. 2. Excavation and Structural Fill Excavate soils and place structural fill in Cell 4A/B as necessary to obtain subgrade elevations. Excavated soils shall not be utilized for Structural Fill or Recompacted Soil Liner unless otherwise approved by OWNER. The soil material required to complete this project will come from borrow areas designated by OWNER. These areas will be excavated to the grades indicated by OWNER. Unsuitable material excavated from these areas shall be stockpiled in an area designated by OWNER. 3. Subgrade Prepare the subgrade, proof-roll the surface for inspection, and improve weak areas as directed by OWNER. 4. Composite Liner and Anchor Trench Construct a minimum of two feet of Recompacted Soil Liner on the cell floor and sideslope areas (1.5 feet in piggyback areas) as designated on the Drawings. Recompacted Soil Liner materials shall be clayey soils that can meet the permeability requirements stated in the Construction Quality Assurance (CQA) Manual. A textured 60-mil HDPE geomembrane liner shall be installed on the cell sideslopes. A Smooth 60-mil HDPE geomembrane liner shall be installed on the cell floor. A 16 oz/sy geotextile cushion layer shall be installed on the top of the geomembrane in all areas. Prepare and backfill perimeter and intercell anchor trenches and berms for geosynthetic liners. Complete all intercell lining system connections between Cell 4A/B and Cells 3G and 4C. Prepare future intercell lining system connections between Cell 4A/4B and Cells 4E and 4D. 5. Leachate Collection System Construct a leachate collection system which consists of a minimum of twelve (12) inches of granular drainage layer above the geomembrane liner system on the cell floor and sideslopes. Piping for the leachate collection system will consist of the following: a. Cell 4A/B gravity leachate collection piping on cell floor, consisting of 6" diameter perforated HDPE pipe. This 01010-2 EXHIBIT'A'-Page 55 of 356 construction also includes the preparation and construction of rain flap berms, trenches, linings, pipe welding and leachate pipe spool assemblies. b. Cell 4A/B leachate collection riser piping on sideslope, consisting of 6" diameter solid wall HDPE pipe. c. Cell 4A/4B leachate collection transfer piping consisting of 6" diameter solid wall HDPE pipe. The transfer pipe will extend from the perforated collection piping described above to the solid waste boundary where it will connect to the double-wall leachate transfer pipe. 6. Leachate Drainage System a. Leachate piping outside Cell 4A/4B shall consist of double- wall HDPE pipe from the solid waste boundary to the metering manhole. b. Intermediate manhole structures shall be placed around the double-wall leachate pipe to serve as pipe cleanout access points. c. Double-wall pipe stubouts will be constructed to provide for connections to transfer pipes from future cells. d. A Metering Manhole structure with a V-notch weir and water level logging instrumentation shall be constructed. e. Single-wall, solid. HDPE pipe will be installed from the Metering Manhole to an existing sanitary sewer at the site. 7. Gas Collection System Construct a landfill gas collection system on the existing Cell 0 area which will consist of gravel-filled trenching and piping. Piping for the gas collection system will be installed below the Cell 4A/4B piggyback liner and will consist of the following: a. Gas collection piping on Cell 0 consisting of 6" diameter perforated HDPE pipe. Cap all dead-end piping. b. Piggyback leachate and gas collection lateral piping at base of Cell 0 sideslope, consisting of 8" diameter perforated HDPE pipe. Cap all dead-end piping. 01010-3 EXHIBIT'A'-Page 56 of 356 c. Leachate and gas collection drain pipe into Cell 4A, consisting of 8" diameter solid-wall HDPE pipe. Piping shall include booting the pipe to the Cell 4A HDPE liner and installing a temporary valve on the drain outlet. d. Gas collection pipe connections to existing landfill gas header using 6" solid-wall HDPE pipe. Fusion weld the collection pipes to the landfill gas header. 8. Perimeter Facilities Construct perimeter facilities including haul road extensions, stormwater downlet piping, guardrail removal and reinstallation, stormwater ditches and culverts. 9. Temporary Surface Water and Erosion Control Construct temporary surface water and erosion control ditches, retention ponds, etc. to provide surface water run-on and run-off and erosion control during construction. Straw or hay bales shall be staked and silt fencing will be erected as necessary. CONTRACTOR shall also be responsible for maintaining all haul roads used for the construction work, including grading and dust suppression. Any silt removal or cleanup required due to a lack of surface water control shall be performed by CONTRACTOR at no additional charge. 1.03 FORMAT OF SPECIFICATIONS A. These Specifications are written in the Construction Specifications Institute (CSI) three-part format in an imperative and abbreviated form. This imperative language is directed at CONTRACTOR, unless specifically noted otherwise. Incomplete sentences in the Technical Specifications shall be completed by inserting "shall", "CONTRACTOR shall", and similar mandatory phrases by inference in the same manner as they are applied to notes on Construction Drawings. Except as worded contrary, CONTRACTOR shall fulfill (perform) indicated requirements whether stated imperatively or otherwise. 1.04 COORDINATION A. Coordinating Work: 1. Coordinate Work with RR, CQA Firm, subcontractors, and other contractors. Ensure that subcontractors carefully examine and 01010-4 EXHIBIT'A'-Page 57 of 356 familiarize themselves with Construction Drawings and consult with other trades so that work may be properly coordinated. 2. Landfill Operations: CONTRACTOR shall familiarize himself with OWNER's operation of the landfill. Organize and schedule work such that no disruption of day-to-day landfill operation occurs. 3. Flagmen: CONTRACTOR shall be responsible for scheduling flagmen for traffic control in cases of cross or merging traffic. 4. Cooperate fully with CQA Firm and include any cost to CONTRACTOR in unit costs for work. The CQA Firm is responsible for the inspection and approval of all completed work items. 1.05 CODES AND REGULATIONS A. If CONTRACTOR undertakes additional work due to the enactment of new, or the amendment of existing, statutes, ordinances, and regulations dealing with the performance of the successful bid, OWNER will issue a Work Directive Change requesting CONTRACTOR to prepare a Change Order and setting forth the additional work to be undertaken. The Change Order shall be prepared and executed as set forth in the General Conditions. 1.06 INSPECTION AND TESTING A. Tests called for in Technical Specifications or deemed necessary by RR will be performed by OWNER or its authorized representative except when indicated otherwise in Technical Specifications. CONTRACTOR shall be responsible for all pipe and manhole testing as required. 1.07 REFERENCES A. Conform to reference standards current as of date of bid, unless otherwise noted in Contract Documents. B. Should specified reference standards conflict with Contract Documents, request clarification from RR before proceeding. C. The contractual relationship of the parties to the Contract shall not be altered from the Contract Documents by mention or inference otherwise in any reference document. 01010-5 EXHIBIT'A'-Page 58 of 356 1.08 SITE CONDITIONS A. CONTRACTOR's Staging Area: 1. An area will be set aside on the property for CONTRACTOR's use as a staging area for personnel, equipment, and materials. 2. Staging area to be designated by OWNER. B. Disposal of Waste Material: 1. Burning will not be permitted on site without prior approval of OWNER and the Indiana Department of Environmental Management (IDEM). 2. Remove material from site which cannot be placed in waste areas as determined by RR. 3. On-site refuse containers can be provided by the Richmond Sanitary District. C. Site Investigation and Representation: 1. CONTRACTOR acknowledges that from inspecting the site he has satisfied himself as to character, quality, and quantity of surface and subsurface materials to be encountered. 2. CONTRACTOR warrants that, as a result of his examination and investigation of data, he can perform work according to Technical Specifications and Construction Drawings. OWNER assumes no responsibility for any representations made by any of its officers or agents during or prior to the execution of Contract, unless: 1) such representations are expressly stated in Contract, and 2) Contract expressly provides that responsibility therefore is assumed by OWNER. Representations for which liability is not expressly assumed by OWNER in Contract shall be deemed only for information of CONTRACTOR. D. Information on Site Conditions: Information regarding site conditions, subsurface information, ground-water elevations, existing construction of site facilities as applicable, and similar data will be available for inspection at OWNER's office upon request. Such information is offered as supplemental information only. CONTRACTOR's responsibility for accuracy and completeness of information is as stated below. 01010-6 EXHIBIT'A'-Page 59 of 356 1. Inspections Before undertaking each part of the Work and as necessary throughout the performance of the Work, CONTRACTOR shall carefully review, inspect and compare the Contract Documents, field conditions (including subsurface conditions, underground facilities and existing structures) and work of others (including work performed by OWNER's own forces). This review, inspection and comparison is required in order to check and verify pertinent figures, measurements and conditions necessary for proper execution and coordination of the Work and with all other work of the Project. CONTRACTOR shall promptly report in writing to OWNER any conflict, error or discrepancy, including any variance with applicable laws or regulations, which CONTRACTOR may discover at any time. Upon such discovery, CONTRACTOR shall obtain a written interpretation or clarification from OWNER before proceeding with any of the Work affected thereby. If CONTRACTOR proceeds with any of the Work affected by any discovered conflict, error or discrepancy, CONTRACTOR shall be liable for all extra costs and delay incurred thereby. 2. Explorations and Reports: Reference is made to the RSD Special Conditions for Identification of those reports, if any, of exploration and tests of subsurface conditions at the site that have been utilized by OWNER in preparation of the Contract Documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such reports, but not upon nontechnical data, interpretations or opinions contained therein or for the completeness thereof for CONTRACTOR's purposes. Except as indicated in the immediately preceding sentence and in Part D.7, CONTRACTOR shall have full responsibility with respect to subsurface conditions at the site. 3. Existing Structures Reference is made to the Contract Documents for identification of those drawings, if any, of physical conditions in or relating to existing surface and subsurface structures which are at or contiguous to the site that have been utilized by OWNER in preparation of the Contract Documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such drawings, but not for the completeness thereof for CONTRACTOR's purposes. Except as indicated in the immediately preceding sentence and in Part D.7, CONTRACTOR 01010-7 EXHIBIT'A'-Page 60 of 356 shall have full responsibility with respect to physical conditions in or relating to such structures. 4. Report of Differing Conditions If CONTRACTOR believes that: a. any technical data on which CONTRACTOR is entitled to rely as provided in part D.1 and D.2 is inaccurate, or b. any physical condition uncovered or revealed at the site differs materially from that indicated, reflected or referred to in the Contract Documents, CONTRACTOR shall, promptly after becoming aware thereof and before performing any Work in connection therewith, notify OWNER in writing as required in sections H000.02 and H000.19 of these specifications. 5. OWNER's Review OWNER will promptly review the pertinent conditions, determine the necessity of conducting additional explorations or tests with respect thereto and advise CONTRACTOR in writing of OWNER's findings and conclusions. 6. Possible Document Change If OWNER concludes that there is a material error in the Contract Documents or that because of newly discovered conditions a change in the Contract Documents is required, a Work Directive Change or a Change Order will be issued as provided in section H000.21 of these specifications. 7. Possible Contract Price and Time Adjustments In each case, an increase or decrease in the Contract Price or an extension or shortening of the Contract Time, or any combination thereof, will be allowable to the extent that they are attributable to any such inaccuracy or difference. E. Fire Prevention and Protection: Perform all work in a fire-safe manner. Comply with applicable local and State fire prevention regulations. 01010-8 EXHIBIT'A'-Page 61 of 356 F. Temporary Electric Power: Make arrangements for electric power for use during construction period until final acceptance by OWNER, and pay all costs for same. G. Sanitary Facilities: Provide and maintain sanitary facilities for employees and subcontractor's employees. Obtain sanitary facilities from Port-O-Let or comparable service. Contact OWNER for local distributor. H. Temporary Telephone Service: Make arrangements for telephone services, if necessary, for use during contract time until final acceptance by OWNER, and pay costs for same. Temporary Offices: Lease or rent temporary office(s) as needed. J. Include provisions for CONTRACTOR's Temporary Utilities in CONTRACTOR's Workplan. 1.09 GENERAL CONSTRUCTION RESPONSIBILITIES AND PROCEDURES A. CONTRACTOR shall be held responsible for correctness of work, and shall report errors or inconsistencies in the established lines and grades to OWNER before start of work. B. Haul and Access Roads and Maintenance: 1. Access roads shall be maintained so that landfill operations can proceed in a normal fashion. Notify RR of any change of conditions that will affect landfill operations at least 24 hours in advance of the change. 2. Abide by prevailing legal load limit regulations when hauling over pavements or structures. 3. Construct temporary haul and access roads only at locations specifically approved by RR. 4. Perform necessary daily maintenance and watering of haul and access routes during construction. Noticeable dust shall be unacceptable. Restore routes used by CONTRACTOR's equipment to condition acceptable to RR. 5. At conclusion of construction, regrade haul and access roads designated by RR. Regrade areas to original conditions or conditions acceptable to RR. 01010-9 EXHIBIT'A'-Page 62 of 356 6. Patch or overlay existing roadways as necessary to restore them to original condition at no cost to OWNER. 7. Unless aggressively maintained, heavy haul routes in soil borrow and placement areas will rut, pump, and reduce operational efficiency. Borrow, haul, or placement area roads which cannot be accessed by highway vehicles due to excessive ruts and/or inadequate drainage (crowns and ditches) shall be deemed unacceptable. 1.10 OTHER REQUIREMENTS A. Dimensions and Measurements: 1. Locations of elements of work are approximate only and are not to be scaled from the Drawings, unless specifically dimensioned. Locations of work will be defined by CONTRACTOR's construction staking and approved by the RR. 2. Figures on Drawings are subject in every case to measurements of adjacent or incorporated work. Make such measurements before undertaking work dependent upon such data. 3. Verify dimensions shown and notify RR of discrepancies prior to proceeding with work. B. Number of Specified Items Required: Whenever a piece of equipment, an article, or a device is referred to in a singular number, such reference applies to as many such items as are shown on Construction Drawings or required to complete the work. PART 2 — PROCEDURE Not used. PART 3 — EXECUTION Not used. END OF SECTION 01010-10 EXHIBIT'A'-Page 63 of 356 SECTION 01019 CONTRACT CONSIDERATIONS PART 1 — GENERAL 1.01 SECTION INCLUDES A. General contract information. B. Items not in contract. C. Procedures for preparing and submitting Applications for Payment. D. Contract Change procedures. 1.02 GENERAL A. Perform Work under one Construction Agreement with OWNER. B. Only CONTRACTOR has any contractual relationship with OWNER. C. Contract time shall commence and CONTRACTOR shall start work on the date to be specified in written "Notice to Proceed" from OWNER, except that no work shall be started until required insurance is obtained. D. CONTRACTOR shall meet with OWNER immediately preceding commencement of construction to verify Work that has been completed by OWNER and Work that is excluded from the responsibility of CONTRACTOR. 1.03 ITEMS NOT IN CONTRACT A. Items on Drawings or in these Specifications which are marked "BY OTHERS" or "INSTALLED BY OTHERS" are not included in this contract. 1.04 CONTRACT PRICES A. OWNER will pay CONTRACTOR for completion of work in accordance with lump sun and/or unit costs on the Bid Schedule as incorporated in Contract Documents. B. Contract Price (including items and prices eligible for payment) may be adjusted only by Change Order as provided by the Contract Documents or by damages or penalties specified in the Contract Documents. 01019-1 EXHIBIT'A'-Page 64 of 356 1.05 APPLICATIONS FOR PAYMENT A. Use forms approved by OWNER for payment applications. B. Submit three completed copies of each application for payment. Incomplete applications will not be accepted. C. Content and Format: Use application for Payment Form provided by OWNER. D. Payment Period: Monthly, ending on last day of month. 1.06 CHANGE PROCEDURES A. Changes to the Work shall be made in conformance with Section H000.21. B. RR will advise CONTRACTOR of minor changes in Work not involving any adjustments to contract price or contract time. C. CONTRACTOR may propose a change: 1. Submit request for change to RR, describing proposed change and its full effect on Work. Include a statement describing reason for change, and its effect on contract price and contract time with full documentation and statement describing effect on Work by separate or other contractors. 2. Document any requested substitutions in accordance with Section 01600. D. Stipulated Price Change Order: Based on Work Directive Change, Change Order, and CONTRACTOR's fixed price quotation, or CONTRACTOR's request for a Change Order as approved by RR. E. Unit Price Change Order: For pre-determined unit prices and quantities, Change Order will be executed on a fixed unit price basis. For unit costs or quantities of units of work which are not pre-determined, execute Work under a Work Directive Change. Changes in contract price or contract time will be computed as specified for Force Account Change Order. 01019-2 EXHIBIT'A'-Page 65 of 356 F. Work Directive Change: 1. RR may issue directive, or Work Directive Change signed by OWNER, instructing CONTRACTOR to proceed with a change in Work, for subsequent inclusion in Change Order. 2. Document will describe changes in Work, and designate method of determining any change in contract price or contract time. 3. Promptly execute Work Directive Change. G. Force Account Change Order: 1. Submit itemized account and supporting data after completion of change, within time limits indicated in General Conditions. OWNER will determine the change allowable in contract price and contract time as provided in Contract Documents. 2. Maintain detailed records of work done on Force Account basis. Provide full information required for evaluation of proposed changes, and to substantiate costs for changes in the Work. H. Change Order Forms: Use approved Change Order forms included in the Contract Documents. I. Execution of Change Orders: OWNER will issue Change Orders for signatures of parties according to General conditions. PART 2 — MATERIALS Not used. PART 3 — EXECUTION Not used. END OF SECTION 01019-3 EXHIBIT'A'-Page 66 of 356 SECTION 01025 MEASUREMENT AND PAYMENT PART 1 — GENERAL 1.01 SECTION INCLUDES A. Measurement and payment criteria applicable to portions of the Work performed under a unit price payment method. B. Defect assessment and non-payment for rejected work. 1.02 AUTHORITY A. Measurement methods delineated in the individual specification sections are intended to complement the criteria of this section. B. Take all measurements and compute quantities. RR will verify measurements and quantities. 1.03 UNIT QUANTITIES SPECIFIED A. Quantities and measurements indicated in the Bid Schedule are for bid evaluation and contract award purposes only. Quantities and measurements are based on Plan View measurements, and they do not include allowances for overlaps, material waste, slope length, or anchor trench burial. Contractor shall develop actual work quantities based on his assessment of those allowances. Quantities and measurements supplied or placed in the Work and verified by RR shall determine payment. B. If the actual Work requires more or fewer quantities than those quantities indicated, provide the required quantities at the unit sum/prices contracted. 1.04 MEASUREMENT OF QUANTITIES A. Measurement of quantities expressed as volume shall be based upon a neat plan line projection to the Work limits as determined by survey record Drawings for each item with no additional allowances for shrinkage, swelling or creep. Measurement of quantities expressed as weight shall be based upon weigh receipts on a certified scale, and copies of all weigh records shall be provided to owner, with no additional allowance for rework or re-handling of material. 01025-1 EXHIBIT'A'-Page 67 of 356 1. In computing volumes of excavation and fill, the average end area method, computer 3-D models, or other methods, acceptable to RR, will be used. OWNER shall provide all final measurements. 2. Measurement of all excavation and fill material shall be calculated as the difference between the existing topographic grades and the final cut or fill grades prior to the placement or reworking of any Recompacted Soil Liner. CONTRACTOR shall be responsible for ensuring that all grades have been surveyed prior to placing or reworking any Recompacted Soil Liner. 3. Measurement of all Recompacted Soil Liner material shall be calculated as the difference between the previously surveyed top of subgrade or structural layer elevations and the final survey after the top of soil liner grades have been reached. Areas that are reworked in-place will not be measured and paid for separately. Reworked soil liner material will be included in the bid item for Recompacted Soil Liner at no additional cost to OWNER. 4. Measurement of the drainage material quantities shall be calculated as the difference between the top of Recompacted Soil Liner survey and the survey taken after the drainage layer has been installed on top of the geosynthetics. CONTRACTOR shall be responsible for ensuring that all grades have been surveyed prior to waste disposal or protective cover placement. 5. Measurement of drainage material may also be made by weight if purchased off-site on a per tonnage basis and only if directed by the CQA firm. Copies of all weigh records shall be provided to OWNER if this method of measurement is used. Areas that are reworked in-place will not be measured and paid for separately. B. Measurement of quantities expressed as area shall be based upon square dimensions using mean length and width, radius, or area measurement as determined by survey record drawings. C. Measurement of linear items such as piping will be for quantities actually field installed to the specified work limits, based upon surveyed stations recorded along the top or centerline of each respective item. D. Lump Sum Price Measurement: Items measured by volume, area, or linear means or combination, as appropriate, as a completed item or unit of the Work. 01025-2 EXHIBIT'A'-Page 68 of 356 1.05 PAYMENT A. Payment for each lump sum and unit price stated in the itemized bid will constitute full compensation for all required labor, products, tools, equipment, plant, transportation, services and incidentals; erection, application or installation of an item of the Work required to complete all work specified under that particular item including cleanup; and all costs for doing related work as set forth in these Specifications and/or on the Contract Drawings or implied in carrying out their intent. 1. The price bid for each lump sum and unit price stated in the itemized bid shall be deemed to include an allowance for profit. B. Final payment for Work governed by unit prices will be made on the basis of the actual measurements and quantities accepted by RR multiplied by the unit sum/price for Work which is incorporated in or made necessary by the Work. C. Requests for payment shall be in accordance with the Standard General Conditions of the Construction Agreement. D. Payment will be made to the limits as specified in the Contract Documents. If the constructed limits are less than the specified limit, payment will be made to the actual limits of construction as shown on the Record Drawings. Payment for quantities that exceed the specified contract limits will only be made with the approval of RR. The payment for quantities that exceed the contract quantities can only be obtained through an approved change order before contract quantities are exceeded. E. Partial Payments will be made in accordance with Section H000.22 of these specifications. No partial payments will be made for the installation of items which have not been tested and approved. F. Partial payment will be made for material delivered to the site, and adequately stored and protected until installation. Material will be paid for at direct cost plus shipping, upon presentation of a valid receipt or bill with the payment request. All such requests must have material quantities verified by RR prior to payment. 1. No partial payment will be made for material delivered to the site for which the receipt or bill is less than $25,000.00. G. Upon installation, the unit cost for the item will be paid less any prior payments for stored material or less unit cost of material provided by OWNER. Upon installation, an adjustment will be made in payment to account for the quantity of stored materials actually installed in the work. 01025-3 EXHIBIT'A'-Page 69 of 356 OWNER will not pay for material in excess of what is actually installed in the work. H. Payment for unit price items (all items except Lump Sum items) will be made monthly until completion of each unit price item based on quantity estimated by CONTRACTOR, and verified by RR. Final payment will be based on quantity calculated from Record Drawings or surveys. 1.06 VARIATIONS IN ESTIMATED QUANTITIES A. The quantities given in the Contract Documents are approximate only, and are given as a basis for the uniform comparison of bids, and OWNER does not expressly or by implication agree that the actual amount of work will correspond therewith. B. CONTRACTOR must provide, for Unit Price Work, a proposed contract price determined on the basis of estimated quantities required for each item. The estimated quantities of items are not guaranteed and are solely for the purpose of comparing bids. Each such unit price will be deemed to include an amount for overhead, profit and indirect costs for each separately defined item. C. An increase or decrease in the quantity for any unit price item shall not be regarded as sufficient grounds for an increase or decrease in the price of the items except as provided herein. D. If the quantity variation is such as to cause an increase in the time necessary for completion, CONTRACTOR may request, in writing, an extension of time, to be received by RR and OWNER within ten days from the beginning of the delay, or within such further period as may be granted by RR and OWNER within ten days from the beginning of the delay, or within such further period as may be granted by RR and OWNER before the date of final settlement of the contract. Upon the receipt of a written request for an extension, RR and OWNER will ascertain the facts and make a reasonable adjustment for extending the completion date as, in the judgment of RR and OWNER is justified. 1.07 DEFECT ASSESSMENT A. Defective materials or work shall be corrected as defined in Section H000.18 of these specifications. Contractor shall replace the work or portions of the work not conforming to the specified requirements at no additional cost to OWNER. B. If, in the opinion of RR, it is not practical to remove and replace the Work, RR will direct one of the following remedies: 01025-4 EXHIBIT'A'-Page 70 of 356 1. The defective Work may remain, but the lump sum/unit price will be adjusted to a new lump sum/unit price at the discretion of RR. 2. The defective Work shall be partially repaired to the instructions of RR, and the unit sum/price will be adjusted to a new sum/price at the discretion of RR. C. The individual specification sections may modify these options or may identify a specific formula or percentage lump sum/unit price reduction. D. The authority of RR to assess the defect and identify payment adjustment is final. 1.08 NON-PAYMENT FOR REJECTED PRODUCTS A. Payment will not be made for any of the following: 1. Products wasted or disposed of in a manner that is not acceptable. 2. Products determined as unacceptable before or after placement. 3. Products not completely unloaded from the transportation vehicle. 4. Products placed beyond the lines and levels of the required Work unless specifically requested in writing by OWNER. 5. Products remaining on hand after completion of the Work. 6. Loading, hauling and disposing of rejected Products. 7. Materials cost of products provided by OWNER. PART 2 — MATERIALS Not Used PART 3 - EXECUTION 3.01 CONTRACT ITEMS A. Mobilization and Demobilization (Bid Item 1): 01025-5 EXHIBIT'A'-Page 71 of 356 1. DESCRIPTION This Bid Item relates to the effort associated with CONTRACTOR mobilization, demobilization. 2. MEASUREMENT The Work required for this bid item will not be measured for payment. 3. PAYMENT The Lump Sum price bid for this item will be payment in full for mobilization and demobilization of all labor, equipment and material to the site, as well as CONTRACTOR-provided utilities and ongoing related expense, considered normal for administration of the work. CONTRACTOR has one mob/demob for the project. Surface preparation outside the limits of work (as shown on the Construction Drawings), required by CONTRACTOR for staging areas and parking areas will be paid as part of this item. Twenty- five (25) percent of the Lump Sum price bid will be paid with the first payment request following satisfactory evidence of mobilization of sufficient labor, equipment and material to adequately progress the work of this contract. Twenty-five (25) percent of the Lump Sum price bid will be paid with the payment request subsequent to the payment request in which the initial payment for this item is made. Fifty (50) percent of the Lump Sum price bid will be paid with the final payment request. The total price paid for this item in the first two installments shall not exceed five (5) percent of the original Contract amount bid for the Contract. B. Project Water/Erosion/Dust Control/Site Management (Bid Item 2): 1. DESCRIPTION CONTRACTOR shall be responsible for maintaining dewatering, erosion control, dust suppression, and site management for the duration of the project. Dewatering shall consist of management of all surface water and subsurface water, if any. Temporary diversion berms and/or ditches shall be installed around the perimeter of the cell construction area, as needed to control surface water. Erosion control shall consist of furnishing, installing, and maintaining silt fences, check dams, and any other appropriate devices at all disturbed areas as deemed necessary for proper sediment control. Site management shall consist of dust suppression, construction access road maintenance, general clean- 01025-6 EXHIBIT'A'-Page 72 of 356 up, and revegetation of all disturbed areas. No additional allowance will be made for the cost of pumps, pipes, or other equipment necessary for dewatering, maintaining dewatering, erosion control, or site management to the satisfaction of OWNER or RR. The cost of any such items shall be included in cost of this Bid Item. 2. MEASUREMENT The Work required for this bid item will not be measured for payment. 3. PAYMENT Payment for this item shall be on a lump sum basis. Monthly payments shall be made based on the percent of project complete, based on time and including the interval for synthetic liner installation. No additional payments shall be made for time beyond CONTRACTOR's completion date, unless extension is due to actions which are the responsibility of OWNER. C. Excavating and Stockpiling Cell 4A/B; Excavating Site Stockpiles; Clearing, Grubbing, Excavating, and Stockpiling North Borrow Area; Proof-roll Subgrade; Repair Unstable Subgrade Located by Proof-rolling (Bid Items 3 thru 8 and 43): 1. DESCRIPTION Cell 4A/B shall be excavated to the design subgrades as shown on the Drawings. As directed by the CQA firm, all liner areas will receive a proof-roll that will determine the portions of the liner subgrade and piggyback liner that will require additional excavation. The borrow area shall be cleared, grubbed, excavated, and stockpiled as directed by OWNER. Material unsuitable for general earthfill or soil liner encountered during the excavation of the cell shall be hauled as daily cover to the active waste disposal area or stockpiled in areas designated by OWNER. 2. MEASUREMENT a. Excavation will be measured in bank cubic yards excavated. OWNER will prepare initial and final surveys of the Work area. Method of measurement shall be the average end areas of cross-sections through the excavations, or other acceptable methods, agreed to by OWNER and CONTRACTOR. OWNER will calculate the 01025-7 EXHIBIT'A'-Page 73 of 356 volumes. Over excavation, unauthorized excavation or any other excavation beyond the limits shown in the plans will not be measured for payment b. Clearing and grubbing and proof-rolling shall be measured in acres. c. Submit daily load counts to RR at the end of each Work week. Load counts are for accessing progress and will not be used for quantification. 3. PAYMENT a. General excavation will be paid for at the Contract Unit Price per cubic yard. Such price shall include excavating, loading, hauling, depositing, stockpiling or spreading, and preparing subgrade at the grading plane specified by RR. Clearing and grubbing and proof-rolling shall be paid in acres. b. Progress payments will be based on estimated excavation progress. D. Recompacted Soil Layer and Top-of-Clay Surface Preparation (Bid Items 9, 10, 11, 44, 45 and 46): 1. DESCRIPTION Recompacted Soil Layer construction requires placement of a low permeability recompacted cohesive soil layer with a thickness of two feet with a permeability of less than 1x10-7 cm/sec as designated on the Drawings. This item includes preparation of a test pad to confirm CONTRACTOR's construction methods and results. This Bid Item includes subgrade preparation and maintenance as required in Section 02224. The layer will be placed in accordance with the Specifications and Drawings. Soil liner construction includes recompacted soil berms along the edge of the liner. Top-of-clay surface preparation by wetting and smooth-drum rolling shall be performed as directed by the RR. 2. MEASUREMENT Recompacted Soil material, to be paid for in-place and accepted, will be based on the surveyed area at a 2—ft thickness. CONTRACTOR will in no case be paid for material placed outside the limits shown on the plans unless otherwise directed by OWNER 01025-8 EXHIBIT'A'-Page 74 of 356 or RR. Top-of-clay surface preparation shall be measured by surface area. a. No additional allowance will be made for shrinkage or swelling of material placed in the Recompacted Soil Liner. b. Cohesive soil material requirements are provided in Section 02224. 3. PAYMENT a. Payment for Recompacted Soil Liner soil will be made at the Contract Unit Price per cubic yard based on a calculation that included the area of CQA-certified soil liner and a survey- based thickness of 2.0 feet (1.5 feet on piggyback). Such payment shall be full compensation for dewatering, excavating, loading, hauling, placing, processing, moisture conditioning, compacting, reworking to meet specifications, finishing, and dressing in accordance with the requirements of the Specifications, or as directed by RR or CQA Firm. Top-of- clay surface preparation shall be paid by surface area of CQA- certified soil liner. b. The above price shall also include preparation and maintenance of the constructed liner until such time that it is covered by the subsequent geosynthetic layers. Allowance shall be made to maintain soil liner surface until the overlying material can be placed. E. Leachate Collection Layer Gravel (Bid Item 13 and 51): 1. DESCRIPTION Upon placement and certification of the geomembrane liner and textile cushion, the CONTRACTOR shall place a minimum of one- foot thick granular drainage layer (permeability greater than 1x10-2 cm/sec) according to the Specifications and Drawings. The Contractor shall provide and install all granular drainage layer material at a designated stockpile location. 2. MEASUREMENT Granular Drainage Material will be measured in cubic yards in- place. This volume shall be based on a calculation that included the area of CQA-certified gravel and a thickness of 1.0 feet. Direct thickness measurements may be made as directed by OWNER. 01025-9 EXHIBIT'A'-Page 75 of 356 Lateral measurements shall be based on field measurements of Granular Drainage material in-place. CONTRACTOR will in no case be paid for material placed outside the limits shown on the Plans. Measurement of Granular Drainage Material may also be made by weight if purchased off-site on a per tonnage basis and if directed by OWNER. Copies of all weigh records shall be provided to OWNER if this method of measurement is used. Areas that are reworked in-place will not be measured and paid for separately. 3. PAYMENT a. Payment for Granular Drainage Layer will be made at the Contract Unit Price per cubic yard based on a calculation that included the area of CQA-certified Granular Drainage Layer and a survey-based thickness of 1.0 feet or made at the Contract Unit Price per ton for Granular Drainage Material in accordance with the requirements of Specification Section 02226. Such payment shall be full compensation for stockpile maintenance, excavating, loading, hauling, handling, placing, spreading and compacting as required. b. Use of low ground pressure equipment (less than 7psi), construction of 3-foot thick road within the cell, and labor to avoid geomembrane damage shall be considered incidental to this work. F. Leachate and Gas Collection Pipe, Spools and Pipe Ends (Bid Items 14, 15, and 52 thru 55): 1. DESCRIPTION Perforated Leachate Collection Piping will be installed on the floor along the centerline of Cell 4A/B. Solid wall Leachate Collection Riser pipe will connect to the perforated pipe and extend up the sideslope of Cell 4A/B. Gas Collection Piping will be installed beneath the piggyback liner. The leachate and gas collection piping shall be installed in accordance with the Plans and Specifications. Where collection piping is extended to existing piping, the pipe-to-pipe connection shall be made with HDPE sleeve attachments, fusion welding, or other methods approved by RR or OWNER. 01025-10 EXHIBIT'A'-Page 76 of 356 2. MEASUREMENT The overall length of completed pipe will be measured in linear feet along the top of the pipe installed. 3. PAYMENT Payment for pipe will be made at the Contract Unit Price per linear foot. Such payment shall be full compensation for all labor and extra material required for a full and complete installation and in accordance with the requirements of Specification Section 02510. G. Anchor Trench Excavation and Backfill (Bid Item 23, 24 and 47): 1. DESCRIPTION Synthetic components of the liner will terminate in an anchor trench at the south side of Cell 4A/B. The dimensions and location of the perimeter anchor trench are provided in the Drawings. Anchor trenches should be protected and constructed to prevent stormwater run-on and water ponding. Excavated material shall be temporarily stockpiled along the trench for trench backfill, if suitable. 2. MEASUREMENT Anchor trench excavation and backfill will be measured in linear feet along the centerline of the anchor trench. Over excavation, unauthorized excavation, excavation to meet layback requirements or any other excavation beyond the limits shown in the plans will not be measured for payment. 3. PAYMENT a. Anchor trench excavation and backfill will be paid at the Contract Unit Price per lineal foot of completed Anchor Trench. Such price shall include excavating, loading, hauling, handling, placing, backfilling, compacting, fine grading, and preparation for future placement of liner system materials. b. The above price shall also include maintenance of the constructed anchor trenches between excavation and backfill. This may include dewatering or re-grading as necessary. 01025-11 EXHIBIT'A'-Page 77 of 356 H. Unloading Geosynthetics (Bid Item 21): 1. DESCRIPTION Unload liner, geotextile, and other geosynthetics, including piping, from trucks, as delivered, and stockpile in an area designated by OWNER. CONTRACTOR shall verify quantities, sign bills of lading, and collect certifications for all geosynthetics unloaded by CONTRACTOR. The bill of ladings and certifications shall be submitted to OWNER daily. The materials shall be stockpiled and handled as recommended by the manufacturer. One unloading task will be performed during liner construction. 2. MEASUREMENT Unloading of geosynthetics will be measured on a lump sum basis for all material delivered to the site. 3. PAYMENT Payment for unloading geosynthetic materials will be made at the contract Lump Sum price after all materials have been unloaded and verified undamaged. CONTRACTOR will in no case be paid for unloaded material damaged while unloading or stockpiling. Damaged material shall be replaced by CONTRACTOR at no additional expense to OWNER. Cell 4A/B Tie-in to existing Cells 3G and 4C and tie-in between Cell 4A/B and Future Cells 4E and 4F (Bid Items 22 and 48); 1. DESCRIPTION Excavate and stockpile all overburden above the geosynthetics in the transitional area between Cells 4A/B to Cell 3G and 4C Tie-in. CONTRACTOR shall remove all soil, stone and waste as required to provide access to the underlying geosynthetics in Cells 3G and 4C to Cell 4A/B Tie-in. The underlying geosynthetics shall be pulled back or cut to allow for a proper tie-in with the existing Recompacted Soil Liner as shown in the Drawings. Once the Recompacted Soil Liner has been approved, the existing geosynthetic liner will be cleaned and prepared for welding. A minimum of three feet of geomembrane will be cleaned for welding as required by Section 02405. CONTRACTOR shall fusion weld or extrusion weld the existing 60-mil HDPE geomembrane in Cells 3G and 4C to the new HDPE geomembrane in Cell 4A/B. The tie-in area will be prepared by CONTRACTOR. 01025-12 EXHIBIT'A'-Page 78 of 356 The outside edges of the geosynthetic materials at the future tie-in between Cell 4A/B and Cells 4E and 4F will be protected with sheets of 4-ft by 8-ft by 1/2-inch OSB plywood laid 4-ft end to 4-ft end and covered with soil until future construction uncovers these ends. 2. MEASUREMENT Excavation, cleaning, and welding of the Cells 3G and 4C to Cell 4A/B Tie-in will be measured in linear feet. Construction of the temporary anchor for the future connection of Cell 4A/B to Cells 4E and 4F will be measured in linear feet. Lateral measurements shall be measured along the outer edge of the geosynthetic component of the liner tie-in as shown on the Drawings. 3. PAYMENT Payment for the excavation and cleaning along the Cells 3G and 4C to Cell 4A/B will be made at the Contract Unit Price per linear foot. All excavation for the Cell 4A/B to Cells 4E and 4F temporary anchor shall be included in this Bid Item. No additional payment shall be paid for excavation of overburden. Damaged materials shall be replaced by CONTRACTOR at no additional expense to OWNER. All other extrusion welding for repairs shall be incidental to the liner installation cost. Payment shall be full compensation for all labor and materials required to successfully prepare and weld the transition area. J. Smooth, 60-mil, High Density Polyethylene (HDPE) Geomembrane; Geosynthetic Clay Liner (Bid Items 12 and 25): 1. DESCRIPTION CONTRACTOR shall furnish and install all GRI-GCL3 Geosynthetic Clay Liner (GCL) and smooth, GRI-GM13, 60-mil HDPE geomembrane on the cell floor in Cell 4A/B. All geosynthetics shall be installed in accordance with the Plans and Specifications. 2. MEASUREMENT Measurement of geomembrane based on actual area of Geosynthetic Clay Liner and smooth 60-mil HDPE Geomembrane installed. 01025-13 EXHIBIT'A'-Page 79 of 356 3. PAYMENT Payment for supplying and installing the Geosynthetic Clay Liner and smooth 60-mil HDPE geomembrane will be made at the Contract Unit Prices per square foot of installed GCL ad Geomembrane surface areas. CONTRACTOR shall provide all labor and materials required to complete the geosynthetics installation per the Contract Documents, including labor to prepare subgrade surface in accordance to the Drawings and Specifications. Installation shall include all liner repair work until accepted by the CQA Firm. K. Textured, 60-mil, High Density Polyethylene (HDPE) Geomembrane; Geosynthetic Clay Liner (Bid Items 12, 26 and 49): 1. DESCRIPTION CONTRACTOR shall furnish and install all GRI-GM13, 60-mil HDPE textured geomembrane on the side slopes of Cell 4A/4B and the piggyback liner. CONTRACTOR shall furnish and install all GRI-GCL3 Geosynthetic Clay Liner (GCL) on the side slopes of Cell 4A/4B. All geoynthetics shall be installed in accordance with the Plans and Specifications. 2. MEASUREMENT Measurement of installed GCL and Geomembrane based on actual areas of geosynthetics installed. 3. PAYMENT Payment for supplying and installing the GCL and textured 60-mil HDPE Geomembrane will be made at the Contract Unit Prices per square foot of installed geosynthetic surface areas. CONTRACTOR shall provide all labor and materials required to complete the geosynthetic installations per the Contract Documents, including labor to prepare subgrade surface in accordance to the Drawings and Specifications. Installation shall include all liner repair work until accepted by the CQA Firm. 01025-14 EXHIBIT'A'-Page 80 of 356 L. 16 oz/sy Nonwoven Geotextile (Bid Items 27 and 50): 1. DESCRIPTION CONTRACTOR shall furnish and install 16 oz/sy nonwoven geotextile above the geomembrane of the Cell 4A/B liner. Installation will include sewing all geotextile panels together. All geomembrane shall be installed in accordance with the Plans and Specifications. 2. MEASUREMENT Measurement of installed geotextile based on actual area of 16 oz/sy nonwoven geotextile installed. 3. PAYMENT Payment for supplying and installing the 16 oz/sy nonwoven geotextile will be made at the Contract Unit Price per square yard of installed geotextile surface area. CONTRACTOR shall provide all labor and materials required to complete the geotextile installation per the Contract Documents. M. Install Geomembrane Rainwater Diversion covers and spools (Bid Item 28): 1. DESCRIPTION CONTRACTOR shall furnish and install 60-mil HDPE geomembrane rainflaps and leachate pipe spools as shown on the Plans. 2. PAYMENT Payment for supplying and installing the 60-mil HDPE geomembrane rainflaps at the lump sum price. CONTRACTOR shall provide all labor and materials required to complete the geomembrane installation as directed by the RR or OWNER, including labor to expose the lining and prepare gravel berm subgrade surface in accordance with the Drawings and Specifications. Installation shall include all liner repair work until accepted by the CQA Firm. 01025-15 EXHIBIT'A'-Page 81 of 356 N. Install Leachate Transmission Pipe (Bid Items 16 thru 20 and 36): 1. DESCRIPTION CONTRACTOR shall furnish and install single- and double-wall HDPE pipe from Cell 4A/4B to the existing sanitary manhole. All pipe shall be installed in accordance with the Plans and Specifications. 2. MEASUREMENT Measurement of installed pipe based on actual lengths and fittings installed. 3. PAYMENT Payment for supplying and installing the pipe and fittings will be made at the Lump Sum and Unit Prices. CONTRACTOR shall provide all labor and materials required to complete the pipe installation per the Contract Documents. O. Install Leachate Line and Metering Manholes and Leachate Measurement System (Bid Items 33 through 35): 1. DESCRIPTION CONTRACTOR shall furnish and install manhole structures for the transmission line from Cell 4A/4B to the existing sanitary manhole. This item includes the installation of the pipe into the existing sanitary manhole. Contractor shall also provide and install a leachate measurement system in the metering manhole. All manhole work and measurement system shall be installed in accordance with the Plans and Specifications. 2. PAYMENT Payment for supplying and installing the manholes and associated equipment will be made at the Lump Sum Price. CONTRACTOR shall provide all labor and materials required to complete the installations per the Contract Documents. 01025-16 EXHIBIT'A'-Page 82 of 356 P. Install Stormwater Pipe and Drainage Ditches (Bid Items 29 through 31) 1. DESCRIPTION CONTRACTOR shall furnish and install corrugated, double-wall HDPE pipe, fittings, inlets, outlets, guards and berms at the locations shown in the Drawings. All pipe and fitting materials shall be installed in accordance with the Plans and Specifications. The stormwater pipe connects to a riprap-lined ditch that will be built as part of the project. 2. MEASUREMENT Measurement of installed ditch bottom lengths. 3. PAYMENT Payment for supplying and installing the pipe and fittings will be made at the Lump Sum and Unit Prices. Payment for the ditch excavation and lining will be made at the Unit Rate Prices. The CONTRACTOR shall provide all labor and materials required to complete the pipe and ditch installations per the Contract Documents. Q. Gravel-surface Roads (Bid Item 32): 1. DESCRIPTION Contractor shall furnish and install woven geotextile and gravel to construct new haul roads at the site. 2. MEASUREMENT Measurement of installed roads based on actual area of woven geotextile and gravel layer installed. 3. PAYMENT Payment for supplying and installing the gravel-surface roads will be made at the Contract Unit Price per square foot of installed surface area. Contractor shall provide all labor and materials required to complete the road installation per the Contract Documents. END OF SECTION 01025-17 EXHIBIT'A'-Page 83 of 356 SECTION 01039 PROJECT MEETINGS PART 1 — GENERAL 1.01 SECTION INCLUDES A. Authority of Attendees. B. Pre-Construction Conference. C. Progress Meetings. D. Meeting Attendees. E. Meeting Agendas. 1.02 AUTHORITY OF ATTENDEES A. Representatives of CONTRACTOR, subcontractors, and suppliers attending meetings shall be authorized to act on behalf of entity each represents. 1.03 RELATED SECTIONS A. Section 01310 — Construction Workplan and Schedule. 1.04 MEASUREMENT AND PAYMENT A. Payment for this item will be considered incidental to the work performed under this contract. No separate payment will be made. 1.05 PRE-CONSTRUCTION CONFERENCE A. Conference will be held at location and time selected by OWNER. B. Conference shall be attended by: 1. CONTRACTOR's Office Representative. 2. CONTRACTOR's Resident Superintendent. 3. Subcontractors or supplier's representatives whom CONTRACTOR may invite or OWNER may request. 01039-1 EXHIBIT'A'-Page 84 of 356 4. Quality Assurance Consultant's Representative (CQA Engineer) 5. Resident Representative (RR). 6. OWNER's Representatives. C. The agenda will include, but not limited to, the following subjects: 1. Project parties' identification. 2. Project documents review and distribution. 3. Lines of communication and procedures for handling submittals and correspondence. 4. CONTRACTOR's Health and Safety Plan. 5. Presentation of proposed construction schedule in accordance with Section 01310, Construction Workplan and Schedule. 6. Requirements for laboratory testing of materials. 7. Explanation of liquidated damages, other penalties, and various completion dates. 8. Applications for payment, and progress payment procedures. 9. Arrangement for weekly progress meetings for involved parties. 10. OWNER's site regulations. 11. Work areas and hours. 12. Equal opportunity requirements. 13. Bid Items completed or to be completed by the OWNER and Bid Items to be completed by the CONTRACTOR. 14. On-site materials to be utilized by the CONTRACTOR. 1.06 PROGRESS MEETINGS A. CONTRACTOR shall schedule and administer progress meetings at minimum of once per week and such additional meetings as required, or as requested by RR. 01039-2 EXHIBIT'A'-Page 85 of 356 B. Attendance: 1. OWNER's representative. 2. Resident Representative (RR). 3. CQA Engineer. 4. CONTRACTOR's superintendent. 5. Geosynthetic contractor's Superintendent 6. Surveyor as appropriate to agenda. 7. Subcontractors as appropriate to agenda. 8. Suppliers as appropriate to agenda. 9. RR as appropriate to agenda. C. Meeting requirements: 1. RR shall perform the following general requirements for progress meetings: a. Prepare agenda for meetings. b. Make physical arrangements for meetings. c. Preside at meetings. d. Record significant proceedings and decisions of meeting. e. Reproduce and distribute copies of meeting record within three days after each meeting to participants in meeting and to parties affected by decisions made at meeting. Furnish three copies of minutes to OWNER. D. Suggested Agenda: 1. Review and approve record of previous meeting. 2. Review progress of Work since previous meeting. 01039-3 EXHIBIT'A'-Page 86 of 356 3. Field observations, problems, and conflicts. 4. Problems which impede Construction Schedule. 5. Review of off-site delivery schedules. 6. Corrective measures and procedures to regain projected schedule. 7. Revisions to Construction Schedule. 8. Planned progress during work period. 9. Coordination of schedules. 10. Review submittal schedules; expedite as required. 11. Maintenance of quality and safety standards. 12. Pending changes and substitutions. 13. Review proposed changes for effect on construction schedule and completion date, and on other contracts of projects. 14. Discuss safety and operational concerns. PART 2 — PROCEDURE Not used. PART 3 — EXECUTION Not used. END OF SECTION 01039-4 EXHIBIT'A'-Page 87 of 356 SECTION 01300 SUBMITTALS PART 1 — GENERAL 1.01 SUMMARY A. Section includes procedural requirements for Work-related submittals: 1. Construction Progress Schedules. 2. Shop Drawings. 3. Product Data. 4. Samples. 5. Operation and maintenance (O&M) data. 6. Survey data. 7. Schedule of values. 8. Other miscellaneous submittals. 1.02 DEFINITIONS A. Submittal for Review: 1. Submittal for OWNER's review in accordance with Contract Documents. B. Submittal for Record: 1. Submittal for inclusion into OWNER's records prior to Substantial Completion. 1.03 RELATED SECTIONS A. Section 01039 — Project Meeting. B. Section 01310 — Construction Work Plan and Schedule. C. Section 01720 — Project Record Documents. 01300-1 EXHIBIT'A'-Page 88 of 356 1.04 CONSTRUCTION PROGRESS SCHEDULES A. Prepare and submit Construction Progress Schedule in accordance with Contract Documents. B. No Work shall be done between 8:00 p.m. and 6:00 a.m., nor on Sundays or legal holidays without written permission of OWNER. Emergency work may be done without prior permission. C. Night work may be established by CONTRACTOR as regular procedure with written permission of OWNER. Such permission may be revoked at any time by OWNER. D. Prepare schedules in form of horizontal bar chart. 1. Provide separate horizontal bar for each operation or activity. 2. Horizontal Time Scale: Identify first Work day of each week. 3. Scale and spacing to allow space for notations and future revisions. 4. Arrange listings in order of start of each item of Work. E. Construction Progress Schedule: 1. Show complete sequence of construction by activity. 2. Show dates for beginning and completion of each major element of construction and installation dates for major items in Phase 4A/B. Elements shall include, but not be limited to, the following: a. Material and equipment order, manufacturer, and delivery. b. Performance tests and CQA services activity (to be provided by CQA Firm). c. Site preparation. d. Borrow site excavation and hauling. e. Subgrade excavation and preparation. f. Gas vent trenching and piping. g. Recompacted soil liner. h. HDPE liner and cushion geotextile. i. Granular drainage layer and filter geotextile. j. Leachate piping, manholes, and cleanouts. k. Metering manhole and sanitary sewer connection. I. Drainage ditches and downlets. m. Restoration and seeding. 01300-2 EXHIBIT'A'-Page 89 of 356 n. Final cleanup. o. Miscellaneous items. 3. Show projected percentage of completion for each item as of first day of each month. F. Schedule Revisions: 1. Weekly to reflect changes in progress of Work. 2. Indicate progress of each activity at date of submittal. 3. Show changes occurring since previous submittal of schedule. Schedule revisions must be approved by OWNER. a. Major changes in scope. b. Activities modified since previous submittal. c. Revised projections of progress and completion. d. Other identifiable changes. 4. Provide narrative report to define following. a. Problem areas and anticipated delays and their impact on schedule. b. Corrective action recommended and its effect. c. Effect of changes on schedules of other subcontractors. 1.05 SHOP DRAWINGS AND PRODUCT DATA A. Scheduling: 1. Provide submittal schedule for items of materials and equipment for which submittals are required by Specifications indicating time requirements for coordination of submittals with performance of Work. Adjust submission schedule to reflect revisions to Construction Progress Schedule and submit to RR. 2. Prepare and transmit each submittal sufficiently in advance of scheduled performance of Work and other applicable activities. B. CONTRACTOR'S Responsibilities: 1. Review record documentation prior to submittal. 2. Determine and verify the following: 01300-3 EXHIBIT'A'-Page 90 of 356 a. Field measurements. b. Field construction criteria. c. Catalog numbers and similar data. d. Conformance with Specifications. 3. Coordinate each submittal with requirements of the Specifications. 4. Notify RR in writing, at time of submittal, of deviations in submittals from requirements of Contract Documents. 5. Begin no fabrication or Work requiring submittals until return of submittals with RR's approval. 6. Submittals received but not requested in Specifications shall be returned without review. 7. Submit 6 copies unless specified otherwise. C. Submittals shall contain: 1. Date of submittal and dates of previous submittals. 2. Project title and number. 3. Contract identification. 4. Names of: a. Subcontractor b. Supplier. c. Manufacturer. 5. Identification of product, with identification numbers, and Drawing and Specification section numbers. 6. Field dimensions clearly identified. 7. Identify details required on Drawings and in Specifications. 8. Show manufacturer and model number, give dimensions, and provide clearances. 9. Relation to adjacent or critical features of Work or materials. 10. Applicable standards, such as ASTM or Federal Specification numbers. Identification of deviations from Contract documents. 01300-4 EXHIBIT'A'-Page 91 of 356 11. Identification of revisions on resubmittals. 12. 8-in. by 3-in. blank space for CONTRACTOR and OWNER stamps. 13. CONTRACTOR's stamp, signed, certifying to review of submittal, verification of products, field measurement, field construction criteria, and coordination of information within submittal with requirements of Work and contract Documents. D. Resubmittal Requirements: 1. Comply with submittal requirements. 2. Make corrections or changes in submittals required by OWNER. Resubmit until approved. 3. Identify on transmittal form submittal is resubmission. 4. Shop Drawings and Product Data: a. Revise initial drawings or data and resubmit as specified for initial submittal. b. Indicate changes made other than those requested by OWNER. E. Distribute reproductions of Project Record Data which carry OWNER's approval stamp. F. OWNER's Duties: 1. Review submittals in accordance with schedule. 2. Affix stamp and signature, and indicate requirements for re- submittal or approval of submittal. 3. Return submittals to CONTRACTOR. a. For planning purposes, OWNER has set a goal of 5 days for review of submittals from the day received in OWNER's office. 1.06 SAMPLES A. Submit full-size, fully fabricated Sample cured and finished as specified and physically identical with material or product proposed. Samples include partial sections of manufactured or fabricated components, and cuts or containers of materials. 01300-5 EXHIBIT'A'-Page 92 of 356 1. Include the following: a. Generic description of sample. b. Sample source. c. Product name or name of manufacturer. d. Compliance with recognized standards. B. Refer to Specifications for requirements for samples that illustrate workmanship, fabrication techniques, details of assembly, connections, operation and similar construction characteristics. C. Samples may be used, as approved, for quality comparisons during construction. 1.07 TEST RESULTS A. Submit test results required in Specification sections. B. Submit test results upon completion of test or submittal of results from testing laboratory. C. Test results are submitted for review of conformance with specified requirements and information. 1.08 QUALITY CONTROL CERTIFICATIONS A. Submit certifications required in Specification sections. B. Identify test values and testing laboratory. 1.09 SURVEY DATA A. Copies of survey logs and drawings of surveys performed. 1.10 SCHEDULE OF VALUES A. Contract Unit Costs shall be entered into the Schedule of Values provided in these Contract Documents. All bid items shall be addressed or bid will be considered incomplete. B. Items on schedule shall include installed value including overhead and profit. C. Sum of values listed in schedule shall equal total cost of Contract. 01300-6 EXHIBIT'A'-Page 93 of 356 1.11 ACTION ON SUBMITTALS A. OWNER's Action: 1. General: a. Except for submittals for record and similar purposes, where action and return on submittal is required or requested, OWNER will review each submittal, mark with appropriate action, and return. Where submittal must be held for coordination, OWNER will so advise CONTRACTOR without delay. b. OWNER will stamp each submittal with action stamp, appropriately marked with submittal action. 2. Notification of Insufficient Information: a. If information submitted is not sufficient to complete review of submittal, OWNER will send transmittal to CONTRACTOR notifying CONTRACTOR that additional information is required. b. Submittal will not be returned. Submittal will be placed in an "on hold" status until CONTRACTOR provides additional information. B. Action Stamp: 1. Marking: Approved. a. Final Unrestricted Release: Where submittals are marked as "Approved", Work covered by submittal may proceed provided it complies with Contract documents. Acceptance of Work depends on that compliance. 2. Marking: Approved With Noted Exceptions. a. Final-But-Restricted Release: When submittals are marked as "Approved with Noted Exceptions", Work covered by submittal may proceed provided it complies with OWNER's notations or corrections on submittal and with Contract Documents. Acceptance of Work depends on that compliance. Resubmittal is not required. 3. Marking: Not Approved. 01300-7 EXHIBIT'A'-Page 94 of 356 a. Submittal Not Accepted: When submittals are marked as "Not Approved", do not proceed with Work covered by submittal. Work covered by submittal does not comply with Contract Documents. b. Prepare new submittal for different material or equipment supplier or different product line or material of same supplier complying with Contract documents. 4. Marking: Revise and Resubmit. a. Returned for Resubmittal: When submittals are marked as "Revise and Resubmit", do not proceed with Work covered by submittal. Do not permit Work covered by submittals to be used at Project site or elsewhere where Work is in progress. b. Revise submittal or prepare new submittal in accordance with OWNER's notations. Resubmit without delay. Repeat if required to obtain different action marking. 1.12 MEASUREMENT AND PAYMENT A. Payment for this item will be considered incidental to the work performed under this contract. No separate payment will be made. PART 2 - MATERIALS Not Used. PART 3 - EXECUTION 3.01 SUBMITTAL REQUIREMENTS A. Provide complete copies of required submittals as follows. 1. Construction Progress Schedule: a. 2 copies of initial schedule. b. 2 copies of each revision. 2. Project Record Documentation: 6 copies 01300-8 EXHIBIT'A'-Page 95 of 356 3. Test Results: 3 copies 4. Certifications: 3 copies 5. Other Submittals: a. 6 copies if required for review. b. 3 copies if required for record. B. Deliver submittals to OWNER at: New Paris Pike Landfill (onsite representative) Also deliver one copy of submittals to Elijah W. Welch, P.E. at: Richmond Sanitary District 2380 Liberty Avenue Richmond, IN 47374 END OF SECTION 01300-9 EXHIBIT'A'-Page 96 of 356 SECTION 01310 CONSTRUCTION WORKPLAN AND SCHEDULE PART 1 — GENERAL 1.01 SECTION INCLUDES A. Workplan and Schedule requirements. B. Revision procedures. C. Delays and recovery procedures. D. Submittal requirements. 1.02 WORKPLAN REQUIREMENT A. Workplan shall include a drawing or other descriptions detailing various work areas, CONTRACTOR's utilities, phasing of work, haul roads, and any other information related to proposed operations. B. Workplan shall detail personnel, equipment, and procedures required to accomplish each item of work, and shall include: 1. Method of Excavation and Stockpiling, including method of segregating materials, and method of surface preparation. 2. Detailed method for moisture conditioning material and constructing recompacted soil, including phasing and sequencing of recompacted soil construction. 3. Detailed method for placing drainage material. 4. List of personnel and equipment. C. Workplan shall include procedures required to ensure full protection of work and materials. 1.03 CONSTRUCTION SCHEDULE A. As part of workplan, provide bar chart schedule that details specific dates on which each item of work included in Bid Schedules is to commence and be completed. Bidding Milestones are as follows: 01310-1 EXHIBIT'A'-Page 97 of 356 Contract Award TBD CONTRACTOR shall mobilize to the site as agreed to with the OWNER and shall commence any/all work activities. Work activities which may commence are office set-up, installation of haul roads, construction of perimeter facilities, and any other activity essential to project completion. Start date can be rescheduled by OWNER at OWNER's discretion or for unexpected delays. B. Phase 4A/B cell construction shall be sequenced in such a manner as to minimize double handling of material. Whenever possible the excavation of Phase 4A/B should be used as recompacted soil liner. This material shall be stockpiled or flipped to another location in Phase 4A/B to minimize double handling. C. Comply with completion dates specified in construction schedule unless revisions are approved pursuant to 1.04.B.5. below. 1.04 WORKPLAN AND SCHEDULE REVISIONS A. Bidders should be prepared to detail their proposed productivity (equipment, labor, supervision, etc.) for soil liner components in a Work Plan prior to award. Review and resubmit Workplan and schedule to incorporate the information discussed during preconstruction meeting within five days of such meeting. B. Workplan and Schedule Revisions: 1. Every fourteen (14) days commencing with Notice to Proceed, revise Workplan and construction schedule to reflect progress of work and items completed. 2. Indicate progress of each activity to date. 3. Show changes occurring since previous submittal, including but not limited to: a. Major changes in scope. b. Activities modified since previous submittal. c. Revised projections of progress and completion. d. Other identifiable changes. 4. Submit to OWNER for approval, conditional approval, or denial. 5. All schedule delays must be approved by OWNER. Schedule delays will be approved only if the delay is out of CONTRACTOR's 01310-2 EXHIBIT'A'-Page 98 of 356 control and CONTRACTOR is unable to return to the current schedule after corrective measures are taken pursuant to 1.05 below. C. Comply with Workplan unless revisions are approved pursuant to 1.04.B.4. above. 1.05 DELAYS AND RECOVERY A. If CONTRACTOR fails to complete an activity by its latest scheduled completion date, within three working days submit to OWNER written statement as to how and when CONTRACTOR will reorganize work force to return to current construction schedule. B. The construction schedule will initially be based on five 10-hour days (Monday through Friday) and one 8-hour day (Saturday). In the event that the average rates are not being achieved (as a result of reasonable weather or any other delays), CONTRACTOR shall, as directed by OWNER, take immediate measures to meet the productivity requirements by one or combinations of the following means: Increasing resource inventory (labor, equipment, supervision, etc.) Replace work supervisor and/or project manager. Extending daily shift (to 12 or 14 hours per day) Doubling daily shifts (as approved by OWNER) C. CONTRACTOR shall include provisions for adequate and safe night lighting of the borrow areas, haul routes, and all active work areas in his bid. CONTRACTOR shall be responsible for adjustments to meet these productivity requirements without detriment to the progress of any other construction activity. It is the responsibility of CONTRACTOR to sequence construction such that synthetics deployment may commence on schedule. CONTRACTOR shall assess and bring to the attention of OWNER any site conditions which may interfere with required production rates prior to his bid. D. Whenever it becomes apparent from progress evaluation and updated schedule data that milestone completion dates or contract completion dates, or both, will not be met, take some or all of the following actions: 1. Increase construction staffing and equipment to eliminate backlog of work. 01310-3 EXHIBIT'A'-Page 99 of 356 2. Increase number of working hours per shift, shifts per work day, work days per week, or amount of equipment, or combination of the preceding to eliminate backlog of work. 3. Replace superintendent and/or project manager. E. Under no circumstances will actions taken to return to current Construction Schedule be considered justification for contract modification or treated as an acceleration. F. CONTRACTOR shall pay for all additional inspection and CQA activities required as a result of CONTRACTOR schedule delays. This includes any work performed at night or on Sundays or Holidays in an effort to meet the schedule. The only exception to this is a delay caused by weather conditions or OWNER directed work stoppage. 1.06 SUBMITTAL REQUIREMENTS A. Submit preliminary Workplan and Construction Schedule to OWNER prior to award. B. OWNER will review preliminary Workplan and Construction Schedule as part of bid evaluation. C. CONTRACTOR may be interviewed by OWNER to determine CONTRACTOR's understanding of work, and ability to complete work in a timely and efficient manner. D. Submit final Workplan and schedule within 15 days after Notice to Proceed is given. Submit two copies of final construction schedule, and subsequent revisions thereof, to OWNER. E. Failure to submit schedule and revisions on a timely basis shall be considered cause for withholding progress payments otherwise due under this Contract. 1.07 MEASUREMENT AND PAYMENT A. Payment for this item will be considered incidental to the work performed under this contract. No separate payment will be made. PART 2 — MATERIALS Not Used. 01310-4 EXHIBIT'A'-Page 100 of 356 PART 3 — EXECUTION Not Used. END OF SECTION 01310-5 EXHIBIT'A'-Page 101 of 356 SECTION 01400 QUALITY ASSURANCE AND QUALITY CONTROL PART 1 — GENERAL 1.01 SECTION INCLUDES A. Quality assurance and control of installation. B. Inspection and testing laboratory services. 1.02 RELATED SECTIONS A. Section 01300 — Submission of Manufacturers' Instructions and Certificates. B. Section 01600 — Material and Equipment: Requirements for material and product quality. 1.03 MEASUREMENT AND PAYMENT A. Payment for this item will be considered incidental to work performed under this contract. No separate payment will be made. 1.04 REFERENCES A. New Paris Pike Landfill Quality Assurance Manual for the Installation of Lining Systems (QAM). 1.05 QUALITY CONTROL OF INSTALLATION A. Comply fully with manufacturers' instructions, including each step in sequence. B. Should manufacturers' instructions conflict with contract documents, request clarification from RR before proceeding. C. Comply with specified testing standards as a minimum quality for work except when more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. 01400-1 EXHIBIT'A'-Page 102 of 356 1.06 INSPECTION AND TESTING LABORATORY SERVICES A. OWNER will appoint, employ, and pay for services of an independent construction Quality Assurance (CQA) firm to perform observation and testing. B. CQA Firm will perform observations, documentation, tests, and other services specified in QAM as well as in individual specification sections, and as required by RR. C. Reports will be submitted by CQA Firm to RR, indicating observations and results of tests and indicating compliance or non-compliance with Contract Documents. D. CONTRACTOR shall assist CQA Firm as requested. E. Furnish samples of materials, equipment, and tools as requested. F. Notify RR and CQA Firm 24 hours prior to expected time of operations requiring services. G. Retesting required because of non-conformance to specified requirements will be performed by CQA Firm. H. Rework required because of non-conformance of work product to specified requirements shall be performed by CONTRACTOR at no additional cost to OWNER. PART 2 — MATERIALS Not Used. PART 3 — EXECUTION Not Used. END OF SECTION 01400-2 EXHIBIT'A'-Page 103 of 356 SECTION 01405 CONSTRUCTION STAKING AND SURVEYING PART 1 — GENERAL 1.01 SECTION INCLUDES A. Staking for construction activities. 1.02 EXISTING CONDITIONS A. OWNER will provide vertical and horizontal reference control stakes (benchmarks) within reasonable proximity of work as follows: 1. Permanent control points will be set outside the construction area. These will be set as reference for both CONTRACTOR's and OWNER's use. B. OWNER will provide a topographic plan to verify existing grades before work begins. 1.03 MEASUREMENT AND PAYMENT A. Payment for this item will be considered incidental to work performed under this contract. No separate payment will be made. PART 2 — MATERIALS Not Used. PART 3 — EXECUTION 3.01 CONSTRUCTION STAKING A. CONTRACTOR shall perform staking and construction layout. CONTRACTOR shall utilize GPS equipment on dozers during construction for additional grade control. 3.02 MEASUREMENT POINTS A. CONTRACTOR shall provide a Land Surveyor to perform final grade verification at the following points: 01405-1 EXHIBIT'A'-Page 104 of 356 1. Elevations at entrance, exit, and 25-foot intervals for leachate collection piping. Measure elevations to nearest 0.1 feet. 2. Elevations at 50-foot intervals along breaks in slope. Measure elevations to nearest 0.1 feet. 3. Survey control points or station —offset-elevation points specified on Drawings. Measure horizontal locations and elevations to the nearest 0.1 feet. 4. Elevations at 50-foot intervals along bottom and top of all drainage structures. Measure elevations to nearest 0.1 feet 5. All grades shall be within the tolerances referenced in their respective section of the Specifications. B. Under RR direction, the CONTRACTOR's Land Surveyor will provide a final record verification survey within two working weeks after construction has been completed. 1. Phase 4A/B Cell Construction a. Top of subgrade b. Top of recompacted soil liner c. Geomembrane panel locations, edge of liner, and other points as directed by RR. d. Top of granular drainage layer e. Top of leachate collection pipe f. Centerline of anchor trenches and berms g. Horizontal and vertical location along length of drainage ditches h. Limit or edge of constructed liner components Vertical extent of excavation for payment purposes C. At a minimum, Land Surveyor, under RR direction, will provide the following information on each survey: 1. Data described in this Article. 2. Data for the underlying layer (to calculate thickness of layer placed). 3. Boundary lines defining the limits of liner layers noted on the Drawings. a. Each boundary line shall be a continuous, closed shape with a point (northing-easting-elevation, or station-offset-elevation) given 01405-2 EXHIBIT'A'-Page 105 of 356 at every change in direction or slope, and at a minimum interval of 50 feet. 4. RR shall approve survey and grades of each landfill component before CONTRACTOR proceeds to subsequent components. 3.03 FINAL RECORD DRAWING A. Geosynthetic Record Drawings prepared by CQA Firm. B. All other surveyed Record Drawings shall be prepared by CONTRACTOR's Land Surveyor's data. C. OWNER's Land Surveyor shall perform random checks of CONTRACTOR's Land Surveyor's data. D. CONTRACTOR shall make all field surveying data available to OWNER for comparison and record drawing development. END OF SECTION 01405-3 EXHIBIT'A'-Page 106 of 356 SECTION 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS PART 1 — GENERAL 1.01 DESCRIPTION A. Furnish, install, and maintain temporary facilities and control required for construction; remove on completion of work. 1.02 TEMPORARY ELECTRICITY AND LIGHTING A. General: 1. Provide and maintain power and lighting for construction operations, if needed. Power and lighting shall meet state and local code requirements. 2. Permanent convenience receptacles may be utilized during construction except for motors larger than 2 hp and for welding equipment. 3. Facilities exposed to weather shall be weatherproof type and electrical equipment enclosure shall be with lock. 4. Provide and pay for power service required from utility including existing poles, transformer charges, and metering. 5. Extend services from temporary main service switches and provide feeders, control panels, branch circuits, receptacles, lighting fixtures, initial lamps, and maintenance thereof. 6. Register meter in CONTRACTOR'S name. 7. Provide lamps, wiring, switches, sockets, and similar equipment required for temporary lighting and small power tools. 8. Permanent wiring and connections may be used as permanent equipment. However, use of permanent system during construction shall in no way waive any part of guarantee period of CONTRACTOR'S responsibility for cost of power used before final acceptance. 9. Pay for electrical energy consumed for construction purposes including operation of heating and ventilating equipment. 10. Provide and pay for temporary service for lighting of temporary offices. OWNER may provide this service at their discretion. 1.03 TEMPORARY TELEPHONE SERVICE A. Provide, maintain, and pay for telephone service throughout duration of work. B. Locate telephone in job construction office for use by subcontractors for local calls. Portable or cellular telephones may be used. C. Provide, maintain, and pay for cellular phone service for CONTRACTOR'S on- site representative. 1.04 TEMPORARY WATER SERVICE A. Provide, maintain, and pay for suitable quality water service required for construction operations. OWNER may provide this service at their discretion. 01500-1 EXHIBIT'A'-Page 107 of 356 B. Pay all costs for installation, maintenance, and removal, and service charges for all water used. Service shall be metered separately to CONTRACTOR. 1.05 TEMPORARY SANITARY FACILITIES A. Provide and maintain required temporary sanitary facilities conforming to state and local health and sanitation regulations, in sufficient number for use of CONTRACTOR'S employees. B. Maintain in sanitary condition. C. Remove from site before final acceptance of work. D. Do not use existing sanitary facilities. 1.06 TEMPORARY FIRE PROTECTION A. Provide and maintain in working order, fire extinguishers and such other equipment as dictated by the National Electric Code (NEC), (NFPA No. 70). 1.07 DAMAGE TO EXISTING PROPERTY A. Replace or repair damage to existing buildings, sidewalks, roads, parking lot surfacing, grassed areas, and other existing assets. Cost shall be borne by CONTRACTOR. 1.08 SECURITY A. CONTRACTOR shall be held responsible for loss or injury to persons or property where his work is involved, and shall provide such security and take such precautionary measures to protect CONTRACTOR'S and OWNER'S interests. B. CONTRACTOR shall provide site access security provisions acceptable to OWNER. 1.09 PARKING A. Arrange for temporary surface parking areas to accommodate construction personnel, if existing parking area is not adequate. B. Costs shall be borne by CONTRACTOR. 1.10 FIELD OFFICES AND BUILDINGS A. CONTRACTOR shall maintain a temporary field office for CONTRACTOR'S use, if necessary. B. OWNER will provide temporary field office for OWNER and QAC. 1.11 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS A. Remove temporary above grade or buried utilities, equipment, facilities, materials, prior to final application for payment inspection. B. Clean and repair damage caused by installation or use of temporary work. C. Restore existing facilities used during construction to original condition. 1.12 MEASUREMENT AND PAYMENT A. The items covered in this section shall be considered incidental to the project. No separate payment will be made. 01500-2 EXHIBIT'A'-Page 108 of 356 PART 2— MATERIALS Not used. PART 3— EXECUTION Not used. END OF SECTION 01500-3 EXHIBIT'A-Page 109 of 356 SECTION 01505 MOBILIZATION PART 1 — GENERAL 1.01 SECTION INCLUDES A. Mobilization of equipment and personnel to project site. 1.02 MEASUREMENT AND PAYMENT A. In accordance with Section 01025, Measurement and Payment. PART 2— MATERIALS Not used. PART 3— EXECUTION 3.01 MOBILIZATION A. Perform preparatory work and operations, including but not limited to, the following: 1. Move personnel, equipment, supplies, and incidentals to project site. 2. Establish offices, buildings and other facilities necessary for work on the project. 3. Procure bonds and insurance for Work. 4. Coordinate subcontractors and utilities. 5. Perform other activities which must begin before Work and which are not covered in other bid items. 6. Mobilization may continue after earthwork begins. However, CONTRACTOR shall maintain sufficient equipment on-site to meet the production rates specified in Section 01310. END OF SECTION 01505-1 EXHIBIT'A'-Page 110 of 356 SECTION 01600 MATERIAL AND EQUIPMENT PART 1 — GENERAL 1.01 SECTION INCLUDES A. Materials. B. Transportation and handling. C. Storage and protection. D. Material options. E. Substitutions. 1.02 RELATED SECTIONS A. Section 01400 - Quality Assurance and Quality Control 1.03 MATERIALS A. Term "Material" shall mean new material, machinery, components, equipment, fixtures, and systems forming the Work. Does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. May also include existing material or components required for reuse. B. Do not use materials and equipment removed from existing premises, except as specifically permitted by Contract Documents. C. Two or more items of same kind shall be identical, by same manufacturer. 1.04. MANUFACTURER'S SPECIFICATIONS, RECOMMENDATIONS, INSTRUCTIONS A. Follow manufacturer's specifications, recommendations or instructions for transportation, handling, storing, protecting, and installing materials, equipment or apparatus furnished as a part of this Contract. If in conflict with Specifications for project or if local conditions prevent execution in prescribed manner, obtain approval of RR shall be obtained before proceeding with Work. 1.05 TRANSPORTATION AND HANDLING A. Promptly inspect shipments to ensure that materials comply with requirements, quantities are correct, and materials are undamaged. B. Provide equipment and personnel to handle materials by methods to prevent soiling, disfigurement, or damage. 01600-1 EXHIBIT'A'-Page 111 of 356 1.06 STORAGE AND PROTECTION A. Include within CONTRACTOR'S Workplan methods planned to ensure full protection of work and materials. B. OWNER assumes no responsibility for materials and equipment stored in buildings or on-site or at another location approved in writing. CONTRACTOR assumes full responsibility for damage due to storage of materials and equipment. C. Assume responsibility for protection of completed construction. Repair and restore damage in accordance with Subpart 1.09 of this Section. D. Store and protect materials with seals and labels intact and legible. Store sensitive materials in weather-tight, climate controlled enclosure. E. For exterior storage of fabricated materials, place on supports, above ground. F. Provide off-site storage and protection when site does not permit on-site storage or protection. G. Cover materials subject to deterioration with impervious sheet covering. Provide ventilation to avoid condensation. H. Store loose, granular materials on solid flat surfaces in a well-drained area. Avoid mixing with foreign matter. Provide equipment and personnel to store materials by methods to prevent soiling, disfigurement, or damage. J. Arrange storage of materials to permit access for inspection. Periodically inspect to ensure materials are undamaged and are maintained under specified conditions. 1.07 MATERIAL OPTIONS A. Materials specified by Reference Standards or by description only: Any material meeting those standards or description. B. Materials specified by naming one or more manufacturers: Materials of manufacturers named and meeting specifications, no options or substitutions allowed. C. Materials Specified by naming one or more manufacturers with a provision for"or equal" substitutions: Submit request for substitution for any manufacturer not named. 1.08 SUBSTITUTIONS A. RR will consider requests for substitutions only within 15 days after date of OWNERCONTRACTOR Agreement. 01600-2 EXHIBIT'A'-Page 112 of 356 B. Substitutions may be considered when a material becomes unavailable through no fault of CONTRACTOR. C. Document each request with complete data substantiating compliance of proposed substitution with Contract Documents. D. A request constitutes a representation that CONTRACTOR: 1. Has investigated proposed material and determined that it meets or exceeds quality level of specified material. 2. Shall provide same warranty for substitution as for specified material. 3. Shall coordinate installation and make changes to other Work which may be required for Work to be complete with no additional cost to OWNER. 4. Waives claims for additional costs or time extension which may subsequently become apparent. 5. Shall reimburse OWNER for review or redesign services associated with re-approval by authorities. E. Substitutions will not be considered when they are indicated or implied on shop Drawings or material data submittals, without separate written request; or when acceptance will require revision to Contract Documents. F. Substitution Submittal Procedure: 1. Submit three copies of request for substitution for consideration. Limit each request to one proposed substitution. 2. Submit shop Drawings, material data, and certified test results attesting to proposed material equivalence. 3. RR will notify CONTRACTOR, in writing, of decision to accept or reject request. G. Conditions which are not Substitutions 1. Requirements for substitutions do not apply to CONTRACTOR options on materials and equipment provided for in specifications. 2. Revisions to Contract Documents, where requested by OWNER, are "changes" not "substitutions." 3. CONTRACTOR'S determination of and compliance with governing regulations and orders issued by governing authorities do not constitute substitutions or bases for Change Orders, except as provided for in Contract Documents. 01600-3 EXHIBIT'A'-Page 113 of 356 1.09 REPAIRS AND REPLACEMENTS A. In event of damage, promptly make replacements and repairs to meet the Specifications at no additional cost to the OWNER. B. Additional time required to secure replacements and to make repairs will not be considered by OWNER to justify extension in contract time. 1.10 MEASUREMENT AND PAYMENT A. Payment for this item will be considered incidental to work performed under this contract. No separate payment will be made. PART 2— MATERIALS Not used. PART 3— EXECUTION Not used. END OF SECTION 01600-4 EXHIBIT'A'-Page 114 of 356 SECTION 01700 CONTRACT CLOSEOUT PART 1 — GENERAL 1.01 SECTION INCLUDES A. Closeout procedures. B. Final cleaning. 1.02 MEASUREMENT AND PAYMENT A. Payment for this item will be considered incidental to work performed under this contract. No separate payment will be made. 1.03 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for RR's inspection. B. Provide submittals to OWNER that are required by governing or other authorities. C. Submit final Application for Payment in accordance with Contract Documents. 1.04 FINAL CLEANING A. Perform in accordance with Part 3. PART 2— MATERIALS Not used. PART 3— EXECUTION 3.01 CLEANUP A. Materials: 1. Remove materials, equipment, and appurtenances not required as a part of completed Work from OWNER'S property or public right-of-way 2. Legally dispose of materials, equipment, and appurtenances. 3.02 DURING CONSTRUCTION A. Keep premises and adjacent properties free from accumulations of waste materials, rubbish, and other debris resulting from construction operations. The site shall be cleaned up a minimum of once per week or as directed by RR. 01700-1 EXHIBIT'A'-Page 115 of 356 3.03 FINAL CLEANING A. Fine grade designated areas to established grades or if no grade is established, to grade as directed by RR. Work shall include but is not limited to borrow areas, CONTRACTOR'S staging area, select backfill areas, roadways, and other areas disturbed by CONTRACTOR'S operation. All areas shall be graded so as to promote positive drainage. B. Clean paved areas by brooming and flushing if required. C. Grade and stabilize any areas disturbed by the CONTRACTOR as directed by the RR or CQA Firm. D. Prior to final completion, CONTRACTOR and OWNER shall conduct inspection of work areas to verify work areas are clean. END OF SECTION 01700-2 EXHIBIT'A'-Page 116 of 356 SECTION 01720 PROJECT RECORD DOCUMENTS PART 1 — GENERAL 1.01 SUMMARY A. Maintain at site one record copy of: 1. Drawings. 2. Project Manual. 3. Addenda. 4. Change orders and other modifications to Contract. 5. Field orders, written instructions, or clarifications. 6. Approved submittals. 7. Field test records. 8. Construction photographs. 9. Associated permits. 10. Certificates of inspection and approvals. 1.02 SUBMITTALS A. At Substantial Completion: 1. Deliver one marked up set of Drawings to OWNER for use in preparation of Record Drawings. B. Accompany submittals with transmittal letter containing following. 1. Date. 2. Project title and number. 3. CONTRACTOR'S name and address. 4. Title of record document. 01720-1 EXHIBIT'A-Page 117 of 356 5. Signature of CONTRACTOR or authorized representative. PART 2 - MATERIALS Not Used. PART 3 EXECUTION 3.01 MAINTENANCE OF DOCUMENTS AND SAMPLES A. Store documents and samples on-site, apart from documents used for construction. 1. Provide files and racks for storage of documents. 2. Provide secure storage space for storage of samples. B. Maintain documents in clean, dry, legible condition and in good order. Do not use record documents for construction purposes. C. Make documents and samples available for inspection by CQA Firm or OWNER. D. Failure to properly maintain record documents may be reason to delay a portion of progress payments until records comply with Contract Documents. 3.02 RECORD DOCUMENTS A. Label each document "PROJECT RECORD" in neat, large printed letters. B. Maintain record set of Drawings and Specifications legibly annotated to show all changes made during construction. 1. Graphically depict changes by modifying or adding to plans, details, sections, elevations, or schedules. 2. Make changes on each sheet affected by changes. C. Record information concurrently with construction progress. 1. Do not conceal Work until required information is recorded. 2. Record changes made by Change Order, Construction Change Directive, or Order for Minor Change in Work. D. Drawings: 01720-2 EXHIBIT'A'-Page 118 of 356 1. General: a. Depths of various elements of construction in relation to finish datum. b. Horizontal and vertical locations of underground utilities and appurtenances. c. Location of utilities and appurtenances concealed in construction. d. Field changes. e. Details not on original Drawings. f. Location and identification of exposed interior piping, including those shown schematically on Drawings. g. Size of equipment and location including connections. 2. Specifications: a. Mark Specification sections: i. To show substantial variations in actual Work performed in comparison with test of Specifications and modifications. Give particular attention to substitutions, selection of options and similar information on elements that are concealed or cannot otherwise be readily discerned later by direct observation. ii. Note related record drawing information and Product Data. END OF SECTION 01720-3 EXHIBIT'A'-Page 119 of 356 SECTION 02200 SITE PREPARATION PART 1 — GENERAL 1.01 WORK DESCRIPTION A. WORK INCLUDED 1. Contractor shall furnish all necessary labor and equipment in order to satisfy soil erosion and sedimentation control requirements, including borrow areas. Contractor shall provide and perform work as detailed in Erosion Control Plan (Ref INDOT Sections 107.15 and 203.8, c and 205). 2. Contractor shall furnish all necessary labor and equipment in order to satisfy dust control requirements. The Contractor shall provide and perform work as detailed in Dust Control Plan (Ref INDOT Sections 107.08(b)) and shall meet all Site, Local, State and Federal requirements for controlling fugitive dust at all times, including weekends and holidays. A water truck will be required onsite at all times to assist in dust control as a part of this plan. 3. Design and furnish all necessary materials, labor and equipment to complete the installation of a system to dewater the landfill cell excavation area. 4. Furnish all necessary labor and equipment in order to satisfy clearing and grubbing requirements. B. RELATED WORK SPECIFIED ELSEWHERE 1. Section 02300: Earthwork 2. Section 02920: Seeding PART 2— PRODUCTS 2.01 MATERIALS A. SOIL EROSION AND SEDIMENT CONTROL 1. The materials used to construct new silt fence structures or replace existing silt fence structures shall consist of "Envirofence" manufactured by the Mirafi Division of Celanese Corporation, or an approved equal. The fabric shall be free of any treatment which might significantly alter its physical properties. 2. During shipment and storage, the fabric shall be wrapped in a heavy-duty protective covering to protect it from direct sunlight, dirt, and other debris. The Manufacturer shall submit certified test data to cover each shipment of material. 3. The silt fence used shall be a prefabricated silt fence with fabric already attached to posts. If a loose fabric is installed, all support posts shall be spaced at 8-foot (max) centers. Posts shall be of a wood species capable of supporting the fence 02200-1 EXHIBIT'A'-Page 120 of 356 as intended. The fabric shall be a pervious sheet composed of a strong, rot- proof polymeric yarn or fiber woven into a stable network which retains its relative structure during handling, placement, and long-term service. It shall have excellent resistance to deterioration from ambient temperatures, acid, and alkaline conditions, and shall be indestructible to micro-organisms and insects. The material shall be resistant to deterioration by ultra-violet light and protected until placement as recommended by the Manufacturer such that no deterioration occurs prior to placement. During shipment and storage, the rolls of fabric shall be protected against deterioration from the sun, mud, dirt, dust and other deleterious conditions at all times until their use. 4. Straw wattles shall have a minimum diameter of 12 inches, consisting of polypropylene netting and certified weed seed free straw. During shipment and storage, the wattles shall be wrapped in a heavy-duty protective covering to protect them from direct sunlight, moisture, and debris. The wattles shall be installed as directed by RR on areas of the landfill disturbed by construction and not covered by aggregate and for temporary surface water diversion. B. CLEARING AND GRUBBING 1. All trees and brush shall be cleared from within the earthwork limits and properly disposed of at an off-site location at no additional cost to OWNER. C. TOPSOIL 1. The Contractor shall remove all topsoil from work areas. Topsoil is defined as fertile, friable, natural surface soil removed from within the earthwork limits. 2. Satisfactory topsoil is reasonably free of subsoil, stones and other objects over 2 inches. . 3. Final depth for the topsoil removal is to be verified by RR at the time of construction. PART 3— EXECUTION 3.01 CONSTRUCTION ACTIVITIES A. SOIL EROSION AND SEDIMENT CONTROL 1. Install silt fence and rock check dams at locations noted on the Drawings and as directed by RR prior to the start of any other construction activities. 2. Silt fence shall be installed and maintained in accordance with the Indiana Storm Water Quality Manual, Rule 5 SWPPP and the Manufacturer's requirements which generally include the following steps: a. Use a trenching machine to dig a 6 to 8 inch deep trench along proposed alignment of silt fence. 02200-2 EXHIBIT'A'-Page 121 of 356 b. Roll out Silt Fence on the uphill side of the trench. Unroll Silt Fence with fabric side down and stake side up. c. Drive stakes on the downhill side of the trench. Drape loose end of fabric into trench. d. Backfill and compact soil into trench to secure the fabric. e. Inspect silt fence regularly and after each heavy rain. Accumulated sediment shall be removed as necessary and damaged sections shall be repaired immediately at no additional cost to OWNER. f. At the completion of all construction activities in each Work area (including establishment of a suitable vegetative layer on all adjoining areas) and at the direction of RR, all silt fence shall be removed and disposed of off-site by the Contractor. Areas disturbed by the removal operation shall be revegetated in accordance with these Specifications. In general, this operation will consist of regrading, re-fertilizing, reseeding and re-mulching along the alignment of the silt fence. 3. Install straw wattles as directed by RR on seeded slopes, around drop inlet structures and for temporary surface water diversion. 4. Straw wattles shall be installed and maintained in accordance with the Manufacturer's requirements which generally include the following steps: a. Dig a 2 to 3 inch deep trench to conform to the shape of the wattle at the location identified by RR. On slopes, the alignment of the wattle shall follow the contour, unless otherwise directed by OWNER. b. Place the wattle in the trench and tamp soil excavated from the trench on the uphill side of the wattle. No daylight should be seen under the installed wattle. c. Drive wooden stakes into the center of the wattle to a depth of at least 24 inches (but no more than 28 inches) below the bottom of the wattle. A minimum of 2 inches and maximum of 3 inches of the stake shall project above the top of the wattle. The stakes shall be spaced at 4-foot increments (max) with stakes placed within 2 feet of each end of the wattle. d. When joining two wattles, tightly abut both ends and tie the netting together with heavy twine or plastic ties. Drive the first stake of the second wattle at an angle toward the first wattle to help maintain contact. e. Inspect wattles regularly and after each heavy rain. Accumulated sediment shall be removed as necessary and damaged sections shall be repaired immediately at no additional cost to OWNER. 02200-3 EXHIBIT'A'-Page 122 of 356 B. CLEARING AND GRUBBING 1. Limits of clearing and grubbing shall be all areas within earthwork limits noted on Drawings. 2. Clear all trees, shrubs, vegetation, fencing, construction debris and trash within earthwork limits. 3. Unless partial removal is indicated, grub all items to their full depth. 4. Remove all stumps, roots over two inches in diameter, and matted roots within the limits of clearing and grubbing. C. TOPSOIL REMOVAL 1. Strip topsoil from the borrow areas and all areas scheduled to receive fill materials as necessary. Unless otherwise directed by RR, the depth of topsoil removal shall be approximately 12 inches. 2. Stockpile topsoil materials at locations identified by RR for later reuse. Construct stockpiles to freely drain surface water. 3. All soil stockpiles shall be surrounded by silt fence as directed by OWNER. 3.02 DISPOSAL A. MATERIAL DISPOSAL: 1. Unless otherwise directed by RR, all logs, stumps, roots, cuttings, debris and other materials generated as a result of the clearing and grubbing operations shall be disposed of on-site at a location identified by OWNER at no additional cost. 2. Excess excavated materials that cannot be re-used in the project will be hauled to the South Aggregate Landfill and stockpiled for disposal. 3.03 WATERING FOR DUST CONTROL A. Provide and maintain dust control for work area, including haul roads. B. Water work areas to control dust, especially during geomembrane installation as directed by RR. C. Avoid wasting water and watering which is detrimental to other work or operations of the landfill. D. If RR determines that water is being wasted or other work is being damaged, cease watering operations until CONTRACTOR proposes corrective measures satisfactory to RR. 3.04 WATER CONTROL 02200-4 EXHIBIT'A'-Page 123 of 356 A. Grade site to drain. Maintain excavations free of water. Provide, operate, and maintain pumping equipment, as needed. All pumping equipment, piping, and other miscellaneous equipment required for water control is the responsibility of the Contractor. All dewatering shall be completed within 24 hours after a rainstorm resulting in ponded water in work area. B. Protect site from puddling, stormwater run-on, or running water. Provide water barriers as required to protect the site from soil erosion. Temporary stormwater diversion berms shall be installed around the perimeter of the construction area as needed to control stormwater run-on. C. Exercise caution to minimize increases in suspended solids and turbidity in surface waters within and adjacent to the construction area. Spoils are not to be deposited in surface waters. Control and minimize sediment runoff and excavation erosion to surface waters. 3.05 ACCESS ROADS A. Provide and maintain temporary roadways necessary to carry out construction operations in clean, dust-free, snow-free, ice-fee, drivable condition. B. Extend and relocate construction roads as work progress requires. Provide detours necessary for unimpeded traffic flow. C. Provide and coordinate flagmen during periods of cross or merging traffic. 3.06 SITE RUNOFF A. All water leaving the project site must flow through a water quality basin as identified on the Drawings. END OF SECTION 02200-5 EXHIBIT'A'-Page 124 of 356 SECTION 02224 RECOMPACTED SOIL LINER (RSL) PART 1 — GENERAL 1.01 SECTION INCLUDES A. WORK INCLUDED 1. Provide all necessary material, labor, supervision, tools, equipment, supplies, facilities, transportation, and services required to construct the Recompacted Soil Liner (RSL) in Cell 4A/4B composite liner and piggyback liner areas. All cohesive soil materials utilized in the construction of the RSL shall be obtained by the Contractor from on-site borrow areas specified by the OWNER. 2. Work in the Section includes, but is not limited to: a. Attendance at a pre-construction meeting specifically related to the RSL. b. Excavate and transport the cohesive soil needed to construct the RSL. c. Spreading, processing, and moisture conditioning of the soils needed to construct the RSL. d. Compacting the soils in the RSL in lifts to meet the specified moisture, density, and hydraulic conductivity. e. Final Grading the RSL to meet the grades and thickness of the specified RSL. f. Maintaining the moisture content, grades, and integrity of the completed RSL until completion of the installation of the overlying Geomembrane. 3. The landfill permit from IDEM requires a minimum of two (2) feet of RSL for the proposed Composite Liner that will be utilized for Cell 4A/4B. The landfill permit from IDEM requires a minimum of eighteen (18) inches of RSL for the proposed piggyback area along the west side of Cell 4A/4B. 4. The construction of the RSL shall be done in accordance with the sequence presented in this Section unless otherwise directed by RR. 5. Coordinate Work with the Geomembrane Installer. B. RELATED WORK SPECIFIED ELSEWHERE 1. Section 02200: Site Preparation 2. Section 02300: Earthwork 3. Section 02778: HDPE Geomembrane 02224-1 EXHIBIT'A'-Page 125 of 356 C. DEFINITIONS The following list of definitions is provided for reference. 1. "Compaction" shall mean the process of increasing the density or unit weight of soil by rolling, tamping, or other mechanical means. 2. "In Situ" shall mean "as is", or as it exists in-place naturally. 3. "Moisture Content" shall mean the ratio of quantity of water in the soil (by weight) to the weight of the soil solids (dry soil), expressed in percentage; also referred to as water content. 4. "Unit Weight" shall mean the weight of a soil per unit volume, usually expressed in Ib/ft3. 5. "Soil QAC" shall mean the Quality Assurance Consultant retained by OWNER to provide construction quality assurance services relative to the soil materials. D. REFERENCES 1. Quality Assurance Manual (QAM) 2. Latest version of American Society for Testing and Materials (ASTM) standards: a. ASTM D422— Standard Test Method for Particle-Size Analysis of Soils. b. ASTM D698 — Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort [12,400 ft-Ibf/ft3 (600 kN-m/m3)]. c. ASTM D1140 — Standard Test Methods for Determining the Amount of Material Finer than 75-pm (No. 200) Sieve in Soils by Washing. d. ASTM D2216 — Standard Test Method for Laboratory Determination of Water (Moisture) Content of Soil and Rock by Mass. e. ASTM D2937 — Stand Test Method for Density of Soil in Place by the Drive- Cylinder Method. f. ASTM D4318 — Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. g. ASTM D5084 — Standard Test Methods for Measurement of Hydraulic Conductivity of Saturated Porous Materials Using a Flexible Wall Permeameter. h. ASTM D6938 — Standard Test Method for In-Place Density and Water Content of Soil and Soil-Aggregate by Nuclear Methods (Shallow Depth). 02224-2 EXHIBIT'A'-Page 126 of 356 E. CONSTRUCTION QUALITY ASSURANCE 1. At least six (6) weeks before the start of the construction of the RSL, the Contractor shall coordinate the sampling of the borrow areas with the Soil QAC to obtain a sufficient number of samples to satisfy the pre-construction testing requirements identified in the QAM. 2. It is emphasized that all pre-construction testing to determine the interface friction of components of the composite liner and leachate collection system must be completed and approved by the QAC prior to the start of the installation of the RSL, unless otherwise directed by OWNER. 3. The installation of the RSL shall be monitored as specified in this section and as outlined in the QAM. 4. The Contractor shall be aware of the activities outlined in the QAM and shall account for these in the installation schedule. PART 2— PRODUCTS 2.01 FILL MATERIALS F. The soil materials used in the construction of the RSL shall be limited to the natural cohesive soils furnished by the Contractor. Topsoil materials, soils containing organic matter, or other deleterious materials shall not be utilized in the RSL. Further, granular soils, such as sand and gravel, shall not be utilized in the construction of the RSL. G. The natural soils used in the construction of the RSL shall be limited to materials that will exhibit hydraulic conductivities of 1.0x10-' cm/sec or less when compacted in lifts to the specified moistures and densities. In general, the acceptable soil types will include ML-CL, CL, CH, SC, or SC-SM in accordance with the Unified Soil Classification System. H. RSL material shall be free of roots, rocks greater than two (2) inches in diameter, ice, and other deleterious materials. PART 3— EXECUTION 3.01 SURVEY I. Prior to the placement of any of the RSL materials, the Contractor shall notify the Soil QAC that the subgrade is ready to be surveyed. OWNER's surveyor must verify the elevation and grades of the subgrade on the grid points shown on the Drawings prior to placement of the RSL materials. No additional Work may proceed without the direction of RR after his review of the initial survey information and acceptance of the subgrade by the Soil QAC. J. Following construction of the RSL, OWNER's surveyor must verify the elevations and grades of the top of the RSL on the same grid points used to document the 02224-3 EXHIBIT'A'-Page 127 of 356 subgrade. The results of these surveys will be utilized to verify the thickness of the RSL for inclusion in the CQA Report for review by IDEM. 3.02 TEST PAD K. Prior to placing RSL materials, the Contractor shall conduct a 50 feet by 30 feet test pad within the limits of the landfill as directed by RR in accordance with the QAM. L. The test pad will be constructed to verify that the soil liner material is capable of producing a hydraulic conductivity of k<_ 1.0x10-7 cm/sec. M. The test pad construction will be observed and tested by the Soil QAC in accordance with the QAM. 3.03 FURNISH AND TRANSPORT RSL MATERIALS A. Excavate, and transport the natural soils needed to construct the RSL to the landfill construction area. B. The Contractor shall design, construct, and maintain any haul roads necessary to facilitate the transportation of borrow soils and any other off-site materials. OWNER must approve the design of any haul roads on its property prior to construction. The Contractor shall obtain any necessary permits prior to construction. OWNER will coordinate and obtain any bonds required by Gibson County for use or crossing of county roads. 3.04 SPREAD AND PROCESS RSL MATERIALS A. The natural cohesive soils used to construct the RSL shall be spread across the specified area to facilitate the construction of compacted lifts that shall not exceed nine (9) inches. A minimum of three (3) compacted lifts is required to complete the required 24-inch thick RSL and a minimum of two (2) lifts for a 18-inch thick piggyback RSL. B. Soil water content shall be adjusted and maintained as necessary to a level within the "Acceptable Zone" determined by the Soil QAC based on the results of preconstruction testing. Disking of the soil is the only acceptable means that the Contractor will be permitted to use to aid the drying process if the soils are too wet or to distribute additional water into the soils if the materials are too dry. Regardless of the original moisture content, all materials used to construct the RSL shall be processed by disking. C. Maximum clod size is three (3) inches. 3.05 COMPACTING THE RSL MATERIALS A. Compact each lift of soil in the RSL with a CAT 815 pad foot compactor or equivalent, approved in advance by OWNER and confirmed capable on the test pad. Each lift of the RSL shall be compacted with a minimum of three (3) passes. (Each pass is defined as two (2) trips across the surface of the lift.) 02224-4 EXHIBIT'A'-Page 128 of 356 B. Compact each lift of the RSL to achieve a minimum dry density of 95% of the maximum dry density as determined by the Standard Proctor(ASTM D698). Further, the combination of the in-place moisture and density in each lift of the RSL shall be within the "Acceptable Zone". C. Scarify the interface of the previously completed lift using Caterpillar 815 prior to placement of any new RSL material in order to provide a continuous bond when compacting. D. Knead each lift into the previously placed lift. E. Place the material while the air temperature is above 32°F unless otherwise directed by RR. Further, placement of RSL materials onto frozen subgrade is prohibited. F. Compact the final lift of RSL material to lines and grades as shown on Drawings unless otherwise directed by RR. G. To prevent damage to the RSL (due to desiccation, precipitation, etc.) after completion, but prior to placement of the Geomembrane, overbuild the thickness of the RSL at least 0.2 feet (or as directed by RR). The overbuilt RSL surface must be rolled and maintained to prevent excessive damage. Immediately prior to Geomembrane placement, remove the sacrificial soil. The timing of the grading and rolling of the final RSL surface must be approved by RR. Alternate provisions to protect the RSL may be proposed by the Contractor and implemented upon approval by OWNER. H. Following removal of the overbuilt RSL, the Contractor shall compact the surface of the RSL with a smooth drum roller to provide a smooth final grade and remove all irregularities and materials than may be damaging to the Geomembrane. I. Following removal of the overbuilt RSL, the Contractor shall notify the Soil QAC that the area is ready to be surveyed. OWNER's surveyor must verify the grade and thickness of the RSL using the grid points shown on the Drawings prior to placement of the geosynthetics. No additional Work may proceed without the direction of the Engineer after his review of the survey information. 3.06 GRADING TOLERANCES A. The Contractor shall maintain a minimum total final thickness of 2.0 feet for the RSL layer at all locations. The minimum total final thickness of the RSL at all locations over the piggyback area shall be 18 inches over the compacted 6-inch structural layer. B. The Contractor shall finish grade to a vertical tolerance of 0 to +0.2 feet (unless otherwise directed by RR), measured at all grid points shown on the Drawings. C. The Contractor shall finish grade to a horizontal tolerance of ±0.2 feet measured at changes in direction of lines, and at minimum 50-feet intervals (or as directed by RR). 02224-5 EXHIBIT'A'-Page 129 of 356 3.07 QUALITY ASSURANCE A. The Contractor shall provide access and cooperate with OWNER's Quality Assurance Consultant (QAC) and OWNER's Surveyor at all times. B. Construction Quality Assurance testing performed during and after the construction of the RSL shall be performed by OWNER's QAC. C. Inform QAC of completion of RSL layer to allow final inspection before placement of Geomembrane. D. The following table provides the minimum testing and sampling frequencies for the Recompacted Soil Liner. Test Standard Frequency Moisture Content ASTM D2216 1 per Acre Particle Size ASTM D422, 1 per Acre D1140 Atterberg Limits ASTM D4318 1 per Acre Laboratory Compaction ASTM D698 1 per Material Type or 1 per 5,000 yd3 Hydraulic Conductivity ASTM D5084 1 per Acre Nuclear Density and Moisture ASTM D6938 5 per Acre per Lift Content 3.08 REPAIRS A. The Contractor is responsible for maintaining the moisture, grades, and integrity of the RSL until the installation of the Geomembrane has been completed. B. The Contractor shall repair, at no additional cost to OWNER, all damaged areas of RSL to meet the specifications outlined herein. END OF SECTION 02224-6 EXHIBIT'A'-Page 130 of 356 SECTION 02300 EARTHWORK PART 1 — GENERAL 1.01 WORK DESCRIPTION C. WORK INCLUDED 1. Provide all necessary material, labor, supervision, tools, equipment, supplies, facilities, transportation, and services required to perform all earthwork noted in the Drawings outside the Recompacted Soil Liner. 2. Work in the Section includes, but is not necessarily limited to: a. Furnish, transport, and place soils obtained from on-site borrow sources to form the indicated fills. b. Rough grading. 3. The earthwork shall be done in accordance with the sequence presented in this Section unless otherwise approved by the RR. D. RELATED WORK SPECIFIED ELSEWHERE 1. Section 02200: Site Preparation 2. Section 02224: Recompacted Soil Liner 3. Section 02778: HDPE Geomembrane E. REFERENCES 1. ASTM C117 — Standard Test Method for Materials Finer than 75-pm (No. 200) Sieve in Mineral Aggregates by Washing. 2. ASTM C136 — Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates. 3. ASTM D422 — Standard Test Method for Particle-Size Analysis of Soils. 4. ASTM D698 — Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort [12,400 ft lbf/ft3 (600 kN m/m3)]. 5. ASTM D1140 — Standard Test Methods for Determining the Amount of Material Finer than 75-pm (No. 200) Sieve in Soils by Washing. 6. ASTM D2216 — Standard Test Method for Laboratory Determination of Water (Moisture) Content of Soil and Rock by Mass. 02300-1 EXHIBIT'A'-Page 131 of 356 7. ASTM D2937 — Stand Test Method for Density of Soil in Place by the Drive- Cylinder Method. 8. ASTM D4318 — Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. 9. ASTM D5084 — Standard Test Methods for Measurement of Hydraulic Conductivity of Saturated Porous Materials Using a Flexible Wall Permeameter. 10. ASTM D6938 — Standard Test Method for In-Place Density and Water Content of Soil and Soil-Aggregate by Nuclear Methods (Shallow Depth). 11. Indiana Department of Transportation (INDOT) — Standard Specifications 2020. PART 2— PRODUCTS 2.01 MATERIALS A. FILL MATERIALS: 1. Contractor shall coordinate the sampling of the borrow area with the Soil QAC to obtain a sufficient number of samples to satisfy the pre-construction testing requirements identified in the QAM. B. RIPRAP 1. Riprap utilized for erosion protection at the drop inlets in the lined perimeter ditch shall meet the Specifications for Revetment and Uniform B Riprap and shall conform to the General Requirements of Section 904.04 of the INDOT Standard Specifications. C. GRAVEL 1. Crushed limestone utilized as the driving surface of the haul roads at the landfill shall meet the Specifications for a No. 53 coarse aggregate and shall conform to the General Requirements of Section 904.03 of the INDOT Standard Specifications. 2. Leachate transmission and gas pipe bedding material shall meet the Specifications for a No. 11 coarse aggregate and shall conform to the General Requirements of Section 904.03 of the INDOT Standard Specifications. 3. Manhole bedding material shall meet the Specifications for a No. 8 coarse aggregate and shall conform to the General Requirements of Section 904.03 of the INDOT Standard Specifications. D. GRANULAR DRAINAGE LAYER 4. Granular drainage layer material shall be rounded, river-run gravel with a size gradation that provides a minimum hydraulic conductivity of 1 x 10-2 cm/sec, is 02300-2 EXHIBIT'A'-Page 132 of 356 generally free of organic materials, and is not affected (dissolved) by landfill leachate. PART 3— EXECUTION 3.01 EXAMINATION A. ASSOCIATED WORK: 1. Verify that the requirements outlined in Section 02200 (Site Preparation) have been or are in the process of being implemented prior to beginning this Work:. 2. The Contractor shall coordinate initiation of construction in each of the Work areas with RR to ensure that there will be no conflict with other construction and/or landfill operations. B. LAYOUT 1. Secure the services of a land surveyor licensed in the State of Indiana to perform layout and construction staking required on this project including, but not limited to, laying out and staking of the earthwork areas as indicated in the Drawings and any staking requested by RR for maintaining the integrity of the Work. In addition, the centerline flow line of all open channels and diversion berms shall be staked on a 50-foot spacing, or closer if requested by OWNER. Information regarding existing benchmarks for horizontal and vertical control located near the project will be provided upon request. 2. GPS equipment is required for layout and construction controls. All earthwork operations shall be performed with GPS machine guidance and control technology, unless otherwise approved by OWNER. OWNER will provide a three-dimensional CAD model for use with GPS machine control and guidance. 3. Establish and maintain lines, elevations and general reference points. Verify dimensions indicated in the Drawings. Should conflicts exist, notify RR before continuing the Work. 3.02 EXCAVATION A. GENERAL 1. Excavation shall conform to the dimensions and elevations indicated in the Drawings, except as specified herein or as directed by RR. a. Unless otherwise noted, the elevations noted in the Drawings are final grades for this phase of the work. b. Over-excavation of unsuitable soils shall only be done at the direction of RR. In general, over-excavation is not anticipated within the limits of the landfill solid waste boundary. Any areas requiring over-excavation shall have the required subgrade elevation reestablished in accordance with the structural fill requirements of these Specifications 02300-3 EXHIBIT'A'-Page 133 of 356 2. Unauthorized excavation consists of removal of materials beyond the elevations and dimensions noted in the Drawings without the specific direction of RR. a. Unauthorized excavation, as well as the resulting remedial work, shall be done at the Contractor's expense. b. Backfilling of unauthorized excavations shall be as specified for authorized excavations, unless otherwise directed by RR. B. USE OF EXCAVATED MATERIALS 1. Materials excavated from each of the Work areas shall be utilized as follows unless otherwise directed by the RR. a. Excess soil material or soil material unacceptable for use in the RSL or soil structural fill shall be stockpiled at a location identified by the RR. 3.03 EXCESS WATER CONTROL A. DRAINAGE 1. The Contractor shall maintain the work area in a manner that will allow stormwater to drain away from the work to the greatest extent practical. B. INCLEMENT WEATHER 1. Do not place, spread or compact structural fill, RSL or protective soil materials during inclement weather conditions unless otherwise directed to do so by RR. 2. Do not resume filling operations until moisture content and density of placed materials are acceptable to RR. C. FLOODING 1. Promptly remove all water collected in depressions. D. SOFTENED SUBGRADE 1. Where fill materials have been softened or eroded by flooding or placement during inclement weather, remove all damaged areas and replace with additional fill materials placed in accordance with these Specifications at no additional cost to OWNER. E. DEWATERING 1. Provide, and maintain at all times during construction, ample means and devices with which to promptly remove and dispose of all water from every source entering excavations or other parts of the Work. 2. Contractor shall provide and maintain pumping systems as necessary to remove stormwater from the construction area and pump it to on-site stormwater ponds unless directed otherwise by OWNER. 02300-4 EXHIBIT'A'-Page 134 of 356 3.04 SUBGRADE PREPARATION AND TESTING A. GENERAL 1. Prior to the placement of structural fill and RSL materials in the construction area, the exposed subgrade shall be inspected by RR to determine if all unsuitable materials have been removed. 3.05 FILLING, BACKFILLING AND COMPACTING A. GENERAL 1. Frozen Materials a. Frozen materials shall not be placed in any fills. 2. Compaction a. All natural soil materials used as backfill in trench excavations shall be compacted in nominal 12-inch (loose) lifts and compacted to at least 95 percent of the Standard Proctor maximum dry density (ASTM D698), unless otherwise directed by RR. b. All natural soil materials used as structural fill shall be compacted in nominal 12-inch (loose) lifts and compacted to at least 95 percent of the standard Proctor maximum dry density (ASTM D698), unless otherwise noted or directed by RR. 3. Testing a. Compaction testing of fills shall be performed by the Soil QAC contracted by OWNER. b. The frequency of testing shall be directed by OWNER in consultation with the Soil QAC. c. At the discretion of either OWNER or the Soil QAC, field density and field moisture content testing shall periodically be compared to laboratory values of density and moisture contents so that the field measurements can be adjusted to better match laboratory results. d. Compaction testing will not be required for the granular material placed in the leachate collection drainage layer. e. The following table provides information for the Contractor on the minimum testing and sampling frequencies for fills. 02300-5 EXHIBIT'A'-Page 135 of 356 Test 1 Standard 1 Frequency Particle Size ASTM D422, 1 per 10,000 yd3 D1140 Atterberg Limits ASTM D4318 1 per 10,000 yd3 Moisture Density Relationship ASTM D698 1 per Material Type or 1 per 5,000 yd3 Nuclear Density and Moisture ASTM D6938 5 per Acre per Lift Content B. WORK AREA SEQUENCE/SPECIFIC REQUIREMENTS 1. Following implementation of all necessary erosion control measures, the remainder of the Work shall proceed in the general sequence outlined below, unless otherwise directed by OWNER. a. Initiate dewatering of Cell 4A/4B in preparation of excavation and fill placement. b. Expose and protect existing liner rollouts. c. Excavate entire Cell 4A/4B area in a methodic and deliberate manner to identify and segregate liner soils from non-liner soils. d. Prepare subgrade in Cell 4A/4B and proof-roll. e. Place 8-inch leachate drain pipe through the west slope of Cell 4A. f. Construct the RSL in Cell 4A/4B in accordance with Section 02224 of these Specifications. g. Install 6-inch leachate drain pipe through the south end of Cell 4A. h. Prepare RSL surfaces for geomembrane placement. 2. The constructioin of the piggyback composite liner system may progress concurrently with the construction of the composite liner and leachate collection systems. C. GRANULAR DRAINAGE LAYER PLACEMENT 1. Place granular drainage layer only after liner and geotextile installations have been completed and certified by the Soil QAC. 2. Place the granular drainage layer over the prepared liner and geotextile surface in a single, 12-inch, loose lift. 3. Contractor shall not conduct abrupt stops, starts and turns with fill placement equipment to avoid damaging the liner or geotextile. Contractor shall manage 02300-6 EXHIBIT'A'-Page 136 of 356 the drainage layer placement to avoid shoving or displacing the liner or geotextile. 4. All drainage layer materials shall be spread up slopes and not pushed down slopes. 5. Finish grade the granular drainage layer to a tolerance of 0 to +0.2 feet. D. PIPE BEDDING PLACEMENT 1. Place bedding material in pipe trenches prior to placing pipes. Grade the bedding to meet the depth or grade requirements. After placing the pipe, evenly place bedding material on each side of the pipe to avoid moving it. Place bedding to 1-foot over the pipe crown. END OF SECTION 02300-7 EXHIBIT'A'-Page 137 of 356 SECTION 02350 TRENCHING AND BACKFILL PART 1 — GENERAL 1.01 WORK DESCRIPTION A. WORK INCLUDED 1. This section describes the requirements for trenching, backfilling, placing, and compacting materials, and for performing other work as directed by Owner. B. RELATED WORK SPECIFIED ELSEWHERE: 1. Section 02300: Earthwork 1.02 REFERENCES A. Latest version of American Society of Testing and Materials (ASTM) standards and other standards noted in this specification. B. Latest version of Occupational Safety and Health Administration (OSHA) Construction Standards. C. Latest version of Indiana Department of Transportation Standard Specifications. 1.03 SUBMITTALS A. Submit a list of equipment for trenching and backfilling to Owner no less than 15 calendar days prior to construction/installation. B. If the embedment fill material is obtained from a source different than the source of general fill, submit the source of the embedment fill, a representative sample, and results of tests conducted on the embedment fill samples in accordance with ASTM D 422 and ASTM D 2487. 1.04 CONSTRUCTION QUALITY ASSURANCE A. The trenching and backfilling will be monitored by Owner's Representative. B. Contractor shall be aware of the monitoring and testing activities required of RR and shall account for these activities in the construction schedule. C. Contractor shall correct all deficiencies and non-conformances identified by RR at no additional cost to the Owner. 02350-1 EXHIBIT'A'-Page 138 of 356 1.05 EXISTING CONDITIONS A. In advance of trenching in an area, verify the accuracy of existing conditions indicated on the Construction Drawings. Immediately notify RR in writing of deviations from the existing conditions indicated on the Construction Drawings. B. The approximate locations of known underground utilities, above ground utilities, and other structures, if any, may be indicated on the Construction Drawings. Contractor shall employ their utility locating consultant to clear all planned excavation areas prior to breaking ground. PART 2— PRODUCTS 2.01 MATERIALS A. FILL MATERIALS: Pipe Embedment and General Fill materials shall be obtained from the excavations or off-site borrow sources and shall meet the material requirements for pipe embedment or general fill as specified in Section 02300. B. FLOWABLE BACKFILL: Trench backfill beneath asphalt pavements shall be Flowable Backfill as defined in Section 213 of the INDOT Standard Specifications. C. ASPHALT: Driveway pavements shall be repaired using Type B Hot Mix Asphalt as defined in Section 402 of the INDOT Standard Specifications. 2.02 EQUIPMENT A. Provide, operate, and maintain all equipment necessary to perform the work described in this section. PART 3— EXECUTION 3.01 GENERAL A. In areas of trenching and backfilling, maintain and protect existing underground utilities, above ground utilities, and other structures, if any. B. Do not damage or disturb the existing work or systems that must remain after trenching and backfilling is complete. If damaged or disturbed, these elements shall be restored to the condition existing prior to the trenching and backfilling operations. 3.02 TRENCHING A. Use sheeting and bracing to maintain the safety and stability of all slopes, trenches, and adjacent structures. Satisfy all applicable local, state, and federal requirements for slope and trench sheeting and bracing, including requirements of the Occupational Safety and Health Administration (OSHA) construction standards. 02350-2 EXHIBIT'A'-Page 139 of 356 Provide required sheeting and bracing materials on site prior to start of trenching. Adjust spacing and arrangement of sheeting and bracing as required by conditions encountered. Remove sheeting and bracing as backfill progresses. Fill any voids left from sheeting or bracing withdrawal with general fill or other approved materials. B. Trench soils for pipes, culverts, storm water structures and/or to perform other work to depths and minimum dimensions indicated on the Construction Drawings. Fill material shall be initially placed and compacted with a hand tamper so as not to damage the geosynthetics, structures, or displace the pipes. C. Protect and maintain the trench bottom. Remove rock, cobble, or boulder fragments or raveled soil materials that collect on the trench bottom. Backfill excess excavation with general fill or other approved materials. Excavate any soft subgrade soils encountered at the trench bottom and backfill and compact general fill to subgrade elevation. D. Dewater trenches and excavations as needed. Perform dewatering in accordance with Section 02300. E. Stockpile excess material from trenching in accordance with Section 02300. 3.03 BACKFILLING A. General: 1. Do not backfill with saturated material. 2. Do not backfill over wet or soft subgrade. 3. Do not disturb or damage the installed pipes during backfilling. 4. Do not use heavy compaction equipment which exerts greater than 5pounds per square inch ground pressure over pipes that are covered by less than 12 inches of backfill material. B. Placement of Pipe Embedment Material: 1. Place Pipe Embedment fill in a single lift to at least the crown of the pipe with material filling the spaces under the pipe haunches. 2. Firmly walk-in the Pipe Embedment fill continuously along each side of the pipe until pipe zone is firm. Place additional Pipe Embedment fill to completely cover the pipe crown and firmly walk that material in. C. Placement of General Fill material: 02350-3 EXHIBIT'A'-Page 140 of 356 1. Place General Fill in 8-inch ±1-inch thick loose lifts above the pipe zone to either the subgrade elevation or finish grade elevation, depending on location. 2. Compact each lift to at least 95 percent of the fill's maximum dry density as determined by ASTM D-698. Do not compact on top of the pipe unless a minimum of 12 inches of backfill separates the compactor from the top of the pipe. 3. If trench conditions warrant, Contractor may elect to backfill pipe zone with Flowable Backfill. Backfill beneath asphalt pavements shall be Flowable Backfill. Place flowable backfill from the top of pipe embedment zone to pavement grade, with clearance for final pavement placement. 4. If construction operations result in damage to existing asphalt pavement, Contractor shall repair pavement by recompacting the subbase and base materials and placing Asphalt concrete over the prepared base to match existing pavement thickness. 3.04 SURVEY CONTROL A. Survey the limits and invert elevations of all pipes, culverts, and structures. 3.05 TOLERANCES A. Install pipes to within ±0.2 ft of the elevations or±0.1 percent of the slopes indicated on the Construction Drawings and at a depth which provides at least 42-inches of overburden cover. END OF SECTION 02350-4 EXHIBIT'A'-Page 141 of 356 SECTION 02510 PLASTIC PIPING PART 1 - GENERAL 1.01 SECTION INCLUDES A. Supply, store, and install solid wall, perforated and non-perforated HDPE pipe and fittings. B. Supply, store and install corrugated HDPE pipe and fittings. C. Supply, store, and install Polyvinyl Chloride (PVC) pipe and fittings. 1.02 RELATED SECTIONS A. Section 02350 —Trenching and Backfill 1.03 MEASUREMENT AND PAYMENT A. In accordance with Section 01025, Measurement and Payment. 1.04 REFERENCES A. ASTM D-1248 Specification for Polyethylene Plastics Molding and Extrusion Materials. B. ASTM D-1785 Standard Specification for Polyvinyl Chloride (PVC) Plastic Pipe, Schedules 40, 80 and 120. C. ASTM D-2457 Standard Specification for Polyvinyl Chloride (PVC) Plastic Pipe Fittings, Schedule 80. D. ASTM D-3035 Specification for Polyethylene Plastic Pipe Based on Controlled Outside Diameter. E. ASTM D-3261 Specification for Butt Head Fusion Polyethylene Plastic Fittings for Polyethylene Plastic Pipe and Tubing. F. ASTM D-3350 Specification for Polyethylene Plastics Pipe and Fitting Materials. G. ASTM F-2306 Standard Specification for 12 to 60 inch (300 to 1500 mm) Annular Corrugated Profile-Wall Polyethylene (PE) Pipe and Fittings for Gravity-Flow Storm Sewer and Subsurface Drainage Applications. 1.05 DEFINITIONS A. Dimension Ratio (DR) is defined as the actual outside pipe diameter divided by the minimum wall thickness. 02510-1 EXHIBIT'A'-Page 142 of 356 PART 2 - PROCEDURE 2.01 PIPE— GENERAL A. Select pipe sizes and types based on drawings. B. Fittings, connections, and associated hardware shown on the Construction Drawings or described in these specifications. Use only shop-fabricated fittings, slots, or perforations unless approved by OWNER. 2.02 HDPE SOLID-WALL PIPE AND FITTINGS A. Solid-wall HDPE pipe for leachate drainage, leachate transmission, and gas collection shall be as shown on the Construction Drawings or as otherwise approved by the OWNER. B. Pipe, fittings, gaskets and other wetted parts shall be compatible with the materials being handled. C. Furnish HDPE pipe and fittings manufactured from new, high-performance, high molecular weight HDPE resin conforming to ASTM D3350 and stamped and designated PE 4710. D. HDPE pipe and fittings shall have a Dimension Ration (DR) no higher than 17 and shall conform to AST D3035. E. All flanged fittings shall use stainless steel nuts, bolts and washers. Provide fasteners and elastomeric gaskets suited for water service for each flanged fitting. F. Double-wall HDPE pipe for the leachate transmission line shall include centering spacers to hold the interior conveyance pipe at the center of the outer containment pipe. The double-wall pipe shall meet the requirements for HDPE solid-wall pipe cited above. The double wall pipe shall be produced by a recognized manufacturer of double-wall pipe, such as Asahi/America or OWNER-approved equal. 2.03 HDPE CORRUGATED-WALL PIPE AND FITTINGS A. Downdrain pipes, culverts and drop inlets installed shall be corrugated HDPE, smooth interior pipe as noted on the Drawings. B. The pipe shall consist of high density polyethylene that conforms to AASHTO M294 or M252, Type S or SP. C. The pre-approved source of the downdrain pipe culverts and drop inlets is N-12 WT IB pipe manufactured by Advanced Drainage Systems. Alternate manufacturers must be approved in advance by the RR. D. Connections between pipes shall meet the manufacturer's specifications for the selected product. Each bell connection for all 24-inch downdrain pipe shall include the installation of an AgriDrain Pipe Strap. 02510-2 EXHIBIT'A'-Page 143 of 356 2.04 PVC PIPE AND FITTINGS A. Metering manhole pipe and fittings shall be PVC pipe. PVC pipe may be used for gas header connection pipe. B. PVC pipe and fittings shall be Schedule 80 in accordance with the requirements of ASTM D1785 and ASTM D2467. C. All PVC Schedule 80 pipe must also meet the requirements of NSF Standard 14 and CSA Standard B137.3 rigid PVC pipe for pressure applications. 2.05 PIPE VALVES A. The pipe valve for the gas line drain from the piggyback area shall be a gas- and water-tight butterfly valve compatible with leachate contact, including valve and seat materials. The valve shall be configured for attachment to a flanged, 8-inch HDPE flanged pipe. 2.06 FLANGE FITTINGS A. Flange fittings for HDPE pipe shall be fusion welded and include stainless steel backing rings and stainless steel fasteners and washers. PART 3 - EXECUTION 3.01 STORAGE AND HANDLING A. Follow manufacturer's recommendations for pipe storage and handling. B. Exercise care during unloading to prevent damage by abrasion and puncturing. C. Store pipe with support to prevent development of permanent set. D. Stack the heaviest series of pipe on the bottom. E. Stack pipe no more than 6 feet high. F. Store pipe out of direct sunlight if installation will not occur for greater than 30 days. G. Care shall be taken to protect the pipe from excessive heat or harmful chemicals. H. Use cleaning solutions, detergents, or solvents on the pipe only in accordance with the manufacturer's recommendations. I. Do not bend under the minimum radius recommended by the manufacturer for type and grade. J. Do not impose strains that will overstress or buckle the piping or impose excessive stress on the joints. 02510-3 EXHIBIT'A'-Page 144 of 356 3.02 EXAMINATION A. Verify that trench cut is ready to receive Work, and excavation, dimensions and elevations are as indicated on drawings and outlined in Section 02350 Trenching, Backfilling and Compacting. B. Verify that pipe has not been damaged and is clean of dirt, sand or mud. C. Beginning of installation means acceptance of existing conditions. 3.03 PREPARATION A. Connect pipe in accordance with manufacturer's recommendations and procedures. B. Provide fusion equipment and a qualified operator for fusion connections. C. Use gaskets as required between flanged connections. D. Cap or cover all open ends of connected pipe at end of each Work day to prevent entry by animals or debris. 3.04 INSTALLATION A. Cap both pipe ends of any pipe section longer than a single joint (usually 40 feet) during placement. B. Install pipe, fittings and accessories in accordance with manufacturer's instructions. C. Notify CQA Firm prior to any pipe being installed in the trench. D. CQA Firm will inspect pipe connections for pipe integrity; trench excavation for rocks, foreign material or bedding; proper trench slope; and trench contour to ensure the pipe will have uniform and continuous support. E. Lay pipe to slope gradient noted on Drawings with maximum variation from true slope on one-tenth of a percent or as directed by OWNER. F. Verify grade using a laser level or equivalent method approved by OWNER. G. Install leachate transmission pipe through manholes as shown on Drawings. H. Prior to cutting cleanout slots in leachate transmission line, perform air leak testing of double-walled piping to confirm water-tightness of inner and outer pipes. I. Allow pipe sufficient time to adjust to trench temperature prior to any testing, segment tie-ins and/or backfilling activity. J. Backfill to ground surface in accordance with Section 02350, Trenching, Backfilling and Compacting. 02510-4 EXHIBIT'A'-Page 145 of 356 3.05 PIPE TESTING A. Double-walled HDPE piping shall be pressure tested to confirm water-tightness of annulus between inner and outer pipe walls. Piping shall hold a test pressure of 5 pounds per square inch for at least 15 minutes while disconnected from any pressure source. 3.07 FASTENERS A. All fasteners used for piping, fittings, and mounts shall be contructed of all stainless steel parts. Install pipe fasteners to provide a water-tight seal between pipe sections. END OF SECTION 02510-5 EXHIBIT'A'-Page 146 of 356 SECTION 02712 —GEOTEXTILES PART 1 — GENERAL 1.01 WORK DESCRIPTION A. WORK INCLUDED 1. The Contractor shall ensure that all pre-construction testing, where required, has been completed and approved by the Geosynthetic QAC prior to placing a final order for the geotextile materials to be utilized in the landfill construction. 2. The Contractor shall furnish all necessary material, labor, supervision, tools, equipment, supplies, facilities, transportation, and services required for the installation of geotextiles, as specified herein, as shown on the Drawings, and in accordance with the QAM. This includes the 16 oz/sy cushion geotextile and the woven geotextile utilized in the construction of the roads. 3. The Contractor to install geotextiles in conjunction with the earthwork and other components of the liner system. 4. If conflicts arise between the requirements of this Specification and the requirements of the QAM, then the QAM shall be used. B. RELATED WORK SPECIFIED ELSEWHERE 1. Section 02300: Earthwork 2. Section 02778: HDPE Geomembrane C. REFERENCES 1. Quality Assurance Manual (QAM). 2. Latest version of American Society for Testing and Materials (ASTM), Geosynthetic Institute (GSI) and other standards: a. ASTM D3786— Standard Test Method for Bursting Strength of Textile Fabrics — Diaphragm Bursting Strength Tester Method. b. ASTM D4491 — Standard Test Methods for Water Permeability of Geotextiles by Permittivity. c. ASTM D4533 — Standard Test Method for Trapezoid Tearing Strength of Geotextiles. d. ASTM D4632 — Standard Test Method for Grab Breaking Load and Elongation of Geotextiles. e. ASTM D4751 — Standard Test Method for Determining Apparent Opening Size of a Geotextile. 02712-1 EXHIBIT'A'-Page 147 of 356 f. ASTM D5261 — Standard Test Method for Measuring Mass Per Unit Area of Geotextiles. g. ASTM D6241 — Standard Test Method for Static Puncture Strength of Geotextiles and Geotextile-Related Products Using a 50-mm Probe. h. ASTM D7238 — Standard Test Method for Effect of Exposure of Unreinforced Polyolefin Geomembrane Using Fluorescent UV Condensation Apparatus. 3. Daniel, D.E. and R.M. Koerner, (1993), Technical Guidance Document: Quality Assurance and Quality Control for Waste Containment Facilities, EPA/600/R- 93/182. D. SUBMITTALS 1. The Contractor shall submit to RR the following information on geotextile production: a. Manufacturing quality control certificates shall be signed by responsible parties employed by the Manufacturer(such as the production manager). b. The quality control certificate shall include: 1) Manufacturer's name; 2) Product information; 3) Roll number; 4) Roll dimensions; 5) Results of quality control tests (as required by these Specifications and the QAM), including a description of the test methods used. E. CONSTRUCTION QUALITY ASSURANCE 1. The installation of geotextiles shall be monitored as specified in this section and as outlined in the QAM. 2. The Contractor shall be aware of the activities outlined in the QAM and shall account for these in the installation schedule. PART 2— PRODUCTS 2.01 GEOTEXTILE A. PROPERTIES 1. All Manufacturer's material properties must be approved by RR. 02712-2 EXHIBIT'A'-Page 148 of 356 2. Unless otherwise noted on the Drawings, the geotextile Manufacturer shall furnish materials whose test values meet or exceed the criteria specified in the QAM and the attached Tables. Contractor shall provide test results for these procedures, as well as a certification that the material properties meet or exceed the specified values. Contractor shall not furnish products specifically manufactured to meet the Specifications of this project unless authorized by OWNER. 3. Where applicable, minimum Average Roll Value (MARV) shall be based on Manufacturer's data and shall be calculated as the mean value of the property of interest plus or minus two (2) standard deviations, as appropriate or as approved by RR. Where material properties vary among the machine and cross-machine directions, the MARV shall apply to the direction providing the lowest value (when a minimum is specified) or the highest value (when a maximum value is specified). 4. In addition to the properties, frequencies and values listed in the QAM and the attached tables, the geotextile shall retain their structure during handling, placement, and long-term service. 5. The Contractor shall supply documentation demonstrating the in-ground durability of the proposed geotextile. This documentation shall be submitted to RR prior to the start of construction. Approval of the geotextile products based on the documentation is at the discretion of RR. B. PACKING AND LABELING 1. Geotextiles shall be supplied in rolls wrapped in relatively impermeable and opaque protective covers and marked or tagged with the following information: a. Manufacturer's name; b. Product identification; c. Lot or batch number; d. Roll number; and e. Roll dimensions. 2. If any special handling is required, it shall be so marked on the geotextile itself; e.g., "This Side Up" or "This Side Against Soil to be Retained". C. TRANSPORTATION 1. Transportation of the geotextiles is the responsibility of the Contractor. The Contractor shall be liable for all damages to the materials incurred prior to and during transportation to the site. 02712-3 EXHIBIT'A'-Page 149 of 356 D. HANDLING AND STORAGE 1. Handling, storage, and care of the geotextiles prior to and following installation at the site, is the responsibility of the Contractor. The Contractor shall be liable for all damages to the materials incurred prior to final acceptance by OWNER. 2. The Contractor shall be responsible for storage of the geotextile materials at the site. 3. The geotextiles shall be protected from sunlight, moisture, excessive heat or cold, puncture, mud, dirt, dust or other damaging or deleterious conditions. Any additional storage procedures required by the Manufacturer shall be the Contractor's responsibility. E. MANUFACTURING QUALITY CONTROL 1. The Manufacturer shall sample and test the geotextile material, at minimum frequencies specified in the attached Tables to demonstrate that the material conforms to the requirements of these Specifications. As a minimum, the Contractor shall comply with the submittal requirements of the QAM and these Specifications. Test results shall be submitted to the Geosynthetic QAC and OWNER prior to shipping the geotextile to the site. 2. Sampling shall, in general, be performed on sacrificial portions of the material such that repair of the material is not required. 3. If the results contained in the Manufacturer's certifications do not meet or exceed the quality control requirements of these Specifications, the material shall be considered out-of-specification and rejected. At the option of OWNER, additional testing may be performed at the Manufacturer's expense to "bracket" the portion of the non-conforming materials or to qualify individual rolls. This procedure is valid only when the rolls of material are consecutively produced and numbered from one (1) manufacturing line. To isolate the out-of-specification material, additional samples may be taken from the rolls that have roll numbers immediately prior to and following the roll that was sampled and failed. If both additional tests pass, the roll represented by the initial failed test shall be rejected. If one or both of the additional tests fail, the material from that lot shall be rejected. 4. The Contractor shall require that the Geotextile Manufacturer comply with the certification and submittal requirements of the project specifications. PART 3— EXECUTION 3.01 CONSTRUCTION ACTIVITIES A. GENERAL 1. Prior to implementing any of the work described in this Section, the Contractor shall become thoroughly familiar with all portions of the work within this Section, including the QAM, as necessary for successful completion of the Work. 02712-4 EXHIBIT'A'-Page 150 of 356 2. The Contractor shall carefully inspect the surface prepared to receive the geotextile and verify that all work is complete to the point where the installation of the geotextile and the QAM may properly commence without adverse impact. 3. If the Contractor has any concerns regarding the installed work performed in preparation for the installation of the geotextile, he/she shall notify the Geosynthetic QAC in writing within 48-hours of his site inspection. Failure to inform either the Geosynthetic QAC or OWNER in writing or installation of the geotextile will be construed as Contractor's acceptance of the surface prepared to receive the geotextile. 3.02 GEOTEXTILE INSTALLATION A. CONFORMANCE TESTING 1. Conformance testing for the geotextiles shall be performed in accordance with the requirements of the tables included at the end of this section. 2. Prior to delivery to the site, samples of the geotextile shall be removed by the Geosynthetic QAC or its representative and sent to a laboratory selected by RR for testing to ensure conformance to the requirements of this Section. 3. Conformance samples shall be selected in accordance with this Section and the procedures outlined in the QAM and shall be obtained and tested in accordance with the frequencies noted in the tables included at the end of this Section. 4. The Geosynthetic QAC may increase the frequency of sampling as outlined in these Specifications in the event that test results do not comply with requirements contained in the QAM and these Specifications. This additional testing shall be performed at the expense of the Contractor. 5. Any geotextile that is not certified in accordance with these Specifications, or if the results of Conformance Testing do not comply with these Specifications, the geotextile shall be rejected and replaced with new material in accordance with the Specifications, at no additional cost to OWNER. B. HANDLING AND PLACEMENT 1. The Contractor shall handle all geotextile in such a manner as to ensure they are not damaged in any way. 2. The Contractor shall take any necessary precautions to prevent damage to underlying layers during placement of the geotextile. 3. After unwrapping the geotextile from its opaque cover, the geotextile shall not be left exposed for a period in excess of 28 days unless a longer exposure period is approved by the Geosynthetic QAC, based on a formal demonstration from the Contractor and Manufacturerthat the geotextile is stabilized against U.V. degradation for the proposed period of exposure and will not affect the warranty on the materials. 02712-5 EXHIBIT'A'-Page 151 of 356 4. If white colored geotextile is used, precautions shall be taken against "snow blindness" of personnel. 5. Geotextile shall not be deployed over dirt, mud, soil, or water on the surface of the Geomembrane. 6. The Contractor shall take care not to entrap stones, excessive dust, or moisture in the geotextile during placement. 7. The Contractor shall weight all geotextiles with sandbags, or the equivalent, in the presence of wind. Such sandbags shall be installed during placement and shall remain until replaced with protective soil cover or other components of the liner system. Sand bags shall be removed from the geotextile prior to the placement of the cover materials. Care shall be exercised when handling sandbags, to prevent rupture or damage of the sandbags. 8. The Contractor shall examine the entire geotextile surface after installation to ensure that no potentially harmful foreign objects are present. The Contractor shall remove any such foreign objects and shall replace any damaged geotextile at no expense to OWNER. 9. Where indicated, an anchor trench (as illustrated in the Drawings) will be required at the liner perimeter to secure the geosynthetic materials. The time schedule for excavation and backfilling of the anchor trench is to be approved by OWNER so that excessive desiccation of trench soils does not occur prior to backfilling. C. SEAMS AND OVERLAPS 1. All nonwoven geotextiles shall be continuously sewn (i.e., spot sewing is not allowed). Geotextiles shall be overlapped a minimum of six (6) inches prior to seaming. In general, no horizontal seams shall be allowed on slopes steeper than five (5) horizontal to one (1) vertical (i.e., seams shall be along, not across, the slopes) except as part of a patch. Other seaming techniques may be approved by RR or the Geosynthetic QAC. 2. Polymeric thread, with chemical resistance properties equal to or exceeding those of the nonwoven geotextile, shall be used for all sewing. The seams shall be sewn to provide a flat (prayer) seam, "J" seam, or "butterfly-folded" seam and shall be a two thread, double-lock stitch or a double row of single-thread, chain stitch. 3. When sewing a flat seam, the stitching shall be approximately 1-1/2 inches (±1/4") from the outside edge of this fabric. The "J" fold and Butterfly fold seams require a fold 1-1/4 inches to two (2) inches from the fabric edge with the stitching approximately one (1) inch from the folded edge. 4. During placement of geotextile in contact with Geomembrane, care will be taken not to entrap stones, sharp objects, or broken needles that could damage Geomembrane. 02712-6 EXHIBIT'A'-Page 152 of 356 D. REPAIR 1. Any holes or tears in the geotextile shall be repaired as follows: a. In general, on slopes steeper than five (5) horizontal to one (1) vertical, relatively small patches made from the same geotextile may be heat bonded into place. Larger patches shall be sewn into place. The Geosynthetic QA Monitor shall determine the relative size of the patch and whether the patch shall be heat bonded or sewn. b. In general, on slopes flatter than or equal to five (5) horizontal to one (1) vertical a patch made from the same geotextile may be heat bonded into place. The Geosynthetic QA Monitor shall determine the need for sewing or heat bonding. 2. Care shall be taken to remove any soil or other material which may have penetrated the torn geotextile. 3.03 PLACEMENT OF SOIL MATERIALS A. The Contractor shall place all soil materials on top of a geotextile, in such a manner as to ensure that: 1. The geotextile and underlying materials are not damaged; 2. Minimum slippage occurs between the geotextile and underlying layers; and 3. Excess stresses are not produced in the geotextile. 3.04 PRODUCT PROTECTION A. The Contractor shall use all means necessary to protect all prior work and materials and completed work of other Sections. B. In the event of damage, the Contractor shall immediately make all repairs and replacements necessary, to the approval of the Geosynthetic QAC and at no additional cost to OWNER. 02712-7 EXHIBIT'A'-Page 153 of 356 Table for Woven Geotextile Conformance Testing Summary Properties Test Method Manufacturer Conformance Required Test QC Test QA Test Values Frequency(2) Frequency Apparent ASTM D4751 1 per 500,000 sf 1 per 500,000 sf(1) 0.02 in ± 15% Opening Size (max.) Grab Strength ASTM D4632 1 per 100,000 sf 1 per 250,000 sf 200 lbs (min. ave.) CBR Puncture ASTM D6241 1 per 100,000 sf 1 per 250,000 sf 700 lbs Strength (min. ave.) Elongation ASTM D4632 1 per 100,000 sf 1 per 250,000 sf 15% UV Resistance ASTM D4355 1 per resin N/A 70% formulation Permittivity ASTM D4491 1 per 500,000 sf 1 per 500,000 sf(1) 0.05 sec-' ±1o% (min.) Notes: (1)AOS and Permittivity shall only be tested for geotextiles used in filter applications. (2) Manufacturer may elect to provide certification of values for geotextiles. (3) Evaluation to be on 2.0 inch strip tensile specimens per ASTM D5035 after 500 light hours. Table for 16 oz/sy Nonwoven Geotextile Conformance Testing Summary Properties Test Method Manufacturer Conformance Required Test QC Test QA Test Values Frequency(2) Frequency Mass/Unit Area ASTM D5261 1 per 100,000 sf 1 per 250,000 sf 16.0 oz/sy (min. ave.) Apparent ASTM D4751 1 per 500,000 sf 1 per 500,000 sf(1) 0.024 in Opening Size (max.) Grab Strength ASTM D4632 1 per 100,000 sf 1 per 250,000 sf 370 lbs (min. ave.) CBR Puncture ASTM D6241 1 per 100,000 sf 1 per 250,000 sf 900 lbs Strength (min. ave.) UV Resistance ASTM D7238 1 per resin N/A 70% (3) formulation Permittivity ASTM D4491 1 per 500,000 sf 1 per 500,000 sf(1) 0.02 sec-1 (min.) Notes: (1)AOS and Permittivity tests shall only be tested for geotextiles used in filter applications. (2) Manufacturer may elect to provide certification of values for geotextiles. (3) Evaluation to be on 2.0 inch strip tensile specimens per ASTM D5035 after 500 light hours. END OF SECTION 02712-8 EXHIBIT'A'-Page 154 of 356 SECTION 02778 HDPE GEOMEMBRANE PART 2— GENERAL 1.01 WORK DESCRIPTION D. WORK INCLUDED 1. The Contractor shall ensure that all pre-construction testing has been completed and approved by the Geosynthetic QAC prior to shipping the material to the job site. 2. The Contractor shall furnish all labor, materials, supervision and equipment to install textured 60-mil HDPE geomembrane liner as noted on the Drawings. Work will include, but not be limited to, liner layout, seaming, repair and testing and all necessary and incidental items required to complete the liner system for Cell 4A/4B, including the piggyback liner, as noted on the Drawings. 3. If conflicts arise between the requirements of this specification and the requirements of the Quality Assurance Manual (QAM) then the QAM requirements shall be used. E. RELATED WORK SPECIFIED ELSEWHERE 1. Section 02300: Earthwork 2. Section 02712: Geotextiles 3. Section 02779: Needle-Punched, Reinforced Geosynthetic Clay Liner F. DEFINITIONS The following list of definitions is provided for reference. 1. "Extrusion Weld" shall mean a bond between two polyethylene (PE) materials which is achieved by extruding a bead of PE over the leading edge of the seam between the upper and lower sheet using a hand held apparatus. 2. "Fusion Weld" shall mean a bond between two polyethylene (PE) materials which is achieved by fusing both PE surfaces in a homogeneous bond of the two surfaces using a power driven apparatus capable of heating and compressing the overlapped portions of the geomembrane sheets. 3. "PE Geomembrane" or "Geomembrane" shall mean a relatively impermeable thin sheet of polyethylene used as a barrier liner or cover to prevent liquid or vapor migration into or from liquid or solid storage facilities. 4. "Textured Geomembrane" shall mean Geomembrane with roughened, high- friction surfaces created by coextrusion, impingement, lamination or other methods approved by the Geosynthetic QAC. 02778-1 EXHIBIT'A'-Page 155 of 356 5. "Smooth Geomembrane" shall mean Geomembrane without roughened, high- friction surfaces. 6. "Geosynthetic QAC" shall mean the Quality Assurance Consultant retained by OWNER to provide -construction quality assurance services relative to the production and installation of geosynthetic materials. G. REFERENCES 1. Quality Assurance Manual. 2. Latest version of the American Society for Testing and Materials (ASTM), Geosynthetic Institute (GSI), and other standards: a. ASTM D746, "Standard Test Method for Brittleness, Temperature of Plastics and Elastomers by Impact". b. ASTM D751, "Standard Method for Testing Coated Fabric". c. ASTM D792, "Standard Test Methods for Specific Gravity (Relative Density) and Density of Plastics by Displacement". d. ASTM D1004, "Standard Test Method of Initial Tear Resistance of Plastic Film and Sheeting". e. ASTM D1204, "Standard Plastics Test Method for Linear Dimensional Changes of Nonrigid Thermoplastic Sheeting or Film at Elevated Temperature". f. ASTM D1238, "Standard Test Method for Flow Rates of Thermoplastics by Extrusion Plastometer". g. ASTM D1505, "Standard Test Methods for Density of Plastics by Density- Gradient Technique". h. ASTM D1603, "Standard Test Method for Carbon Black in Olefin Plastics". i. ASTM D1693, "Standard Test Method for Environmental Stress Cracking of Ethylene Plastics". j. ASTM D3895, "Standard Test Method for Oxidative-Induction Time of Polyolefins by Differential Scanning Calorimetry". k. ASTM D4218, "Standard Test Method for Determination of Carbon Black Content in Polyethylene Compounds By the Muffle Furnace Technique". I. ASTM D4354, "Standard Practice for Sampling of Geosynthetics for Testing". m. ASTM D4833, "Test Method for Index Puncture Resistance of Geomembranes and Related Products". 02778-2 EXHIBIT'A'-Page 156 of 356 n. ASTM D5199, "Standard Test Method for Measuring Nominal Thickness of Geosynthetics". o. ASTM D5321, "Standard Test Method for Determining the Coefficient of Soil and Geosynthetic of Geosynthetic and Geosynthetic Friction by the Direct Shear Method". p. ASTM D5323, "Standard Practice for Determination of 2 % Secant Modulus for Polyethylene Geomembranes". q. ASTM D5397 Appendix, "Standard Test Method for Evaluation of Stress Crack Resistance of Polyolefin Geomembranes Using Notched Constant Tensile Load Test". r. ASTM D5596, "Standard Test Method for Microscopic Evaluation of the Dispersion of Carbon Black in Polyolefin Geosynthetics". s. ASTM D5617, "Standard Test Method for Multi-Axial Tension Test for Geosynthetics". t. ASTM D5721, "Standard Practice for Air-Oven Aging of Polyolefin Geomembranes". u. ASTM D5885, "Standard Test Method for Oxidative Induction Time of Polyolefin Geosynthetics by High-Pressure Differential Scanning Calorimetry". v. ASTM D5994, "Test Method for Measuring Core Thickness of Textured Geomembranes." w. ASTM D6370, "Standard Test Method for Rubber-Compositional Analysis by Thermogravimetry (TGA)". x. ASTM D6392, "Standard Test Methods for Determining the Integrity of Nonreinforced Geomembrane Seams Produced Using Thermo-Fusion Methods". y. ASTM D6693, "Standard Test Method for Determining Tensile Properties of Nonreinforced Polyethylene and Nonreinforced Flexible Polypropylene geomembrane". z. ASTM D7466, "Standard Test Method for Measuring Asperity Height of Textured Geomembrane". 3. Latest version of the Geosynthetic Institute (GSI): a. Geosynthetic Institute Standard Specification GM-6, "Pressurized Air Channel Test for Dual Seamed Geomembranes". b. Geosynthetic Institute Standard Specification GM-9, "Cold weather Seaming of Geomembranes". 02778-3 EXHIBIT'A'-Page 157 of 356 c. Geosynthetic Institute Standard Specification GM-13, "Test Methods, Properties and Testing Frequency for High Density Polyethylene (HDPE) Smooth and Textured Geomembranes". d. Geosynthetic Institute Standard Specification GM-17, "Test Methods, Properties, and Testing Frequency for Linear Low Density Polyethylene (LLDPE) Smooth and Textured Geomembranes". e. Geosynthetic Institute Standard Specification GM-19a, "Seam Strength and Related Properties of Thermally Bonded Homogeneous Polyolefin Geomembranes/Barriers". 4. Daniel, D.E. and R.M. Koerner, (1993), Technical Guidance Document Quality Assurance and Quality Control for Waste Containment Facilities, EPA/600/R- 93/182. 5. U.S.E.P.A., (1991), Technical Guidance Document: Inspection Techniques for the Fabrication of Geomembrane Field Seams, EPA/530/SW-91/051. 6. National Sanitation Foundation (NSF) Joint Committee on Flexible Membrane Liners, (1993), Standard 54, Flexible Membrane Liners, NSF International. H. SUBMITTALS 1. The Contractor shall submit to RR the following information on geomembrane production: a. Manufacturing quality control certificates shall be signed by responsible parties employed by the Manufacturer(such as the production manager). b. The quality control certification shall include, at a minimum: 1) Manufacturer's name; 2) product information; 3) roll number; 4) roll dimensions; 5) Results of quality control tests (as required by the QAM and these Specifications), including a description of the test methods used. c. Proposed geomembrane panel layout (at least 7 days prior to mobilization of crews). Once the panel layout is approved, the Contractor may not substantially change the layout without permission of the Authorized Representative. I. CONSTRUCTION QUALITY ASSURANCE 1. The installation of geomembrane shall be monitored as specified in this section and as outlined in the QAM. 02778-4 EXHIBIT'A'-Page 158 of 356 2. The Contractor shall be aware of the activities outlined in the QAM and shall account for these CQA activities in the installation schedule. PART 2— PRODUCTS 2.01 MATERIALS A. GEOMEMBRANE LINER 1. Geomembrane liner shall be made of embossed (textured), polyethylene (PE), as noted on the Contract Drawings. Required nominal liner thicknesses shall be 60 mil for both smooth and textured high density (HDPE) geomembrane. 2. HDPE geomembrane used shall meet, at a minimum, the standards included in GM-13 and the tables at the end of this section. 3. Textured Geomembrane is required on all areas with slopes greater than 2% to receive geomembrane, as noted on the Drawings. The method and degree of texturing shall be approved by the Geosynthetic QAC. The texturing shall be consistent among rolls and consistent with the samples approved by the Geosynthetic QAC. 4. The chemical resistance of the geomembrane liner shall be in keeping with typical properties of high quality polyethylene products currently available through commercial sources. 5. Geomembrane liner shall be shipped rolled and packaged so as to avoid damage during shipment. Transportation, handling and storage of the geomembrane rolls shall be in accordance with the requirements outlined in the QAM. 6. No reclaimed material (that is, material that has seen previous service) shall be allowed in the Geomembrane sheet. 7. No regrind material (that is, material that has been previously processed but has never seen previous service) shall be allowed in the Geomembrane sheet. 8. The Geomembrane shall be free of pinholes and reasonably free from surface blemishes, scratches and other defects as judged by the Geosynthetic QAC. 9. Each roll of geomembrane shall be identified (in permanent markings) with the manufacturer's name, lot number, roll number, length and width. 10. Manufacturer's Certification documentation shall be provided to the Geosynthetic QAC prior to the material being shipped to the project site. If the results contained in the manufacturer's certifications do not meet or exceed the quality control requirements of these Specifications, the material shall be considered out-of-specification and rejected. At the option of OWNER, additional testing may be performed at the manufacturer's expense to "bracket" the portion of the non-conforming materials or to qualify individual rolls. This procedure is valid only when the rolls of material are consecutively produced and numbered from one manufacturing line. To isolate the out-of-specification material, additional 02778-5 EXHIBIT'A'-Page 159 of 356 samples may be taken from the rolls that have roll numbers immediately prior to and following the roll that was sampled and failed. If both additional tests pass, the roll represented by the initial failed test shall be rejected. If one or both of the additional tests fail, the material from that lot shall be rejected unless additional testing is approved by the Owner and the Geosynthetic QAC. PART 3— EXECUTION 3.01 CONSTRUCTION ACTIVITIES A. GENERAL 1. A preconstruction meeting shall be held to coordinate the installation of the geomembrane with the installation of the other components of the liner system. 2. The Geomembrane Liner shall be deployed/installed as soon as practical after completion and approval by the Geosynthetic QAC and Contractor of the soil subgrade or portion thereof. Each sequential section of liner shall be secured by sandbags, anchor trench, continuous welding to the adjacent sections, or other method approved by the Geosynthetic QAC. 3.02 GEOMEMBRANE INSTALLATION A. SURFACE PREPARATION 1. Surfaces to receive liner installation shall be relatively smooth and even, and free of excessively soft or wet soils, ruts, voids, protrusions, and deleterious material. Vehicles leaking contaminants or causing ruts, pumping, or deformation of surface of the soil liner greater than 1.0 inch (25mm) or otherwise unacceptable to the Geosynthetic QAC are not permitted on final dressed surfaces unless authorized by the Geosynthetic QAC and OWNER. Any damage to the surface caused by the Contractor's vehicles shall be repaired at the Contractor's expense. B. ANCHOR TRENCH 1. An anchor trench (as illustrated in the Contract Drawings) will be required at the liner perimeter to secure the Geomembrane. The Contractor shall take precautions to minimize loose soil underlying the geomembrane in the anchor trenches. The time schedule for excavation and backfilling of the anchor trench is to be approved by the OWNER so that excessive desiccation of trench soils does not occur prior to backfilling. C. GEOMEMBRANE DEPLOYMENT 1. Both the Geosynthetic QAC and Geosynthetic Installer must accept, in writing, the condition of the subgrade prior to the start of the deployment of the geomembrane. 2. Unroll only those sections which are to be seamed together or anchored in one day. Panels should be positioned with the overlap recommended by the 02778-6 EXHIBIT'A'-Page 160 of 356 manufacturer, but not less than 3 in. (76 mm), after the necessary alignment and cutting. The edge of the upslope sheet shall be positioned above the edge of the downslope sheet in a shingle-like fashion. The Geomembrane Liner sections will be placed in an anchor trench which is then backfilled with compacted soil as shown on the Drawings. 3. After panels are initially in place, remove as many wrinkles as possible to the satisfaction of the Geosynthetic QAC. The geomembrane liner shall be allowed to "relax" before beginning field seaming. The purpose of this is to make the edges which are to be bonded as smooth and free of wrinkles as possible. 4. Once panels are in place and smooth, commence field seaming operations, in accordance with the QAM. 5. At the end of each day or installation segment all unseamed edges shall be anchored by sand bags, or other methods approved in advance by OWNER. Staples, U-shaped rods or other penetrating anchors shall not be used to secure the geomembrane. Any damage to the liner due to wind, rain, hail, or other weather shall be the sole responsibility of the Contractor. D. FIELD SEAMING 1. The primary method of field seaming shall be dual track fusion welding. Field seaming may be extrusion or fusion welding or a combination of these methods. Solvent welding of (PE) geomembrane is not acceptable. The Geosynthetic QAC and OWNER reserve the right to reject any proposed seaming method believed to be unacceptable. Additional concepts and requirements of proper field seaming include the following: a. All foreign matter (dirt, water, oil, etc.) shall be removed from the edges to be bonded. For extrusion-type welds, the bonding surfaces must be thoroughly cleaned by mechanical abrasion or alternate methods approved by the OWNER and the Geosynthetic QAC to remove surface oxidation and prepare the surfaces for bonding. The grinding shall be performed so that grind marks are generally perpendicular to the edge of sheet. No solvents shall be used to clean the Geomembrane Liner. b. Tack welds (if used) shall use heat only; no double sided tape, glue or other method will be permitted. c. The completed liner shall not exhibit any "trampolining" at the time the protective cover is placed over the Geomembrane. d. On sideslopes the seams should be oriented parallel to the line of maximum slope (i.e., oriented up and down) not across the slope. In corners and odd shaped geometric locations, the number of field seams should be minimized. e. No horizontal seams should be within 1.5 m (5 ft) of the toe or the crest of the slope. 02778-7 EXHIBIT'A'-Page 161 of 356 f. In general, all "butt seams" or"end of roll seams" shall be staggered at least 5 feet on slopes steeper than 5H to 1V, or at the discretion of the Geosynthetic QAC. g. No seaming should be attempted above 120°F ambient air temperature. Below 32°F ambient air temperature, preheating of the geomembrane will be required, unless it is demonstrated that this is not necessary (i.e., acceptable trial test (start-up) seams which duplicate actual field conditions). Preheating may be achieved by natural and/or artificial means (e.g., shelters and heating devices). Procedures set forth in GM9 shall be utilized during periods of inclement weather. h. A moveable protective layer of plastic (or rub sheet) may be required, as recommended by the Geosynthetic QAC, to be placed directly below each overlap of geomembrane that is to be seamed, to prevent any moisture build- up between the sheets to be welded. The protective layer must be removed after seaming is complete. i. Seaming will extend to the outside edge of panels to be placed in anchor trenches. j. If required, a firm working surface should be provided by using a flat board or similar hard surface directly under the seam overlap to achieve proper support. The working surface must be removed after seaming is complete. k. No excessive grinding prior to welding shall be permitted. Overground or improperly ground areas shall be replaced at the Geomembrane Contractor's expense. I. Seams at panel corners of 4 sheets shall be completed with a patch having a minimum diameter of 24 inches which is extrusion welded to the parent sheet. Open ends of all air channels must be sealed. 3.03 GEOMEMBRANE TESTING A. All Geomembrane seams will be tested and evaluated prior to acceptance. Testing of the seams shall be conducted by the Contractor under observation by the Geosynthetic QAC. The Geosynthetic QAC or a designated, independent geosynthetics laboratory may perform additional testing, as required by these Specifications or as required in the judgment of OWNER and/or the Geosynthetic QAC to verify that the geomembrane sheets and seams meet the specifications. Testing requirements are detailed in the following sections. 02778-8 EXHIBIT'A'-Page 162 of 356 B. CONFORMANCE TESTS: Unless otherwise approved by OWNER, all conformance testing required by both these specifications and the QAM shall be performed and approved by the Geosynthetic QAC prior to shipping the geomembrane to the project site. C. TRIAL TEST SEAMS: The Contractor shall maintain and use equipment and personnel at the site to perform testing of trial test seams. Test seams will be made each day prior to commencing field seaming. These seams will be made on fragment pieces of geomembrane liner to verify that seaming conditions are adequate. Such test seams will be made at the beginning of each seaming period, at the discretion of the Geosynthetic QAC, and at least once every four hours during continuous operation of each welding machine. Also, each welder/machine combination shall make at least one test seam each day of seaming operations. Requirements for test seams are as follows: a. The test seam sample shall be at least 0.9 m (3 ft) long by 0.3 m (1 ft) wide with the seam centered lengthwise. Six adjoining specimens 25mm (1 in) wide each shall be die cut from the test seam sample. These specimens shall be tested in the field with a tensiometer for both shear (3 specimens) and peel (3 specimens). Test seams shall be tested by the Contractor under observation of the Geosynthetic QAC or designated representative of the OWNER. The Contractor shall supply all necessary knowledgeable personnel and testing equipment. A passing fusion or extrusion welded test seam shall be achieved when the criteria described in these Specifications are satisfied. Additionally, the specimens shall not fail in the weld. If a test seam fails, the entire operation shall be repeated. If the additional test seam fails, the seaming apparatus or seamer shall not be accepted and shall not be used for seaming until the deficiencies are corrected and two consecutive successful full test seams are achieved. Test seam failure is defined as failure of any one of the specimens tested in shear or peel. For dual track weld seams, both welds shall meet the test seam criteria. b. The Technical Representative shall observe all test seam procedures and shall also log the date, hour, ambient temperature, number and temperature setting of seaming unit, name of seamer, and pass or fail description. D. NON-DESTRUCTIVE TESTING 1. All production seams shall be tested by the Contractor using non-destructive techniques. The Contractor shall perform all pressure and vacuum testing under the observation of the Geosynthetic QAC or Representative. Requirements for non-destructive testing are as follows: a. Extrusion Weld Seams — The Contractor shall maintain and use equipment and personnel at the site to perform continuous vacuum box testing on all extrusion weld production seams. The system shall be capable of applying a vacuum of at least 5 psi. The vacuum shall be held for a minimum of 10 seconds for each section of seam being tested. The testing shall be in accordance with the ASTM D5641 b. Dual Track Weld Seams — The Contractor shall maintain and use equipment and personnel to perform air pressure testing of all dual track weld seams. 02778-9 EXHIBIT'A'-Page 163 of 356 The system shall be capable of applying a pressure of at least 27 to 30 psi. Pressure loss tests shall be conducted in accordance with the procedures outlined in "Pressurized Air Channel Test for Dual Seamed Geomembranes," Geosynthetic Institute Test Method GM-6. 2. Any portion of the geomembrane exhibiting a defect or flaw, or portion of seams failing a destructive or nondestructive test, shall be repaired and non- destructively tested in accordance with the QAM. The final decision as to the appropriate repair procedure shall be agreed upon between the Project Manager, Installer, and Geosynthetic QAC a. Each repair shall be nondestructively tested as appropriate. Repairs that pass the nondestructive test shall be taken as an indication of an adequate repair. b. Repairs that have been completed by "capping" or overlaying the defective area with identical geomembrane material requiring over 150 linear feet of welding shall require destructive testing. E. DESTRUCTIVE TESTING 1. Destructive testing shall be performed on an average of every 500 linear feet of production fusion seam and every 400 linear feet of production extrusion seam. The locations shall be selected by the Geosynthetic QAC. 2. Sufficient samples shall be obtained by the Contractor to provide one sample to the archive, one sample to the Geosynthetic QAC for laboratory testing, and one sample to be retained by the Contractor (if requested by the Contractor). 3. Each sample shall be large enough to test five specimens in peel and five specimens in shear. A passing destructive test must meet the minimum requirements set forth in Geosynthetic Institute Test Method GM-19a. All samples must fail in film tear bond (FTB). 4. Seams whose destructive samples do not pass the shear and peel test shall be re-sampled from locations at least 10 feet on each side of the original sample location. These two re-test samples must pass both shear and peel testing. If these two samples do not pass, then additional samples shall continue to be obtained until the questionable seam area is defined. All initial failing destructive samples shall be bound by subsequent passing destructive tests or the beginning or end of welding. 5. Requirements for destructive testing are as follows: a. All tests shall be performed using a calibrated, motor-driven, strain-controlled tensiometer approved by the Geosynthetic QAC. b. Peel shall be measured for one sample (that is, five specimens). Peel tests shall be performed for each track of the dual track welding machine and evaluated for the criteria described in these Specifications. 02778-10 EXHIBIT'A'-Page 164 of 356 c. Shear shall be measured for one sample (that is, five specimens). Shear tests shall be evaluated for the criteria described in these Specifications. 6. The Geosynthetic QAC, or an independent geosynthetics material testing laboratory approved by the Geosynthetic QAC and OWNER, shall perform destructive seam testing for both peel and shear. The Geosynthetic QAC shall evaluate test results in accordance with these Specifications. 7. The Geosynthetic QAC shall be responsible for the archive specimens. He shall assign a number to the archive samples and mark the samples with the number. He shall also log the date, seam number, approximate location in the seam, and field test pass-or-fail description, if applicable. The Geosynthetic QAC shall maintain possession of the archive samples until the CQA Report has been accepted by IDEM. Following acceptance of the CQA Report by IDEM, the archive samples will be discarded. 3.04 REPAIR OF DAMAGED AND SAMPLED AREAS A. Damaged and sample coupon areas of Geomembrane shall be repaired by the Contractor by construction of a cap strip/patch. No repairs shall be made to seams by application of an extrusion bead to a seam edge previously welded by fusion or extrusion methods. Repaired areas shall be tested for seam integrity. Damaged materials are the property of the Contractor and shall be removed from the site at the Contractor's expense. The Contractor shall retain all ownership and responsibility for the Geomembrane until acceptance by OWNER. The Geomembrane shall be accepted by OWNER, after the installation and repairs are complete, and after OWNER has received documentation for the completion of the installation by the Geosynthetic QAC. 3.05 POTENTIALLY DAMAGING ACTIVITIES A. No support equipment used by the Contractor shall be allowed on the Geomembrane unless the equipment and protective measures are approved by the Geosynthetic QAC. Light-weight portable generators must be placed on protective rub sheets, and stands or supports shall be adequately padded to prevent potential damage to the rub sheet or Geomembrane. All-terrain-vehicles (ATV's) may only be operated on the Geomembrane if deemed necessary by the Geosynthetic QAC and approved by OWNER. If used, an ATV shall have sufficiently low bearing pressure to prevent damage to the Geomembrane. Wheels of ATV's must be thoroughly cleaned to remove stones and other deleterious material prior to operation on the Geomembrane. Personnel working on the Geomembrane shall not smoke, wear damaging shoes, or engage in any activity which damages the Geomembrane. END OF SECTION 02778-11 EXHIBIT'A'-Page 165 of 356 v, a ° U o U c ° _ -a a L, 8 o rn o a � � _c o - o o L) O °p o U C) � O co C. N N co c) I N O O LC) CO o 3 > EO ) ) U) N � CD O O Z L!> d Z O N N Z cc ✓ C = N C • UU 4- 4 o C d - 0- 0- a) a g CS •n E (CM O U) o U) U) U) U) Ca E a) L DO Q C. 0 OOQ Q Q m -o N O 4-• LL Q- OO N 0O C. O OOZ Z Z o C +, O fl O O CDO _o n p a) N Lo T N N LC) In m o aa)) U I- C o c > o N m D .0 6 U Q o a) •= as E .L N E M E -• I)w O r=+ C 0 U) U) U) U) U) (n U) C C C fa E 0 L N O '++ 3 O O < O O O O O E a) Vco o 'p co U) U) 00 Z 00 000 L E c'_ `~ C) a Q 0 CD _0 OO 000 O O 'c) cN c a) c" C C ~ � )OLO 00 00� 0 L w > c = a) coiv U) U) c o m O -o I. Q Q U C o a) 00 N [a o E o co E 2 (a 'O CO E > O ,_ a)) N o t/) N p U fl N O N O U7 CO U) v as O U O co Q O .J a) C7 -a d- Q d- r) I- CO L() IC) Lf) LX) L() a) a) N E p O >' N O () 6) CO 0) O) CO O CO O CO a) 5.Cm-cmioU) aoi W rn ch O CO CO IC) CO CO CO CO Co O c n U a) T c & d - LC) Lt) CO LO v— v u) N LC) CO LC) LC) CO Lf) CO L() c m O CO O..0.v a) LO O a a 0 v 0 a 0 0 0 0 a a o E Q.c (o..@ =t N I � c�o 2 2 2 2 02 2 2 2 2 -0 -ccornmrn2 ° >� 1 N I- O0 H HHH 2H H I- I- I- I- H H -0 a) c a>)Laa)) P2H2 00 p d (n 2 (A on (n H (n w U) U) Cl) U) Cl) Cl) o -0 m 3°s a C O , h. p I- Q H 2 Q Q Q Q co Q Q Q Q Q Q Q Q 2 -0'�,a)-0 - U cd '- N E (nH Q N - o� > °) 3 (a- 0 O co Q (n aa)) N o c `� 92s �To 0 Q 3 C Q N N co o c a) - >. a) O Q T= 'ED 0) • O V 0 EO 4�O a) J 0 a up cn EiCDmU as 3 Nye >, c) > U Z C o)_ co o L o a) � Q m LdQ �O c>o°I_ N 2 ..I (0 ) 0VNNoU1-NLooO . f70 (B L X N -'O rU) a(Q -0 U) U) cNO� a a) H c, - cO O,, E06saNE co (0 (0 0_C-0� 00 O +L-' N CV) U O O) 73 U) U) U) c o-ca_c m o o as a) LC) •C C a N N a)�6.a) N> 3 > — U) (6 (a p)Q,,.L a) m a) c U) --� '^ -O m c U Q c o, U) 7 C) (I) N o a'0 °' E - non 3 (/) 0 > '(� o o L N N N ON 4 �+ jo c 22 I I N.wLi)g;3i= mom-caiov i E o = io"c g 2-a.m2 m N O U) _ o U) () i)"00c) > ' >=-ca)'t Q 4- N H > > m m C4 0 o a) fl p O O c > o, o0 ) o .) a) co._ a � o >, > � � c � � > c oo � a•° N� a =4).- oa CO Mas . c c co E (o (o N m� C L a a co-0 L — C •� - C C c 'c N N N �L' •c O O (.0 .� U) N C H O � 0 E O o 2 n) N-o = E o C . t (a (o c � c •� c 0 O OO a) R O Lrn�� 0mcoioa) �= • �_ Q L mc N cc U U Q O N c 0 N •• O 5 cc T E 2 0 O N .N.� E > > X U) U) c V) Y Y Y -o (0 U) U -6 U) Y,N E 00 N N O i N �1 to .c .c E OL O 0 N IZ' (6 (0 (6 i s c (U 2- a f�6 (0 i d Caa 2 2 L ca -t 5> ai u) `.d � W N N U) U coon > 2 o _, •O) 2 o , N 2 o = 2mH5UH=HZDH C N N co co (7) Q-' 0 0O -Q RI a) a) .N^... a i co I�00 orn • J J O U) m m U) = '- (6 (0 X > H OH EHO O) 00O as _oO as _a0 (a _o o) EXHIBIT'N-Page 166 of 356 US o 0 o • . • q) - C o L 0 C C_ -a d 1 o o •E 0) a - - L o c6 E E o o o ' ca E - - 0 O � O7cp N I p i< coZ O Cr> Z ' ' `- rn O) O O O Z 0 a O N sq- CC R 3 OL 0 CoD- N - O u) _ ccoo d L 0 0 DC 0 Q O O Q Q Q N a 2 LL O- 0 -0 O O N O O Z Z Z co O f• �/) OHO QO� CD 0 0_ • d N N N co aj Co aj a H 0 a) al0 U V N C E L... N N P C C L 0 0 0 0 0 N i a) v 0 CT or a- o- � Cr Cr (0 (o N = a) N 0 a = C O L W u) u) u) u) fn u) Co E co L x m C) 47, d a 00 00 Q 000 C C N "V« O N 3c\J E E CO c .- 8 Es a) I a)RS US d Q >00 00 Z 000 O 0 '3 v- 'E. ns _ ~ L O O 0 0 O O O L L cu Q a} N E co as L!') in Lf) in LL) LS7 L() O N 0 _ N .0 m w Q Q rn N V 5 E -, 0 0 N a) E O 00 co E 47 OI E dN . O � O, O 'O o) O D_ ^C 0 oC c ) CO m n o= m a CO 'Cl- CO \ CO IC IC - IC LC CO L a) ',30u)co = W 0 O CO 0 ' O CO C N co O) O) OD N O) CO C") O) CO N Co m 2 io 0 c a s rn H C) CO CO v— LU CO CO N- CO CO N CO CO C ••=Co > co 0 0 co 0 0 0 0 CO 0 0 CO 0 0 CO 0 = ° O N-.O. =L Cr) m v � I-1 0 22 � 2 02 2 22 2 22 2 2 CD o.„ > a°') cC CO CO � a) CO (n 2 co co 2 0 H co co U) U) co co U) U) Cl) o m 3 0 "a =O a) H < Q � 2 QQ � Q (� Q < QQ < QQ Q Q L N.a)0. 8CO o Cl �C U) H Q �.E� > a? 3 co2C p a) Q (n Q NE � c `� �L0a) J Q = cc- n2omv 0 =V >o „moo � >a'a)C7 • — -- E > N 5 CO N _C • s- ,- Eo 3-Co O O €Q O m4H w 'a d -0 a— H N L O o O N Q >> rn 7_ 22CD _ m mcna�a 10 - U) U) = X N N. �S-a „cn f° co I— 0 9= c)co E N c cu N N J (� ".'.OL (] 00O N.L.' („) L ID -0 U O) O) M O 5 3 CD a) Q) U) D N N O Co L Co O N N N _C C u) -0-4) n5 _ O> >L.' cn RI u) 7 O a) Q L Q)i N 0-i• N � N N N L L O =_co E L n m 0 Ncrs o o 1D E o)m N w `nNN aEi 24 C O a) j 0 E CC I I � CO cj) C �L = N L 0 E L ^ —• O =M 0 0=-0.�0 CCo ^ .Ni ^ c. > > u) -O-co C O N O N Q N-) O O � N > c N - ... (o co acim�� 0NOLn coc d ^D O, ; O C N CD O (0 N C N C E-1 Co co".'-0 Co 0-0s N O a) C co > E > E N 0 Co Co•- u) N N C N +' > C C N > N O C N - co (� O L co C N O co N CO N C (o V C C I- m c'N 0 0 N Y-0J-0 C o o to C N N a ) ~ 00 E O E 0 E•cg0'50E5a'f° c c- - If C N N N N a) co Y V o 0 N 5= = E a) O al U) (n O u) .0 H L In H_ L ._. _H L c w m 5 CD.� E CoC L 73 `� 77 � f � U U) j 0 ° 0 vi) 00 0 cCn a) 0 co N NONQCOao r; w � � 0C tZ � �� U U U � � N C—0ECo a°iL v) .0 .0 2 E OL L O U) CC (0 0 (o (o - (6 i CL C N - CL E3 (6 L CL N N c6 L.U)L 5> N co L 03 m O D o 0 O ) 73 O Q2mOUH=HZDH V) �CL (I) W N 0 U) > C C O) C _C .N C L Y N ( u) N N ) u) L AD CO 2 C (n 2 fx (n 2 `' ``).a`� C aao 21.:. V O O Q- C C L L (6 C U) L L _ N . _c J J cA a) N m co N C s- RI RIX > H < OH HCLU) E 000 (- -C) 0 (13 -C) 2 63 tea) EXHIBIT'N-Page 167 of 356 SECTION 02779 GEOSYNTHETIC CLAY LINER PART 1 — GENERAL 1.01 WORK DESCRIPTION A. WORK INCLUDED 1. In the event that the liner option selected for this project is the option that includes a geosynthetic clay liner (GCL) in the final liner, this section will govern the supply and installation of the GCL. 2. The Contractor shall ensure that all pre-construction testing, including interface friction testing, has been completed and prior to placing a final order for the geosynthetic clay liner materials to be utilized in the composite liner system for the storm water pond. 3. Furnish all labor, equipment, materials and supervision to install the geosynthetic clay liner (GCL) including, but not limited to liner layout, seaming, patching, and testing, and all necessary and incidental items required to complete the work, in accordance with the Drawings and these Specifications. 4. The Contractor shall be prepared to install the GCL in conjunction with other components of the liner system. 5. Sufficient GCL shall be provided to cover all areas indicated on the drawings, including overlaps, and repairs. 6. In the event that the Contractor uses Subcontractors, the same party shall install the geomembrane and the GCL. B. RELATED WORK SPECIFIED ELSEWHERE 1. Section 2300: Earthwork 2. Section: 02778: HDPE Geomembrane C. REFERENCES 1. Construction Quality Assurance (CQA) Plan. 2. Latest version of American Society for Testing and Materials (ASTM), and other standards: a. ASTM D 4354, "Sampling of Geosynthetics for Testing." b. ASTM D 5084, "Permeability (Hydraulic Conductivity) of Undisturbed or Remolded Samples of Soil." c. ASTM D 5889, "Quality Control of Geosynthetic Clay Liners." 02779-1 EXHIBIT'A'-Page 168 of 356 d. ASTM D 5890, "Swell Index Test." e. ASTM D 5891, "Standard Test Method for Measurement of Fluid Loss of Clay Mineral Component of Geosynthetic Clay Liners" f. ASTM D 5889, "Quality Control of Geosynthetic Clay Liners." g. ASTM D 6766, "Standard Test Method for Evaluation of Hydraulic Properties of Geosynthetic Clay Liners Permeated with Potentially Incompatible Aqueous Solutions". 3. Geosynthetic Institute Test Method GCL3, "Test Methods, Required Properties, and Testing Frequencies of Geosythetic Clay Liners (GCL)". D. SUBMITTALS 1. Prior to shipment of the GCL, the Contractor/Manufacturer shall provide the Geosynthetic QAC with a certificate signed by an authorized representative of the Manufacturer stating that the product supplied has been tested for the properties identified in these Specifications. The certificate shall include: a. roll numbers and identification, and b. results of quality control tests, including a description of test methods used. 2. Uncertified material shall be removed and replaced with new material by the Contractor at no cost to OWNER. E. CONSTRUCTION QUALITY ASSURANCE 1. The installation of geotextiles shall be monitored as specified in this section and as outlined in the Construction Quality Assurance (CQA) Plan. 2. The Contractor shall be aware of the activities outlined in the CQA Plan and shall account for these CQA activities in the installation schedule. PART2— PRODUCTS 2.01 GCL A. PROPERTIES 1. The GCL shall consist of granular sodium bentonite clay needlepunched between two nonwoven geotextiles. CETCO Bentomat DN and Agru GeoClay 66NN are pre-approved for use provided the manufactured materials meet the project specifications. 2. Contractor shall provide the manufacturer's certification that the material properties meet or exceed the values in these Specifications. Contractor shall not furnish products specifically manufactured to meet these Specifications unless authorized by OWNER. 02779-2 EXHIBIT'A'-Page 169 of 356 3. Contractor shall provide manufacturer's certification of the rate at which bentonite has been applied to the geotextile or geomembrane. 4. In addition to the property values listed in these Specifications and the QAM, the GCL shall retain its structure during handling, placement, and long-term services. 5. Prior to using an alternate GCL, Contractor must furnish independent test results demonstrating that the proposed alternate material meets all of this specification. Contractor must also provide evidence of successful use of the proposed alternate material on past similar projects. B. PACKING AND LABELING 1. GCL's shall be supplied in rolls wrapped in relatively impermeable and opaque protective covers and marked or tagged with the following information: a. Manufacturer's name; b. product identification; c. lot or batch number; d. roll number; and e. roll dimensions. C. TRANSPORTATION 1. Transportation of the GCL shall be the responsibility of the Manufacturer. The Manufacturer shall be liable for all damages to the materials incurred prior to and during transportation to the site. Once the material has been delivered to the site, the Contractor shall be liable for all damages to the materials incurred during storage and installation. D. MANUFACTURING QUALITY CONTROL 1. The GCL shall be subject to quality control and conformance testing to assure that the materials provided meet the minimum performance requirements. Sampling can be carried out on sacrificial portions of the material or may be obtained and tested at the plant by an independent third party, approved by the Geosynthetic QAC, prior to shipping. 2. Quality Control Tests a. The Manufacturer shall verify that the surrounding geotextile meets the corresponding Manufacturer's specification and the minimums listed in these Specifications for that product. b. Contractor shall provide manufacturer's verification that the geotextile has been inspected continuously for the presence of broken needles. The Manufacturer shall employ a method acceptable to the Geosynthetic QAC for removal of broken needles. 02779-3 EXHIBIT'A'-Page 170 of 356 c. The Manufacturer shall verify the proper mass per unit area of bentonite has been added to the product. d. All materials shall be tested in accordance with the Manufacturer's quality control program. This testing shall be performed by the Manufacturer. Samples not satisfying the Manufacturer's specifications shall result in the rejection of the applicable rolls. At the Manufacturer's discretion and expense, additional testing of individual rolls may be performed to more closely identify the noncomplying rolls and/or to qualify individual rolls. e. Contractor shall provide the manufacturer's certification of the quality of the rolls. The quality control certificate shall include: 1) roll numbers and identification; and 2) results of all quality control tests, including a description of test methods used. PART 3— EXECUTION 3.01 CONSTRUCTION ACTIVITIES A. GENERAL 1. Prior to implementing any of the work described in this Section, the Contractor shall become thoroughly familiar with all portions of the work within this Section, including the CQA Plan, as necessary for successful completion of the Work. 2. The Contractor shall carefully inspect the surface prepared to receive the GCL and verify that all work is complete to the point where the installation of the GCL may properly commence without adverse impact. 3. If the Contractor has any concerns regarding the installed work of other Sections performed in preparation for the installation of the GCL, he/she shall immediately notify the Geosynthetic QAC. Failure to inform the Geosynthetic QAC, or the installation of the GCL panels, will be construed as Contractor's acceptance of the surface prepared to receive the GCL. 3.02 STORAGE A. Storage of the GCL rolls shall be the responsibility of the Contractor. A dedicated storage area shall be selected at the job site that is away from high traffic areas, and is level, dry and well-drained. B. Rolls shall be stored in a manner that prevents sliding or rolling from the stacks and may be accomplished by the use of chock blocks. Rolls shall be stacked no higher than four rolls. C. All stored GCL materials and the accessory bentonite/BPA shall be covered with a plastic sheet or tarpaulin until installation. 02779-4 EXHIBIT'A'-Page 171 of 356 D. The integrity and legibility of the labels shall be preserved during storage. 3.03 GCL INSTALLATION A. CONFORMANCE TESTING 1. Prior to shipping materials to the site, samples of the GCL shall be tested for conformance by a laboratory selected by the Geosynthetic QAC for testing to ensure conformance with these Specifications. 2. Samples shall be taken at a rate in accordance with the table at the end of this Section and the QAM. Samples shall be taken from across the entire width of the roll and shall be at least 3 feet long or as directed by the Geosynthetic QAC. 3. In the event that the test results do not meet these Specifications, the rolls will be rejected. Additional testing may be performed at the discretion of OWNER to bracket the "out-of-specification" material. The Manufacturer may also perform additional testing, at no cost to OWNER. B. HANDLING AND PLACEMENT 1. Any GCL damaged by stones or other foreign objects, or installation activities shall be replaced at no additional cost to OWNER. 2. If white colored geotextile is used to encapsulate the bentonite, precautions shall be taken as necessary to prevent "snow blindness" of personnel. 3. The GCL shall not be installed on a saturated subgrade or on standing water. The GCL shall be installed in a way that prevents hydration of the mat prior to completion of construction of the liner system. 4. The GCL shall not be installed during precipitation, high winds or other conditions that may cause hydration of or damage to the GCL. 5. The GCL shall be installed as indicated by the Manufacturer or the Geosynthetic QAC. 6. Unless otherwise directed by the Geosynthetic QAC, geomembrane installation shall immediately follow the GCL installation. All GCL that is placed during a day's work shall be covered with geomembrane before the Contractor leaves the site at the end of the day. 7. A temporary geosynthetic covering (i.e. slip sheet or rub sheet) shall be utilized to minimize friction between the textured geomembrane and the GCL during deployment of the geomembrane. 8. Geomembrane shall not be placed on a GCL which is hydrated to a moisture content greater than 50% of the dry weight, or as directed by OWNER. 9. All hydrated GCL (saturated with water) shall be removed and replaced with new material by the Contractor at no additional cost to OWNER. 02779-5 EXHIBIT'A'-Page 172 of 356 C. OVERLAPS 1. All GCL's shall be overlapped. Along the length of the mat, the overlap shall be a minimum of 6 in. (150 mm) or as specified by the Manufacturer. Along the width of the mat, the overlap shall be a minimum of 1 ft (0.3 m), or as specified by the Manufacturer, or the Geosynthetic QAC. The edges of the GCL panels should be adjusted to smooth out any wrinkles, creases, or "fishmouths" in order to maximize contact with the underlying panel. 2. The overlaps shall not be nailed or stapled to the underlying materials. 3. To facilitate drainage in the event of precipitation, panels shall be placed from the highest to the lowest elevation within the area to be lined unless authorized by OWNER's Representative. Up-slope panels shall be shingled over down-slope panels in order that flow is over the seam and not into the seam. 4. After panels are placed, proper overlap orientation shall be established and the edge of the panel shall be pulled back to expose the overlap zone. Any soil or other deleterious material present in the overlap zone shall be removed. For needle punched non-woven geotextile GCL's, a fillet of granular bentonite, Volclay®, or other sealing material shall be poured in a continuous manner along the overlap zone at a rate of at least one-quarter pound per lineal foot, or as recommended by the Manufacturer. D. MATERIALS IN CONTACT WITH THE GCL 1. The Contractor shall place all materials above the GCL in such a manner as to ensure that the GCL is not damaged. 2. Equipment used for placing other materials shall not be driven directly on the GCL. 3. Installation of the GCL in appurtenant areas, and connection of the GCL to appurtenances shall be made according to the Drawings. The Contractor shall ensure that the GCL is not damaged while working around the appurtenances. E. REPAIR 1. Any holes or tears in the GCL shall be repaired by placing a GCL patch over the hole. The patch shall overlap the edges of the hole or tear by at least 1 ft (0.3m) in all directions or as recommended by the Manufacturer. Granular bentonite/BPA shall be applied around the damaged area prior to placement of the patch. Further, an adhesive approved by the Geosynthetic QAC shall be applied to affix the patch so that it is not displaced during geomembrane placement. 2. Care shall be taken to remove any soil or other material which may have penetrated the GCL. 3. All repairs shall be made at no additional cost to OWNER. 02779-6 EXHIBIT'A'-Page 173 of 356 4. Patches shall not be nailed or stapled. F. PRODUCT PROTECTION 1. The Contractor shall use all means necessary to protect all prior work, and all materials and completed work of other Sections. 2. In the event of damage, the Contractor shall immediately make all repairs and replacements necessary to the approval of the Geosynthetic QAC and at no additional cost to OWNER. 3. No support equipment shall be allowed on the GCL unless the equipment and protective measures are approved by the Geosynthetic QAC. If it can be demonstrated to the satisfaction of the Geosynthetic QAC that a low-ground pressure vehicle (i.e. rubber-tracted bobcat) can travel over the GCL without displacing the bentonite, the use of that piece of equipment may be approved to assist with the deployment of the geomembrane. Personnel working on the GCL shall not engage in any activity which damages the GCL. 02779-7 EXHIBIT'A'-Page 174 of 356 Testing Summary Table Geosynthetic Clay Liner(GCL) Material Test Manufacturer Conformance Required Test Properties Method QC Test QA Test Values Frequency Frequency Bentonite Swell Index(1) (min.) ASTM 100,000 lb NA 24 ml/2g D5890 Fluid Loss(1) (max.) ASTM 100,000 lb NA 18 ml D5891 Geotextile Mass/Unit Area ASTM 200,000 sf 200,000 sf 5.9 oz/yd2 D5261 Finished GCL Bentonite, Mass/Unit Area(2) ASTM 40,000 sf 80,000 sf 0.75 Ib/sf (min.) D5993 Moisture Content(max.) ASTM 40,000 sf 80,000 sf 35% D5993 Tensile Strength(3) (MARV) ASTM 40,000 sf 80,000 sf 23 lbs/in D6768 Peel Strength (min.) ASTM 40,000 sf 80,000 sf 2.1 lbs/in D6496 Hydraulic Conductivity(4> ASTM 270,000 sf NA 5.0 x 10-9 cm/sec (max.) D5887 Index FIux(4)(max) ASTM 270,000 sf NA 1.0x10-6 cm3/sec-cm2 D5887 Hydrated Internal ASTM 1 per project 1 per project 25° Shear Strength(5) (min.) D6243 Interface Direct Shear ASTM NA 1 per project 25° Testing(6) (min.) D6243 (1) Bentonite properties tests performed at a bentonite processing facility prior to shipment of GCL to production facility. (2) Reported at 0%moisture content. (3) All tensile strength testing is performed in the machine direction. (4) Deaired,deionized water at 5 psi maximum effective confining stress and 2 psi head pressure. (5) Specimens shall be hydrated under 125 psf normal load for 48 hours. Place normal load in increments of 1 ksf/min prior to shearing. (6) Peak values measured at 200 psf normal stress for a specimen hydrated for 48 hours. END OF SECTION 02779-8 EXHIBIT'A'-Page 175 of 356 SECTION 02920 SEEDING PART 1 — GENERAL 1.01 WORK DESCRIPTION A. WORK INCLUDED 1. The Contractor shall furnish all necessary material, labor, supervision, tools, equipment, supplies, facilities, transportation, and services required to seed all areas disturbed during this project with the exception of the following areas: a. The areas that are covered by gravel, riprap, concrete, or synthetic liner. B. RELATED WORK SPECIFIED ELSEWHERE: 1. Section 02300: Earthwork 1.02 PRODUCT HANDLING A STORAGE 1. Store lime, fertilizer, and seed in a dry area. 1.03 ENVIRONMENTAL CONDITIONS A SEASONAL REQUIREMENTS 1. Perform the seeding work between February 1 and May 15 or between August 15 and October 15, unless otherwise directed by RR, and at such time that the seeding will not be damaged by freezing temperatures, rain, or high winds. 2. GUARANTEE AND MAINTENANCE a. The Contractor is advised that he is required to establish and maintain uniform coverage of the specified stand of grasses and legumes for a period of one (1) year following completion of the initial seeding. b. If during the warranty period, it becomes evident that there are barren or sparse areas within the vegetative cover, or if any particular species is absent or weak, the Contractor shall take all steps necessary to meet these Specifications, at no additional cost to OWNER. This shall include the repair of designated erosion areas caused by the failure of the seeding. 02920-1 EXHIBIT'A'-Page 176 of 356 PART 2— PRODUCTS 1.01 MATERIALS A. COMMERCIAL FERTILIZER 1. Commercial Fertilizer shall conform to applicable State Fertilizer Laws. 2. Commercial Fertilizer shall be applied at rates determined through site-specific analysis described in these Specifications. B. LIME 1. The lime shall be agricultural ground limestone with a minimum total neutralizing value, calcium carbonate equivalent, of not less than 90 percent. At least 40 percent passing a No. 100 sieve and at least 95 percent passing a No. 8 sieve. 2. Be applied at rates determined through site-specific analysis described in these Specifications. C. GRASS SEED 1. The grass seed shall meet the specifications outlined in Section 914.04 of the INDOT Standard Specifications. The seed mixture to be utilized in all areas with slopes of less than three (3) Horizontal to one (1) Vertical shall conform to the Specifications outlined in Section 621.06(a) of the INDOT Standard Specifications. D. MULCH 1. The mulch shall meet the Specifications outlined in Section 914.05 of the INDOT Standard Specifications. PART 3— EXECUTION 3.01 NUTRIENT ANALYSIS A. All areas to be vegetated shall be tested for nutrient status before the soil amendments are applied and the seedbed prepared. B. The areas to be vegetated shall be divided into units no larger than ten (10) acres in size based on similar color, soil type, etc. The Contractor shall collect a minimum of five (5) subsamples from the upper six (6) inches of the topsoil placed in each unit and thoroughly mix the samples to derive one (1) composite sample for each ten (10) acre (max) unit. C. The Contractor shall submit the samples to a laboratory that will provide both test results and recommended application rates for both lime and fertilizer. All sampling must be representative of the area to be amended, and the analysis shall be done by a reputable laboratory and/or research facility approved by OWNER. 02920-2 EXHIBIT'A'-Page 177 of 356 D. A copy of all laboratory data and recommendations shall be provided to RR. Based on the results of these tests, RR will specify the final application rates for the lime and fertilizer. The Contractor shall inform RR, in writing, of the fertilizer supplier, the proposed formulation to be used, and the intended application rate PRIOR to delivery of any material. 3.02 LIME APPLICATION AND SEEDBED PREPARATION A. The area to be seeded shall be made smooth and uniform in accordance with the final grades shown on the Drawing, unless otherwise approved by RR. The seedbed shall be loosened to a minimum depth of six (6) inches with a disk. B. If the site specific nutrient analysis indicates that lime is required, the lime shall be applied as soon as practicable following the spreading of the topsoil and disked into the surface a minimum of six (6) inches. 3.03 APPLICATION OF SEED AND MULCH A. The seed and mulch shall be applied in accordance with the Specifications outlined in Section 621.05 of the INDOT Standard Specifications. B. The mulch shall be punched or crimped into the soil as specified in Section 621.05(c). In addition, Method A, B, or E shall also be utilized to secure the mulch on all slopes steeper than four (4) Horizontal to one (1) Vertical. 3.04 WATERING A. Water the area of newly sown grass seed for a period of four (4) weeks to promote germination and growth. The amount of water shall be sufficient to saturate the mulch cover and the upper'/z" inch of underlying soil. B. Water according to the following schedule unless otherwise directed: 1st Week Once every day. 2nd Week Once every other day. 3rd Week Once every third day. 4th Week Two times per week. C. During periods of ample rainfall, the water schedule may be modified to simulate the above schedule. END OF SECTION 02920-3 EXHIBIT'A'-Page 178 of 356 SECTION 03401 PRECAST CONCRETE MANHOLES PART 1 - GENERAL 1.01 DESCRIPTION A. This Work includes the construction and installation of precast concrete manholes and associated equipment for the landfill leachate transmission line construction. All concrete and construction used for structures and amenities shall provide the minimum performance as required for manholes defined in Section 720 of the INDOT Standard Specifications, latest revision. 1.02 QUALITY ASSURANCE A. Indiana Department of Transportation (INDOT) 1. The materials and methods of mixing and placing the concrete and installation of reinforcing steel shall conform to the most current applicable INDOT Standard Specifications. 2 .If there is a conflict between INDOT Standards and these Specifications, these Specifications shall govern. 1.03 SUBMITTALS A. Shop Drawings: Submit structure details including manhole cover slab, hatch and opening, and base structure details. B. Hatch Drawings and Details: Submit drawings and specifications for proposed metering manhole access hatch unit. C. Casting Information: Submit information on manhole cover castings to be used in precast covers. D. Weir Drawings: Submit drawings and construction details for weir plate in metering manhole. 1.04 PRODUCT DELIVERY, HANDLING AND STORAGE A. Store materials in manner to prevent deterioration and intrusion of foreign matter. B. Store equipment and materials to provide protection from damage or degradation prior to installation. 03401-1 EXHIBIT'A'-Page 179 of 356 PART 2 - PRODUCTS 2.01 MATERIALS A. Precast Manholes, Covers, and Bases: Materials per INDOT Section 720, latest revision. B. Manhole Hatch: Manhole access hatch shall have aluminum construction and all stainless steel hardware and fasteners. Hatch shall have non-watertight, hinged door with a 300 lb/square foot, minimum vertical load rating. Locking system shall include a Type 316 stainless steel slam lock with removable key. The access door shall include spring assist and have an automatic, hold-open arm. Access hatch shall be by Halladay Products or shall be an Owner-approved equal. Hatch interior opening shall be 24 inch by 24 inch. C. Weir Plate: Fabricate V-notch weir plate from 316 stainless steel. D. Manhole Castings: Cast iron manhole covers and frames shall meet the requirements of INDOT Section 910.05. Furnish an 8-inch deep, 24-inch nominal diameter frame and cover with anchor ring intended for embedding into concrete. Provide R-1776 manhole frames and covers as produced by Neenah Foundry or Owner-approved equivalent. PART 3 - EXECUTION 3.01 INSPECTION OF WORK A. Confirmation by RR that: 1. Excavation and bedding is according to the Drawings. 2. Water has been removed from excavations. 3. Piping is ready to be enclosed or mounted in manholes. 3.02 MANHOLE CONSTRUCTION A. Construct manholes in conformance with INDOT Section 720.03. Manholes shall be configured as indicated in the Drawings. Precast structures shall be cured to meet the INDOT-required concrete compressive strength prior to delivery to site. B. Prepare manhole bedding as shown in Drawings. Grade and compact bedding to provide intended grade for manhole structure with respect to pipe grade. C. Place manhole base beneath completed double-wall HDPE piping and place dog- house riser section on base and over piping with pliable joint gasket material 03401-2 EXHIBIT'A'-Page 180 of 356 between riser and base. D. For Metering Manhole, place base/riser structure and insert piping into holes in riser. Install the annular compression seal fittings on the piping and compress to seal against manhole walls. E. Hand-pack grout in riser walls to form soil-tight filling around HDPE pipes (all manholes excepting Metering Manhole). Support pipe at the proper height above the manhole base and fill the base with concrete grout to at least the pipe springline. Slope grout surface to drain toward the HDPE pipe. Cut required cleanout slots in double-wall HDPE piping after grout has cured. F. Place riser sections and manhole cover slab as needed. Use pliable joint gasket material between all riser and cover joints. 3.03 METERING MANHOLE CONSTRUCTION A. The Metering Manhole base section shall be cast monolithically with its base and lower sidewalls in a single piece. The inlet and outlet pipe holes shall either be cast, sleeved, or cored through the sidewalls to provide a smooth inner surface suitable for creating a water-tight joint with the annular pipe seal system. Note that the inlet pipe diameter will accommodate the 10-inch double-wall pipe and the outlet pipe diameter will accommodate the 6-inch single-wall pipe. Both penetrations are required to be water-tight. The elastomeric used for the pipe seal system shall be compatible with leachate contact. Fasteners for the pipe seal system shall be stainless steel. B. Form V-notch weir plate in a shop with properly configured V angle and outlet bevel. Perforate the weir mounting flanges for bolting. C. Place weir plate in the prepared base/riser section and caulk the mating surfaces between the weir plate and manhole with RTV Silicone caulk to create a water-tight junction along the sides and bottom of the weir plate. Drill and install stainless steel expansion anchors into walls and base to secure the weir. D. Grout the base of the Metering Manhole with a 6-inch thick grout layer. The grout surface on the upstream and downstream sides will be lower than the V-notch outlet. Form the grout on the downstream side of the weir to transition smoothly to the 6- inch HDPE pipe invert. Trowel grout surfaces smooth. E. Install 2-inch PVC carrier pipe to the side of the manhole on the upstream side of the weir using all stainless steel pipe clips and expansion anchors. The pipe will house the level measurement transducer. The top and bottom of the pipe will remain open. Leave the end of pipe about 1 inch above the bottom grout surface. F. Provide and install conduit large enough to pass the pressure transducer cable from the manhole to an external data collector enclosure (if used). 03401-3 EXHIBIT'A'-Page 181 of 356 G. If an internal data collector is used, provide stainless steel hardware to mount the collector within easy reach from the access hatch within the manhole. H. Install manhole cover with access hatch. I. Install protective bollards around Metering Manhole. END OF SECTION 03401-4 EXHIBIT'A'-Page 182 of 356 SECTION 15120 FLOW MEASURING EQUIPMENT PART 1 — GENERAL 1.01 DESCRIPTION A. This Work includes furnishing, installing, testing and initiation of operation of a flow sensor, connecting cable and remote enclosure with indicating, transmitting and controlling electronics for the metering manhole. B. System is to have no moving parts. The sensor may be either a submersible device or a liquid level sensing device that does not contact the flow. C. This Work also includes installing electric service to the leachate flow meter from the electric supply connection in the landfill office building designated by the OWNER. 1.02 QUALITY ASSURANCE A. All equipment specified under this section is to be provided and installed by a specialty contractor/subcontractor. This is to ensure that the equipment functions as a single, completely integrated, and functional monitoring system. B. Flow meter manufacturer— Company with a minimum of three years' experience specializing in manufacturing the products specified in this Section. 1.03 SUBMITTALS A. Submit shop drawings indicating control panel layouts, wiring connections and diagrams, dimensions and support points. B. Submit product data for each component specified. C. Submit manufacturer's installation and operating instructions. D. Provide copy of manufacturer's warranty. 1.04 PROJECT RECORD DOCUMENTS A. Accurately record actual locations of control equipment. Revise diagrams included in Drawings to reflect control device connections. B. Provide minimum of two copies of record drawings. C. Provide survey data showing location and elevation of electric supply cable serving the flow meter. 15120-1 EXHIBIT'A'-Page 183 of 356 1.05 OPERATION AND MAINTENANCE DATA A. Provide minimum of two copies of manufacturer's operation and maintenance procedures. Include recommended preventive maintenance procedures and materials. PART 2— MATERIALS 2.01 SENSING ELEMENT— PRESSURE TRANSDUCER A. The pressure transducer shall have corrosion-resistant construction of stainless steel and/or polyethylene components and shall be warranted by Manufacturer to be suited for continuous sanitary landfill leachate contact. B. The system shall be capable of providing a minimum pressure resolution of 0.004 pound per square inch (psi) with a maximum error of 0.03 psi. Pressure readings shall be stored in a data collector with the capacity to store at least 50,000 events consisting of Date, Time, and Pressure. 2.02 SENSING ELEMENT— ULTRASONIC SENSOR A. The sensor shall be capable of withstanding submersion to 10 feet maximum. B. Minimum sensor range shall be 8 inches. Maximum sensor range shall be 15 feet. C. Measurement accuracy shall be ±0.25% of the measuring range or 0.08 inches, whichever is greater. D. Sensor shall be constructed of PVC. E. Operating temperature range shall be from -40° F to 150° F. F. Sensor shall include an integral temperature sensor. Temperature sensors requiring separate mounting and wire runs shall not be accepted. G. Open channel flow monitor shall be Model OCF 6.1 as manufactured by Greyline Instruments, Inc. in Largo, Florida or approved equal by OWNER. 2.03 SENSOR CONNECTING CABLE A. Provide RG62AU coaxial cable, 25-foot continuous length, with waterproof, potted bond to the sensor head. B. Extended sensor cable shall be RG62AU coaxial to a maximum length of 500 feet. Cable shall be spliced with screw terminal connections for connection to NEMA 4 junction box. 15120-2 EXHIBIT'A'-Page 184 of 356 C. Level and temperature signals shall be conducted on one single coaxial cable. Separate or multiple conductor cables shall not be accepted. D. Sensor cable shall be installed in grounded metal conduit. 2.04 DATA COLLECTOR/TRANSMITTER A. The Data Collector shall be mounted in a NEMA 4X-rated enclosure either outside the Metering Manhole to enable ready access for inspection and data collection or shall be located inside the landfill building at a location determined by the OWNER. B. If the enclosure is installed outdoors, it shall have a thermostat controlled heater for operation at temperatures below freezing and for condensation protection. Also provide manufacturer's recommended sunscreen to permit mounting in direct sunlight. C. Data Logger capable of storing up to 2 million data points shall be included. D. Data shall be available to download from the collector in an Excel or CSV format. Data transfer from an external enclosure shall be via either a Bluetooth or Wifi wireless connection, a USB storage device, or a cable to a PC laptop device. Provide Owner with equipment, software, and training needed to perform data collection and transfers. E. The transmitter shall provide for field calibration to common primary metering devices, including the V-notch weir of the metering manhole, plus allow for entry of "K" and "n" values for calibration to nonstandard flumes, weirs or open channels. F. Calibration data shall be password protected and permanently stored through power interruptions for a minimum of 12 months. G. Field calibration shall allow selection and automatic conversion of measurement units, measurement span, high/low flow alarm relay and flow proportional relay pulse rates. H. Transmitter shall permit field programmable damping to smooth output in turbulent flow conditions, and programmable rejection time to disregard false signals from floating objects and spurious echoes. I. Transmitter display indicating level or flow rate, units of calibration, totalizer and relay states shall be visible without opening the cover. J. Transmitter electronics shall be surge protected on AC power input, sensor and 4-20 mA outputs. 15120-3 EXHIBIT'A'-Page 185 of 356 PART 3— EXECUTION 3.01 FLOW METER INSTALLATION A. Install devices and equipment and make electrical wiring connections in accordance with Manufacturer's instructions. 3.02 CONDUIT INSTALLATION A. No conduit smaller than 3/4-inch electrical trade size shall be used, nor shall any conduit have more than three 90-degree bends in any one run. Pull boxes shall be provided as required or directed. B. No wire shall be pulled until the conduit system is complete in all details. C. The ends of all conduits shall be tightly plugged to exclude dust and moisture during construction. D. All exposed conduits and fittings shall be secured by means of cast metal clips and backplates. E. Conduits terminating in all outdoor enclosures shall be terminated with conduit hubs. F. All conduits entering equipment enclosures above grade shall have explosion-proof seal fittings. 3.03 OUTLET, PULL AND JUNCTION BOXES A. For outdoor locations, cast boxes of appropriate size and type shall be used in accordance with the National Electrical Code. B. Pull boxes shall be of ample size to receive, without crowding, all conduits entering them. Boxes shall be accessible when in place. Boxes shall be sized in accordance with the National Electrical Code as a minimum size. C. Outdoor, above grade boxes and conduit system shall be NEMA 4 or 4X. 3.04 WIRES AND CABLES A. Wires shall be pulled into conduit carefully so as not to damage insulation or strain conductors. Splices of wires smaller than No. 8 may be made with Ideal insulated wire-nuts. Splices of wires No. 8 and larger shall be made with solderless connectors. Splicing shall be done only by experienced splicers using new, high- quality, approved materials. B. Splices in underground boxes shall be avoided and kept to a minimum. C. Where wires are terminated on screw terminals, compression-type, fork-tongue lugs shall be used. D. Where control, signal, alarm, and instrumentation wires are connected to terminals on blocks or equipment, the conductors shall be identified with markers. Terminal block positions shall be consistently identified. The entire wire system shall be consistently marked to correspond with vendor's and as-built drawings. 15120-4 EXHIBIT'A'-Page 186 of 356 E. Instrument wires shall be run in separate conduits from power wires. 3.05 SERVICE CIRCUIT BREAKER A. Panels shall be wall-mounted on a unistrut rack. The top of the enclosures shall be located 6 feet above finished floor or ground surface. 3.06 GROUNDING SYSTEM A. All electric power equipment shall be completely grounded, including enclosures and supporting equipment. B. Ground connectors, clamps, etc. shall be silicon bronze or equal. No ferrous hardware will be accepted. Tops of ground rods shall be one foot below grade. C. Exposed connections shall be made by means of approved grounding clamps. Exposed connections between different metals shall be sealed with No-Oxide Paint Grade A or approved equal. D. CONTRACTOR shall exercise care to insure good ground continuity, in particular between the conduit system and equipment frames and enclosures. Where necessary, jumper wires shall be installed. CONTRACTOR shall make complete resistance tests of the entire ground systems, using a megger ground tester or ground ohmmeter. All connections shall be tested for continuity. Additional ground rods shall be installed as required to achieve a maximum of 5 ohms ground resistance. E. Where the conduit enters the concrete manhole, the conduit shall have a grounding bushing. All bushings shall be connected together with a loop of No. 4 bare grounding cable. END OF SECTION 15120-5 EXHIBIT'A'-Page 187 of 356 CELL 4A/B CONSTRUCTION SPECIFICATIONS NEW PARIS PIKE LANDFILL Section C - Construction Quality Assurance Manual EXHIBIT'A'-Page 188 of 356 NEW PARIS PIKE LANDFILL QUALITY ASSURANCE MANUAL FOR THE INSTALLATION OF LINING AND FINAL COVER SYSTEMS December 2000 { EXHIBIT'A'-Page 189 of 356 QUALITY ASSURANCE MANUAL FOR THE INSTALLATION OF LINING AND FINAL COVER SYSTEMS TABLE OF CONTENTS PAGE 1.0 GENERAL 1-1 1.1 SCOPE 1-1 1.2 PARTIES 1-1 1.2.1 Project Manager 1-1 1.2.1.1 Definitions 1-1 1.2.1 2 Responsibilities 1-1 1.2,1.3 Qualifications 1-2 1.2.2 Designer 1-2 1.2.2.1 Definitions 1-2 1.2.2 2 Responsibilities 1-2 1.2.2.3 Qualifications 1-2 1.2.3 Manufacturer 1-2 1.2.3.1 Definitions 1-2 1.2.3.2 Responsibilities 1-3 1.2.3.3 Qualifications 1-3 1.2.4 Earthwork Contractor 1-3 1.2.4.1 Definitions 1-3 1.2.4.2 Responsibilities 1-3 1.2.4.3 Qualifications 1-3 1.2.5 Geosynthetic Installer 1-4 1.2.5.1 Definitions 1-4 1.2.5 2 Responsibilities 1-4 1.2.5.3 Qualifications 1-4 1.2.6 Soil Quality Assurance Consultant 1-4 1.2.6.1 Definitions 1-4 1.2.6.2 Responsibilities 1-5 1.2.7 Geosynthetic Quality Assurance Consultant 1-5 1.2.7.1 Definitions 1-5 1.2.7.2 Responsibilities 1-5 1.2.7.3 Qualifications 1-6 1.2.8 Soil Quality Assurance Laboratory 1-6 1.2.8.1 Definitions 1-6 1.2.8.2 Responsibilities 1-6 1.2.8.3 Qualifications 1-6 1.2.9 Geosynthetic Quality Assurance Laboratory 1-6 i EXHIBIT'A'-Page 190 of 356 1.2.9.1 Definitions 1-0 1.2.9.2 Responsibilities 1-6 1.2.9.3 Qualifications 1-6 1.2.10 Surveyor 1-7 1.2.10.1 Definitions 1-7 1.2.10.2 Responsibilities 1-7 1.2.10.3 Qualifications 1-7 1.3 COMMUNICATION 1-7 1.3.1 Lines of Communication 1-7 1 .3.2 Preconstruction Meeting 1-7 1.3.3 Progress Meetings 1-8 1.3.4 Authority to Meet with Regulators 1-8 2.0 DOCUMENTATION 2-1 2.1 DAILY REPORTS 2-1 2.1.1 Soils Reports 2-1 2.1.2 Geosynthetic Reports 2-1 2.2 TEST REPORTS 2-1 2.2.1 Soils Testing Reports 2-1 2.2.2 Geosynthetic Testing Reports 2-2 2.3 RECORD DRAWINGS 2-2 2.3.1 Soils Drawings 2-2 2.3.2 Geosynthetic Drawings 2-2 2.4 FINAL QUALITY ASSURANCE REPORT 2-2 3.0 LINING SYSTEM ACCEPTANCE 3-1 3.1 SOIL COMPONENTS ACCEPTANCE 3-1 3.2 GEOSYNTHETIC COMPONENTS ACCEPTANCE 3-1 4.0 Soil, LINER mArmum, 4-1 4:1 DESCRIPTION AND APPLICABILITY 4-1 4.2 PRECONSTRUCTION TESTING 4-1 4.3, suBdRApE PREPARATION 4-1 4.4 CONSTRUCTION OBSERVATION 4-2 45 CONSTRUCTION TESTING 4-2 4.5.1 field Testing 4-2 4.5.2 Laboratory Testing 4-3 4.5.3 Preconstmction Test Pad 4-4 4.6 DEFECTS AND REPAIRS 4-4 4.6.1 Identification 4-4 4.6.2 Notification 4-5 4.6.3 Repairs and Retesting 4-5 Ti EXHIBIT'N-Page 191 of 356 5.0-GRANULAR DRAINAGE MEDIA 5-1 5.1 DESCRIPTION AND APPLICABILITY 5-1 5.2 PRECONSTRUCTION TESTING 5-1 5.3 CONSTRUCTION TESTING 5-1 5.4 CONSTRUCTION OBSERVATION 5-2 55 DEFECTS AND REPAIRS 5-2 5.5.1 Identification 5-2 5.5.2 Notification 5-2 5.5.3 Repairs and Retesting 5-3 6.0 GEOMEMBRANES 6-1 6,1 DESCRIPTION AND APPLICABILITY 6-1 62 MANUFACTURING PLANT INSPECTION 6-1 63 QUALITY CONTROL DOCUMENTATION 6-1, 6.4 CONFORMANCE TESTING 6-2 6.4.1 Sampling Procedures 6-2 6.4.2 Conformance Tests 6-2 6.4.3 Test,Results 6-3 6.5 SUBGRADE PREPARATION 6-3 6.5.1 Surface Preparation 6-3 6.5.2 Anchor Trench 6-4 6.6 GEOMEMBRANE DEPLOYMENT 6-4 6.6.1 Panel Nomenclature 6-4 6.6.2 Deployment Weather Conditions 6-4 6.6.3 Method of Deployment 6-5 6.6.4 Damage and Defects 6-6 6.6.5 Writing on the Liner 6-6 6,7 FIELD SEAMING 6-6 6.7.1 Seam Layout 6-6 6.7.2 Accepted Seaming Methods 6-6 6.7.2.1 Fusion Process 6-7 6.7.2.2 Extrusion Process 6-7. 6.7.3 Seam Preparation 6-8 6.7.4 Trial Seams 6-8 6.7.5 General Seaming Procedures 6-9 6.7.6 Seaming Weather Conditions 6-9 6.7.6.1 Cold Weather Conditions 6-9 6.7.6.2 Warm Weather Conditions 6-10 6.8 NONDESTRUCTIVE SEAM TESTING 6-10 6.8.1 Concept 6-10 6.8.2 Air Pressure Testing 6-10 6.8.3 Vacuum Testing 6-11 6.8.4 Test Failure Procedures 6-11 iii EXHIBIT'A'-Page 192 of 356 6.9 DESTRUCTIVE SEAM TESTING 6-1,t 6.9.1 Concept 6-11 6.9.2 Location and Frequency 6-12 6.9.3 Sampling Procedures 6-12 6.9.4 Sample Dimensions 6-12 6.9.5 Field Testing 6-12 6.9.6 Destructive Testing 6-13 6.9.7 Destructive Test Failure 6-13 6.10 DEFECTS AND REPAIRS 6-13 6.10.1 Identification 6-13 6.10.2 Evaluation 6-14 6,10.3 Repair Procedures 6-14 6.10.4 Repair Verification 6-15 6.11 GEOMEMI3RANE PROTECTION 6-15 6.11.1 Soils 6-15 6.11.2 Sumps and Appurtenances 6-15 7.0 GEOTEXTILES 7-1 7.1 DEFINITION AND APPLICABILITY 7-1 7.2 MANUFACTURING PLANT INSPECTION 7-1 7.3 QUALITY CONTROL DOCUMENTATION 7-1 7.4 CONFORMANCE TESTING 7-2 7.5 GEOTEXTILE DEPLOYMENT 7-2 7.6 SEAMING PROCEDURES 7-3 7.7 DEFECTS AND REPAIRS 7-3 7.7.1 Identification 7-3 7.7.2 Notification 7-3 7.7.3 Repair Procedures 7-4 7.8 GEOTEXTI.LE PROTECTION 7-4 8.0 GEONETS 8-1 8.1' DEFINITION AND APPLICABILITY 8-1 82 MANUFACTURING PLANT INSPECTION 8-1 8.3 QUALITY CONTROL DOCUMENTATION 8-1 8:4 GEONET DEPLOYMENT 8-2 85 SEAMS AND OVERLAPS 8-3 86 DEFECTS AND REPAIRS 8-3 8.6.1 Identification 8-3 8.6.2 Notification 8-3 8.6.3 Repair Procedures 8-3 8.7 GEONET PROTECTION 8-4 9.0 GEOTEXTILE/GEONET COMPOSITE 9-1 iv EXHIBIT'A'-Page 193 of 356 9.1 DEFINITION AND APPLICABILITY 9-1 9.2 MANUFACTURING PLANT INSPECTION 9-1 9.3 QUALITY CONTROL DOCUMENTATION 9-1 9.4 GEOCOMPOSITE DEPLOYMENT 9-2 9.5 SEAMING PROCEDURES 9-3 9.6 DEFECTS AND REPAIRS 9-4 9.6.1 Identification 9-4 9.6.2 Notification 9-4 9.6.3 Repair Procedures 9-4 9.7 GEOCOMPOSITE PROTECTION 9-5 10.0 GEOSYNTHETIC CLAY LINERS 10-1 10.1 DEFINITIONS AND APPLICABILITY 10-1 10.2 MANUFACTURING PLANT INSPECTION 10-1 10.3 QUALITY CONTROL DOCUMENTATION 10-1 10.4 CONFORMANCE TESTING 10-2 10.4.1 Sampling Procedures 10-2 10.4.2 Conformance Tests 10-2 10.4.3 Test Results 10-2 10.5 GCL DEPLOYMENT 10-3 10.6 SEAMING PROCEDURES 10-4 10.6.1 Seam Overlap 10-4 10.7 DEFECTS AND REPAIRS 10-4 10.8 GCL PROTECTION 10-4 11.0 SOIL LINER TEST PAD PROGRAM 11-1 11.1 INTRODUCTION 11-1 11.2 CONSTRUCTION PREPARATION 11-1 11.2.1 Test Pad Material 11-1 11.2.2 Construction Equipment 11-1 11.2.3 Subgrade Preparation 11-1 11.3 TEST PAD CONSTRUCTION 11-2 11.3.1 First Lift 11-2 11.3.2 Second Lift 11-3 11.3.3 Remaining Lifts 11-3 11.3.4 Final Surface Preparation 11-3 11.4 INSPECTION AND TESTING 11-3 11.4.1 Construction Preparation 11-3 11.4.2 Test Pad Construction 11-4 11.4.3 Hydraulic Conductivity Testing . . . . . . . . . . . _ . . . . . . . . — . . . 11-4 11.4.4 Lift Bonding Observation 11-5 11.4.5 Final Surface Preparation 11-5 11.5 DOCUMENTATION 11-5 v EXHIBIT'N-Page 194 of 356 12.0 PROTECTIVE SOIL COVER 12-1 12.1 DESCRIPTION AND APPLICABILITY 12-1 122 QUALITY CONTROL DOCUMENTATION 12-1 12.3 CONFORMANCE TESTING 12-1 12.4 CONSTRUCTION OBSERVATION 12-2 12.5 DEFECTS AND REPAIRS 12-3 12.5.1 Identification 12-3 12.5.2 Notification 12-3 12.5.3 Repairs and Retesting 12-3 13.0 POST CONSTRUCTION CARE 13-1 13.1 SOIL COMPONENTS 13-1 13.2 GEOSYNTHETIC COMPONENTS 13-1 APPENDIX 1 TESTING PROTOCOL vi EXHIBIT'A'-Page 195 of 356 1.0: GENERAL 1.1 SCOPE This Quality Assurance Manual (QAM) addresses the quality assurance of the installation of soil and geosynthetic materials used in lining and final cover systems by the Richmond Sanitary District (RSD; Owner) for its land disposal facilities. This QAM is applicable for lining systems which include base liner and final cover systems. This QAM primarily addresses quality assurance and is directed toward the Quality Assurance Consultant. In the context of this manual, quality assurance refers to means and actions employed by the Owner to assure conformity of the lining system production and installation with the project-specific design, contractual and regulatory requirements. Quality control refers only to those actions taken to ensure that materials and workmanship meet the requirements of the project plans and specifications. Quality control is provided by the manufacturers, suppliers, contractors and installers of the various components of the lining system. This QAM contains all of the elements necessary to ensure that the project is constructed in accordance with project plans and specifications as well as regulatory requirements. 1.2 PARTIES The parties discussed in this section are associated with the ownership, design, supply, manufacture, transportation, installation, and quality assurance of a lining system. The definitions, responsibilities, qualifications, and submittals of these parties are outlined in the following subsections. 1.2.1 Project Manager 1.2.1.1 Definitions The Project Manager is the official representative of the Owner, and is defined as the individual who coordinates construction and quality assurance activities for the project. 1.2.1.2 Responsibilities.. The Project tanager is responsible for coordination of all construction quality assurance activities. The Project Manager is responsible for the implementation of the QAM for the project If the Project Manager is away from the site, he will designate an alternate to perform his duties in his absence. The Project Manager shall serve as communications coordinator for the project, initiating the resolution, pre-construction and construction meetings. As communications coordinator, the 1-1 EXHIBIT'A'-Page 196 of 356 Project Manager shall serve as a liaison between all parties involved in the project to ensure that communications are maintained. The Project Manager shall also be responsible for proper resolution of all quality assurance issues that arise during construction. 1.2.1•.3 Qualifications The selection of the Project Manager is the direct responsibility of the Owner. Qualifications for this position include familiarity with the following: I. Sections of this QAIi 2. General earthwork construction'techniques. 3. General geosynthetic installation techniques. 4. All applicable regulatory requirements. 1.2.2 Designer 1.2.2.1 Definitions The Designer is the individual and/or firm who prepares the design, including project plans and specifications for the lining system. 1.2.2.2 Responsibilities The Designer is responsible for performing the engineering design and preparing the associated project plans and specifications for the lining system. The Designer is.responsible for approving all design and specification changes and making design clarifications necessitated during construction of the lining system. 1.2.2.3 Qualifications The Designer shall be a qualified engineer, certified or licensed as required by regulation. The Designer shall be familiar with the use of soils and/or geosynthetics including detailed design methods and procedures. In addition, the Designer should be familiar with applicable regulatory requirements 1.2.3 Manufacturer 1.2.3.1 Definitions The Manufacturer is the firm which produces any of the various geosynthetic lining system components outlined in this QAM. In the case of a geocomposite, the Manufacturer is the firm 1-2 EXHIBIT'A'-Page 197 of 356 whi. ha combines the components into the final product. 1.2.3.2 Responsibilities Each Manufacturer is responsible for the production of its geosynthetic product, In addition, each Manufacturer is responsible for the condition of the geosynthetic product until the material is accepted by the Project Manager upon delivery. Each Manufacturer shall provide quality control documentation for its product. 1.2.3.3 Qualifications Each Manufacture shall 1. Be pre-qualified and approved by the Owner. 2. Provide sufficient production capacity and qualified personnel to meet the demands of the project. 3. Have an internal quality control program for its product that meets the project requirements. 4. Provide evidence of experience in manufacturing, or fabricating, at least 1.0,000,000 ft2 of similar geosynthetic material. 1.2.4 Earthwork Contractor 1.2.4.1 Definitions The Earthwork Contractor is the firm which performs the site earthwork preparation and construction of the soil components of the lining system. The Earthwork Superintendent is the individual responsible for the Earthwork Contractor's field crew. 1.2.4.2 fle4onsibrhties The Earthwork Contractor is responsible,for constructing soil components of the lining systems zn conformance the project`plan and specifications. The Earthwork Contractor may also be responsible for locating and transporting the required earth and granular Materials, concrete, piping, and,other work. 1.2 403 QPalificafions The Earthwork Contractor shall be: I. Pre-qualified and approved by the Owner. 1-3 EXHIBIT'A'-Page 198 of 356 2. Able to provide qualified personnel to meet the demands of the project. At a minimum, the Earthwork Contractor shall provide a Superintendent. The Superintendent must be qualified based on previously demonstrated experience, management ability, and authority. 1.2.5 Geosynthetic Installer 1.2.5.1 Definitions The Geosynthetic Installer(Installer) is the firm which installs the geosynthetic components of the lining system. The Geosynthetic Superintendent is the individual responsible for the Installer's field crew. 1.2.5.2 Responsibilities The Installer is responsible for field handling, storing, deploying, seaming, temporary restraining and all other aspects of the geosynthetics installation. 1.2.5.3 Qualifications The Installer shall be pre-qualified and approved by the Owner. The Installer shall be able to provide qualified personnel to meet the demands of the project. The geosynthetic installer shall have experience installing at least 2,000,000 ft2 of similar geosynthetic material. 1.2.6 Soil Quality Assurance Consultant 1.2.6.1 Definitions The Soil Quality Assurance Consultant (Soil QAC) is the firm which observes and documents activities related to the quality assurance of the installation of the soil components of the ling system on behalf of the Owner. The term Soil Quality Assurance Engineer. (Soil QAE) refers to the engineer employed by the QAC who is personally in charge of the quality assurance work. The personnel of t the Soil QAC also include Soil Quality Assurance Technicians (Soil QA Technicians) who are located at the site for construction observation and documentation, and an optional Resident Engineer who reviews the work of the technicians and assists the QAE in directing the quality assurance work. 1-4 EXHIBIT'A'-Page 199 of 356 1.2.=5.2 Responsibilities The Soil QAC is responsible for observing and documenting activities related to the quality assurance of the construction of the soil components of the lining systems. The Soil Q.AC is also responsible for issuing a final Quality Assurance Report, certified by, a licensed Professional Engineer, that documents the construction and quality assurance activities. The QAE or his designee shall monitor all construction activities, and shall certify that the constructed cell or final cover system adheres to the approved construction specifications. 1.2.6.3 Qualifications The Soil QAC shall be pre qualified and approved by the Owner. The lead person, or supervisor, shall have prior soil QAC experience with at least two liner construction projects. The QAE shall be a qualified engineer, certified or licensed as required by regulation. 1.2.7 Geosynthetic Quality Assurance Consultant 1.2.7.1 Definitions The Geosynthetic Quality Assurance Consultant (Geosynthetic QAC) is the firm which observes and documents activities related to the quality assurance of the production and installation of the geosynthetic components of the lining systems on behalf of the Owner. The term Geosynthetic Quality Assurance Engineer(Geosynthetic QAE) shall be used to designate the engineer working for the Geosynthetic QAC in charge of the quality assurance work. The personnel of the Geosynthetic QAC also include Geosynthetic Quality Assurance Technicians who are located at the site for construction observation and documentation, and an optional Resident Engineer who reviews the work of the technicians and assists the QAE in directing the quality assurance work. 1.2.7.2 Responsibilities The Geosynthetic QAC is responsible for observing and documenting activities related to the quality assurance of the production and installation of the geosynthetic components of the lining systems 'The Geosynthetic QAC is also responsible for issuing afinal Quality Assurance Report, certified by a licensed Professional Engineer, that documents the construction and quality assurance activities. The QAE or his designee shall monitor all construction activities, and shall certify that the constructed cell or final cover system adheres to the approved construction specifications. 1-5 EXHIBIT'A'-Page 200 of 356 1.2.7.3 Qualifications The Geosynthetic QAC shall be pre-qualified by the Owner. The Geosynthetic QAC shall be experienced in quality assurance of geosynthetics with emphasis on polyethylene geomembranes. The lead person, or supervisor, shall have prior geosynt etic QAC experience with at least two liner construction projects. The QAE shall be a qualified engineer, certified or licensed as required by regulation. 1.2.8 Soil Quality Assurance Laboratory 1.2.8.1 Definitions The Soil Quality Assurance Laboratory (Soil {QAL) is the firm which conducts tests on soil samples talon from the site. The Soil QAL; and Geosynthetic QAL may be the same party. 1.2.8.2 Responsibilities The Soil QAL is responsible for conducting the appropriate laboratory tests as directed by the Soil QAE. 1.2.8.3 Qualifications The Soil QAL shall be pre-qualified by the Owner and approved by the Project Manager. The Soil QAL shall have properly maintained and periodically calibrated appropriate testing equipment. The QAL shall demonstrate prior experience with the types of soils testing required on the project. 1.2.9 Geosynthetic Quality Assurance Laboratory 1.2.9.1 Definitions The Geosynthetic Quality Assurance Laboratory (Geosynthetic QAL) is the film which conducts tests on samples of geosynthetics taken from the site. 1.2.9.2 Responsibilities The Geosynthetic QAL is responsible for conducting the appropriate laboratory tests as directed by the Geosynthetic QA.E The test procedures shall be done in accordance with the project test methods. The"Geosynthetic QAL shall be responsible for providing test results. 1.2.9.3 Qualifications The Geosynthetic QAL shall be pre-qualified by the Owner and approved by the Project Manager. The Geosynthetic QAL shall have properly maintained and periodically calibrated appropriate 1-6 EXHIBIT'A'-Page 201 of 356 testing equipment. The Geosynthetic QAL shall also ensure the laboratory testing is performed by personnel with experience and/or training in geosynthetic testing fundamentals, The QAL shall demonstrate prior experience with the types of synthetic materials testing required on the project. 1.2.10 Surveyor 1.2.10.1 Definitions Surveyor is the firm which,conducts.field,surveys at the site for construction stakeout and record documentation purposes. More than one surveyor may be employed by the Project Manager and/or the subcontractors. 1.2.10.2 Responsibilities The Surveyor is responsible for conducting the appropriate field surveys as directed by the Project Manager or the Earthwork Contractor, depending on:specifc contractual arrangements. The surveys will be performed in.,accordance with all applicable design, contractual and regulatory requiennents. The survey requirements generally include, but are not limited:to, construction stakeout, constructed grade verification, constructed soil thickness verification, soil and material quantity verification, material sample and repair locations, and:final record documentation surveys. The surveyor may also be responsible for preparing record construction maps and data. 1.2.10.3 Qualifications The Surveyor shall be pre-qualified by the Owner and approved by the Project Manager. The Surveyor shall have properly maintained and periodically calibrated appropriate survey equipment. The surveyor shall be licensed for practice in the state of Indiana. 1.3 COMMUNICATION To help ensure a high degree of quality during installation and assure a final product that meets all project specifications, clear, open channels of communication are essential between all parties. 1.3.1 Lines of Communication The typical lines of communication necessary during a project are illustrated in Exhibit 1-1. 1.3.2 Preconstruction Meeting A preconstruction meeting shall be held at the site prior to beginning of lining system installation. Typically,the meeting shall be attended by the Project Manager,Designer,Earthwork Contractor, Geosynthetic Installer, Soil/Geosynthetic QAE and the Owner's technical representative. Specific topics that shall be discussed at the preconstruction meeting include review of the project 1-7 EXHIBIT'A'-Page 202 of 356 plans and QAM for any problems or additions. The responsibilities of each party shall b.i reviewed and understood clearly. A recommended agenda for the preconstruction meeting' is presented in Exhibit 1-2. Separate preconstruction meetings may be held for the soil and geosynthetic construction activities. IDEM shall be notified in advance of the preconstruction meeting schedule, and shall be invited to attend the meeting(s). Each party involved with the construction shall be provided with all relevant CQA/CQC documents and supporting information addressing the site specific CQA plan and its role relevant to the construction plans. Each party shall also be provided with a copy of the construction.'plans and specifications. 1.3.3 Progress Meetings Weekly progress meetings shall be held to discuss project issues.' The meeting attendees shall include the Soil/Geosynthetic QAE, Earthwork Contractor's/Installer's Superintendent, Geosynthetic Contractor's/Installer's Superintendent, Project Manager and any other concerned parties. These meetings shall discuss'current progress, planned'activities, issues requiring resolution, and any new business or revisions to the work. 1.3.4 Authority to Meet with Regulators The only individuals authorized to discuss the project with IDEM or other regulators are the Richmond Sanitary District Project Manager, Landfill Manager, Environmental Engineer or Compliance Officer, and the CQA Engineer. Individuals temporarily designated as alternates by the Richmond Sanitary District Project Manager are not authorized to discuss the project. 1-8 EXHIBIT'A'-Page 203 of 356 0 W 0 .yy. Uz....z oZ .. C) 3 ¢ LU E-. — .4 z W _....Z -� � w z2 ` tit F y t - z t ou a EU w ' ° E w o z � w w in 0 Z 0 to y�,.. w 2 0 0 z ( tC `! ‹L Z @- 3 z • . , co cry .2 o 0 O © tea u.t 0 • d a ES L 0 al c.3 iI-Ii1 s-I- x z tt 6U- it Z IV 0 vi Nr r ffa 2 x w Ui 0 z a o �.. ca to tu EXHIBIT'A'-Page 204 of 356 Exhibit 1-2 PRECONSTRUCTION MEETING AGENDA I. Introduction A. Identify Parties and Responsibilities 1. Project Manager 2. Designer 3. Surveyor 4. Earthwork Contractor 5. Geosynthetbc Installer 6. Soil/Geosynthetic Quality Assurance Consultant 7, Soil/Geosynthetic Quality Assurance Laboratory 8. Owner technical representative 9. Others 2. Tour Project Site (may be done at end of meeting) 3. Review Documents A. Project Plans B. Project Specifications C. Geosynthetic Panel Layout D. Quality Assurance Manual (CQA Plan) E. Health and Safety Plan 4. Define Lines of Communication A. Lines of Communication B. Reporting Methods C. Distribution Methods D. Progress Meetings E. Procedures for Approving Design Clarifications and Changes During Installation 5. Review Site Requirements A. Safety Rules B. Site Rules C. Work Schedule D. Storage of Materials E. Available Facilities. 1-10 EXHIBIT'A'-Page 205 of 356 Exhibit 1-2 (Continued) PRECONSTRUCTION MEETING AGENDA 6. Discuss Construction Issues A. Scope of Work B. Review Design 1. Construction Drawings 2. Specifications 3. Geosynthetic Panel Layout C. Construction Procedures I. Proposed Construction Methods and Sequencing 2. Location of Soil Stockpile Areas 3. Location of Geosynthetic Storage Area 4. Equipment 5. Protection of Construction Materials D. Construction Schedule E. Procedures for Preparing and Approving Change Orders P. Decision Making Procedures 7. Discuss Construction Quality Assurance Issues A. Established Procedures for Observation and Testing B. Sampling Procedures C. Established Acceptance/Rejection Criteria D. Decision Making and Problem Resolution Pertaining to Sampling Data E. Documentation and Reporting of Inspection Data 8. Establish Project Deliverables A. Responsibilities 1. Designer 2. Installer 3. Earthwork Contractor 4. Soil/Geosynthetic Quality Assurance Consultant 5. Soil/Geosynthetic Quality Assurance Laboratory 6. Project Manager R. Distribution of Deliverables C. Approval Procedures Note: A project specific agenda may be developed based on the requirements of each project. The actual meeting agenda may differ to suit the specific needs of each meeting. Some items listed may not be discussed at a specific preconstruction meeting, and others may be added. Two separate meetings may be held for the soils and geosynthetics work.) 1-11 EXHIBIT'A'-Page 206 of 356 2.0 DOCUMENTATION The Soil/Geosynthetic QAC shall document that all design, regulatory, and construction requirements of the cell or final cover system have been addressed and satisfied. 2.1 DAILY REPORTS 2.1.1 Soils Reports Each Soil Quality Assurance Technician shall complete a daily report and logs on prescribed forms outlining all monitoring activit es for that day. The report at a minimum shall consist of field notes,. observations, test data sheets, daily progress meetings, construction problem identification with recomniended corrective measures and solutions. The"soils test/inspection data sheets shall include the following at a ninirnum subgrade acceptance report;field density/moisture testing; soil sample log; soil testing location log/map. The daily report shall be retained in the facility records. 2.1.2 Geosynthetic Reports Each Geosynthetic Quality Assurance Technician shall complete a daily report and logs on prescribed forms outlining all monitoring activities for that day. The daily report shall include field notes, observations, test data sheets, daily progress meetings, construction problem identification with recommended corrective measures and solutions. The precise areas worked on, panel numbers, seams completed and approved, measures taken to protect unfinished areas overnight and other appropriate data and information shall be identified. Failed seams, other panel areas, or other geosynthetics requiring remedial action shall be identified with regard to the nature of action, required repair, and precise location. Repairs completed shall also be identified. The;geosynthetic test/inspection data sheets shall include the following at';a minimum: liner acceptance report.; geosyy nthetic material inventory; manufacturer's certifications; panel placement log; tensiometer certification; trial weld log; panel seaming log; nondestructive seaming log; destructive seaming log; repair logs. The daily report shall be retained in the facility records. 2.2 TEST REPORTS 2.2.1 Soils Testing Reports Records of field and laboratory testing performed on the soil components of the liner shall be collated by the Soil QAC. The testing to be performed is discussed in Section 4.0. The report shall include all test results. 2-1 EXHIBIT'A'-Page 207 of 356 2.2.2 Geosynthetic Testing Reports The destructive and nondestructive test reports from all sources shall be collated by the Geosynthetic QAC. This includes field tests, Installer's laboratory tests (if performed), and Geosynthetic QAL tests. A summary list of test samples pass/fail results shall be prepared by the Geosynthetic QAC. The summary shall also contain resolution on failed tests clearly docu renting•complete quality assurance conformance with established procedures. 2.3 RECORD DRAWINGS 2.3.1 Seeds fraw ngs Record drawings shall be prepared by the Soil QAC or a licensed surveyor (drawings shall be reviewed by the QAC if prepared by a surveyor). The soils record drawings shall include at a minimum, subgrade elevations and limits, top of liner elevations and limits, top of final cover elevations and limits, and pertinent construction details. The drawings shall be accompanied with survey (or measured) data tables that verify component thickness and surface slopes. 2.3.2 Geosynthetic Drawings Record drawings shall be prepared by the Geosynthetic QAC or a licensed surveyor(drawings shall be reviewed by the QAC if prepared by a surveyor). The record drawings shall include at a minimum, panel layout and limits, anchor trench drawings, leachate piping layout, and pertinent details. 2.4 FINAL QUALITY ASSURANCE REPORT Upon completion of the work, the Soil/Geosynthetic QAC shall submit a final Quality Assurance Report to the Project Manager, including all applicable quality assurance data and documentation, record drawings, and laboratory test results'. The Report shall be certified by a Professional Engineers registered in the State of Indiana: 2-2 EXHIBIT'A'-Page 208 of 356 3.0 LINING SYSTEM ACCEPTANCE AND TEST STANDARDS 3.1 SOIL COMPONENTS ACCEPTANCE Upon recommendation by the Soil QAC, the Project Manager shall consider accepting the soil components of the lining system. The Earthwork Contractor will retain all ownership and responsibility for the soil lining components until acceptance by the Project Manager. At the Project Manager's discretion, the lining system may be accepted in sections or at points of substantial completion. 3.2 GEOSYNTHETIC COMPONENTS ACCEPTANCE Upon recommendation by the Geosynthetic QAC, the Project Manager shall consider accepting the geosynthetic components of the lining system. The Installer will retain all ownership and responsibility for the geosynthetics in the lining system until acceptance by the Project Manager. At the Project Manager's discretion, the lining system may be accepted in sections or at points of substantial completion. 3.3 LINER SYSTEM TEST STANDARDS All testing performed for the ling system soil and geosynthetic components must be performed in accordance with: (1) the American Society for Testing and Materials (ASTM), 1995 Annual Book of ASTM Standards, Section 4 Construction, Volume 04.08 Soil and Rock (I): D 420-D 4914; (2) the Geosynthetic Research Institute (GRI), Geosynthetic Design Guidance for Hazardous Waste Landfill Cells and Surface Impoundments, Designing with Geosynthetics, Third Edition; (3) the Corps of Engineers (COE), Construction Control for Earth and Rock-Fill Dams, January 17, 1977, Soil Mechanics Design Settlement Analysis, January 1953; (4) the National Sanitation Foundation (NSF #54), Flexible Membrane Liners, November 1993; or (5) other current industry standards if acceptable to the commissioner. { 3-1 EXHIBIT'A'-Page 209 of 356 4.0 SOIL LINER MATERIAL 4.1 DESCRIPTION AND APPLICABILITY Soil liner material generally consists of cohesive soils with low hydraulic conductivity used as barriers in lining systems. Soils used in soil liners shall consist of clean, select material free of debris, excessive coarse particles or other deleterious matter. 4.2 PRECONSTRUCTION 'TESTING Preconstruction testing of the soil liner materials shall be perfoi wed to ensure the consistency of the,properties of the soil obtained from on or off-site borrow sources. These tests shall be performed on or off-site prior to placement, compaction and any necessary conditioning of the soil liner. At a minimum, the following tests shall be conducted: 1. Moisture content (ASTM D2216). 2. Particle size (ASTMD1140, D422). 3. Atterberg limits (ASTM D4318). 4. Laboratory compaction (ASTM D1557 for Modified or ASTM D698 for Standard). 5. Laboratory hydraulic conductivity at a specified compaction (ASTM D5084). Unless otherwise specified, all tests except hydraulic conductivity shall be performed at a frequency of one per 5,000 yd3 of liner soil, or upon changes in the material type. The laboratory hydraulic conductivity tests shall be performed at a frequency of one per 10,000 yd3 of liner soil, or upon changes in the material type. 4.3 SUBGRADE PREPARATION The Earthwork Contractor shall be responsible for preparing the subgrade soil for placement of overlying materials. Prior to and during construction,of the soil liner, the Soil QAC shall indicate to the Project Manager any locations that are not adequate for the placement of the soil liner. Such defects include, but are not limited to: insufficient grading, presence of ruts, presence of wet areas, areas of inadequate compaction, and unacceptable soil types The Earthwork Contractor will excavate material from unsuitable areas of subgrade then place and compact new material to the same density specification as the soil liner material. The new subgrade material shall be free of organic material, except for organic material naturally occurring in the soil and shall be approved by the Soil QAE prior to placement. New material must be on-site soil, or a select soil specified in the, approved construction plan. The subgrade shall be tested for density and moisture content if specified in the approved construction plans. 4-1 EXHIBIT'A'-Page 210 of 356 The Soil QAE shall inspect the subgrade for defects prior to placement of the soil liner. If he subgrade is acceptable for soil liner placement, the QAE shall complete and certify a subgrade acceptance report and shall notify the Project Manager that liner construction may proceed. If the subgrade is not acceptable for soil liner placement, the QAE shall notify the Project Manager of the observed defects. The Project Manager will direct the Earthwork Contractor to repair any defects to the satisfaction of the Soil QAE before the subgrade will be accepted Upon completion of satisfactory subgrade repairs, the QAE shall complete and certify a subgrade acceptance report and shall notify the Project Manager that liner construction may proceed. 4.4 CONSTRUCTION OBSERVATION Observation of the soil liner construction shall be coordinated with construction testing. The liner 'soil moisture content, density, and lift thickness shall meet the specifications described herein or specified on the approved construction plans. The liner soil shall be conditioned with water using a water truck or hose if it is too dry as it is placed. A dozer, compactor, or tractor/disc can be used to distribute the water throughout the soil; the soil may also be moistened before it is excavated and brought to the construction area. If the soil is too wet, it shall be air-dried prior to compaction. A dozer or disc can be used to aid in the drying process by working the soil to expose more soil surface area. The specified soil density shall be obtained using the compactive effort of the soil compactor in conjunction with having the proper soil moisture content. A soil compactor with padfeet (or sheepsfoot compactor) shall be used to knead the soil and break the soil clods, and to obtain the proper soil liner density. The compactor should have a minimum weight of 40,000 pounds. The top of each lift shall be scarified with a dozer's tracks, or with the soil compactor to eliminate a smooth lift interface between successive lifts. The construction methods specified in Section 11.0 of this CQA Plan shall be applied during the liner construction. 4.5 CONSTRUCTION'TESTING All construction quality assurance testing shall be conducted in accordance with the project specifications. 4e5.1 Field Testing The Soil QAC shall perform the following field tests on each lift of the compacted soil: 1. Field moisture content (ASTM D2216, oven; D4643, microwave; or D3017, nuclear). 5. Field density (ASTM D2922, nuclear; D1556, sand cone, D2937, drive cylinder; or D2167, rubber`balloon). Unless otherwise specified in the project specifications, these tests shall be perfo used at a minimum frequency of five tests per acre per lift of each compacted lift. Sampling locations shall be 4-2 EXHIBIT'A'-Page 211 of 356 selected by the Soil QAC, and shall be evenly distributed. Nuclear density tests (ASTM D2922 and ASTM D3017) shall be preferred for density (dry unit weight) and moisture testing for most projects. The location of routine in-place density tests can be deterred using a non biased sampling plan based,on random selection of testing locations. The completed liner thickness shall be measured by surveying the elevations of the top of the subgrade and the top of the soil liner:on a 50.ft,x SOft field gri . The.Surveyor shall verify that the lines and grades of the subgrade and the top of the soil liner are at or within the acceptable t©lerances o :the design elevations and slopes specified in the approved construction drawings. The surveyed subgrade elevations will be subtracted from the surveyed liner elevations to determine the liner thickness. The liner lift thicknesses will be measured at random locations along the exposed edges of the lifts.by the QAG after each lift is compact d. iri no case shall the liner lift thickness exceed nine(9) inches after compaction. The soil moisture content shall be maintained between 0% and 5% above the optimum moisture content, or as otherwise identified in the window of acceptance (moisture density curve and hydraulic conductivity relationship)• The,compacted liner soil density shall be.a minimum 95%of the Standard Proctor density, or as otherwise identified in the window of acceptance. 4.5.2 Laboratory Testing Laboratory tests shall be performed to confirm that the soil in the compacted lining system meets the project specifications. Hydraulic conductivity of the compacted soil shall be determined on undisturbed samples obtained from the constructed soil liner at the frequency stated below. The Soil QAL shall perform the following laboratory tests on samples taken from the constructed soil liner: 1 Grain.size (ASTM D422 .D1 140). 2. Pry density (determined. during hydraulic conductivity test (ASTM D5084) 3. Moistur e content (ASTM D22 j.6). 4. Atterberg limits (ASTM 1)4318). 5. Proctor density (ASTM D1557 fox Modified or ASTM D698.for Standard). 6. Hydraulic conductivity (ASTM D5084). Testing Frequency All tests except Proctor density shall be performed at a frequency of one test per acre Perlift of liner soil, with no less than one test per lift of soil liner. Undisturbed samples shall be taken from the constructed liner using 3 inch or 4 inch diameter Shelby tubes. The samples shall be taken across the full lift thickness (at a minimum) at random points evenly distributed throughout the constructed liner area, with at least one sample from each lift.of sod liner placed. In addition to the undisturbed d sampling, die hydraulic conductivity of the compacted soil liner may be correlated 4-3 EXHIBIT'A'-Page 212 of 356 (optional) with the moisture--density curve and hydraulic conductivity relation(zone of acceptance) using the field moisture/density measurements taken during construction. This correlation shall be made for every field moisture/density measurement taken, as described in Section 4.5.1. The zone of acceptance shall be developed specifically for the soil liner material being used prior to liner construction using data obtained from previous construction testing, from current preconstruction testing, and from test pad construction The field moisture and density results must he within the zone of acceptance to produce an acceptable soil liner Results which are not acceptable shall be treated as defective, and shall be repaired as described in Section 4.6 below. The Proctor density tests shall be performed at a frequency of one per 5,000 yd3 of liner soil, or upon changes in the material type: A test pad will be constructed for each soil liner material source or type at the frequency of one test pad per soil source or type for all future construction. 4.5.3 Rreconstruction Test Pad In addition to the laboratory testing and field testing, a preconstruction test pad will be constructed for each soil liner material sotrce'or type. The test'pad will'be constructed to verify that the 'soil liner material is capable of producing a hydraulic conductivity of 1x107 cm/sec or less, and that the density and moisture contents specified in the construction plans can be achieved. The equipment and procedures that will be employed during liner construction will be used to construct the test pad. Field moisture and density testing will be performed during the test pad construction to verify that the soils are within the zone of acceptance. Field hydraulic conductivity testing will be performed to verify the hydraulic conductivity of the field compacted soils in the test pad. Only one test pad will be constructed per soil source or type; the results of the test pad will be applied to all future liner construction. Section 11 of this QAM presents details of the test pad program. A test pad must be constructed each time the dry unit weight of.the soil changes by at least 5 pounds per cubic foot (from Standard Proctor curve), the construction equipment is changed, or the construction practices change. Results from a previous test pad may be applied to current construction projects if the soil liner material can be demonstrated to be the same as that used rn'the test pad construction. Data obtained during the test pad construction may be used to further develop the zone of acceptance (optional). 4>6 DEFECTS ' REPAIRS 4.6.1 Identification At locations where the testing indicates the requirements of the project specifications are not met, the Soil QAC shalt de-et-aline the extent and the nature of the defect and recommend corrective 4-4 EXHIBIT'A'-Page 213 of 356 actions to the Project Manager. 4.6.2 Notification After determining the extent and nature of any defect, the Soil QAC shall promptly notify the Earthwork Contractor and the Project Manager. 4.6.3 Repairs and Retesting The Earthwork Contractor shall correct all deficiencies in accordance with the following Soil Liner Test Failure Procedures: 1. Determine if the sample or field test is defective (contact the laboratory and have them examine the sample or check the field test equipment for possible errors or flaws). 2. If sample or field test is acceptable, proceed to #4. 3. If sample or field test is defective, retest with two archive samples, two resamples, or two field retests. The area to be reworked shall be bound by two or more locations from which passing tests have been taken. If the test passes, the placed soil liner material is satisfactory. If the test does not pass, proceed to #4. 4. Rework the area to meet the project specifications, then obtain one resample and test, or one field retest. If the test passes, the placed soil liner material is satisfactory. If the test does not pass, proceed to #5. 5. Excavate and replace with new material. After compacting the new material, obtain one sample and test, or one field test. If the test passes, the placed soil liner material is satisfactory. If the test does not pass, return to #1. Note: In the Test Failure Procedures above, the field tests are the moisture/density tests that are made using nuclear methods (typically). The samples that are taken refer to undisturbed samples that are sent to the QAL for hydraulic conductivity testing. 4.-5 EXHIBIT'A'-Page 214 of 356 5.0 ' GRANULAR DRAINAGE MEDIA 5.1. DESCRIPTION AND APPLICABILITY Granular drainage materials consist of highly permeable materials used in leachate..collection, final cover drainage and gas venting systems. The materials may consist of clean sands and/or gravels or other permeable material, as required by the approved construction plans. 5.2 PR:EC( NSTR.UCITON TESTING Prior to the construction of a granular drainage layer, source evaluation tests shall be performed to confirm the adequacy of the granular drainage materials procured from each on or off-site source area_ At a minimum, the following tests shall be conducted: 1. Particle Size (ASTM D422) 2. Hydraulic Conductivity (ATM D2434). Unless otherwise specified, one series of these tests shall be performed per source, or upon visually observable changes in the material type. If identification of additional drainage material sources becomes necessary during construction, the same material qualification and consistency checking procedures shall be applied to each such source. Drainage media shall be free of organic material. 5.3 CONSTRUCTION TESTING Construction testing of the granular drainage materials shall be performed. to ensure the consistency of the drainage layer material properties obtained from the borrow source. At a minimum, the following tests shall be conducted: 1. Particle size (ASTM D422) 2. Hydraulic conductivity (ASTM D2434) Unless otherwise specified in the project specifications, particle size tests shall be performed at a frequency one per 2,400 tons.(or.1,500 cubic yards) of drainage layer material, or,upon visually observable changes in the material type. The hydraulic conductivity tests shall be performed at a frequency of one per 4,800 tons (or 3,000 cubic yards) of drainage layer material, or upon visually observable changes in the material type, with a minimum of three tests. 5-1 EXHIBIT'A'-Page 215 of 356 The aornpleted drainage layer thickness shall be measured by surveying the elevations of the top of the soil liner and the top of the drainage layer on a 50ft x 50ft field grid. The surveyed liner elevations will be subtracted from the surveyed drainage layer elevations to determine the drainage layer thickness. Alternately, the drainage layer thickness may be measured during construction using stakes placed on 50-ft centers that are premarked to indicate the top of the drainage layer. 5.4 CONSTRUCTION OBSERVATION The Soil QAC shall observe the procedures used by the Earthwork Contractor during placement of the drainage material to ensure that the materials meet the project specifications. The thickness of the drainage layer shall be verified following completion of the drainage layer placement. The drainage layer shall be constructed and graded in accordance with the approved construction plans. If placement on a geomembrane, the Soil QAC or Geosynthetic QAC, as determined by Project Manager, shall verify: I. Placement of materials on the geomembrane shall not proceed at an ambient temperature below 32°F (0°C) nor above 120°F (49°C) unless otherwise specified, or approved by the QAE. 2. Placement of materials on the geomembrane should be done to minimize the development of wrinkles in the geomembrane. 3. Equipment used for placing materials shall not be driven directly on the geomembrane. A minimum thickness of 1 ft of material is required between an LGP dozer and the geomembrane. 4. In any areas traversed by any vehicles other than low ground pressure vehicles approved by the Project Manager, the soil layer shall have a minimum thickness of 3 ft (0.9 m). This requirement may be waived if provisions are made to protect the geomembrane through an engineered design. Drivers shall proceed with caution when on the overlying soil and prevent spinning of tires or sharp turns. 5.5 DEFECTS AND REPAIRS 5.5.1 Identification If a defect is identified in the drainage layer, the Soil QAC shall determine the extent and the nature of the defect. 5.5.2 Notification After determining the extent and nature of the defect, the Soil QAC shall promptly notify the Earthwork Contractor and the Project Manager. 5-2 EXHIBIT'A'-Page 216 of 356 5.5.3 Repairs and Retesting The Earthwork Contractor shall correct all deficiencies to meet the project specifications. The Soil QAC shall schedule appropriate retests when the work defect has been corrected. 5-3 EXHIBIT'A'-Page 217 of 356 6.0 GEOMEMBRANES 6.1 DESCRIPTION AND APPLICABILITY Gearnerbranes are low permeability geosynthetic barriers used in lining systems. This Section is applicable to smooth and textured high density polyethylene (IIDPE) geomembranes. 6.2 MANUFACTURING PLAINT INSPECTION The Project Manager, or his designated representative, may visit the manufacturing plant for a project-specific inspection if deemed necessary. 6.3 QUALITY CONTROL DOCUMENTATION Prior to the installation of any geomembrane, the Project Manager (PM) and.QAE shall obtain, review and approve the following information (supplied by the Manufacturer or Installer): 1. The origin (supplier's name and production plant) and identification (brand name and number) of the resin used to manufacture the geomembrane. 2. Copies of dated quality control certificates issued by the resin supplier. 3. Results of tests conducted by the Manufacturer to verify that the resin used to manufacture the geomembrane meets the project specifications. 4. A statement indicating that the amount of reclaimed polymer added to the resin during manufacturing was done with appropriate cleanliness. 5. A list of the materials which comprise the geomembrane, expressed in the following categories as percent by weight: polyethylene, carbon black, other additives. 6. A specification for the geomembrane which includes all properties contained in the project specifications measured using the appropriate test methods. 7. Written certification that minimum values given in the specification are guaranteed by the Manufacturer, and that the geomembrane was continuously inspected during the manufacturing process for lack of uniformity, .damage, imperfections; holes, cracks, thin spots and foreign materials. The PM or QAE shal l ensure that any imperfections discovered during inspection. were repaired and reinspected. 8. Quality control certificates, signed by a responsible party employed by the Manufacturer. Each quality control certificate shall include roll identification numbers, testing procedures, and results of quality control tests. At a minimum, results shall be given for: a. Density (ASTM D1505). b. Carbon black content (ASTM D4218). c. Carbon black dispersion (ASTM D5596). d. Thickness (ASTM D5199 or D5994). e. Tensile properties (ASTM D638) w tensile strength at break and yield, elongation at break and yield. 6-1 EXHIBIT'A'-Page 218 of 356 f. Puncture resistance (ASTM D4833). g. Index friction for textured only (GRI GS--7). h. Melt flow index (ASTM D1238) All quality control tests except tensile properties, puncture resistance, and index friction shall be performed at a frequency of One test for every 50,0.00 fe, in accordance with the test methods. Tensile properties, puncture resistance, and index friction shall be performed at a frequency of one test for every 50,000 ft2 or one per lot: 9. Results of environmental stress crack resistance tests (GRI GM-5b). At a minimum, tests shall be performed once every resin plot: The Manufacturer shall identify all rolls of geomembranes with the following: 1. Manufacturer's name 2. Product identification 3. Thickness 4. Roll number 5. Roll dimensions The PM or QAE shall review all manufacturer's data and quality control testing of the raw materials and the finished geomembrane product to ensure that they meet the requirements in the construction plans, or as otherwise approved by the commissioner. 6.4 CONFORMANCE TESTING 6.4.1 Sampling Procedures Upon delivery of the rolls of the geomembrane, the Geosynthetic QAC shall ensure that conformance test samples are'obtained for the geomembrane. At a mum, samples shall be taken at`a rate of one per lot and not less than one per 50,000 ft2 of geomembrane These samples shall be forwarded to the Geosynthetie C.AL for testing. 6A.2 Co.ftii" ee Tests The following conformance tests shall be conducted 1. Thickness (ASTM D5199 or D5994, or micrometer if measured in field). 2. Tensile properties (ASTM D638). 3. Carbon black content (ASTM D4218). 4. Carbon black dispersion (ASTM D5596). Conformance testing shall be performed at a frequency of one test per 50,000 ft2 of geoznembrane or one per lot, except for thickness, which shall be performed at a frequency of five per roll of 6-2 EXHIBIT'A'-Page 219 of 356 geomembrane. 6.4.3 Test Results All conformance test results shall be reviewed and accepted or rejected by the Geosynthetic QAE prior to the deployment of the geomembrane. If the Manufacturer has reason to believe that failing tests may be the result of the Geosynthetic QAL incorrectly conducting the tests, the Mangfacturer may request that the sample in question be retested by the Geosynthetic QAL with a technical representative of the Manufacturer present during the testing. Alternatively, the Manufacturer may have the sample retested at two different owner- approved Geosynthetic Qas• If both laboratories produce passing results, the material shall he accepted. If both laboratories do not produce passing results,then the original Geosynthetic s test results shall be accepted. The use of these procedures for dealing with failed test results is subject to the approval of the Project Manager. If a test result is in nonconformance, all material from the lot represented by the failing test should be considered out-of-specification and rejected. Alternatively, at the option of the Project Manager, additional conformance test samples may be taken to "bracket" the portion of the lot not meeting the project specification. This procedure is valid only when all rolls in the lot are consecutively produced and numbered from one manufacturing line. To isolate the out-of- specification material, additional samples must be taken from rolls that have roll numbers immediately adjacent to the roll that was sampled and failed. If both additional tests pass, the roll that represents the initial failed test and the roll manufactured immediately after that roll(next larger roll number)shall be rejected. If one or both of the additional tests fail, then the entire lot shall be rejected or the procedure repeated with two additional tests that bracket a greater number of rolls within the lot. 6.5 SUBGRADE PREPARATION 6.5.1 Surface PreParatiOn The Earthwork Contractor shall be responsible for preparing the underlying soil prior to geomembrane placement. Before the geomembrane installation begins, the Geosynthetic QAC shall verify that: 1. A licensed land surveyor has verified all limes and grades. 2. A qualified and licensed Professional Engineer has verified that the underlying soil meets the criteria specified in the project specifications. 3. The underlying soil surface to be lined has been rolled, compacted, or hand-worked so as to be free of irregularities, protrusions, loose soil, soft spots, and abrupt changes in grade. 4. The surface of the underlying soil does not contain stones which may be damaging to the geomembrane. 5. There is no area excessively softened by high water content. 6-3 EXHIBIT'A -Page 220 of 356 6. There is no area where the underlying soil surface contains desiccation cracks which may damage the geomembrane. 7. The surface of the subbase shall be free from standing water and organic material, unless naturally occurring in the soil. The Installer shall certify that the surface on which the geomembrane will be installed is acceptable. 6.5.2 Anchor Trench The Geosynthetic QAC shall verify. 1. The anchor trench has been constnicted according-°to the project plans and specifications. 2. If the anchor trench is excavated'=in a clay Material susceptible to desiccation, the amount of trench openan at` time is minimized:` bends 3. Rounded corners are preferred in the trench so as to avoid sharp in the geomembrane. 4. Excessive amounts of loose soil are not allowed to underlie the geomembrane in the anchor trench 5. The anchor trench is adequately drained to prevent ponding or softening of the adjacent soils while the trench is open. 6. The anchor trench is backfilled and compacted. Care shall be taken when backfilling the trenches to prevent any damage to the geosynthetic components. 6.6 GEOMEMBRANE DEPLOYMENT 6.6.1 Panel Nomenclature A field panel is defined as a unit of geomembrane which is to be seamed in the field. The Geosynthetic QAC shall be responsible to ensure that each field panel is given an identification code (number or letter-number) consistent with the layout plan. 6.6.2 Deployment Weather Conditions Geomernbrane deployment shall not be undertaken if weather conditions will preclude material seaming following deployment. The normal required weather conditions for seaming are as follows: I. Ambient temperature between 32°F (0°C) and 120°F (49°C) 2. Dry conditions (no precipitation or other excessive moisture) 3. No excessive winds (not more than 20 mph or as approved by the QAE or Project Manager). 4. Geomembrane sheet temperature between 32°F (0°C) and 158°F (70°C). 6-4 EXHIBIT'A'-Page 221 of 356 The,,Geosynthetic QAC shall inform the Project Manager of any weather-related problems which may not allow geomembrane placement to proceed. The Project Manager will determine if the installation is to be stopped or special procedures are to be used. 6.6.3 Method of Deployment The Geosynthetic QAC shall ensure that the storage conditions and handling procedures meet the Manufacturer's recommendations. This includes recommendations for wrapping and sheltering requirements, and storage of the geomembrane to prevent damage from accidental puncture or cutting`. The Geosynthetic QAC shall verify the following: 1. The geosynthetic QAC shall ensure that the equipment used to handle the geomembrane has the capacity to safely lift a roll of geomembrane and will not damage the material during lifting and handling. During handling,the,Geosynthetic QAC shall observe and verify that the Installer's personnel handle the geomembrane with care. 2. The prepared surface underlying the geomembrane is acceptable immediately prior to geomembrane placement. 3. Geosynthetic elements immediately underlying the geomembrane are clean and free of debris. 4. Personnel do not smoke or wear damaging shoes while working on the geomembrane, or engage in other activities which could damage the geomembrane. 5. Before deployment begins on a given day, installers have the correct equipment to deploy the geomembrane, including pliers with grippers to avoid cutting handholes in the geomembrane when deploying. 6. Before deployment begins on a given day, adequate temporary loading and/or anchoring materials are available in the area where geomembrane is to be installed that day. Materials used should be unlikely to damage the geomembrane, such as sand bags or tires. 7. The method used to place the panels minimizes wrinkles especially differential wrinkles between adjacent panels 8. The geomembrane is loaded suffciently with anchoring materials as it is being deployed to prevent uplift by wind In ease of high winds, continuous loading is recommended along edges of panels to minimize risk of wind flow under the panels. 9. If the geomembrane is moved by wind and becomes folded, no equipment drives on the folded portions of the geomeinbra e If the folded geomnembrane:is to be redeployed, the Geosynthetic QAC shall verify that the geomembrane still meets the project specifications 10. The method used to unroll and deploy the panels does not cause excessive scratches or crimps in the geomembrane and does not damage the supporting soils if the geomembrane is to be pulled substantial distancescover the subgrade,the Geosynthetic QAC shall ensure that excessive scratching has not occurred by examining the underside of the geomembrane in select areas (such as at destructive seam test locations and at panel edges). 11. Sufficient slack exists in the geomembrane to prevent trampolining (lifting of the geomembrane off of the subgrade) and tensile stresses in the geomembrane due to thermal contraction. 12. Direct contact with the geomembrane is minimized, and the geomembrane is protected by 6-5 EXHIBIT'A'-Page 222 of 356 geotextiles, extra geomembrane, or other suitable materials, in areas where excessive traffic may be expected. 13. All aspects of geomembrane deployment are carried out in accordance with the approved construction plan, the manufacturer's recommendations, and the design standards in 329 IAC 10-17-6. 6.6.4 Damage and Defects Upon delivery to the site,the Geosynthetic QAC shall conduct a surface observation of all rolls for defects, lack of uniformity, damage, imperfections, tears, punctures,blisters and excessive folding. This examination shall be conducted without unrolling rolls unless defects or damages are found or suspected. The Geosynthetic QAC shall examine each panel, after placement for damage and/or defects, The Geosynthetic QAC shall advise the Project Manager which panels, or portions of panels, should be rejected, repaired, or accepted. Damaged panels,or portions of damaged panels, which have been rejected shall be marked and their removal from the work area recorded by the Geosynthetic QAC. 6.6.5 Writing on the Liner To avoid confusion,the Installer and the Geosynthetic QAC shall each use different colored markers that are readily visible for writing on the geomembrane. The markers used must be semi-permanent and compatible with the geomembrane. 6.7 FIELD SEAMING 6.7.1 Seam Layout Before installation begins,the Installer shall provide the Project Manager and the Geosynthetic QAC with a panel layout drawing. This drawing shall present`all the proposed seams of the lining system at the facility. No panels may be seamed until"approval of the panel' layout drawing has been provided by the Project Manager. In general, seams should be oriented parallel to the line of maximum slope, thus, oriented along, not across, the slope. In corners and odd-shaped geometric locations, the number of seams should be minimized. No horizontal seam should be less than 5 ft (1.5 m) from the toe or crest of the slope, or areas of potential stress concentrations, unless otherwise authorized by the Project Manager. 6.7.2 Accepted Seaming Methods Approved processes for field seaming are fusion welding and extrusion welding. Proposed alternate processes shall be documented and submitted by the Installer to the Project Manager for approvals 6-6 EXHIBIT'A'-Page 223 of 356 Field seaming shall be conducted in a manner that meets the requirements for the design of the geomembrane component of the liner, as specified in the construction plans and as described under 329 LAC 10-17-6. 6,7.2.1 Fusion Process The Geosynthetic QAC shall log ambient, seaming apparatus, and geomembrane surface temperatures at appropriate intervals and report any noncompliance to the Project Manager. The.Geosynthetic QAC shall..also verify that: 1. The Installer maintains on-site the number of spare operable seaming apparatus agreed upon at the pre-construction meeting. 2. Equipment used for seaming is not likely to damage the geomembrane. 3. The electric generator is placed on a smooth base such that no damage occurs to the geomembrane. 4 A smooth insulating plate.or fabric is placed beneath the hot welding apparatus after usage such that no damage occurs to the geomembrane 5. A movable protective layer is used as required by the.Installer directly below each overlap of geomembrane that is to be seamed to prevent buildup of moisture between the sheets and to prevent debris from collecting around the pressure rollers. 6. In general, the geomembrane panels are aligned to have an overlap of 4 to 6 in for fusion welding. In any event, the final overlap shall be sufficient to allow peel tests to be performed on the seam. 7. No solvent or adhesive is used. 8. The geomembrane is protected from damage in heavy traffic areas. 6.7.2,2 Extrusion Process The Geosynthetic QAC shall log, ambient, .seaming apparatus, and geomembrane surface temperatures at appropriate intervals and report any noncompliance to die project Manager. The Geosynthetic QAC.shall verify that: 1. The Installer maintains on-site the number of spare operable seaming apparatus agreed upon at the pre-construction meeting. 2. Equipment used for seaming is not likely to damage the geomembrane. 3. Prior to beginning a seam, the extruder is purged until.all heat-degraded extrudate has been removed from the barrel. 4. Clean and dry welding rods or extrudate pellets are used:. 5. The electric generator is placed on a smooth base such that no damage occurs to the geomembrane. 6. Grinding is completed no more than one hour prior to seaming. 7. A smooth insulating plate or fabric is placed beneath the hot welding apparatus after usage such 6-7 EXHIBIT'A'-Page 224 of 356 that no damage occurs. 8. The geomembrane is protected from damage in heavy traffic areas. 9. Exposed grinding marks adjacent to an extrusion weld shall be minimized. In no instance shall exposed grinding marks extend more than 1/4 in from the finished seamed area. 10. In general, the geomembrane panels are aligned to have a nominal overlap of 3 in for extrusion welding. In any event, the final overlap shall be sufficient to allow peel tests to be performed on the seam. 11. No solvent or adhesive is used. 12. The procedure used to temporarily bond adjacent panels together does not damage the geomembrane; in particular, the temperature of hot air at the nozzle'of any tenporary welding apparatus is controlled such that the geomembrane is not damaged. 6.7.3 Seam Preparation The Geosynthetic QAC shall verify that prior to seaming, the seam area is clean and free of moisture, dust, dirt, debris or foreign material of any kind. If seam overlap grinding is required, the Geosynthetic QAC must ensure that the process is completed according to the Manufacturer's instructions within one hour of the seaming operation, and in a way that does not damage the geomembrane. The Geosynthetic QAC shall also verify that seams are aligned with the fewest possible number of wrinkles and "fishmouths" 6.7.4 Trial Seams Trial seams shall be made on fragment pieces of geomembrane liner to verify that conditions are adequate for production seaming. Such trial seams shall be made at the beginning of each seaming period, and at least once each four hours, for each production seaming apparatus used that day or significant changes in temperature. Trial seams shall be made under the same conditions as production seams. The specimens shall be tested in peel and in shear using a field tensiometer. The tensiometer'shall be capable of maintaining a constant jaw separation rate of two inches per minute. They should not fail in the seam. If a specimen fails, the entire trial seam operation shall be repeated. If the additional specimen fails, the seaming apparatus and seamer shall not be accepted and shall not be used for seaming until the deficiencies are corrected and two consecutive successful trial seams are achieved. The remainder of the successful trial seam sample shall be retained in the Project Manager's archives for possible laboratory testing. Each sample shall be assigned a number and marked accordingly by the Geosynthetic QAC, who shall also log the date, hour, ambient temperature, number of seaming unit, name of seamen, and pass or fail description. 6-8 EXHIBIT'A'-Page 225 of 356 6.7.5 General Seaming Procedures During general seaming, the Geosynthetic QAC shall ensure the following: 1. Fishmou(hsor wrinkles at the seam overlaps shall be cut along the ridge of the wrinkle in order to achieve a flat overlap. The cut fshnmuths or wrinkles shall be seamed and any portion where the overlap is inadequate shall then be patched with an oval or round patch of the same geomembrane extending a minimum of 6 in beyond the cut in all directions. 2. If seaming operations are carried out at night, adequate illumination shall be provided. 3. Seaming shall extend to the outside edge of panels placed in the anchor trench. 4. All cross seam tees should be extrusion welded to a minimum distance of 4 in on each side of the tee. 5 A substrate may be required to be provided by Using a flat board, a conveyor belt, or similar hard surface'directly under the seam overlap to achieve proper Support. 6.7;6 Seaming Weather Conditions 6.7.6.1 Cold Weather Conditions To ensure a quality installation, if seaming is conducted when the ambient temperature or the geomembrane sheet temperature is below 32°F (0°C), the following conditions shall be met: I. Geomembrane surface temperatures shall be determined by the Geosynthetic QAC at intervals of at least once per 100 feet of seam length to determine if preheating is required. For extrusion welding, preheating is required if the surface temperature of the geomembrane is below 32°F. 2. For fusion welding, preheating may be waived by the Project Manager based on a recommendation from the Geosynthetic QAE, if the Installer demonstrates to the Geosynthetic QAE's satisfaction that welds of equivalent quality may be obtained without preheating at the expected temperature of installation 3. If preheating is 'required, the Geosynthetic QAC shall observe all areas of geomembrane that have been preheated by a hot air device prior to seaming, to ensure that they have not been overheated. 4. Care shall be taken to confirm that the surface temperatures are not lowered below the minimum surface temperatures specified for welding due to winds or other adverse conditions It may be necessary to provide wind protection for the seam area. 5. All preheating devices shall be approved prior to use by the Project Manager.. 6. Additional destructive tests shall be taken at an interval between 400 feet (extrusion) and 500 feet(fusion) of seam length, at the discretion of the Geosynthetic QAE. 7. Sheet grinding may be performed before preheating, if applicable. 8. Trial seaming shall be conducted under the same ambient temperature and preheating conditions as the production searms.. Under cold weather conditions, nevi trial'seams shall be conducted if the *Went temperature drops by more than 10°F from the initial trial warn test conditions. Such new trial seams shall be conducted'°upon completion of seams in progress during temperature drop. 6-9 EXHIBIT'A'-Page 226 of 356 6.7.6.2 Warm Weather Conditions At ambient temperatures above 120°F or geomembrane sheet temperatures above 158°F, no seaming of the geomembrane shall be permitted unless the Installer can demonstrate to the satisfaction of the Project Manager that geomembrane seam quality is not compromised. 6.8 NOND. ESTIt.UC'I' SEAM TESTING 6.8.1 Concept The Installer shall nondestructively test all field seams over their full length using an air pressure test (far double fusion seams only), a vacuum,test or other approved method. Any seams that cannot be nondestructively tested shall be cap stripped with the same geomembrane The QAE shall monitor all nondestructive testing and record the location of the test, the test unit number, the name of the person conducting the test, the results of the test, and any other information that is necessary to document the adequacy of the seaming. 6.8.2 Air Pressure Testing Air pressure testing is applicable to double fusion welding which produces a double seam with an enclosed space. 1. The equipment for air pressure testing shall consist of the following: a. An air pump (manual or motor driven), equipped with pressure gauge and capable of generating and sustaining a pressure between 25 and 30 psi and mounted on a cushion to protect the geomembrane. b. A rubber hose with fittings and connections. c. A sharp hollow needle, or other pressure feed device, approved by Project Manager. 2. The following Procedures shall be followed: a. Seal both ends of the seam to be tested. b. Insert needle or other approved pressure feed device into the air channel created by the fusion weld. c. Insert a protective cushion between the air pump and the geomembrane. d. Pressurize the air channel to a pressure of approximately 30 psi Close valve, allow 2 minutes for pressure to stabilize, and sustain pressure for at least 5 minutes. e. If loss of pressure exceeds the maximum permissible pressure differential of 4 psi in 5 minutes, or does not stabilize, locate faulty area and repair. f. cut opposite end of tested seam area once testing is completed to verify continuity of the air channel. If air does not escape, locate blockage and retest unpressurized area. Seam the cut end of the air channel. g. Remove needle or other approved pressure feed device and seal the hole in the 6-10 EXHIBIT'A'-Page 227 of 356 geomembrane. 6.8.3 Vacuum Testing Vacuum testing is applicable to extrusion welding. 1. The equipment shall consist of the following: a. A vacuum box assembly consisting of a rigid housing, a transparent viewing window; a soft neoprene gasket attached to the bottom,a porthole or valve assembly, and a vacuum gauge. b. A pump assembly equipped with a'pressure'controller and pipe connections. c. A rubber pressure/vacuum hose with fittings and connections. d. A soapy solution. (Geosynthetic QAC shall ensure solution makes bubbles when air is passed through.) e. A bucket and wide paint brush, or other means of applying the soapy solution. 2. The following procedures shall be followed: a. Wet a strip of geomembrane approximately 12 in x 48 in with the soapy solution. b. Place the box over the wetted area. c. Close the bleed valve and open the vacuum valve. d. Ensure that a leak-tight seal is created. e. Energize the vacuum pump and reduce the applied pressure to approximately 5 psi gauge. f. For a minimum of 10 seconds, apply vacuum with the box placed and maintaining a seal, examine the geomembrane through the viewing window for the presence of soap bubbles. g. If no bubble appears after 10 seconds, close the vacuum valve and open the bleed valve, move the box over the next adjoining area with a minimum 3 in overlap, and repeat the process. h. All areas where soap bubbles appear shall be marked and repaired. 6.8 4 Test Failure Procerclures The Installer shall complete any required repairs as indicated by failing test results. 6.9 DESTRUCTIVE SEAM TESTING 6.9.1 Concept The purpose of destructive tests is to evaluate seam strength. Destructive seam tests shall be performed at selected locations. Seam strength testing shall be done as the seaming work progresses, not at the completion of all field seaming. 6-11 EXHIBIT'A'-Page 228 of 356 6.9.2 Location and Frequency The Geosynthetic QAC shall select where seam samples will be cut out for testing. The frequency and locations shall be established as follows: l. A minimum frequency of one test location per 500 ft of fusion seam length and one test location per 400 ft of extrusion seam length performed by each welding machine. A minimum of one test for each welding machine is required. This frequency is to be determined as an average taken throughout the entire facility. 2. Test locations shall be determined during seaming at the Geosynthetic QAC's discretion. Special consideration shall be given to locations where the potential for imperfect welding, such as overheating, contamination, offset welds exists 3. No destructive seam testing shall be performed on seam repair welds or patch repair welds. The Installer shall not be informed in advance of the locations where the seam samples will be taken. 6.9.3 Sampling Procedures Samples shall be cut by the Installer at locations chosen by the Geosynthetic QAC as the seaming progresses so that test results are available before the geomembrane is covered by another material. The Geosynthetic QAC shall: 1. Observe sample cutting. 2. Assign a number to each sample, and mark it accordingly. 3. Record sample location on layout drawing. 4. Record reason for taking the sample at this location (e.g., statistical routine, suspicious feature of the geomembrane). All holes in the geomembrane resulting from destructive seam sampling shall be repaired immediately following receipt of successful test results. The continuity of the new seams in the repaired area shall be tested. 6.9.4 Sample Dimensions At each sampling location, two types of samples shall be taken by the Installer. First, two specimens for field testing should be taken. Each of these samples shall be cut with a 1 in wide die, with the seam centered parallel to the width. 6.9.5 Field Testing The two 1 in wide specimens shall be tested in the field using a tensiometer for peel adhesion and shall not fail. The tensiometer shall be capable of maintaining a constant jaw separation rate of two 6-12 EXHIBIT'A'-Page 229 of 356 inches per minute. Final judgement regarding seam acceptability, based on the failure criteria rests with the Geosynthetic QAE. The Geosynthetic QAC shall witness field tests and mark samples and portions with their number. The Geosynthetic QAC shall also log the date and time, ambient temperature,number of seaming. unit, name of seamer, wlding.appar'atus temperatures and pressures, and pass or fail description, and attach a copy to each sample portion. 6.9.6 Destructive Testing Destructive seam testing shall be performed on site with a calibrated tensiometer, or off site at an approved QAL. Destructive test samples test at;the QAL shall .be packaged and shipped, .if necessary, under the responsibility of the Geosynthetic QAC in a manner which will not damage. the test sample. Testing shall include seam shear strength and peel adhesion (ASTIR 1)4437). At least 5 specimens shall be tested, each in both shear and peel. Specimens shall be selected alternately by test from the samples (Le., peel, shear, peel, shear). A passing test shall meet the minimum acceptable values in at least 4 of the 5 specimens tested for each method. 6.9.7 Destructive Test Failure When a sample fails a destructive test, whether that test is conducted by the Geosynthetic QAL or by field tensiometer, the Installer has two options: 1. The Installer can repair the seam between any two passing destructive test locations. 2. The Installer can trace the welding path to an intermediate location 10 ft minimum from the point of the failed test in each direction and take a sample with a 1 in wide die for an additional field test at each location. If these additional samples pass the test, then full.,samples are taken. If these samples pass the tests, then the seam is repaired between these locations. If either sample fails, then the process is repeated to establish the zone in which the seam should be repaired. Repair and retesting is repeated until at least 80%of the samples at the test location pass the destructive seam test. All acceptable repaired seams shall be bound by two locations from:which samples passing destructive tests have been taken. In cases exceeding 150 ft of repaired seam, a sample taken from the zone in which the seam has been repaired must_pass destructive testing. 6.10 . DEFECTS AlsID REPAIRS 6.10.I Identification All seams and non-seam areas of the geomembrane shall be examined by the Geosynthetic QAC for uniformity,completeness,identification of defects,holes,blisters,undispersed raw materials,large 6-13 EXHIBIT'A'-Page 230 of 356 wrinkles and any sign of contamination by foreign matter. 6.10.2 Evaluation Each suspect location both in seam and non-seam areas shall be nondestructively tested. Each location which fails the nondestructive testing 'shall be marked by the Geosynthetic QAC and repaired by the Installer. Work shall not proceed with any Materials which will cover locations which have been repaired until successful nondestructive tests are obtained. When seaming of the geomembrane is completed, and prior to placing overlying materials, the Geosynthetic QAC shall indicate to the Project Manager any large wrinkles which should be cut and relearned by`the Installer. The number of wrinkles to be repaired should be kept to an absolute: miniirtum."Therefore, wrinkles;should be located during:the coldest part of the installation period, while keeping in mind the forecasted weather to which the uncovered geomembrane May be exposed. Wrinkles are considered to be large when the geomembrane can be folded over on to itself which'is generally a wrinkle that extends 12 in from the subgrade. Seams produced while repairing wrinkles shall be nondestructively tested. 6.10.3 Repair Procedures Any portion of the geomernbrane exhibiting a flaw, or failing a destructive or nondestructive test, shall be repaired. Several procedures exist for the repair of these areas. The final decision as to the appropriate repair procedure shall be agreed upon between the Project Manager, Installer, Designer, and Geosynthetic QAC. 1. The repair procedures available include: a. Patching, used to repair,holes, tears, undispersed raw materials, and contamination by foreign Matter. b' Spot welding used to repair psnholes, or other minor; localized flaws. G. Capping, used to repair large lengths of failed seams: d. Extrusion welding the flap;used to repair areas Of inadequate fusion seams which have an exposed edge. Repairs of this type shall be approved by the Geosynthetic QAC and shall not exceed 100 ft in total length. ee Removing'bad'seamn and replacing with a strip of new material welded into place. 2. For any repair method, the following provisions shall be satisfied: a. Surfaces of the geomernbrane which are to be repaired using extrusion methods shall be ground no more than one hour prior to the repair. b. All surfaces shall be clean and dry at the time of the repair. c. All seaming equipment used in repairing procedures shall meet the requirements of the project QA.M. d. Patches or caps shall extend at least 6 in (150 awn) beyond the'edge of the defect, and all 6-14 EXHIBIT'A'-Page 231 of 356 corners of patches shall be rounded with a radius of approximately 3 in (75 mm). 6.10.4 Repair Verification The Geosynthetic QAC shall observe all nondestructive testing of repairs and shall record the number of each repair, name of person performing the repair and the testing, date and test outcome. Each repair shall be nondestructively tested as appropriate. Repairs which pass the nondestructive test shall be taken as an indication of an adequate repair: Repairs more than 150 ft long require destructive test sampling. Failed tests require that the repair shall be redone and retested until a passing test results. 6.11 GEOMEMBRANE PROTECTION The quality assurance procedures indicated in this Section are intended only to assure that the installation of adjacent materials does not damage the geomembrane. 6.11.1 Soils The Geosynthetic QAE shall verify that these project specifications are consistent with geosynthetic state-of-practice such as: 1. Placement of soils on the geomembrane shall not proceed at an ambient temperature below 32°F (0°C) nor above 104°F (40°C) unless otherwise specified. 2. Equipment used for placing soil shall not be driven directly on the geomembrane. 3. A minimum thickness of 1 ft of soil is specified between a light dozer and the geomembrane. 4. In any areas traversed by heavy construction, any vehicles other than low ground pressure vehicles approved by the Project Manager, the soil layer shall have a minimum thickness of 3 ft. This requirement may be waived if provisions are made to protect the geomembrane through an engineered design. Drivers shall proceed with caution when on the overlying soil and prevent spinning of tires or sharp turns. The Geosynthetic QAC shall measure soil thickness and verify that the required thickness is present. The Geosynthetic QAC must also verify that final thickness is consistent with the design and verify that placement of the soil is done in such a manner that geomembrane damage is unlikely. 6.11.2 Sumps and Appurtenances A copy of the plans and project specifications prepared by the Designer for sumps and appurtenances shall be given by the Project Manager to the Geosynthetic QAC. The Geosynthetic QAC shall verify that: 1. Installation of the geomembrane in sump and appurtenant areas, and connection of geomembrane to sumps and appurtenances have been made according to project specifications. 2. Extreme care is taken while welding around appurtenances since neither non-destructive nor 6-15 EXHIBIT'A'-Page 232 of 356 destructive testing may be feasible in these areas. 3. The geomembrane has not been visibly damaged while making connections to sumps and appurtenances. 4. A representative of the Geosynthetic QAC shall be present at all times when the Installer is welding geomembrane to appurtenant structures. 5. Geoinembrane`'sears that cannot be nondestructively tested shall be visually inspected by the Geosynthetic QAE for signs of poor or improper welding. If the QAE is unable to verify the integrity'of the seam, that seam will be overlain with"geomembrane of identical type. 6-16 EXHIBIT'A'-Page 233 of 356 7.0 GEOTEXTILES 7.1 DEFINITION AND APPLICABILITY Geotextiles are used in protection and filtering applications in lining systems. This Section is applicable to nonwoven geotextiles made of polyester or polypropylene and not applicable to nonwoven geotextiles made of other materials or woven'geotextiles. The materials used to manufacture the geotextile shall he chemically compatible with the waste and the leachate generated from the waste. Polyester and polypropylene are proven materials that afire chemically compatible with municipal waste and leachate. "These materials are also proven to be resistant to bacteria, extreme heat and pH within the ranges found in a landfill, and burial deterioration (these criteria shall be addressed if necessary); The quality assurance and quality'' control testing must meet the requirements specified herein or as required on the construction plans. 7.2 MANUFACTURING PLANT INSPECTION The Project Manager, or his designated representative, may visit the manufacturing plant for a project-specific inspection if deemed necessary. 7.3 QUALITY CONTROL DOCUMENTATION Prior to the installation of any geotextile, the Manufacturer or Installer shall provide the Project Manager or the Quality Assurance Engineer with the following information: 1. The origin(resin supplier's name and resin production plant)and identification(brand name and number) of the resin used to Manufacture the geotextile. 2, Copies of dated quality control certificates issued by the resin supplier. 3. Reports on tests conducted by the Manufacturer to verify that resin used to manufacture the geotextile meets the Manufacturer's resin specifications 4. Reports on quality control tests conducted by the Manufacturer to verify that the geotextile manufactured for the project meets the.prolect specifications. 5. A statement indicating that the reclaimed polymer added to the resin during manufacturing was done with appropriate cleanliness. 6. A list of the materials which comprise;the geotextile, expressed in the following categories as percent by weight: base polymer, carbon black, other additives. 7. A specification for the geotextile which includes all properties published by the Manufacturer, measured using the appropriate test methods. 8. Written certification that minimum values given in the specification are guaranteed by the Manufacturer. 9. Written certification that the Manufacturer: has continuously inspected the geotextile for the presence of needles;and=found the geotextile;to be needle=free. 10. Quality control certificates,presented by the Manufacturer. The quality control:certificates shall include roll identification numbers, testing procedures and results of quality control tests. At 7-1 EXHIBIT'A'-Page 234 of 356 a minimum, results shall be given for: a. Mass per unit area (ASTM D5261). b. Grab strength (ASTM D4632). c. Trapezoidal tear strength (ASTM D4533). d. Burst strength (ASTM D3786). e. Puncture strength (ASTM D4833). f. Ultraviolet resistance (ASTM D4355). These quality control tests shall be performed in accordance with the test methods for at least once per lot or every 1.00,000 ft2 of geotextile produced. The Manufacturer shall identify all rolls of geotextiles with the following: • 1. Manufacturer's name 2. Product identification 3. Roll number 4. Roll dimensions 7.4 CONFORMANCE TESTING Conformance testing is not required for geotextile materials. 7,5 GEO'1'EXTILE DEPLOYMENT During shipment and st©rage, the geotextile shall be protected from ultraviolet light exposure, moisture, mud, dirt, dust, puncture, cutting, or any other damaging or deleterious conditions. The Geosynthetic QAC shall observe rolls upon delivery at the site. Any apparently damaged or improperly wrapped rolls shall be reported to the Project Mailager: When used as part of the protective cover design, the geotextile shall be placed directly over the geomembrane. The geornembrane:shall have a;minimum thickness equivalent to 16 ounces per square yard. The geotextile must be covered with 12 inches of clean gravel that is classified as GW or GP with no more than 5% by weight passing the number 200 sieve.. The Installer shall ensure that geotextiles are not damaged during handling. The geotextile shall be deployed as described below: 1. On slopes, the geotextiles shall be securely anchored and then rolled down the slope in such a manner as to continually keep the geotextile sheetin tension. 2. In the presence of wind, all geotextiles shall be weighted with sandbags or the equivalent. Such sand bags shall be installed during deployment and shall remain until replaced with cover material. 7-2 EXHIBIT'A'-Page 235 of 356 3. Geotextiles shall be cut using a geotextile cutter(hook blade)only. If in place, special care shall be taken to protect other materials from damage which could be caused by the cutting of the geotextiles. 4. The Installer shall take any necessary precautions to prevent damage to underlying layers during placement of the geotextile. 5. During placement of geotextiles, care shall be taken not to entrap, in or beneath the geotextile; stones, excessive dust, or moisture that could damage the geomembrane, cause clogging of drains or filters, or hamper subsequent seaming.: 6 A visual examinationg of the eotextile shall be carried out over the entire surface, after installation, to ensure that no potentially harmful foreign objects are present, 7. Geotextiles shall be installed to minimize creep as per the approved construction plans and design calculations The Geosynthetic QAC shall note arty noncompliance and report it.to the.Project Manager. 7.6 SEAMING PROCEDURES Geotextiles shall be overlapped a minimum of 3 in prior to seaming. In general, no horizontal seams shall be allowed on side slopes (seams along, not across, the slope)except as part of a patch. When horizontal seams are necessary, adjacent seams shall be staggered horizontally. On slopes steeper than 10:1 (horizontal:vertical), all geotextiles shall be continuously sewn. Spot sewing is not allowed. On bottoms and slopes shallower than 10:1, geotextiles shall be continually sewn, thermally bonded, or seamed using other methods with the written approval of the Project Manager. Any sewing shall be done using polymeric thread with chemical and ultraviolet light resistance properties. The color of the sewing thread shall contrast the background color of the geotextile. Sewing shall be done using machinery and stitch types approved by the Project Manager and the Geosynthetic QAE. 7.7 DEFECTS PAIRS 7.7.1 Identification If a defect is identified in the geotextile, the Geosynthetic QAC shall determine the extent and nature of the defect. 7 e 7.2 Notification After determining the extent and nature of the defect, the Geosynthetic QAC shall promptly notify the Installer and Project Manager. 7-3 EXHIBIT'A'-Page 236 of 356 7.7.3 Repair Procedures The final decision as to the appropriate repair shall be agreed upon between the Project Manager, Installer, and Geosynthetic QAE. Any holes or tears in the geotextile shall be repaired using the following two procedures. On side slopes, a patch made from the same geotextile shall be thermally bonded or sewn into place in accordance with the project specifications. Should any tear exceed 10% of the width of the roll, the tear shall be repaire ` On non-side slope areas, a patch made from the same geotextile shall be thermally bonded or sewn into place with a nummum.of 12 inch overlap to all directions. Care shall be taken to remove any soil or other material which may have penetrated The"torn geotextile: The Geosynthetic QAC shall observe any repair and report any noncompliance with the above requirements to the Project Manager. 7.8 GEOTEXTILE PROTECTION All soil materials located on top of a geotextile shall be deployed in such a manner as to ensure: 1. The geotextile and underlying lining materials are not damaged. 2. Minimal slippage of the geotextile on underlying layers occurs. 3. No excess tensile stresses occur in the geotextile. 7-4 EXHIBIT'A'-Page 237 of 356 8.0 GEONETS 8.1 DEFINITION AND APPLICABILITY Geonets are geosynthetic nets used as a drainage medium in lining systems• This Section is applicable to geonets made of high density polyethylene (HDPE), including "foamed" HDPE products but is not applicable to geonets made of other polymers. The materials used to manufacture the geonet shall be chemically compatible with the waste and the leachate generated from the waste. 1-IDPE is a proven material that is chemically compatible with municipal waste and leachate. HDPE is also proven to be resistant to bacteria, extreme heat within.:. the ranges found in a landfill, and burial deterioration. The geonet drainage layer must,be capable of effectively removing the leachate throughout the landfill active life, closure,• andpost closyre period, and must be constructed and installed in accordance with the approved construction plans. The quality assurance and quality control testing must meet the requirements specihed,herein or as required on the construction plans. 8.2 MANUFACTURING PLANT INSPECTION The Project Manager, or his designated representative may visit the manufacturing plant for a project-specific inspection if deemed necessary. 8.3 QUALITY CONTROL DOCUMENTATION Prior to the installation of any geonet, the Manufacturer or Installer shall provide the Project Manager with the following information: I. The origin (supplier's name and production plant) and identification(brand name and number) of the resin 2. Copies of dated quality control certificates issued by the resin supplier, 3. Results of tests conducted by the Manufacturer to verify that the resin used to manufacture the geonet meets the project specifications: 4. A statement indicating that the amount of reclaimed;:polymer.added to the resin during manufacturing was done with appropriate cleanliness and for geonet used for leachate collection. applications 5. list of the'materials which comprise the geonet; expressed in .the following categories,as percent by weight: polyethylene, carbon black, other additives 6. A specification for: the geonet which includes all: properties contained in the project specifications measured using the appropriate test methods:: 7. Written certification that minimum values given in the specification are guaranteed by the Manufacturer. 8. Quality control,certificates, signed by.a responsible party employed by the Manufacturer. The quality control certificates shall include roll identification numbers, sampling procedures and 8-1 EXHIBIT'A'-Page 238 of 356 results of quality control tests. At a minimum, results shall be given for: a. Density (ASTM D1505). b. Tensile strength (ASTM D5035). c. Thickness (ASTM D5I99). d. Carbon black content(ASTM D4218). e. Hydraulic transrnissivity (ASTM D4716). f. Melt flow index (ASTM D1238). g. Creep (ASTM D526). Quality control tests shall be performed in accordance with the test methods for every,1.0,000 lbs of geonet produced,except hydraulic transtrissivity;which shall be performed for every 25,000 lbs of geonet produced. The Manufacturer shall identify all rolls of geonets with the following: 1. Manufacturer's name 2. Product identification 3. Roll number 4. Roll dimensions 8.4 GEONET DEPLOYMENT The Geosynthetic QAC shall examine rolls upon delivery and any deviation from the above requirements shall be reported to the Project Manager. The geonet rolls should be protected against dust and dirt during shipment and storage since geonet cleanliness is essential to its perforiitance. The geonet rolls shall be delivered wrapped in plastic to protect the geonet from contamination. The Geosynthetic QAC shall verify that the geonet is free of dirt and dust prior to installation. • The Installer shall handle all geonet in such a manner as to ensure that it is not darna.ged in any way, and the following shall be complied with: 1. On slopes, the geonet shall be secured and rolled down the slope in such a manner as to continually keep the geonet sheet in tension. if ncessay, the geonet shall be positioned by hand after being unrolled to minimize wrinkles. 2. In the presence of wind, all geonet shall be weighted with sandbags or the equivalent. Such sandbags shall be installed during deployment and shall remain until replaced with cover material. 3. Unless otherwise specified, geonet shall not be welded to geooineinbrane. 4. Geoiiet shall only be cut using scissors or other cutting tools approved by the Project Manager that will not damage the underlying geosynthetics. Care shall be taken not to leave tools in the geonet. 8-2 EXHIBIT'A'-Page 239 of 356 5. The Installer shall take any necessary precautions to prevent damage to underlying layers during placement of the geonet. 6. During placement of geonet, care shall be taken not to entrap dirt, excessive dust, or fugitive bentonite clay in the geonet that could cause clogging of the drainage system, and/or stones that could damage the adjacent geomembrane. If dirt or excessive dust is entrapped in the geonet, it should be cleaned prior to placement of the next material on top of it In this regard, care shall be taken with the handling of sandbags, to prevent puncturing the sand bag. The Geosynthetic QAC shall note any noncompliance and report it to the Project Manager. 8.5 SEAMS AND OVERLAPS APS At a minimum, the following requirements for joining the adjacent geonet shall be met: 1. Adjacent rolls shall be overlapped by at least 4:in. 2. The geonet overlaps shall be tied with plastic fasteners. Tying devices shall be white or yellow for easy inspection. Metallic devices are not allowed. 3. Tying shall be every 5 ft along the length at the adjacent rolls, every 6 in the anchor trench and every 6 in along end-to-end seams 4. In general, no horizontal seams shall be allowed on side slopes. 5. In the corners of the side slopes of rectangular landfills, where overlaps between perpendicular geonet strips are required, an extra layer of geonet shall be unrolled along the slope, on top of the previously installed geonet, from top to bottom of the slope. 6. When more than one layer of geonet is installed, joints shall be staggered. 7. When several layers of geonet are stacked, rolls shall be deployed in the same direction to prevent strands of one layer from penetrating the channels of the adjacent layer. 8.6 DEFECTS AND REPAIRS 8.6.1 Identification If a defect is identified in the geonet, the Geosynthetic QAC shall determine the extent and nature of the defect. 8.6.2 Notification After determining the extent and nature of the defect, the Geosynthetic QAC shall promptly notify the Installer and Project Manager. 8.6.3 Repair Procedures The final decision as to the appropriate repair shall be agreed upon by the Project Manager. If the hole or tear width is less than 50% of the width of the roll, the damaged area shall be repaired 8-3 EXHIBIT'A'-Page 240 of 356 as follows: 1. A. patch shall be placed extending 1 ft beyond the edges of the hole or tear. 2. The patch shall be secured to the original geonet by tying every 6 in. If the hole or tear width across the roll is equal to or more than 50% of the width of the roll, the damaged area shall be repaired'as follows: 1. On the base of the landfill, the da!naged area shall be cut out and the two portions of the geonet shall be joined. 2. On side slopes, the damaged geonet roll shall be removed and replaced. 8.7 GEONET PROTECTION Soil should never be placed in direct contact with geonet. Soil materials near the geonet shall be placed in such a'manner as to ensure: 1. The geonet'and underlying`lining materials are not damaged. 2. Minimal slippage of the geonet on underlying layers occurs. 3. No excess tensile stresses occur in the geonet. 8-4 EXHIBIT'A'-Page 241 of 356 9.0 GEOTEXTILE/GEONET COMPOSITE 9.1. DEFINITION AND APPLICABILITY Geotextile/geonet composites are geocomposites used as a filter and drainage media. in lining systems. This Section is applicable to drainage geocomposites made of polyester or polypropylene nonwoven geotextiles and high density polyethylene (HOPE) geonet. The geotextiles may be bonded to one side or both sides of the geonet. This Section is not applicable to geocomposites made with other material or components. The materials used to manufacture the geonet shall be chemically compatible with the waste and the leachate generated from the waste. HDPE is a proven material that is chemically compatible with municipal waste and leachate. I-IDPE is also proven to be resistant to bacteria, extreme heat within the ranges found in a landfill, and burial deterioration. The geonef drainage layer mustbe capable of effectively removing the leachate throughout the landfill active life, closure, and post closure period, and must be constructed and installed in accordance with the approved construction plans. The quality assurance and quality control testing must meet the requirements specified herein or as required on the construction plans. 9.2 MANUFACTURING PLANT INSPECTION The Project Manager, or his designated representative, may visit the manufacturing plant for a project-specific inspection if deemed necessary. 9.3 QUALITY CONTROL DOCUMENTATION Prior to the installation of any geocomposite, the geocomposite Manufacturer or Installer shall provide the Project Manager with the following information: 1. The origin (supplier's name and production plant) and identification(brand name and number) of the geotextile and geonet used to fabricate the geocomposite. 2. Copies of dated quality control certificates issued by the geotextile and geonet supplier. These certificates shall contain the results of the quality control tests performed on the geocomposite components. 3. A specification for the geocomposite which includes all properties published by the Manufacturer measured using the appropriate test methods. 4. Written certification that minimum values given "tithe specification are guaranteed by the Manufacturer. 5. Quality control certificates for the geocomposite, signed by a responsible party employed by the Manufacturer. The quality control certificates shall include roll identification numbers, testing 9-1 EXHIBIT'A'-Page 242 of 356 procedures and results of quality control tests. At a minimum, results shall be given for: Geonet: a. Density (ASTM D1505). b. Tensile strength (ASTM D5035). c. Thickness (ASTM 135199). d. Carbon black content (ASTM D4218). e: Hydraulic transmissivity (ASTM D4716). f. Melt flow index (ASTM D1238). Geotextile: a. Fabric weight (ASTM: 35261): b. Grab strength (ASTM.D4632). c. Thickness (ASTM D5199).: d. Water flow rate(ASTM D4491). e. AOS (ASTM:D4751)♦ Geocomposite: a. Thickness (ASTM D5199). b. Hydraulic transmissivity (ASTM D4716). c. Tensile strength (ASTM D4632). d. Ply adhesion (ASTM D413). Quality control tests shall be performed in accordance with the test methods for every 40,000 ft2 of geonet produced, except hydraulic transmissivity, which shall be performed for every 120,000 ft2 of geonet produced. The Manufacturer shall identify all rolls of geocomposite with the following: 1. Manufacturer's name 2. Product identification 3. Roll number 4. Roll dimensions 9.4 GEOCDMPOSITE DEPLOYMENT During shipment and storage, the geocomposite shall be protected from ultraviolet light exposure, moisture, mud, dirt, dust, puncture, cutting, or any other damaging conditions. The Installer shall handle all geocomposite in such a;mananer as to ensure they are not damaged, and the following shall be complied with: I. On slopes, the geocomposite shall be securely anchored and then rolled down the slope in such a manner as to continually keep the geocomposite sheet in tension. If necessary, the 9-2 EXHIBIT'A'-Page 243 of 356 geocomposite shall be positioned by hand after being unrolled to minimize wrinkles. 2. In the presence of wind, all geocomposite, shall be weighted with sandbags or the equivalent. Sandbags shall be installed during deployment and shall remain until replaced with cover material. 3. Unless otherwise specified, single-sided geocomposite shall not be welded to the geomembrane. 4. Geocomposites shall be cut using a hook blade or other tool approved by the Project Manager. If in place., special care shall be taken to protect underlying geosynthetics from menage which could be caused by the cutting of the geocomposite. Care shall be taken not to leave the tools in the geocomposite. 5. The Installer shall take any necessary precautions to prevent damage to underlying layers during placement of the geocomposite 6. During placement of geocomposite, care shall be taken not to entrap in or beneath the geocomposite, stones, or dirt that could damage the geon-embrane, cause clogging of drains or fillers, or hamper subsequent seaming. If dirt or excess dust is entrapped in the geonet of single-sided geocomposite, it should be washed clean prior to placement of the next material on top of it. In this regard, care shall be taken with the handling of sandbags, to prevent puncturing the sandbag. 7. A visual examination of the geotextile component of the geocomposite shall be carried out over the entire surface, after installation, to ensure that no potentially harmful foreign objects are present. 9.5 SEAMING PROCEDURES In general, no horizontal seams shall be allowed on side slopes thus seams shall be along, not across, the slope, except as part of a patch. If horizontal seams are required, offset adjacent horizontal seams. At a minimum, the following requirements shall be met: 1. Adjacent geocomposite shall be overlapped so that the geonet overlaps by at least 4 in and geotextile overlap by at least 3 in. 2. If two sided geocomposite,is used, seam the top geotextile together. 3. The geonet overlaps,shall be tied,with plastic fasteners. Tying devices shall be white or yellow for easy. inspection. Metallic devices are not allowed. 4. Tying shall be every 5 ft along the slope, every 6 in in the anchor trench, and every 6 in along end-to-end seams on the base of the landfill. 5. In the corners of the side slopes where overlaps between perpendicular strips are required, an extra layer shall be unrolled along the slope, on top of the previously installed geocomposite, from top to bottom of the slope. 6. When more than one layer of geocomposite is installed, joints shall be staggered. 7. Once geonet is tied, the geotextile of the geocomposite shall be seamed, On slopes steeper than 10:1 (horizontal:vertical), all geotextiles shall be continuously sewn. Spot sewing is not allowed. On bottoms and slopes shallower than I0:l, geotextiles shall be sewn(preferred), or thermally bonded with the written approval of the Project Manager. The Installer shall pay 9-3 EXHIBIT'A'-Page 244 of 356 particular attention to seams to ensure that no earth cover material could be inadvertently inserted beneath the geotextile if applicable. 8. Any sewing shall be done using polymeric thread with chemical and ultraviolet light resistance properties equal to or exceeding those of the geotextile. Sewing shall be done using machinery and stitch typos approved by the ?reject Manager and the Geosynthetic QAE. 9.6 DEFECTS AND REPAIRS 9.6.1 Identification If a defect is identified in the geotextile/geonet composite, the Geosynthetic QAC shall determine the extent and nature of the defect. 9e6.2 Notification After determining the extent and nature of the defect, the Geosynthetic QAC shall promptly notify the Installer and Project Manager, 9.6.3 Repair Procedures The final decision as to the appropriate repair shall be agreed upon by the Project Manager. Prior to acceptance of the geocomposite, the Installer shall locate and repair all damaged areas as directed by the Geosynthetic QAC. If in the Geosynthetic QAC's judgement, the defect is determined to be small,typically smaller than 3 by 3 feet, the geocornposite shall be repaired as follows: 1. If the geonet is judged to be undamaged but the geotextile is damaged, a patch of geotextile shall be placed The geotextile patch shall be thermally bonded in place with a minimum of 12 inch overlap in all directions. 2. If the geonet is judged to be damaged, the damaged geonet shall be removed: A section of geonet shaR be cut to replace the removed section. The geonet shall be tied to the existing geonet using white plastic fasteniez s placed at least every 6 inches overlap. A geotextile patch shall be placed over the repaired geonet section The geotextile patch shall be thermally bonded in place with a minimum of 12 inch overlap in all directions. If in the Geosynthetic QAC s judgement, the defect is determined to be large, typically larger than 3 by 3 feet , the geocoinposite shall be replaced. 9-4 EXHIBIT'A'-Page 245 of 356 9.7 GEOCOMPOSITE PROTECTION For single-sided geocomposites, soils should never be placed in direct contact with geonet. All soil materials located on top of the geocomposite shall be deployed in such a manner as to ensure: 1. The geocomposite and underlying lining materials are not damaged. 2. Minimal slippage of the geocomposite on underlying layers occurs. 3. No excess tensile stresses occur in the geocomposite. 9-5 EXHIBIT'A'-Page 246 of 356 10.0 GEOSYNTHETIC CLAY LINERS 10.1 DEFINITIONS AND APPLICABILITY Geosynthetic Clay Liners (GCLs) are geocomposite materials that consist of a low hydraulic conductivity montmorillorute-rich expansive clay (bentonite) core which is bonded to a geotextile backing. The GCL must meet industry design standards and must be tested as described herein. GCLs are used as barriers in lining systems. 10.2 MANUFACTURING PLANT INSPECTION The Project Manager, or his designated representative, may visit,the manufacturing plant for a project-specific inspection if deemed necessary. 10.3 QUALITY CONTROL DOCUMENTATION Prior to the installation of any(JCL,the Manufacturer or Installer shall provide the Project Manager with the following information: 1, The origin (supplier's name and location of material source) and identification of the bentonite used for production of the GCL. 2.Copies of dated quality control information issued by the bentonite supplier. 3. Results of quality control tests conducted by the GCL Manufacturer to verify that the bentonite supplied met the GCL Manufacturer's specifications. 4. Copies of dated quality control information provided by the geotextile Manufacturer. 5. A specification for the GCL which includes all properties contained in the project specifications for GCLs. 6. Written certification that the minimum values given in the project specifications are guaranteed • by the Manufacturer. 7. Quality control certificates, signed by a responsible party employed by the Manufacturer. Each ,. quality control certificate shall include roll identification numbers, testing procedures, and results of quality control tests. At a minimum, results shall be given. for: a. Moisture content (ASTM D2216) b. Hydraulic conductivity (GIB JCL 2) c. Mass per unit area (ASTM>D526 These quality control tests shall be performed in accordance with the test methods for at least every 40,000 ft2 for moisture content, swell index and mass per unit area. Hydraulic conductivity tests shall be performed in accordance>with the test methods for at least every 40,000 ft2 of GCL produced. A minimum of one series Of tests shall be performed. 10-1 EXHIBIT'A'-Page 247 of 356 The Manufacturer shall identify all rolls of GCL with the following: 1. Manufacturer's name 2. Product identification 3. Roll number 4. Roll dimensions 10.4 CONFORMANCE TESTING 10.4.1 Sampling Procedures Upon delivery of the rolls of GCL, the Geosynthetic QAC shall ensure that conformance test samples are obtained. Unless otherwise specified in the project specifications, samples shall be taken at.a rate of one per lot, not to be less than one per 100,000 ft of GCL. Samples for hydraulic conductivity conformance tests shall be taken at least every 100,000 ft2. These samples shall then be forwarded to the Geosynthetic QAL for testing to ensure conformance. A minimum of one series of tests shall be performed, 10.4.2 Conformance Tests The following conformance tests may be conducted on the GCL if specified in the design or if directed by the QAE or Project Manager: a. Moisture content (ASTM D2216) b. Hydraulic conductivity (GRI GCL-2) c. Mass per unit area (ASTM D5261 10.4.3 Test Results All conformance test results shall be reviewed and accepted or rejected by the Geosynthetic QAE prior to the deployment of the GCL. If the Manufacturer has reason to believe that failing tests may be the result of the Geosynthetic QAL incorrectly conducting the tests, the Manufacturer may request that the sample in question be retested by y the Geosynthetic QAL with a technical representative of the manufacturer present during the testing."Alternatively, the Manufacturer may have the sample retested at two different Owner approved Geosynthetic QALs. If both laboratories produce passing results, the material shall be accepted. If both laboratories do not produce passing results, then the original Geosynthetic QAL`s test results shall be accepted. The use of these procedures for dealing with failed test results is subject to the approval of the Project Manager. If a test result is in nonconformance, all material from the lot represented by the failing test should 10-2 EXHIBIT'A'-Page 248 of 356 be considered out-of-specification and rejected. Alternatively, at the option of the Project Manager, additional conformance test samples may be taken to "bracket" the portion of the lot not meeting specification (note that this procedure is valid only when all rolls in the lot are consecutively produced and numbered from one manufacturing line). To isolate the out-of specification material, additional samples must be taken from rolls that have roll numbers immediately adjacent to the roll that was sampled and failed. If both additional tests pass, the roll that represents the initial failed test and the roll manufactured immediately after that roll (next larger roll number) shall be rejected. If one or both of the additional tests fail, then the entire lot,shall be rejected sir the procedure repeated with two additional tests that bracket a greater number of rolls within the lot. 10.5 GCL DEPLOYMENT During shipment and storage, the GCL shall be protected from ultraviolet light exposure, moisture, excessive humidity, puncture, cutting, or any other damaging conditions GCL rolls shall be shipped and stored in relatively opaque and watertight wrappings. GCL rolls shall be stored away from wet ground and be covered with a watertight tarp or under a roof to protect the stored rolls from hydration. The roll wrappings shall.be removed shortly before deployment. The Geosynthetic QAC shall review the GCL panel deployment progress and advise the Project Manager on its conformance with the actual field conditions. The Geosynthetic QAC shall verify that the Installer handles the GCL material in such a manner as to ensure that it is not damaged, and the following are complied with: 1. On slopes, the GCL rolls shall be securely anchored and the GCL material then deployed down the slope in such a manner as to keep the GCL panel in tension. 2. The GCL should be installed with the proper side of the material facing upward. The proper orientation of the material should be as specified by the project specifications. 3. If the GCL is cut in place, special care shall be taken to protect underlying geosynthetic materials from damage whzch could,be caused by cutting of the GcL. 4. The Installer;shall take.any necessary precautions to prevent damage to underlying layers during placement of:the GCL. 5. During placement of the GCL, care shall be taken not to entrap`be .eath the GCL any stones, excessive dust or moisture that could damage the GCL or any underlying geosynthetics. 6. After installation, a visual examination of the(XL shall be carried out over the entire surface to ensure that no potentially harmful foreign objects, contaminated,soil or damaged areas are present. 7. Excess loss of bentonite on edges during deployment should be minimized. The Geosynthetic QAC shall verify that no more GCL material is deployed during one working day than can be covered by the end of that day• Exceptions to this requirement may be given by the Project Manager if dry weather is forecast for several consecutive days. GCL deployment shall not be undertaken during precipitation or when there is an immediate thre .t of precipitation. 10-3 EXHIBIT'A'-Page 249 of 356 10.6 SEAMING PROCEDURES 10.6.1. Seam Overlap Adjacent GCL panels shall be joined according to project plans and specifications. At a minimum, the Geosynthetic QAC shall verify the Installer complies with the following requirements: 1. Edge seam overlaps shall be a n'minimum of 6 in. 2 Roll end seam overlaps shall be a minimum 12 in. 3. The addition of powdered bentonite to seam locations shall be in accordance with the project specifications. 4. End to end seams on slopes shall be minimized. Prior to approval of the GCL by the Geosynthetic QAC, the following requirements should be visually verified by the QAC: 1. The required overlaps are provided. The overlap shall be continuously monitored since the panels may be subjected to shrinkage_ 2. The amount of the powdered bentonite is placed on the seam required by the project specifications. 10.7 DEFECTS AND REPAIRS Any portion of the GCL exhibiting flaws shall be repaired. Prior to acceptance of the installed GCL, the Installer shall locate and repair all damaged areas of the liner as directed by the Geosynthetic QAC. Defects or damage can be identified by either rips, tears, premature hydration of the GCL or delamination of the geotextiles. Rips or tears in the GCL ,shall be covered by another piece of material meeting the project specifications. The material shall extend over the entire damaged area with a mnumuxn six.inch overlap in all directions. Addition of bentonite to patches shall be in accordance With the project specifications. Where the GCL has been exposed to moisture and has prematurely hydrated prior to placement of overlying material, the material shall be`removed and'replaced with material,meeting the project specifications. All defects and repairs shall be reported to the Project Manager. 10.8 GCL PROTECTION All soil materials located on top of the GCL shall be deployed in such a manner as to ensure: 1. The GCL and underlying liner materials are not damaged. 2. Minimal slippage of the GCL on underlying layers occurs. 3. No excess tensile stress occur in the GCL. 10-4 EXHIBIT'A'-Page 250 of 356 11.0' SOIL LINER TEST PAD PROGRAM 11.1 INTRODUCTION The purpose of a test pad is to verify that the materials and installation requirements specified in the project plans and specifications for soil liner construction can meet the required performance standards. This test pad program will also allow the Earthwork Contractor, Designer, Soil Quality Assurance Consultant (QAC) and the Project Manager to identify appropriate placement and compaction procedures. Once the detailed construction procedures have been established during the test pad program, the Earthwork Contractor and Soil QAC. will monitor the soil.liner construction procedures as an indicator that the performance standards are being achieved. 11.2 CONSTRUCTION PREPARATION 1L2.1 Test Pad Material Source evaluation testing of the,proppsed soil liner material shall be performed prior to construction of the test pad. The material shall be evaluated in accordance with Section 4.2 of this document. These tests shall be used to verify that the selected soil material is suitable for liner construction by meeting the required design specifications. The results of the testing may be used to help define the relationship between hydraulic conductivity, soil moisture and density, and compactive effort(often referred to as a window of acceptance). 11.2.2 Construction Equipment The equipment to be used for a test pad shall be proposed by the Earthwork Contractor and approved by the Soil QAC and Project Manager_ The equipment to be used for the test pad shall be consistent with the equipment which will be used during liner construction. In addition to the soil excavation and haulage equipment, a padfoot soilcompaetor, dozer,smooth-dorm compactor, tractor/disc, and water truck are typically deployed during liner construction. 11.2.3 Su grade Preparation The area within the limits of the test pad shall be cleared and grubbed of all trees, brushes, stumps, roots, debris, trash, and any other vegetation or objectionable material. Following clearing and grubbing,the area shall be stripped of topsoil. Topsoil shall be stockpiled in an area designated by the Project Manager. The surface of the subgrade shall be proof-rolled,so as to be free of soft zones, irregularities, loose earth, and abrupt changes in grade. The subgrade and test pad shall be sloped at minimum grade of one percent. Lines and grades shall be.,controlled by survey. No standing water or excessive moisture shall be allowed on the surface of the subgrade. The surface shall be observed by the Soil QAC prior to beginning construction of the test pad. 11.1 EXHIBIT'A'-Page 251 of 356 The test pad may be constructed in the future landfill disposal area and left in place when completed to form part of the future landfill liner, if test results indicate that the test pad meets applicable liner design specifications. In this event, the subgrade preparation shall meet liner subgrade design specifications and quality assurance requirements (see Section 4.3 of this QAM). 11.3 TEST PAD CONSTRUCTION The test pad shall be generally rectangular in shape and shall be a minimum of 50 feet long by 30 feet wide. The test pad shall be constructed'in uniform horizontal Iifts with a total thickness consistent with the`project plans and specifications. The compacted lift thickness shall not exceed 9 inches. The construction procedures, Which vary with the lift considered, are intended to allow determination of a relationship between soil measurements and compaction method parameters. Soil measurements include water content, dry unit weight; and hydraulic conductivity. "Compaction method parameters include compactor characteristics, thickness of compacted/uncompacted layers, number of compactor passes, and water content. The following procedures shall also be employed during the construction of the soil liner. 11.3.1 First. Lift 1. The soil liner material shall be placed by the Earthwork Contractor over the prepared subgrade area of the test pad. The soil shall be spread with a dozer or other suitable equipment to the approximate design loose lift thickness. 2. The first lift of test pad material shall be placed to a thickness resulting in no more than 9 inches after compaction (approximately 12 inches loose). 3. Soil water content shall be maintained in the Acceptable Zone as determined during source evaluation testing. The Earthwork Contractor shall adjust the Water content using a'water truck, hose, or other equipment ss necessary`to obtain the'specified moisture and density criteria. If the soil is too wet, it shall be air dried; a dozer, tractorldisc or compactor may be used to work the soil to expose more surface area to aid in the drying process. The moisture content should be between 0% and 5% above the optimum moisture content. 4. The test pad material shall be compacted using soil compactor with padfeet (or sheepsfoot compactor). A typical compactor weight of 40,000 pounds is required to produce the required liner density. The compacted density should be a minimum of 95% of the Standard Proctor density. 5. The.Soil QAC shall perform in-place measurements of moisture content and compacted density and shall collect soil samples for hydraulic'conductivity testing. 6. Holes left in the lift shall be repaired in accordance with methods outlined in the appropriate QAM and project specifications. 11-2 EXHIBIT'A'-Page 252 of 356 7. The test pad material shall be further conditioned and/or compacted if the soil does not meet the required density and/or moisture criteria_ 8. A second series of tests shall be taken near the original tests if additional conditioning and/or compaction is performed. Repeat steps 5 and 6. 9. Steps 3, 4 and 5 shall he repeated and continued if necessary until specified compaction criteria are obtained as identified by the Soil QAC. 11.3.2 Second Lift 1. The loose flo ckness of the second lift shall be such that the thickness of the compacted lift will be:a maximum of 9nchesafter compaction. 2. A competent bond with the first lift shall be achieved by the Earthwork Contractor and observed by the Soil QAC. The upper surface of the first lift shall be scarified with a tiller, harrow, disc, padfoot compactor, or other suitable equipment. 3. Steps 3 through 9 of Section 3.1. shall be repeated as necessary to obtain the liner specifications. 11.3.3 Remaining Lifts 1. The loose thickness of the remaining lifts shall be such that the thickness of the remaining lifts will be no more than 9 inches after compaction. 2. The procedures for compacting and testing the remaining lifts shall be those that have been tested and proven effective during the compaction of the first and second lifts. 11.3.4 Final Surface Preparation The final surface grade of the lest pad shall be rolled with a smooth steel drum or pneumatic roller so as to he free of irregularities, loose,earth, and abrupt changes in grade.. All stones larger than 2 inches shall be removed. Stones which are smaller than 2 inches and are judged by the Soil QAC to be detrimental to a geomembrane liner shall also be removed by the 1 earthwork Contractor. Clear or white temporary plastic sheets shall be placed over the test pad i imediately after the completion of the final surface preparation. 11.4 INSPECTION AND TESTING 11.4.1 Construction Preparation The Soil QAC shall perform testing on the soil liner material prior to its use in the test pad. Source evaluation testing will include at a minimum the following unless otherwise specified in the project specifications: 1. 11-3 EXHIBIT'A'-Page 253 of 356 • Moisture Content (ASTM D2216). • Particle Size (ASTM D422, D1140). • Atterberg Limits (ASTM D43.18). • Laboratory Compaction (ASTM D698 for standard Proctor or ASTM D1557 for modified Proctor) • Laboratory Hydraulic.Conductivity at a specified compaction (ASTM D5084). • Soil Classification (ASTM D2487). The material shall be evaluated in accordance with Section 4.2 of this document. All testing shall conform with the standards specified in 329 1AC 10-17-17 The Soil QAC shall observe the prepared subgrade for firmness, smoothness, and absence of changes in grade. The subgrade shall be surveyed to serve as the origin for determining thickness. 11.4.2 Test Pad Construction The Soil QAC shall perform tests and make observations during the construction`of the test pad to verify that the soil material and construction techniques used result in an acceptable soil liter. The test results may be used in for the development of a curve providing in-place dry unit weight versus number of compactor coverages. Test sample locations shall be selected by the Soil QAC. During the construction of each lift, the Soil QAC shall perform the following activities: • Verify that the thickness of the compacted lifts does not exceed the maximum lift thickness specified. • Count the number of compactor passes which are necessary to achieve the specified compaction and hydraulic conductivity criteria and observe compactor coverage of the test pad. • Perform;a minimum.of five nuclear gauge xnplace measurements of water content and dry unit weight (ASTM 73017 and D2922) for every compacted lift. During construction of all lifts, compute the degree of compaction(in-place dry unit weight divided by the standard Proctor maximum dry unit weight). (Notethat the percent of maximum Proctor density can be readily computed by the nuclear gauge.) 11.4.3 Hydraulic Conductivity Testing During the construction of the test pad, the Soil QAC shall perform insitu field hydraulic conductivity testing of the completed test pad, using one of the following techniques: 1. Boutweil Per eameter; five tests at random locations and varying depths in the test-pad. 2. Sealed double-ring infiltrometer (SDRI); one test on the final surface of the test pad. 11-4 EXHIBIT'A'-Page 254 of 356 3. 12-inch diameter or square block samples; three samples taken at random locations and depths and sent to a laboratory for large-scale hydraulic conductivity testing. 11.4.4 Lift Bonding Observation The Soil QAC shall observe the test pad to verify the adequacy of the bonding between adjacent lifts. 11.4.5 Final Surface Preparation The Soil QAC shall observe the prepared surface for firmness, smoothness, and absence of abrupt changes in the grade. The Final surface will be surveyed to verify the test pad thickness. 11.5 DOCUMENTATION The Soil QAC shall document activities associated with the preparation, construction, testing, and observation of the test pad and provide recommendations on placement and compaction procedures. A documentation summary report shall be prepared that contains information on the test pad material, construction equipment, subgrade preparation,test pad construction,testing and hydraulic conductivity calculations and results. The report shall also include daily reports of construction activities and oral communications with the Earthwork Contractor and Project Manager. The Soil QAC may use the test pad results to develop a hydraulic conductivity zone of acceptance for the water content/dry unit weight relationship of the test pad material and other source material test results. The Soil QAC shall document testing and observations on subgrade preparation, test pad construction, and final surface preparation, including but not limited to: • compactor type, configuration, weight and length of feet for sheepsfoot compactors. • moisture content and consistency of the soil during processing, placement and compaction. thicknesses of lifts prior to and after compaction. • number of compactor passes which will provide the specified compaction and hydraulic conductivity. procedure to bond lifts. a recommended installation procedures. 0 results of water content, in-place density and degree of compaction. a description of repair of holes left in the lift as a result of density testing and soil sample collection. 11-5 EXHIBIT'A'-Page 255 of 356 • results of laboratory and insitu field hydraulic conductivity testing and other soil property tests performed on soil samples (if performed). O drawings of the test pad showing the location of all tests and samples taken. • dimensions of the test pad. O areas where damage due to excess moisture, insufficient moisture, desiccation, or freezing has occurred. O description of actual construction procedures. O test pad excavation for removal of undisturbed soil samples and observations of layer bonding if applicable. The Soil QAC shall submit the final documentation summary report to the Project Manager. The report shall be submitted to IDEM`before the cell construction Certification Report is approved. 11-6 EXHIBIT'A'-Page 256 of 356 12.E PROTECTIVE SOIL COVER 12.1 DESCRIPTION AND APPLICABILITY Protective soil cover consists of soils placed over the,leachate drainage layer to protect the components of the lining system. Other materials (tire chips, glass collet, foundry sand, etc.) are suitable for:.this use if approved by ID-Ely'. This material prevents,direct contact between the lining system and:the refuse or between the leachate collection system and the refuse. Particles,of the protective soil cover shall not be of a size or shape which may damage an underlying geosynthetic component. The following materials may be deployed: 1. Soil material of sufficient thickness to bring the total thickness of the combined drainage layer and protective cover to 30 inches. 2. Eighteen inches::of bottom ash or foundry .sand, 3. Thirty inches of bottom ash or foundry sand if;a geosynthetic drainage layer,is used. 4. If other materials are used, prior approval from IDEM shall be obtained. The protective cover soil shall be 18 inches.miniimum, and shall Meet the USCS classification of SC, SM, SP, SW, GC, GM, GI', or GW. The protective cover shall contain less than 50% (by weight) material that can pass through the number 200 sieve. The material shall be free of organic material except that organic material that occurs naturally occurring in the soil. Instead of using protective cover, a puncture resistant geotextile may be placed directly over the geomembrane and covered with 12 inches of clean gravel... The clean gravel must have a USCS classification of GW or GP and must contain no more than 5% (by weight) material that can pass through the number 200 sieve. 12.2 PRECONSTRUCTION TESTING Prior to construction of the protective soil cover, source evaluation tests shhall be performed to confirm the adequacy of protective soil covet materials procured from each on or off-site source area.:; The Soil AC,shall verify.that the grain size distribution and.carbonate content•of the protective-Soil material is as specified ire the project specifications. All required .testing shall be performed by the Soil QAL or another laboratory approved by the.Project Manager The material shall be accepted or rejected by the Project Manager according to these results. A minimum of one pre onstruction test is required.: If protective cover material is placed over a drainage that consists of soil:or soil like materials, it shall meet the following filter criteria:D15 of drainage layer/DsS of protective Cover:is less than or equal to 5. (D15IID85 grain size in min at which 15%18 % of the grains are smaller.) 12.3 CONFORMANCE TESTING Conformance testing of the protective soil cover shall be performed to ensure the consistency of the properties of the soil obtained. The Soil QAC shall conduct particle size tests and carbonate content 12-1 EXHIBIT'A'-Page 257 of 356 tests on the protective soil cover during placement. During construction, particle size distribution tests shall be performed at a frequency of one test per 1.,500 yd3 protective cover material placed. Carbonate content testing shall be performed at a frequency of one test per 3,000 yd3"protective cover material placed, if applicable. The Soil QAC shall examine all test results and report any nonconformance to the Project Manager. The Project Manager shall accept or reject the material based on this review and the requirements of the project specifications prior to construction. 12A CONSTRUCTION OBSERVATION The Soil QAC shall verify the protective layer thickness by spot checks and direct measurements after placement. " The Soil QAC shall also observe the placement of any geosynthetic placed in direct contact with the protective soil. If placing on a geomembrane or geocomposite (i.e. texnet), the Soil QAC or Geosynthetic QAC as determined by Project Manager shall verify: 1. Placement of soils on the geomembrane/geocomposite shall not proceed at an ambient temperature below 32°F (0°C) nor above 120°F (40°C) unless otherwise approved. 2. Placement of protective cover soil on the geomembrane/geocomposite shall be accomplished in a single lift with no compaction in a manner to minimize the development of wrinkles in the geomembrane/geocomposite. Equipment used for placing soil shall not be driven directly on the geomembrane/geocomposite. 3. A minimum thickness of 18 inches of soil is specified between a light dozer, ground pressure of 5 psi (35 kPa) or lighter, and the geomembrane/geocomposite (or as required by project specification) 4. In any areas traversed by any vehicles other than low ground pressure vehicles approved by the Project Manager, the- soil layer shall have a minimum thickness of 3 ft (0.9 m).. This requirement may be waived if provisions are made to protect the geomembrane/geocomposite through an engineered design. 'Drivers shall proceed with caution when on the overlying soil and prevent spinning of tires or sharp turns. When placing overlying material on the geomembrane, every effort must be made to minimize wrinkle development. Small wrinkles should be isolated and covered as quickly as possible to prevent their growth. The placement of cover materials shall be observed by the Geosynthetic QAC to ensure that wrinkle formation is minimized "ands in all cases, that the geomembrane or geocomposite is not folded over on itself. The minimum thickness shall be certified by QAE in accordance with the project specifications. 12-2 EXHIBIT'A'-Page 258 of 356 12.5 DEFECTS AND REPAIRS 12.5.1 Identification If a defect is identified in the protective soil cover layer, the Soil QAC shall determine the extent and the nature of the defect. If the defect is indicated by an unsatisfactory test result, the Soil QAC shall determine the extent of the deficient area by additional tests, observations, a review of records, or other means that the Soil QAC deems appropriate. 12.5,2 Notification After determining the extent and nature of the defect, the Soil QAC shall promptly notify the Earthwork Contractor and the Project Manager. A work deficiency meeting shall be held as needed between the Earthwork Contractor, the Soil QAC, Designer, Project Manager and other appropriate parties to assess the problem, review alternative solutions, and implement an action plan. 12.5.3 Repairs and Retesting The Earthwork Contractor shall correct all deficiencies to meet the project specifications. If a project specification criteria cannot be met, or unusual weather conditions hinder work, the Soil QAC and Designer shall develop and present to the Project Manager suggested solutions for his approval. The Soil QAC shall schedule appropriate retests when the work defect has been corrected. All retests by the Soil QAC must verify that the defect has been corrected before any additional work is performed by the Earthwork Contractor in the area of the deficiency. The Soil QAC shall observe any repair and report any noncompliance with the above requirements in writing to the Project Manager. 12-3 EXHIBIT'A'-Page 259 of 356 13.) POST CONSTRUCTION CARE The Owner or Project Manager shall ensure that the proper post construction care is provided to protect the constructed landfill components from damage. This includes all soil and geosynthetic components in the liner and final cover systems. 13.1 SOIL COMPONENTS Upon completion of the soil liner construction, the following measures shall be implemented: 1. The liner surface will be smooth rolled to seal the surface and to promote stormwater runoff. 2. The completed liner will be surveyed to confirm the liner's thickness, slope and location. 3. The soil liner will be covered in a timely manner with the geosynthetic liner to prevent desiccation and damage from extreme temperatures. 4_ The surface of the completed liner will be watered as needed until it is covered to maintain the design moisture content_ 5_ Heavy equipment traffic across the completed liner shall be minimized, or avoided if possible. Damage to the soil liner from equipment traffic shall be repaired. 6_ Itmplement any additional measures that may be specified on the construction plans or as directed by IDEM. Upon completion of the final cover soil placement, temporary or permanent erosion and sediment control measures will be implemented in a timely manner to minimize soil erosion. This also applies to other areas outside the waste disposal area where disturbance has occurred as a result of the construction activities. Eroded areas, if present, shall be repaired before subsequent layers are placed. The completed soil drainage layers in the liner and final cover systems shall be protected from the intrusion of soil and other fines that could block the pore spaces in the layer. The drainage layers shall be cover in a timely manner with the overlying design layers or waste layers. 13.2 GEOSYNTHETIC COMPONENTS Upon completion of the placement and seaming of geosynthetic materials, the following post construction care shall be implemented: 1. Temporary weighting, such as sand bags, shall be placed around the edges and in select areas in the center to prevent wind uplift. 2. Stormwater shall be diverted away from the completed areas to prevent the runoff from flowing under the completed components. 3. Equipment traffic shall be prohibited on top of the completed components, unless precautions are taken to prevent damage to the geosynthetic materials. 4. Steps shall be taken to prevent soil fines from entering geosynthetic drainage layers (if used). 13-1 EXHIBIT'A'-Page 260 of 356 5. The edges of the geosynthetic liner shall be located on a map using surveys or field measurements. 6. The geotextile; drainage layer and protective cover (if applicable) shall be installed over the geomembrane in a timely manner to protect the liner. 7. Precautions shall be taken to prevent soil fines from entering the drainage layer. Such steps shall include diversion of stormwater ninon and routine dust control practices on adjacent haul roads. 8. Implement any additional measures that may be specified on the construction plans or as directed by ID EM. 13-2 EXHIBIT'A'-Page 261 of 356 APPEDL 1 c0A TE§rtiNd i*otocOL EXHIBIT'A'-Page 262 of 356 LANDFILL LINER SYSTEMS EXHIBIT'N-Page 263 of 356 b G7 O N cu u_ ..,1 W Q a c ill U o O U N UJ ..i :sa :ill W LLil: en .11 to 2 U) CO CO a} 0 E1J CO i CO 4 CO C!1 N Q 03 - VI ill -3 W ice,, liJ CCO lEl Ea: —1 lA: cn CO 0 J -< w F m C M a `' . w` loll: ul. Lii 2 �lQ 0 , o 0 i �- r . t3 s 9 o Lti z. c0n. 0 0 E lo 2 IL= > > a 0 re U -i V ,,Ur U t o o0 �' La Q o o < o d o o Q o Q.y a Et o tr C? cr t1) O *r"" Ili WWil < W lil < � < !ci! < loll p 0 co 0 O Z p LU 60 mil Z Li_ o v 0 00. 0 wcra N a E 2 a Q a a Et co ,t 1,-- oz a < < .m9 0 tu 2 c0a LLI D Z E. 0 z Lli a D ua .4 - z 2 00 Cc1 CAL Li U 0 Glty NI w w te 0 z z � Luw Z 2 5 F 1.... w 0 2 <C Cl) E EXHIBIT'N-Page 264 of 356 0 0 0 Cii U -0 r 3 1 G7. E— C w cs 2 z -j {"- D Uf o W W d o C Q C 0 C (0 C4 lL 0 17 0 LEI II 0 0 i co I LI' c 0 >: co +i QC < to 0 F- 0 6 '' it cn to la. ...e m 0 u?. Q.0 c u) u) Ct W 0 o c7.1 to Y o v) ¢: Z 2 0 2 n 2 ti Q O O, O• p ,ems W ❑ wz C P IX o 0 L TI �r - ^a 0 z -) 0 GO te Q 0. L_ O CL I 0 0 1.11 Q Iii !" CD X X iXY GC X tom) a Q Et U Et d < ¢ Q x < ,r w cc 0 jJ W w w w w w w w W w x a in 04 ..1 h 09 p rq Z CI 0 Cl 0 0 G� 0 co a F-. o U) co c0 eb 3 �., .. ap it l a 2 N C4 ( cis•cr 0) 0 ILI I- 0 cs M m I tE D D Lit w Z U a 0 F .,,a II _ 0 in 0U w N co n aco m < H QO m m 4 tfi Q W. EXHIBIT'A'-Page 265 of 356 q C7 4 cm C Zir 4 lam. IT N 0 LU LU u! v Z La } a F U U lI Ill Ill ((9 Z loll ad w a: a Q wo wF-Ili u o =' u i t 0 U 16 co w s w 14.1 CC CI 2 Q D 2 r H Z p n V ?co A Z ( - N x G): C • zz ui mu Fm Z - E- t. w CO ci. La o C9a ctzF� w w • � Lu 0 Nw 0 Oe CO a: u m o w Ix w Ill Z Et F'CO r- ct o ® W F- a a W z ea f1 Lit w Z w ¢ R, p 5 C O cars Cl° �. c�or w ili Z 0 Q V) 0 m � eC III 2 "it Ili z co c ow Ca ° =' mow � 0 Q U p c7 44 W ; a 5 O w o uJ L 4 C U H. Uj �-la a coV: U U w D E . o o Wu.' 5 WEEE- n w 0:3 4 z < s 1 c� et >. Et. a z o i v Z EXHIBIT'A'-Page 266 of 356 0 U -I y IL. ti w EN U _ F F1J o Ix U z › Y re Ln. 11! V n , - Q C' ill Q 1i 31 L9 Llj Li Z III 0 W ta c two/ Z a 2 c5.EN u U z z E2 F- 1U we. 0 co C1. co 0 i- l! c• n l z O 0 z 0 0 z < 1,11 f ? 0 la a 0 z > z co uuJJ & z = Q 0 00 rZ 03 q 0 o p 1r o w CC f 0 0 0 0 °o o Chi re In z 30 < o co 11. L w4 al y- n- IW 1 11J UJ ID wD x Z 2 O to m z 1-- 0- a. a. 0- 2 Z W Li/ 11J Z El.. In 0 O O O O -. to j a S- Et J - O z O w illEt: a. 0 W ® 0 -c h- D F-' >. GOco O F-CO Cl C! ,• X LC 1- 1- 3- IX' R' <' 0 S� UJ CI 2 Q CI V7 UT O 0 IA 0 ! IL D. Q Cc O W 9- w O IU w i- z © ci al - w alti 2 Jc2 p ti Z CI) 12 �r C O < t, z LU CC z til EXHIBIT'A'-Page 267 of 356 n N rz ii -4 c or CP ro Co 4) i'- COvi U s vi 0. , a C E�IJ II Q c n 4{� N o ,, 1 tr7 F- V) 0 N EYE a N ' LIE �. CQ N II �. = o. O o Q CD U O U iliZ E C C) p;. c N, ,�q Z �. :- r ix V. C!!EZ F. {- 0 r it ELI ix tl It Ell tx 2 EJ 1 IL I!! 0II > Ca > Ci! Q U u m C zo < <, ()r U+ < Q c Z L a LLU w ai. [)E Z 1ZC1 7 T CL LtJ [ CJ O f2 C3 Z___, ai FU- n 2 E Q` CJ < ZZ Z G]'. - Z Z .I- v iii co z 2 �, w Ce o ° IX a o 0 0 E"" N ¢ ?' CO ECC E11 ? CD ECf LIJ e d Z 0 L L. L E C9. a a ..� 0 0 0 co'. 0 0 tu P . Q O at 0 0 0 a CO U) iY co o C� IX 0 C) o 0 0 i- t- O I- egg [L° Z ri o o r5 6 0 0 O O Ct7 i,,, in 4n u7 co to 3 CC EC- te LL. W w Cr. Et I1 Emit Limit O. 0..ILE EL H a aELI a a.111 a ca.. U) Iii i'''' Z Z F V _I 0 0 0 0 0 0 0 Z Z0 d J • it Q 0 o co le, io coco coU) `•) to co mco m co ItZ E 1n to N T t *0 N- � i.» 0 a 0. C7 0 co mail . Fr- 2 F El- cn a W -. 1,U1 0 S ® Z3 0 , E11. Ca C,.111 CY f' Z CAL W Eil < M I .a LEI v rr a x L, W w Z Ci Z U U 0 0 Ct F-,,' 0 5 ital Cl 0. L IT U Z Eu LL O O :J .:) i- JEtcc UZU Z z Z 0 Z tom- 0 2 0‹ U lam- I- EXHIBIT'A'-Page 268 of 356 O 0 N 0 W oi to vs N to C) N z E ^-. ,c Li! ti d o 04 0 4 C.� LI Cp. co a CV I— Lp N.. v \ N el o iz 0 0 LEE ��" C o C�.3. C 04 o Q 0 U ;W z E c 0, N. a" �, m N EtE n II 12 I€ [3 U u? 00 n : r N 0 tu Y. H 1 Il L ce CC E Win CO I >I M > m Fx - m 3 Ch t 0< ' 0 7 Q ' r < U zw z w zz zz cn W: 0 0 W,.gx 0. 0 rt w• P t7- P: t P-, P P 0 4L1 n n 0 < z z 0 < z z a 2 2yft w w r CO w L cg Q L 0 z I- 0 0 CC d 0 0 o a it D 0rn O o�, a ci tn 0"rn LC)a 0 t a 0 cc w W rt ti. .; D 0 0 0 0 41) Z z tr z O - Q O Co E W it IX CC — Ll z H a_ Z w 71 W o 0 0 0 rt J t C7 � Z0 0 C 5 H Lo W. 2co co co o a Q J til 1 1- 0 c� co ILI co or coCO E LU o LLI Eu : 2 0 W LL. CC• tr 2 l- -63 o IV ' LU CO t Z cL c - co 1— L L, ill 0 co 0 to 1 0 cs c� a Z co co EXHIBIT'A'-Page 269 of 356 o 0 Cs ca CNItL Vi -o N c _ 0 co O to F. 8 0 0.. w uci co 0 -Et v w 0 LL -J Cr. F<- II W Z y E CD 111 O cc IF O 0 F �. m W 0U' ice. O IX () d j �a [ D Ea fir IX CO D. a co 1�i• to CC` fll a) 0 m Il 31 0U: }- I [!. <CC X II- II ui FL! 0 O 0 w C11.1 �.- Q En Z 1 3- tw 5 i7y 2 ii z C? O 1 Fes" W Cs d A 0I* u X 0w 0Z at FLw - a Z Q o n CC LLS 0 V co ctIt ¢ Q ncc LBoc lo1ra < -I w w w w ¢ i W 71 CI) < O. e6 0 < 0 < F- 0 0 0 < 0 Z - ci v cg co U. tii IIICI ° 0- Z Z o W F " 0 Et i - Fvs I- o I- a o in cn t 0 i- re co �c 4 ILI 1- to 0 us W I 0 w w w W < L o a s iri s, u) �c `� Q U `� z co ; Fes- V) > co W Lti L IV F- -' I- a 65 I- Z co 00 Fx z © I-- EXHIBIT'A'-Page 270 of 356 , C3 CI Ca, ti4 0 .4) --I a) -4 1.1. crj. S) —I i•-• Z N 0 t1C F-- < p w co I-- o fX co ti Ili r- 2 Z 141 Ex- Z w D .... Cl). z (a) u.! 2 t".. W 41 v. 0 er 2 F- to 75 0 .n ui 0 01 .o a, 0 0 to Z tii u, co to 3 04 0 1-4-• _ 0, — c,, z 0 LL ..,.. it W fn o z 0 W t L L L A L L .4, m a 0 0 C3 0 a iii (0 (0 co w Cl) w w to Et 0 0 0 0 0 c:r u.. 0 9_ 0, 0 9. p 9. 0 9. 0 0 • U) 0 o o 0 0 o ci co F. z 0 ,.. 0 0 o 0 .0 ,.... WC) to rx x re re re re I Lii W U.! W UJ til w in cia u. dm. I- a. CI ( w W I. w a_ E Eli l. iii a. w z z z z z z o 0 o o o 0 t< ...I - E ri: ci 01.1 0 a LU ....1 Z 0 c.0.'. • n . rt z b CV 01 Cl) 07 co co co to el to 0 W _. ILI I-- to 0 v 0 Nr 0 8 ix F-- 0 P 2 p. 2 i-- 2 I- P z w En < 0 < cO < CO < co < CD < CD 0 0 Z Z W co > 1.- C)• co F w U z ... Z X <C 2 0 IX. 0 Z 73 0 I-. u.. z 0 CY ui 41 Z 1.11 re 0 Z 0 a ,.c 0 6 0 ......th 0 2 re 0 En r---- < t F Z tU CD D re 0 b 01- 0 Z -.3 0 Z 1-- I-- i-- tO Z < Ili CD 0.1 Ili 0 EX Lir -r Z e- 5 rt w I- rt, 0 0 al I- (0 D 5 0 a, En W I-- F.- < Eli Co !..C. I0 U co m < a. co tx z re i.- .4c Er <X D D I- ....t 0 0 I- m a. D Z EXHIBIT'N-Page 271 of 356 Q 4 a N G1 -I LL G) cq ti Z in J E Q N y V 4 cs o as cn 0. LLL Z N E co N O Er �V i O us O o ESto C.) kt46 1� © r- O Cy 0 O X z 0 aw. < 0 if,n 0 It r- W cf US a 0 0 LO LO 0 a a GO CO rWr+ o0000 aa0000 0000 �„I (� C. O O O O O O C7 O Cj 4 O Cj q O Cr) re p p C7 C7 O Ci C7 A-cr O O N CJ Di 0 ( a) i1EW . w WtipWWW wwwWww wwww +- a cL n a W IZ a. Q. n. s- 0.. a Q.. a. co LLIz W W W z z W z W W z z z W W z z z z z z z z z z z z z z z lf-. u � 00000 0000no 0000 g n to ,... 03 07 .t- r- mt PF" . en, CIC3 E7 0 o 0 0 o a o. o O 0 0 O EL E5 0 CO CD CD CD CO Ui 0 t fa 0 0 Et z wp 1- 5 E.) Eren z - cn g CI Lit! V) Q 0 co „or 0 - cn 0 K C? Q) Q Y in z Fri) en En Et }- CI. la^ as < Li EXHIBIT'A'-Page 272 of 356 (...3 . 0 -Zt ....4 cu - I oi PS • Z 't. 1-- < uj ...I co I- O Z it 0 0 0 Ales 0 tt < D 0 ee LL1 fi. , 0 8 ii, es D g g t7 0 I-. Lli >. Lu Z) 7( °3_, t.- 41 ca Z 0 A (4,0? •ri )- 0 IL 7,i,,, z ui I— ILI L-L- L L. W 0 0 C:5 ILI (1) CZ 0 to to a a a CD CD CD Os, 0 0 C) re CO z 0 0,. Ci- Cs '[.. ••••• II a: iz •q- Nt nt N-- tUt kl Ce la co LLE C4 X X LI LLI W i,..ni Z 1- D. 0 a. ELI W W Z Z Z 0 0 0 „— — DLL. La 14fC isi- 0 * j E Lo co co 5 CY te * C4 e'l CV CI .2j. It) ILI re LU E.. co 0 0 ra F., 3 w 2 Q • 2- E-. s-- -- .4 co re W < 0 < 0 >:. Q co 0 I- co ui I- 0 Z ILI Lu cl.i. 't I ELI CC z 0 Z ct 0 I-- u- ILI 11.6 z z W 5 0 Lt to, W m o •=c w o c--- z 1.) 0 Lii 0 * D ix 12 Z 0, D LL • 0 Q 0 0 Z 0 D in 5 o ut — x cc -, z - 0: 'tL D W 0 .tt 0 Er, P 0 EXHIBIT'N-Page 273 of 356 LANDFILL FINAL COVER SYSTEMS EXHIBIT'A'-Page 274 of 356 C) d C:',5 N O N N Evi~ I U 0 t pj uj .uc 0 0 Q 0 0 0 } c LU t w wW o Z re U z Z Z CW O o N 7 : . ✓ ELI 11 LU 2 wL; U Uj ¢'f U) C!). , COUJ LPL! LFt rn Cn.. , . O Z 1L1 0 J -L -J r U U' ou iz. 1 U). Q : coU) 0 W d Fes- (73 F. UU)).' CA ee�� e� 1= LU C1 1�[3:'.„.1 ilk 1' �7' . o a la C!) . : to Z. x 0 IX Cij fX i ° 0 ( U d EL o O ""f O '""� d ¢ 0 a 4 W 0 w w < w < W < W < a eft FH Z O co O run O run O Ocn O ff.) lanicn z C e,� ^- 0 0 �N:: es- 'g CO � 0. �W X !Li N rry d iggiC 1- o 0 0 : o Q ran t ; Lu c0a O .tr. w t�: o �- q ..I LU 0) F CC F.. Z 0 0 CC M thi rt CC D in q 9 ii z 0 Z 0 LU < CO [C EXHIBIT'A'-Page 275 of 356 0 1- 0 0. N (..) .Q 0 -,I -i ii LL _.1 Lit d) 0 r W ul 1 a. r a. ii3 ns in <z Z .r. 1.0 -3 W -I I- 0 0 4C 10 0 if.) 0 -5 06 0 0 0 =co iu .= CO (X CI) W 0 F... L.1 ct cf4 0 CC ELI CO CC 0 71> C 0 0 E- < D o 0 0 NI 0 0 EL El- CO E- `*- 0 ° II 0 a o co iii P 0 w it cc D F.- o' co O Z N 0- 2 a_ 2 --I W It Er vt CO 0 r: 0 F 5 __, co Lu 1— a. cu co „, ce to W a. -1 a V) 0 tO 0 W y- Lai 0 EU Z L33 0 0 IL IL < LL O C) PJO u.r 0 W co c.)a) a. co ..._ 2 co W < < c)-• 0 *ei'-' 0 t--- co E i W a., f 2 co < to CO (7) < 81.-- Z C") 0 f D Lo to F- 0 1-- :W 9 D I t-. (6>, ..... 0 2 0 2 0 0 }- 0 ,, i-- ‹ -- "--. 2 O ,, tu X Z "g" '64= .2. zig Lu 0 w z .- - co z co 0 x Z - D < DO - 2 0 I . O co Cit g LE z L L L t: u_ 0 0 z ud.,... u., 7-, ::, zr zi :..-4 :.i 0 z 13 — ..--- a it cc X Et IX ft >.- < ft u) W LU LU LU W Li W D 1 w 0 CO Ot a. a. a. a. a. a. 0 O a. E2 WI rt U. w W 111 LU LU III 0 -3 W 0 1— U.I 0 IX EX IX (X CC CC 0 < (3 < < 0 < 0 < 0 < 0 < c, fr tO ILI 0 < 0 CV W W...11 ...... _ co • I- CC CC W W Lu a_ a. 0. c4 0. it w Lu a. cc a. tu 4c a_ n r4 Lu CI. to X Lu w Lu Lif EU ILI ELI —3 u., L < 0 < z › › z z z z t--) z 0 1—• P.,... z ' 0 EC ri.- o o o o co o to F"' ILL n- CO ....1 Z ....I a a 0 'EC 0 z El 8 6 8 cl , 01 0 Z N , 0 1-+ N N & 1Z 2 .ci• N 1.- rd el C•1 •,:r co in >- ILI 5 t- in w 0 ca 0 iiD) 2 0 0 0 • t-- 0 F.- 0 U.I > IX ":: I- l•- cO cO 10 LO Lo co MI < < 0 < < < < < < (f) .....1 0 ff) 0 6 1-.. w z CO 17.7. LLI O: 0 D n 14 - E... 0 0 0 M CI 0 0 ELF tu a CO Z 0 Ct I- CO I- Lii .7.3 1: M a 1-- z 5 Lu 0 fX 0 2 ,...Z (0 0 co ...1•-.1 _ ..,_ '4., ..k._ W 1--• 0 I- 0 0 i. U) ILI LL CC iji Lu CI .71 PC Z Q r D Z CE n_ w Z ro I- Ill D 0 CO 0 to N Z co C3 I-- w o ir - LU 5 LO •tc CO 0 CC 0 01 < t-- t-- cc CI LO it o 0 0 2 w Z cr z Zc' ....$ ..../ co co r <0 CC Lu W I- Z z 0 EC LT. 5 5 < co n EXHIBIT'N-Page 276 of 356 1 0 N 0 i Imo- N F Er I } w 9. h 5 to C O >" w co U CO D O o T 1- 4 Z NI 0 w Lam!] <t: 0 CO it 111 Ll. J 0 z 0 0 I- et w tr c� w E >, . i w 0) I .:,z h w x z0 w ! Z rii - w I; z tt 7- 00 + LU a w Lu 1 . w w 0 W 0 P. 0co 0 wo ( E. o Ltl E F c, Z i ill m z0 u) cc cr I— a Ili ,mtG3 (� a 0 w - LL p LU• Ul w w z 0 ui F II- Z ° o Z © © w UJ 0 ¢ p w 6!: g n w I�it na Z':.k= m 4 Q ii_i>. 0 w co it so < W Z D j W II to lij Ui L�j p ? Lu.. w a 5 1-- ct. u) *OC Z 0 a U. ; c w 01' S d 5' LL z ui 't Q 0 ft 0 0 >- C z 4 EXHIBIT'A'-Page 277 of 356 0 c N V k U N V I 7 m z LL1 U If 6 EN C7 F up —I E7.1 O. -I 0 y • D Z w 0z U co 0D 9 • M d M c, z:. i3Oer0 Z0ED Ul a-ill 0 o Z cs o 0ix Dort Q W ao © COa >. z '- z I c• °x I.L.CI il ')- 0 0 0 o E} cc0 u, E�A ll! E tt IS! W Ll! j X Z 0N { w F. U 'Q 0 0 0 0 LO ca a z 04.LLII U- ua rt ¢ J Y ELx • D w iLI Lit 0.1 et F- 0 >- ODZ::.CO s-- 11,1 - t-EG < 4c . LLI _i 2 - ci �. 0 (0z 0 0 0 ft O 0 #3w in c 0 in n Q w : , p ::: D Q c z w .::tu I 0 W X u, ) u A EK 4 0 7C O Z EXHIBIT'A'-Page 278 of 356 a tV as os co at) cis as cv cri us css C71 [J .-. ^ .ts +, ^ d1 U .N U coo i— 0 eft O1'. v 0 CL O ff., R. �� p) p 0y Vj h Cl) U CQ to V .co o N --c-ti n co y s! 0 0 ec w a w a it z >- m �' z >- in, D Et 0 ir m a U !emu a — m zu z, z ZwzZ - 2 as ui ¢ - a:: w ,X a ,a a a , �, p iii a atc -- to d }- "m u3 w 5.... Ea ul W Z 0 CJ. aco. co C z Cn co o 0 aIL s u .u. o t n MI co ci) o ci) O O n V a o0 O a tS7 W e IL! w ix W . ! CL ct !1 Ili w V F- Ct. a a. a. a. a CL CCL I- 0 o 0 0 o a o o 0 0 Z J 0 co co co co co oi to o co EN `� CO tO CO co co �'t 'At co c9 ,,to . to to cr ui < 4 4 d 4 : w 4 C] 0)1 w 0 0 w O.; T Eli w. a DC CI X- LLI 0 Ca z 0' w 0 D W CC W Vs to < . in to LI LU t Z rs 0 x 11 C 0_ w 0 m C uco 0 w a LLIqzE 2 U Z o d . ca Z Et X. z z z Z w E EXHIBIT'A'-Page 279 of 356 A O N U - LL F- in N MT II d -'C9 0 'CJ i 0 �yv N csi 0 fn P A re l�kl .N� C o- b N o CD pgl�y r ` R 4«0 °- fJ U 4, 00 IF � CV II Y a < it Pi, .1 Q .<. Ca < 04 w a i 0 II tJ.I .; U w < ui z w z z 111 z za .Z... , w oo. : Ift00 ft LLI (0 z a A a t o ° rwa u GO W o N 4 I C3Z co 1- o a o a a I- Q 0 0o CC D ra o o 0 i 0 0 i 0 0 ° ; m o EY 0 0 a 0 W 0 q 0 F- I- }- F- W C. O w w >" w re Lt re ILI {� ...9 ut UI to w to 0 0 0 Z z .to �.11 0 co w . N �'M o r� o ©tt 2 2 a 4 c 4 LLI 03 co CI a. x Lc Ll a 0 0 e z CD w a2 k F. W to us co W w al w 0a. CC 0 a cC . . 0 Z 0 re ► co a co d 0 0 S. 0 z z re et Z I- II- 0 0 ` EXHIBIT'N-Page 280 of 356 0 0 0 L _ m 0 t7C z 0 0 "' 2 ¢ o ❑ N �D o to coo et it O O 0 f = to 0 Z,. E- w --, q_ iCC ''� c. o w _ r p c c W E 00 o p to ,. o' c n M t-- m nI I-- he . 11! it0 j 0 u. omZ { ui X X Q w� i Cam) ,,� sa, ,...c? et 0 co !� to ¢ t 0 *et Z D ;coQ --I1- 1ti In':rn 1� > ? ii E co CO 0- e4C CO z Efl o 2 z cn. w a w o Zs °- uj CO u co 199 ci C7 CO uu (� w co - 19., w ¢ } a z o UJU. o Q 2 win to u -� } C n ww w ¢ Wco < U 0 _c o a r o 0 0 ¢ ca Z Z r cV N) 4 r CV M Q w !! C3 w 0 � S LU I- .Q W c i�f! ELI CO E c,r 0 nr co 8 ix ,'0 F- Gl a o :0 ildi ® d�! uj- 2 0 - co o a 4 > 'F w m 0 CO 0 0 0 LL 1— COto wv ei in -J J uR 2 w a > 09 > 0- � o LT- � to ' > � w u 0 0 a > w 0 Q o0 Z I- Z 0 Z EXHIBIT'A'-Page 281 of 356 c> 0 0 (NI 0 4 -..1 (1) -I cn lir c\I ..... c.) E o) ---- — 7, V) o en o to) co cri o iti co co to to 0 Z re (0 to in IF n> Q 0 0 III 7. Z c c C4,1 C CV 0 O e6 VI X co 0 Cy" 5 t oc s i ci:00 8 z.,ez, cc al i-- 0 z -±, I, < .> 0 cc .,,c 1,-- 0 ft 0 ,-- •ct 124 LLI II il IF (.9 w ft Z > ± n. . • w .:c. I- co E a3 co 03 in ';ca ,- 1- to co ...1-"` Z 2 2 2 c> 0 < </- <,< ...W 1-- D D , - 0 0,.. t-t co Z co Z h. .14.1 0 2 2 i < W < W. 7ce V o v O - ur-...... CD ... 0 co 0 0 0 Z 0 c> o 0 I= ta3 w . t0 0 0 0 0. 0.. (t ›- 0 0 C3 C3 a 0 to c5 ki, 0 LO 0 tr) ILI CI) la CS 0 0 0 0 0 fr it ft et 0 W CC co o a a o co o g g co re LU 0 o o o o o 1-- t- i- 1- for) Lu > z r--- ci to c5 to ci to c5 to 0- 0 _I 0 .1 0 ._1 0 .....I OD Ul of 0 m ix ix ix w ix ix ix ix ix w w w w w c- a. a_ cl_ n.. ILI CL 113 a. La a. LLI 0.. LU 0- ILI W W L11 W ELI Iii W W < 0 oct Z Z Z Z Z Z Z Z Z 0 0 0 0 0 0 0 0 0 D 11- Z .-I a, tx, to It E ILI E to " co to el csa 1.-. o cg to ..4- to co co co co Er) r.0 VI co W Z !i t.i...... I- 0 tx 2 gr) Cl 6 P 1- 0 0 2 - 1- 0 I-- 0 0 co CD ...1 1- I- -T-• 0 ,to 0 co CO tO cf.) 0 0 Ft. LU < 0 < < < < < ‹c < CD 2 g Ca 0 rif c.' w .... 0 z 2 e W 0 LU a -.1 -I -I 0 C3._. 1X 1 LU a.. ft 5 a 0 z 1- 0 D 7: (9._ 41 W 0 0 ILI1- cl 2: to CO 6 t... LU it 12 0. 1- w co CO Z C.) 0 .....1 —II 11. 0 Y k w w co z co rx rt w g 1 co 0 ft f7 P 11^ ix z fr- _ re 3 an an 25 z iT) z a .. z EXHIBIT'N-Page 282 of 356 _ 0 — 0 i 0 c‘/ -Ct 0 U- --I Cii 0 N i-- — .--.. E ---- ,z a GIs o a.. a) -4 W, ...1 ul co oz, cri to 1-al C') •C S .= 0 Z re CO in r: (44 0 0 0 0 iij LU Z E c cv 0 to CC, 0 0 Cr) N .4'.' 0 0 b -±.- 11 V to pr. to 0_, 1U 1- 1- LO to ii it .43. PK tu fi. tu co ii tg U .• 04 Z Ili 0 al < Z ill tri 0 rt o W e cc CEO/ Z ,,tc LU 1/3 a -±" co m CO tio CC LLI .4: I-- 1-• .. 1- 1-- Z 2 2 0 Z 0 n < CA 1.-- 2 pi ILI >,. ..,_ _ z z tt Et Et Et ,... U.I 0 Z .4C te) o co 0 to r4 W (.) it LO LD ca 0 ea Z CO ep c, 0 c, c:a LL tu E 1-- 0 0 cti 0 (5 Z ›- a (P. x to to to to ...., (.0 LU CC Ct 41 Le 0 0 ft ft 0 0 Ce,,,, u.. -I D 0 0 0 1- 1- i4J 0 _1 0 0 rt 1- 0 I- 0 0 (3 0) a) Z > z r--• c4 x ...1 _1 ,..) uj 0 0 u) rx r- Ex rt ct w .... w U.1 >. UJ UJ w ...I 1.... 0 I- a. -/ Z CL. El_ 13- o_ Ul GU u..)111 Z 14 D 4 > > E E U 1 Z 0 Z Z 0 0 0 Z ,-"i 0 `""1 CI 0 .4.: Z DC tO 0 124 Cli ill 1- cO cr) a) c•-) Z7) cp to to uj X a Lil I-. 2 (.0 0 to 0 ct• 0 0 z 5 we. i°0 tt° 2 1-- 2 1- 2 1- U..1 < < < < 2 * - a) 2rif coI- 0_ 0 LU Lis a- LEI 0 i 0 0 tr i 11.1 ft tinj oF 0 o it t-- 2 in 1/1 -4K ciii co t z w W w Cl) Cl) a. CI co 2111 ui tit Z 0 CD 0 5 it Cr 11.1 LU Q 0 0 5 z Et it co u) a. a. al co LEE at ELE z Z ct Z -J -I o 0 co -6 trf CO C 0 Z Z II it‘ Q I us Lu < < z I— t•-• t— o 0 , EXHIBIT'N-Page 283 of 356 0 0 N U uw CD a CC U. CV r = Z to a. Lit U ..:•. O. •W O. a .�. .tt] F Et ft In to w f w [. CI 0 0. -. Co,.. co W IllIR Z < Q U)._: {iJ Ex W 1 11 w w 0 'Z,-, 0 ¢Ili (DE, al p LEE 0- 0. vs uj ", 2 Z 0 Cn p O L 0 F. Z O U): F. 0) Ler 0 cn .J Lr{-.th .Ll ; "fl f-- L[) u1 -Cki? v W d U e, ul u`'1 uce i LEEX ILL IE ati) EL O.. T < D X w if tiva co AL w w U Et U 0. F- O 3 al Q T t0SS LLI I z X C!1 at Cj 6 z D Q p F' a O D Z Z l! Z w - I 0 �} b F D X Z w : -" Ltl ir W U a D ..1 L L to 2 Li co ... g ix O F ( Kr 0. ffl .I d < u 2 - W W Q Z Z uJ co Q O "� 0 ¢ O ¢ L O O O ¢ Z Z ..! 11. I of of c�i a _j u1 Lli —I o a tco F- co o CA at 2 b' to 2 sr c>± Z 0 tit P 0 IX 0 OM I III LI w 11,1 F z X < ) CI Z Z � m ED ala w u, a L Itt 1— L!J ix c CO I- ra co w w 0 0 W W iri w D Ll F F V7 wCO 2 0 F F LB rz N t J LL' LE < Z CO F cl ireZ 1- 9 O 0 111 Z EXHIBIT'A'-Page 284 of 356 0 0 N `I q cb EL cii 11- in g y co a co z m 1"" o 0 a wn 2 oCNI v U 0 ai L -o97ran E E E 0 is `- E 4/2 ca Q N y� o cz,A 4 0-r� o 0 h E ' I; ; •LS `�•. `� 7""ill kJ �' U' Li) s- (NJ COi b r a CD . Ih r- 0 C) C] r^ C'E COo Vh N r0������ � Ca 14 co fr a a 0 a o 0 (3 0 a (3 U. o 0 o 0 o 0 0 0 o o 0 0 o o 0 0 CD CD 0 o �*° C7 0 0 0 o v o C'D 0 o 0 o 0 0�y"oca o a a !d- tit J W !1J JJ uJ W E IIVWJ IJJ tli LW WJ W I- a a a a a a EL a. a Q EL a, a CO D ID tW 1.1.1 W WJ t81 Ill WJ IW to t!J Ill WJ EJJ W oZ 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ILL tio. Z ,. 0Lu ci Fw N rt rn - to to CD w CD CO CD cr N t— , © cd cl ca s 0 0 E c� c c� 4 M xm * 20 LD Et) 0 V) 0 0 CO V) COC CO CO CO CO CO CCO r 3 CO f < �c < < ¢ < ¢ < < < a CO c9 e= 0 co co w ILI I te 0t 0 L. 0 z ?63 0 LII 0 CI to E F- < 1 < 0 U W Z CO 0 D 0 ua52 L 0rZVC -'1 t'G u) � V0 cis /7 c) m 0 co 1-3 to I 0 t CIJ L}n J 0 tU n to 0 I- us m w z to 5 . tt ]a. a X -.L0 Z 111 Q a 9 ¢ t°u w w 0 ee ° -1 2L " z y� L- ca C3 ¢ ms 0 i I- I- 0 1 2 t 3 E- 1 1--1 i 0 EXHIBIT'A'-Page 285 of 356 CELL 4A/B CONSTRUCTION SPECIFICATIONS NEW PARIS PIKE LANDFILL Section D - Liner Soil Testing EXHIBIT'A'-Page 286 of 356 .16,111,..1 BY,At 01'05101 .3 AB OS1ONAdv +%',..rl•9•.,p,r sme It51L0t512 NIa 6SI,1,115 0,10N'Y[.e315,.n'Si.3911nO55110t, WVIONl'A1NnOJ 3NAVR1 O[dOWHO12] Gil...VOA•11.a<9Nol.11 SVllNod•II013i15Fnd5 llIdONVI 3Nid SR1Vd M3N 6 2 6 65 65 141[1%VA 261,565161[1 I. 1012:11S10 A21V11NVS 0N010H0123 Z99ZOSZ9b tlNtlIONI'Sllpd VNYIQNI uO3 O3aVd3aad SNVId Z r SZ 31InS'0V08 WYHNVtl'3 ILZL e g i 'ONI 'ONIZ133NION3 `0 4 le am S.70 LrO ov S M 3 H a N d 1noAtll sus 0 1 s,l,N Qo U arr ¢< as �¢ 3a a ou 0 0 0 az oz Ns ao 0o wo °i d.m INOl UW US a z Iw I 1 1. / 1,c� ` / L_ 1 i �' is i _ � , n !; a . / Rye._ V\ v YA 1 - 11 ,� R�.� '^tit l/ 11 j: 1\ VI\ s ' l a'1 0''• _ V / / - 6 '_L 1 5 °1 �+ l A • 1 ,. \ x. k } 1 AI q ,/t i 1 1i(I ) i �` �� 1'� A' 1 F 1 ww i,, -z;,/,/' `. -_z, -==_ - ::, _11_, 1, ,:k'77:7---_--_-_----1 --__ : -- --- N, „, , -\ ,, ,,,,,,„\_,,,,,,, ;,,,_,,,,,;,,,,: ,.., .„,,, - I jai 1 ll 1 �� \�� 3 �,, 1 ��• �'(� 7 1 u no t ems w ,:�11` q \ r 1 5d 1 �1+1 1 \. ,% lira A � 1„ < � � a %�E � /� i v 1 ,,, .'' _ } 1 _ ` \• l• , ..2 \. `lI\. \ ��t �*\1I rr`. E ...,, ;? w{1 fit �I �'�' •A is, `� - I ky n I 0 .„ 't -, 0 Zi, \ ' 62. w ' \ ,I 'Uln3Mil ly i ill: t-14,. zS-n rid fit Se-f 910E CO�a9ala0 Aawrd'calla a ^'I uon Ap 910E L rapvlaO aa�c5 lcol Il of'661 6 do a15 W euaa 15161 910E\9lo6\ov.a\(61 avd d 611)d11e'1\claAora\- EXHIBIT'AI-Page 287 of 356 , i v ctec kp/:(to i4/6,9 ha/I) ----------------- ' 1 ' .--" ,,//,:)1/./"\-",/,:'1, ".'\''"""[",""\'" 7"")1,';;)""i:( ? ('./// ,' ,- ,,,:///:::-------:: :"•:"":„"1./ 1.,---,"--4"?'" ,'/1,:,,'" ,••'-''' ': "://1( ••::////,/,/,/,'/I I///1 1 1, .,/ (-'>;"--''--'1:1,'/'/1/1,:11:-:111:11,111:1,---:,--(_./1,11,/,,/,/,/,//1"'',\:',"":'"1"",'")11':://,1;:17/0 )•':\''''; '11 ''l 'I '1 1 i /„.• ,------- -:'"\''"",11,1-/-•\:(4: 1:' (//,'11/',Y; 1 "1" :' // \-/1,://,/,/,'7(I/,/,,'/1/ " 1.• „, ",?:',""1.1":11/-",% •"/-11:t';:-..7(-7,: •/".""'''', 1,-,/,'"'/2(////,',/, '(•1;11:','!'(1'11:11 /''1"-,\',', 1 / 1 / --- 11:',::111:1" •:',11-1•":3111///,'',71/-1/1 , ," /2„ ,7;•••,;),;••)),;),,,),•)));: ),; •'..),,O,;;;"))) ,--;;;;;;;;••••;•-••-•;;) ",•,;;;;;;,--:::::• •:) ,,---)":•,,,, -",")j);;'),•-,--,•')'•',//i','7 1/\'';'•i/';',', . '•\ ';•• ;,, ',.''', V',""••,) ", \ '.• ••:: 7 7 (\\',/ // / ,.,. / I,'•;,,,,';,,)(,),'"),•')/K:;;;')) );;;;;''';;;;;;;•;),;');(-?/';\,));",;•7::',:;;;;;%? -'7)),;;; 7;• ••5•1,"7,),,,t"),",,,,,,-*".,7):',,•••:.)//,');'j!7),,\ \ ",';‘,'•""\");•,\\),'',/),\ ))); : " 1 :::••' )/;•/, / 7 , ;;;,,:, ,;,) „;,,,),,,,,,,,,/„,,,i/4„),,,,r,„;///,,,,,i;/,;i f /i:iiiiy i-i);-/;11.1;',g;7/(;)04,•;)/;/-// ,'")", /,••,'-')'-'1"),1)•/"..):"/". ")'")"'")));;7 7);/;,•••"!/ iii,''',S));:7))1 l''',.";•\'))2‘•2‘,\';‘, ; , ; ' ' ' 1 1 i I i' 7' -'" ;•-•\ ',',77/71;;;////,';1/71;i))//111),;'),,,)/;;','/:','/P;;',"/'''',,',,g'7,2//,;');;;;,)",$)))));"""'")));:-•''''•,)",/•,; ")));; ;;T;;;'")::- /77:-. .,./ 11',,'');•);;)1. ,1,/ ';•"",\"",„''... ),'7) "),'',. '', .' , ,)J.;))';',••;,;',••;',•'';, ;; ,;••)„,/))//,;•;,•),),',7 ;'),;1;,;;;;;; i,;;,i;:i,r;,,i;•••-/-,-;•//4)",,fic.,,,,,q,"0r.',;;;:i,j"•- •,),-;';')••,,,;;-•,,,,'•;;;•''';',.••;),/' - ",''."• ';'";',' ; \ ,r;/))/\ ' , , '•,•••'I";;; / )/ r....,;),.;;;;;;,:;;;-), ;,,,,,),,/,,/iti,),),),,),,,,,i),)•";1',,',,' /,,,/7//3",//10',,,;:(';',74.1,&",';'71';';';;*,••T'•,"7/' ..-'),-;)•."••,' "7),77"''''''''''')•;;;'9 ''';',7,30,7•'",••;,;;"-!;);•••,'"••••;:•;'•7:;;*±):• ;././'' •;• 7 / ) , '', " •'\,/""••\ / •/ )J/7.4 ;‘,. ;.),)),,,,,,)/),/,,),),',,',:,•", i;;;•,,,7,•;iii)••,,,,)„,,),,7•4"ifipi/q";40;•;','"';''-''-');''')';'\j'''"'").7-''''' ;;',•!,)"'; ''''''•"'•'7;•''');'••• //:,,,•'''')' '''''''''',k•))/);'''',');/ / / / ";' :''; '''' / '"; ,-••• ,„.7,-,,,,,,,),,,),)•:„),,/,;•)//,,,,r;y7, .• • ' , ,,,,,,1,1' !,,;‘,„;).,)•••1,,•,;.,.,,•;,.;•, ,,,,, „•,'",„,\..,•,,,,,)-,,-;;••;.,,,,„...i,,,,h,,,:4- .):;,),,•,\.,,•„.„,)));,,,,-»),,,,),---2•,•::,,,,,,,•)..„),,,,,• •••:"4,,, ,,,,,,,,,••,,,• •,,,•,<„, ,•,•,, , ,, , , , ,,,1 „,....,;),-,,,r),•;),-;;) ,)))/,,,i),/,;'; •••• „.;;;•;,,,,,, ;,,,',, .1';‘,..\"; ,,,,,,;•,,.I;••••••,..;•;;,,',9;.•;,-•;'.'„,,•;"," •''),..",•1,7i7/7');'),•;),'!:-;!'"'").)\--' ././,7 ,-/-):)•,,,•",,..).),••••-,...));')))••• ';'),,"";,,,•••'');":,,,,,,,,,,',,,,,";;;•;')",; ";,));;";•,,,•;;; ••;,'•).;,),,,,•7:','•p",,,,':;,:;•,N.,•,-„,/ ••;.," , r; ..,";\,'...‘,\\•••• • ., , ,,,, 11,,,,,,,,,,,,,/,,,,•,,,,;,,,•',,,,,,c';',,„••y,,,,,,,),;;;•0;,-.),,,.;•;')••,,,,,,,,,,,,,/r, •- ''.'",..; ,;••, / ) ;;",;;;)'•,;;;;;;;•,,,,,,,,•••• '-,••-:.•••, ,,,,,,,,,,),)z),,,,,,',••)•?,,,,, ,,,,,',,,;;;A,N,•;:,,,,,,, if , , , I••: ,,, ..'s.,.,•, ',,, ,,, 1,,11,• ,;,)„); ,j,,,,,..-,;;•,.,,,.,;:,,.:,,,•?,),, ;•,,';',•,-,,,,',-;,));;,;,,,,',,,,/,;;•;,,i -,- ,.k„),,,, ,,i ...; i,if; '•-•-, ,-:•,.„•••:.•-,••....::::::-,,,...;,,••,*,••'•:•,:••,.. .. ,•:,•:::::.:::1,,,,,,,, ::• .:•M;',',•, ;',, -..--'----'.".'''''''' '• '•' :'.,'I',•''.\'','', \' '11'1' 1 1.'ilh,,/ :":"0111:-,•"1-,1'"":1,1,': ' - (,/ /./iii: „ ,,,,,,,,!„/„i.„„„; „,„., ': ,„ /,,,,/,, :-..-- -,, _,,,....„,.‘. ,., ,,,,:. •'. '.1,: : E: ...,y.,:•,..„ ,, : , :11 1I:':„-;,',:••,',:'.•..,.'.11'.:'.”'(-'''.: ;: ,,,•?:,,',1 ' ''', :/:.'.. '/,/,./ ... .._ ---;•P',,:.-H,:::-:.:-" '•:',::-,•:.:;,:•:',':•::::',,',,,E,,,',.,'•,,'.',\',.. . .qZ$.0,,,,:,:::. ' , - ''' • ''1.: . ':'''.l':'''\''''•L'' 11'I'll 1.,' •''q 4,•,,,j4' ..“...x4" ' •'• <•:!4:40:,!•',,,•,, d,,,:1,4:4,--,..,-,-• •:,, :::,/ ,//,/ ,,,_,,,i : ,--:-.-„;,,,,i':•:,.." ..'„„,•'•:-•1:-,„:,•,:::-:::::,:-.,..1,',..',,:••.•,,,.: ' '-"•-•. \ • \ ••,I'..J'', '. .',1,.', ', 1 '.'. ','., ,-'- I•1'j":1.17•"}' 1.'•!"',,".•'•: ',!:1•,",:..:'/.•?:: ";°,2:['el.': :i• •;-; If! i 7-,1--- I ..--,,,,,--: •':-', ...•,'•'•'•'-',' :,',: ,•'••':,N,••:••• .., ; / ; : .,•,.\,,:.•., .':„'',\•:..'.',14,1...iy:•,,;.,,,V\,\'•::,,•\'!',.'',,',1,1,'1,1,1,j..,.. ,),.'!1,,.'.,,,/.9",I/1.A;4/:;4•:///01/1„:•,,,,,. .,/„.,.?//".",•'''* f'•k': I, 1.1 i i / i ,r/.•-•,,..////\ /0 i'''':'••':.,''' ''-'::':',. ! '•':.•.,,,,,---1)' i ,,---•''-"::_,..._.„..//,,/,/„.• ,, .: i.j . ; i h ;, !I 'Id,.''1111!,\ ',\,,,' 4,1 i,•,.,.';I.1 P.,4:?::',, 4 \:// ,,, ',I' :il•:.::; / //,',1,•';1••;/,','',.,',",...-'•••j ,'',:.••:'7--------...'":-iii.,;,';'.!)::,.,•(',•.,,'•.. 0 ,,, ,,:::!, :! 1:1 1,' • :,, r:,,,i ,, •,[(1.., •„,,;','',.,;.,,,.,•,'"="` ,.7.i,•i,.;,:r:w.,t4.1 ,,,';V,:-•(\: ,..,./-,,//-'0, /• i i ' //•• '','",,i'../ ' / ' / ::'•:•,'" - •--•-'::•-•/•''.-';',/2• : •.'- :' .'''' .-----1'i .,''' 1 if:'• h HI ''' ,11!li':1 lir:\---/"."-I',1"4,,W,0:1,,:.:7.ri.///, ),11// ,'• ', ., i':,/HP,,' ( 71,,:- /i.,•:-,/ ,/.„../,,,' .' :•-•-:.---1::::-'77.,;',::,,y,.,::;,..,C',\.',' .., ,,' / ,,,,, --' ,,,' ,/„/„./,, ,I ,.I,!,, 1.1. H li i:: ) / .,',.'1•••d•Ir4i ';','','':';;',:7!ef".'1,T•'!':',"''!,:','!":'-': /' !'.'' .4..('' I ./1•;•••':,'/''•'-- ,.'//..„'".„-',-,.. -,,,, ,,".:'",,::•:-. ..-,,'.. '•'..•)'1' • / -- : ' I : ',: :'. ' '"HI' ll't h,;, ,/.., -.-.,,-i-\. .,.1,...1\4p..,',(, •.k:' ' '‘ '' . ,i/ ./i,-,....' ,.„, -..'„.„,„,,7•:-.-...-..,. ••„„.„ ,„„,..,:„,,,,:„,,,„.„./ ; ' , ' ' ,,,. :' 1'':I '',, I• ,1 1[•11 H:. ,',,.. •:[•11.Y.,•,iii,1(HO',•i• ,'''.:'„.. :, : " , i 1.. (.•::-•:-•:-.„..::.1-11-"i..:,•':-/;,.''''',././•-yr-••-••.:-.:-•- •7:',°'•'•.•',., ),:,/,,/,./ ,/, ..-. /„/' ,/ ,/ // ; 1 i ,i'. 2.' 1 ; ' I \ :1' 11 ''',/4'•1:'•!''''4C1.P.t''',.p .f.',,.,‘„T'.,'-,!,:4,:'4):•„',,-, \ !,'{i',\( ---, iii.„,„-::::',,...-,;_,;-„,„,"/„.,••'/// :.---.,-;--:::-....::H:,,,::::::•.,.::::-...•••,.:.,;',///,',,,',/, ( „..,•,•- ,./ / ///,:" / / ,/ ,. ,,1,11 1 , I , , \: , ,', :\' : •3',.,:,,,:,,:i,,,,!,:,,,,.,,,:..;:i,,,,t,-,,:,,:.,,,,...?.....,,, 4,„•.,..,:,....k'''.:,'.... :, :„.\',,,,,p" ,/ ,--,-„„,,,,„,....,,-,i-,-,....,:„..„•,;•:://2,:,:,-,,,,;TE,J_,,,,,,,,,,,,,,,..„:„,,„• ,„,y,,,,,,,. ) „„ ,,,,, „, : , „, , „,/ , ....,,,..,,,i:,:,,::, ,,: ,, ,,,, ",,:\ • ,: !,(.,,,,,,,,, '..1:,..,,•11,,...,s,,,,f,g,,,,,,:,..),,,,... .,,v,.:,„‘:•,,,,,,,,,,,7...,.,., 1,!.,7.: ....,--„'..,, •-,...-_,:•:,:.... /,/,,,...,"!/,',._•_....-:•-• , /,,,,'„,,, ,,,••,, ,„, / ,,•,, : , ! „: :,,,„.,,/,,,,-:„„.,,„::,'„,„,,,if:::::,; ,,,, 1 1, ,,,: 1 ,!.,t\\ ,:,,.:,„,.(,,,,,,,.111.,•,,,,,......,..\;•••;,,, , ...,,„\.„ ,,41. •,H.,!•,. .. „-„,-...„,,,,,.....„,,,,„,-,:_--„,,,,,,,..:...,..,,,/,,,,,,,,,,,,:-..,,,,,•:::,:„.„,,,,,, „,,,,:,,,,,,,, ';4,,".•'?"V";',•,,,,,..,,,,Q,;`,•'),;;;;,,A;;;)"",, ,,;;,,;;;;,,",,,,,,,:i 7,''.,:;;•,.,,•,1,',',,,• •.•',.,,•••,,-.);•:;;,,,-,-.))))•-.•,:'''"•••::::),•:•;;;,;-",";.•,;;;;;;""),/.,-;:),•-•/)••-)•7),),-;),:),•,.)). ,..•-•:., -- ),,,••• .„))/ '),// /r,; ;;/,,•:;„,;;;/,),7„;;;;,, ;;„;./ ;,; ,,,, ''•. rc,•) viV;:',•.,7,,P..,,,,,;,..,•:.;;;;•";;),/,,,,;4'i.","•;;;;',..,:i1;,3';,',y),,,,,, ,-;;d',•;; •••••:6;''v)/m*:,••,,,:),"•--) .4);,;•,,iits,/ ,),/,---,))•,,,.;,:-• ••--' 7 ',/, ' !::''',"r''' ;',7; ,')ilk',"4/li, ;,,,,',.. )));• •;,(':^, 10.,,,,;),'");M,..,,...'s")",k,:,,'•/'',4,.--i2:-,„... -...f. ....,g-.1A7,,../:>--t.:•••..:/'...::4?' ›c/....''./ • I ..--:„::::''--/./- I „. ',..„,,,,„ ,1„c„:,„,.6 r;„..w..i...*:,.,/,,'.,,A,,A?,,'''::,,:i.'/•:i.1,;:/.::..,'-;:T-..,,,,,,,..././/--•::•:,.:„-:;•.•/,,,,,/,/,:-/---rr:T".-- -•-''•••"' ' , ' •/ ''''''''''' 1 ''''''' ' '''' ‘i.;'''''''''''''.i''',','',', :Li,,!': ,',' ''..,•,'.,,,. '••••,_,..,''.•,•,,,.2',,1,••,•'„),;i,,i,, ,',• ,..',::,•;',:,..;-,•,,, ./:,,,,i;4,1,..',,..0/'','i:,:.,\,•;••,,'.. / ''',k,. .'.k2,,;•,,',1:!',,,'„.•..1".,''','• ''''''•:..',';''':''''', 1•1,••1 :,'','•:', N'••''' '':'•,•••••••• ';':• •I'''' •''''• / (-- ::::: '.•: : ii :-•).•--''''...)::.::::)),,,")•:•::'A':',)'::-••')/'))):'':,:,//)))i:1\•••::\\:),))::),': ) 1:,',:)--)x,:::::. :: •,:•:")::'::::,::: ::4"::,.§.:: :::::::,•):4)..'.. ::21',\):',!•:)!Ic.'):::)::•)::::::<::::.%):::,,))),,:: ,:::::...::2,:::„....„...... ...;:),•:;:)k).::,4 ..,)• ..- ,„) -7):: ''''./ ' 7''''''•:''''''''7.:*7'7(!);//I//'1;'''1','\\'', •)':)::••: :• )'•,":":: /::•:::••'N':::: :::',),•:),z-,,, ...:),„).•,:.:,„.::;•:,„):,.,..,:i•\..:,:::,..,„),..:,),):•„))‘.. ..:0,,,,,,,,,:)...,:,. ..„„),),,,..„....,,,r.:„.,,,),„„„:„7, ,,, ,, ...„.......;; ::)., ,),:),„/ ,)/,/,:l.)),))1)//):::2:):).:),//:'i:'/:, ' '''),:),,::‘,\)). \\7:','),,\", •::::::, ••••:. ):::))).:.:::::::::'••••):::„;....::::::::::::::„:-.):-.)::::„.\:), '::•-).'•):::,::::-.)',-.7)c:::'•"'"):•::::::'::::'t't).„ ;)y' /./„:)•)„:):•:' ,)" :)•:" • - -----"----„:„„._ ----••••:: ii)/':/,,/.://)))/),/,:::))))))>, , : 1 : ) /i))//),•„/,/,/,:)::: )) / (,,,,-- -------7..)))):::-) ) :) •) ) ) .::,:)::::).)::::::),z-:---;„::) ,),- ..)-,,...)) )) ,.;: .);;;/,) ,),::::„:)))::::::::•))),))))))."•)':),),:»:•- •).:):-.):J;) )))):::,:).::::::::f .„ , i , . , , . . :..:..i...,. „ ..,./..,. i.,,-•'/...,...'-..,::1:,.::/•'„, i/ '///../-' .---:,/,•-•.::/•:././..v.„//;;::,,,'//,',///./ / „'; .-"..,.. -..,. ....,- r ,/,/,,,,,i,.,.,/ / ..- ,--,.„.„„ •• „ ,.//,,,"„. T , t.ultgq,liq J PTC GROUP SEM/1.51.1.0...,..,...: M 7908 CENTERPOINT 1.. 1 EXCAVATION VOLUME FOR 3 FT.THICK LINING Nikire :,,,,,T0E,......N...250. RICHMOND SANITARY=MOT 41, ' N) NEW PARIS PIKE LANDFILL FWIONE•1 317 BO:MOO NI iI'' WinatCGROUPSVINCES.COM EXHIBIT'N-Page 288 of 356 woo ad wwoagoviofaiino:/gory-3 ILLS-L96(S9L)x j (s}!d /sal) -° Vow £S,„,(wt.)auNd c a.uuy�auo n�j Oi-�I� iL£Li ..!NI'PuowVolN -1G F i�i54i84i^oS LL! 4(��, 0.1.l�s�!0 �.lD 1uos' puo uuy�1e �r �13� - ILmemir aW JO) r.( Told ,fydoa6odol „a e � .� :v"1111,17/ Il/✓/!^'r9 1 1//'i j%J% rj o 'l7,✓ 7➢NN'J'� IV'�n /rj v „�y„1 , � �Ifjr/ ,, ///r/��J,li�y//F� //�l ri r/III;�j���,P��� � F, ,,., ,/, �'ir',/��� d1/ 1 1' if /% / F/i% / 1 '/�< �ff' %N� rr 754 /{p �ml��/i/oi��7/ rl,��Jm/��r/, „O;,G.�� r r t`,,�%�,,,vr -,fit���7//, ,,,,,U%, ,,,!Ai ;r r/ 'u;n',,4,�,/r� G/� ��l//(i <<�,��/ fi la'% r,,,l � f>I��;�/�/// !/r . r/ �p/%/ u<V ii � ! ,//V „�/�i;1<, "�1,ls ;1! ✓�4 9„',,,,(0, /4,$/ ,1 Yri , ki4,fray ,:r %/r,<; ,/ / ,, i<, ;r �, ,ir%i,, "`.1 71��rll ��/� 'f� // r,��//rl ,., r ll�/n� �/ ,/, / /,� //�/�� "„' ,,,,- r,%�„ r;,,,�/i�i,;,;;'r' /r" ,�^ c ,v �,l/ �/�,r��, 1i')�/IJ/ 1, !�/ / a�,, � /��- y' l� rr ,,�1„ i r �„�/ r,/or ;,, �� (/Ii r,, . �� � ✓/ r;, r /� , �>� /. /1,� �� / „ I i ���` /,���t'rr c,,,r„��� nl��/ //yr l/D'� //�� �j/� i-' (���!/r,, �r ,� f ice'-,a�r'��-,hl��F/,r, �F '///, �, ,,,,/, / o�� / r G: n„ , /f i� i�rr%;/oF�if�./ir, rr/� 1,/� � r�,,/��'iy,�,,,r✓� �%,/ rill rr�� ����/',��- / / 1, r.���/� ��/r! r/,, �,;��r,,����1%�'r/ / r�l,�/ �t,, i,��,r �f l �lr /;;,;/f (l� rl� / �/i� , ,r /a e ' ,,/��/�,� ,a';rlr r/``, ��,�/,�('Jr-, �,� r�� r,.//� //�./ ,ll� � /� /r '�r„I �, G i r-�r� /r, lr �,,,i J>;�a ,1//,r, 1;;;/, /r�r� ,/l, /, ,,,r,//�,� rl/ 'sYI /� 1, r %" „� 'i� g� '/ r,�,1,, ,r,%/r/� %r /art %%�//�// / ern �� �,,,, /G'�; ro,/<1�� ,� ,�il�l„ �� ��1/r i!� I a�rf / i�l� i, r/,,/ /� � I /,G/J, i, /�, ro/%;;, l ra�i5 /i �,��'rr, /Ilfi�„!/iir/io�, ,�f/v��/,//���% ;�l/„ ,/rr �;ir„ � ,�/rr��i/////��, (,ell/�i,( o�,-„�s� /., i��/rF ,,,�rl.��/,/�ii�i�l�r�,({,16'�' ;r� /�, r % /r !If� � f�� �,r%�/ /r,e/1/,/ 1//�„/%i/� /,,,r ,llr, i ,,,/i;,,/rv„l„ii�r„�,i �i, o/%ii„i%� li,,,, ��//�r�i ����%r�;�,,, �r �',/„/ /,�, I r,,;,,i�rl r ,t �,r4„%/-,,,,1 I A 1 `moo/ „i.; /„ /�. �/ .//�„,/fi/D���il�� ,;�/,�'����/l/1,,,,prr,e/i�11�//,,✓1,�, ,r „/r�/ �/r/r,,, ,7,r„l1,- r��, ,3i r„„ ,„�% it i/tf��i��r�/i��„", rr /1�,, �/i/,r/�� �,a,�� 1 ///,,ii;;r/f/„%ii�,e2/� � /�,��;r�,�L�/ �,��,,///r r, �/��, �,/ �P �/ /,,,,,,,,,any �r;��, ,!rl �,,/r,,,S% 4 �,r ri %i,r/ ,,1r �,��il ,/ r ,o/ /;,�;,r ! b�/!1 r , /i �,�� a%i, l; 11,/ ,, /i; , . ,1",ri i/ /�fiw�,! �� i�;�, ���/ Il%�//i-r� �,11� /f%f%�y„l,F�/�/� r-,/ i r' /AV✓,��r r //,!':rr,/1,r�>/ / -a s c; l .�N,l r ,,,,/ r;,-,N, k<<'�, %�fir �'�� ;%;„ �i�/,r� ,o/ir,�i/ �f '�1 r; l//�/���7, ,/>/�/';,�///,��Il>I�� /� ,,✓„�� i,, " ,yJ.r% /�,;,,/i lilt%�i(�� r //r��l �;,,/,0 /��� �,r „� ;,,�,/r/��l /el, '�%��w! /;r r V 0,;,6// �r,,,/i/r- ,i 'ri ;���i�in(, /i/��%���//,% „'iI/ �ar /�f ,�J>/ dir / %, / Jf Lr ,J r', ,rr „f���%/ I/4f row �rj,,,, !/����//�r,/ //i /,/, ,l" 7P rr" nGl� 1(rrf/,f I/,r,, f' ry u{r,lr, r /l,j/rGf,„ /t// L/ ll; /l/� r/G�7 lr„/I// ./, 11 , !,d%f r" 'l%//'',A,,r//N%d /,0!/„x.1 r i ',, �.� ��/�,j(�,�/// f l/ / ,r 4 ,0,yl/r/ r r /�„ � I1/.4.y4,/,4ue/vg4i- l �rir /%/l/��/ -r rr r r/ � g i � f 1 „� �/ri ��s //ll�"'J!/�r % r />� ! " / ;,Yi�rim/'� ,%,� ' ,/ �/, �/�%%� /�'tlr (�j� ,1 '/i p , , �%r r� �,/ / // �4 /, -r,,,,,, ,i/r/,,�/ l��r��r/� � r��r�!;�/ ri,//!r!�'�, %,;/ r�/ ���/', -,�'- 3h r/'r / ,r $,/,,,L% %%f/(,rr'd�� �If� l,� ,r,,, / �,l %n 1/r / ,;r a „/ 0/, , � /4r/! ; / /r,,')1, ;/.l 1 O 00%. I ,�,e, /a/ ,//� i°�e/- /,-,/rrr 9��a/ ,,.,,, �„�,G/1/��r „6/���„�,h�/,ll� / ,Ik ��,<//, �,,;,,, n��', r'�ih/ ,///,,i / ,7',/. J fir// / 'rr'/ li U/���, mil/ a ,4-0� /// plr/ l.,i /.r/1'r ai. !; 1-! ,i /,,;lei!/,,,/,� ,/ / �1� ��i?!�l //, WFF d r<,,Ol��lry/d', r,,,,r /� /a,,,,,,,/F1'/�!/,�//J////� �� 1��,,yy �;, /�','/!)� / '; i/,,,; /,/i/�!/ /��" f l v r;.J / �/ 1, /,;., //,i;f/,!�r/ ///1, e,'s, ,w,4;',i% ;;'ei//,,ire / r,% „%(1 j ,/r,,,Pl„ .14 �e g'r l iii4 %. r/ r/ /i;9 ario/e,,,, „/ /%s //�0//rl Gi�/11 „rrii,/� (�l//� - r%/ ,�/,//r,0� ��, ,r/ � v' , O m /,r % i/ /i 9/f ,; / r /; �� r /3/l�/ //i/ r,� :i /r%�/��,;,� /,� /%r// ,� ��(i//'fr, 1 ��r/t rl'�//l ii��.';,,r�/ 1�//!0 r/��/ �!�', n on rrN- // /� ,7)(fe, ,��%//mil /r/r; ,y9 �ad r Afiji r, r,tr i "/'e;; ir,, � r/chat,// // '„r ,,,1� , �, !/�n/r,,/��/, �i� �n/� ,/,/�, �,%�/i�J / / ;%ri�ir /�, -iji/��,/�,�/,� -i/i/ /!irv/r l //r ,/ 1D/i'�r�li,/1,/,�r, r„ 1, r-/ir�% //�/;l� }� �r�/r„%';,�/�l�r,r ;/li l�/ / l//,,;e„/✓;�„Fe<r„ ,t', r� irii' e-/"„ rf ,lf/�/ /r „rrr,,oi/, r„%i� 1/� >��r�i, / ,/1 /n�;,rc „�irr ;' 4,"',;;O /rill ' rr %//�'„i/'„r /,i,Gn,i/�F, % f Erie%,//�,,r r�,10;r / , r f/�, o,/�/„!i icy,;lJ,,;/, /ri ,,,/„r,,,rief,/„ir/r;/,,,�/f ��lf r„�,/,,� %, �,Y,l'//^ro.�,. /( /,/,i, p<o;, // /p „r' giai ,l ir4e/„////,;i ifj/e ,/ rlI /4,,9 rn„% � P, /s, i�l/i O,r l//l/i ,r ,�J� rvri,.if 'VW* // r%i/ Jl,,,,,,,,rl„/ �i r/D����1�� ;/i��r�,Y,//rl���„!I,�/ r,/ //,l�q ter',/� /, ,c� /,, ,,/i/�/ �%Il/l�/J�/lJ r�/�r/I�;/�1//r �,� prr����� 4ra11� l a,� !%/ of r ,,,1, /,,,, / -;;/;,�/,,,//�„r,�/Jj��;�//�i/��/�%//�/ �„�l ' � ��,�r!�/�/r"(/ f� /��;; N /- h9///� or", �;1'�� �i rl�„�1�,„��/u, 1 ;/ /���iF/i/�'�/�le//1,,,/���1,�,f>� f ;-ti, rr� ,�� , JffO/ /„r ,,, r r/��lyx If 1), ((!/a,� ��rir/1„�f, / r %'f4 /NF,�Ir ' a, C +- ,,, � � r%�/ l�, �,ii//y���i / !<ipa/��,/l��r/�///�r//��' ,���1�/�,' 1��✓ %>'�,G!lr/�� -qr//�,,,,��/% �/;? „r;,, -,c,,,;%';, //r, /4)% i t /4/r / 0,61, �9 i'7r*,pi yJr forty�1 ,/f��//�%,0 06;0,y1PP/"11r4P, mr/ir, r i--// /i�/,,,, yJl�"%�'' //;�i�,//f//lr;�!i!///�;///�irl11Jp1r,- r r'%///r 1 i�"1�rr!�'%1//i��t'�llr*„ �1/ p v /f l e // /„i// r lY, / ,/ % / r/�%irk r r01/,,,, %'- 1„06//r yre,i / ,sir,,,1/// �✓J//y0,,,'771,4,v/i/ ', fl1 // 4 �'�i/lr ,,' IA, %/,, e- ,;',0; , r- i/N /*/r l r r/�i/6�rl�i�Y /� ra ' / a/ii/i� r i /. , i,// ' � // v '��r/'�i�il��//�1Ji�i r� l� //� /! I/�a r%il„ /i/ ,/A /r � ,;�o,,v %' imjri,,A >1�11,1),, ,f, 'fl F r Ji,0,4f ,,,,,,,4,f /v o r//r r /, /, // rii i/i ",v /„ ,% �r,✓Il,r/ / / /Fly t, /i ii r /r r%/fit/ ' i � r r /iii�r / 1, /�/ it/(ir/i// r / r/I/, //� ! / ail / r ry � -/ 1,/� /r/J /' �r� ��/�ii/„/// /�l��l�„ // �;, J- / 1'r���r///jlJllll rr/r��j/�/ice,,, ✓/ ;����rr/'//////�l! /��/;»6�%��11 ;r/i�% /� �„� �' �ifr /Dr;;r,, 'rj;;! ,, r///l /l �,y , , , l,, r/i/�"e !l �� r ���/��i�/i�� ,r0i ;r ",�,,, /✓1, /r%r, �(iei-,., � a�/�/ �%���'f; r !i/1 ,�r��,//G J'/r� , / f „'1�w'�f i���!//il���r/���'�i!/ '9'-0 ��;L; '�'/�Y' Q ��/i,/ -,yfirJP/z� .. ,%1/%/y�,D,j M1' Wt p,04// e6,/%'V)j, ✓rjr�/Ir/r�r/ r%1��/i!////l; „ - 4 C ,c /iorj/,/�� �/',�r,,,,;! ';�; ,/,r„;//,p �l�p��/! �J��-fy�ri���/J„/ i, ,! .,/Fi!//ii�,/%��/� i��l�l is r, ,�%/ ,.; m i�,� �/ r�f>'`iii i :91,,,,;/ /?/ul it ,l, /r� ,r of • 6/,41�// � !e r /� /, c /i%�� /, ,, //. ';liar �II l,*,ir Yr�/�//1, )7r %/%9 i� 4, / �x,tde //Ji// „%r / /Ir'%/r //! l� /�lr�r 1� 4r flr"`✓4��i/iir!r4,ul/ ? f//r 1 / Q 5i Ir ��r 0 "i r i // %p r" a/i/ P1 i i/ i%1/ //- .' -, 94"N/'/ rp Fa //, ? rr/// /�lyl�f/ / :r %/ r�� i r/ A �> 1J ` ' /j/ �/lIl 4'/„ l f�',,, O/ � /or/ Ir / / m // r / // /j r 7r pr // o </ ( O ' ri r / /ia ` - ' 4yu rw� ,R°e / !!, / 44 4. o�/r/ / / i / f-'--wt__ ` ��_ _ �y c ., % /���r%7 4� /' �'--�, a y - ,/ '� / r4r , ' y � " e , �•'",pro v r yse. / r_ T. V /y„ F(�', x. �s d„ � riir ,% � i,o /U l ar rc o , r i j j hill ifi j /%ii, r ri. i �r /%// / , r / , r r %�/iii/ \ ' a EXHIBIT'A'-Page 289 of 356 . • Airc. • LOG OF BORING No.7? R s,.4.P• S I . '1:C ILL 0'. CLIENT C/' i'iche4e/r1 JOB NO. /70/rA YI PROJECT NAME DATE PROJECT LOCATIONa/y 1(/14 /!C Z my)/ f%/ Zti BORING METHOD BORING LOCATION STD,PENETRATION d FOREMAN ROCK CORE DIA. IN. z SHELBY TUBE DIA:-- IN. TEMP: INSPECTOR .A'd/'F)/y ✓Mn akri ,,� • m w VA MP: d z z y� w w MATERIAL DESCRIPTION a o tij o w BORING AND 111 o n ¢ m z s m SAMPLING NOTES ' Iii-$/esw:?;//`9h?/y/nON't 5/�/hj clirr-ii0 t1" )l 2 9A ve! w/th !/`lll i 'y (6- 0 q,y__ . - 61^my,dt , she/e • 5 r— • • WATER LEVEL OBSERVATIONS TOPSOIL THICKNESS PAVEMENT THICKNESS NOTED ON RODS FT INCHES ASPHALT INCHES AT COMPLETION FT. PLUG HOLE WITH CONCRETE CONCRETE INCHES AFTER HRS. Ft YES SUB-BASE INCHES CAVE IN AT • FT. • • EXHIBIT'A'-Page 290 of 356 ATILAgana • LOG OF BORING No. TP-2 .:0Rp•v.i :?is t .fort:c. :0•ILL.6'. CLIENT �'�c< City(/ e' A,c%,�4a/ JOB NO. /7OLFd /34 PROJECT A . • DATE 1✓29/2/ PROJECT LOCATION C/'1t elinvid La"1 `ll z' • BORING METHOD /BORING LOCATION _. ..._ STD.PENETRATION Q ROCK CORE DiA. IN. FOREMAN z SHELBY TUBE DIA.-- - 1N. INSPECTOR il'fi fit,-Mt1PPictid o z z co z = TEMP: (go' MATERIAL DESCRIPTION Q F. s=- a rr o El BORING AND FE w ¢ 9=z w Li SAMPLINGNOTES co o n 0 on I-_ •ix cn Top et'i _ _ 'S ' 61/i i1( SG 717/cd inflPe 11-13(D wiz meiI?- /ela '1 w;'+h 56vtd cla y Co-A) 2 2,5 ` Z 0' !Gray od fih#tv/21 /�'>�i`stf s,'Ity ck7y ('cc3 • � wi fii , 1 i t-'C' 5iiiid'q;^ci/'rl — I z,, _ - - _ . _ _ _ _ -8'r ' I�noy, ii o/5¢, s41ildy cioy ccc)07/ _9iM1Ve �i— I i al• Br iM'. - I I I _ . I I -- I 1 1 I — • I I I I I I I • I E I _ I I • • I - I I _ I I I I WATER LEVEL OBSERVATIONS TOPSOIL THICKNESS PAVEMENT THICKNESS NOTED ON RODS FT U I HES ASPHALT INCHES AT COMPLETION Ft PLUG HOLE WITH CONCRETE CONCRETE INCHES AFTER HRS. FT YES SUB-BASE INCHES CAVE IN AT • Fi: EXHIBIT'A'-Page 291 of 356 LOG OF BORING NO.`FP- , 4 RO,v.P-'sE-R1f'IiGES.Lt,C`. CLIENT C/iv & Vebigod JOB NO. i7©C/CW91.31 PROJECT NAME . ' DATE 1/2`//2/ PROJECT LOCATION CA(7.A604, d'Z aS WWC BORING METHOD -BORING LOCATION STD.P�N>=i RATION o ROCK CORE DIA. IN. FOREMAN z SHELBY TUBE DIA:- - IN. INSPECTOR //�/�kI/ �//' . N z z Z -ct WTHR /�d �� W.. t°cpw MATERIAL DESCRIPTION Q F. F. a Q o m BORING AND t-w w ¢ a=z w SAMPLING NOTES cn 0 CI CI) 07 I-_ 'tL rn $awh, drr, 5aildY c%y' (pc) "/cc/ne �rrll� 5'a'�rl�l� �j ±9ttts1 z,5 yz5-'•- tad . �,,yiiy cr/d'iw®im, ma''54I, 5010a w1w/some Cif/ ,_ . .91°clV0I - _ _ _ - _ _ - 12,0 . L. fir, y ,g i/' 'b1, 9ii''oily fn8i '/, 5�aidgf vel, . _ 5160) ty/towe c/iY 5vr) 15..0 - 5"r 1 15,0( • • WATER LEVEL OBSERVATIONS TOPSOIL THICKNESS PAVEMENT THICKNESS NaTED ON RODS Fi: INQHES ASPHALT INCHES AT COMPLETION FL PWG HOLE WITH CONCRETE CONCRETE INCHES AFTER HRS. FT. YES SUB-BASE INCHES CAVE IN AT • FT. EXHIBIT'A'-Page 292 of 356 • •• _ ATCLOG OF BORING No.TP-1 Rcw.Po;s LLC,. CLIENT CiY d A c6inewd JOB NO. /7©LIL-07 5¢ PROJECT NAME . DATE l/z9/2/ PROJECT LOCATION C, y 6P Ri/ii®#id L4''/4007/ ;DV BORING METHOD .BORING LOCATION STD.PBNETRATlOt o ROCK CORE DIA. IN. z SHELBY TUBE DIA.— - IN. FON INSPECTOR ,1rdreu, /v1oUeolic/ o z Z IT z = TEMP: 199 Sri Lt. taw Wi1IR MATERIAL DESCRIPTION a rc m 8 BORING AND w w ¢ o s z o w x SAMPLING NOTES cn m m cry m t—_ Lt Cn • • T Sdi _ - - - _ _ 0�5 6ultt 6c(g7/40 /16,09" 544/4 0Avy, 4471q, SFf61 Cloy(SO wyfinee _Jove' - - - - - _ _ 2,5' aci zr� 8'r 5 / - °nP(11 .i;q fly t;le/57; 9 l-1-y clay C*.'1.77 -er5j, • w/ 5gri11' • S,S • • • • . j F WATER LEVEL OBSERVATIONS TOPSOIL THICKNESS PAVEMENT THICKNESS NOTED ON RODS F.. INCHES ASPHALT INCHES AT COMPLETION FT. PLUG HOLE WITH CONCRETE CONCRETE INCHES AFTER HRS. FT YES SUB-BASE INCHES CAVE IN AT • FT. • EXHIBIT'A'-Page 293 of 356 _........_...__,__._... . ......_ .. ... . . . • ATc. ' LOG OF BORING NO.-IP '.0 RAYSAs e-Avi.:t.E.o.LL.0‘. )7aZ rPC,21Y,1" CLIENT e((7AWR,(( h#DA 16 r1 JOB NO. PROJECT NAIL DATE 1/(t?972( PROJECT LOCION rrilZt//,J/Yri/ tA/ BORING METHOD BORING LOCATION STD.PENETRATION FOREMAN . - ca 4, STEI-ImB_pB.Y 27" IN. A 4-1 P1(MC/44'74/47/ INSPECTOR 1 WILY i46) , , (3 .' "' '. P. wri-ut ' tt. FA El LI t'33 -1,_ w tl-cl 0 tit MATERIAL DESCRIPTION 71 rtr- 1-0- 8=Er 0 (2.i F15 SAMBOPTINNGG AND . , ._. C tri://) w/ - cli)d - . , . _ . .- . 7, _ - — A),--. 5"hi9k/17 nleP/5t 5e7/id(0 w/ — trqrto C/47/c" ti,13..._--- ,.. • _ Uri) 11,5' . _ _, ,,,,,,,,,„4„,,,,,„ -I . _ . _ . . ] • .. . . :-.1 , . ., .. d . • 1 . , . 1 . , WATER LEVEL OBSERVATIONS TOPSCIL11-110KNESS pAvavvr THICKNESS NOTED ON RODS_Ft , INCHES ASPHALT INCHES AT COMPLETION____Ft PLUG HOLE WITH CONCRETE CONCRETE INCHES YES SUB-BASE INCHES AFTER HRS. FT- . . CAVE IN AT . FT, EXHIBIT'N-Page 294 of 356 -• . . ... . ... LOG OF BORING .0 Fkg,.441:"?iS e..t0iff t*E-O.ILL,0'. CLIENT ri'l1yi/ le&6gii)(41 JOB NO. iVir,0974 PROJECT NAME , . DATE //291-2/ PROJECT LOCATION C;Vy el' irrh4,r i r d fava041,.. :tx/ ' . BORING METHOD .BORING LOCATION ROCK CORE DIA. N. FOREMAN • . _ ...._ STD.PENETRATION ci z sHELBY TUBE DIA;-- - IN. INSPECTOR . d g: 1Z. >z* cn .4: Lrg TEMP: 20''' .. t tt mzul FE 1;.- WTHR: • - , Dy y ....f a) 5 > m MATERIAL DESCRIPTION w lq IC cA. 8 12 Ict 8 id BORING AND 1—ELI III .< -.1 S() W = SAMPLING NOTES • . CO 0 m m m I--_4. •cr m '-.6-ray g.,IvretP4/ 591111y,,m019 sandy c fa y i - C5c) tv/liYf1P 9rvIVP I . • /- • . — . . _ . _ . - • )2,a r---- . . - . _ _ — . _ . _ . . , _ . _ . n V. . • . . _ _ . . ., . . . . _.I - . • - . _ . , . --' . WATER LEVEL OBSERVATIONS TOPSOIL THICINET:kS PAVEMWT'THICKNESS NOTED ON RODS Ft INCHES ASPHALT INCHES AT COMPLETION FT. PLUG HOLE WITH CONCRETE CONCRETE INCHES AFTER FIRS. FT YES SUB-BASE INCHES CAVE IN AT • FT . . • . . • . EXHIBIT'A -Page 295 of 356 Q - -a m O o 0 0 • cI N O ++ c-1 c-I r-I O. 0 Lfl n N 2 1 fn GA U J J J J 0 0 0 0 U - -1-I cr rTL cNI O A co J M Cr) m O. N 7 0- faCU a� J N 0) 1� J LID lO l0 Lfl J N N N N ttt O N fl fli fC N 01 Lf'I Z U l0 oo oo o N N N +.•_ 01 01 • O 01 O Ql • Cr) Cr) • Lfl• Lfl 00 co • • N O m• 0 O m M 0 v • N VD 00 6 o 0 o M in fyj Lr? ar c-10. dl L ' L O O cI ri O O. ++ c I N M d- C) D- f1 8_ f- HHHHH EXHIBIT'A'-Page 296 of 356 N_ O o o a 2 0, O .� O Ol a-; r-I .--I IZ 0 O N kb C0 `� CN N c-1 G -1-1 N cJ 2 J U C J N J J c C of J U U U J U v) U E ^ ^ dr ^ —I N c-I 7r N N N O. 1-1 r1 1-1 c-1 c-1 c-1 cr 4- v D U — c ro J p N >, J 0l c-1 c-1 Lc) d- Ol L J c-I N N N N c-I a co N E .0 E — C p d N d c N 01 Lf1 00 00 rn N V Z a-� c-1 Lfl O1 I O c-I N o ci NI N c-1 41 I- 1 — N O ++ dr Li-) 00 0l N Vf C m m dr d- dr C Ol M c-1 ^ Lfl CO (SD v) m N .--I c-1 .--I M d- Lfl m m d- v co 00 ^ M lO d0 00 N cI p m v > > > ,_ > >- >- >- (6 CO b0 co >- f6 co _ cp U U cRi _ U c6 U p U v p v U > >, p >, U >, A > N N > > 13 -0 -0 -0 v.) -0 >, >- 2 -0 0_ a... c0 r6 0_ c0 a-• C C C C 0_ C i . C p i C p I- (6 CD CD CD 0 C6 . c0 co (-1 I . v) bA N Na-, 00 v) v, M v) ut vl a--) ( Ln u vl l0 vl I.f) +' Cr; ++ V) +, ar In ill +4 Lfl a„' E. Ill N Ill c-1 a Lfl (-Ni r O F. Lfl N F. Lfl N co d c-I a N 4 O , Ol , ++ O i i c-1 ++ Ni c-I i .w O i i ar N. c-1 4 c-1 CU i LC i 111 CU i Lfl Lfl i aJ i Lf. N 4J i Lfl Li IA i i QJ ' I— O O N 01 I— O O N ^ H O N c-I I— O O N H O ^ I— O EXHIBIT'A-Page 297 of 356 E 2 » f C # E _ e ƒ 2 4 2 2 2 2 \ \ 2 \ & \ \ % / 0 $ - a' U) 7 n E / ) § § _ \ % ym ® % $ mam = COZ < ' \ ° / k / / > " = 7 CO � oiE / ƒ o E m < 02g \ > C0 m _ } < _ o .3 _2 O # 2 / m 2 I b b © § b © TD_C a d = ® d E / a % b a e b b Ni & Ni o 6 _ \ \ 2 a) E @ C 7 9 CO / / / / / / HmTA'-�«298 of 356 Particle Size Distribution Report o00 _ o 000 0 0 � 0 • m v c•1 m v co ni tO m N \ M 7k u ItXk a It Xk a It 100 ' ' ' I I 1 1 80 1 1 • 70 1 1 • 1 i W 1 1 W 60 Z_ Z 50 I W U Et W 40 0_ • 30 • 1 i 20 • 1 1 • 10 a 0 100 10 1 0.1 0.01 0.001 GRAIN SIZE-mm. %+3" %Gravel %Sand %Silt %Clay 0.0 8.0 36.0 44.0 12.0 SIEVE PERCENT SPEC.* PASS? Material Description SIZE FINER PERCENT (X=NO) TP-1 1 1/2 100.0 1 94.3 3/4 94.3 1/2 93.5 Atterberg Limits 3/8 93.5 PL= 12 LL= 19 P1= 7 #4 92.0 Coefficients #8 88.8 D90= 3.0337 D85= 1.1040 D60= 0.1005 #10 88.0 D50= 0.0520 D30= 0.0221 Di5= 0.0070 #20 83.7 D10= 0.0025 Cu= 40.34 CC= 1.95 #40 79.3 #60 73.1 Classification #100 65.9 USCS= CL-ML AASHTO= #200 56.0 Remarks #270 50.5 (no specification provided) Source of Sample: 12676 Depth: 0.5'-2.0' Sample Number: 12676-1 Date: ATC Group Services Client: Richmond Sanitary Sewer District Project: New Paris Pike Landfill Highland, Indiana Project No: 170LF00934 Figure EXHIBIT'A'-Page 299 of 356 Particle Size Distribution Report o00 • _ 5 0 000 0 0 � 0 tO m N r n \ M 7k u u Xk a Xk Xk a tk 100 1 1 1 1 90 1 1 I 80 1 70 • 1 1 I I LLl 60 • H z W U Et W 40 0_ • 30 • 1 20 ttill • I I I I 1 I 1 • I I I 10 a i - • 0 100 10 1 0.1 0.01 0.001 GRAIN SIZE-mm. %+3" %Gravel %Sand %Silt %Clay 0.0 4.8 42.9 36.4 15.9 SIEVE PERCENT SPEC.* PASS? Material Description SIZE FINER PERCENT (X=NO) TP-2 1/2 100.0 3/8 99.1 #4 95.2 #8 89.8 Atterberg Limits #10 88.7 PL= 11 LL= 21 P1= 10 #20 82.0 Coefficients #40 75.7 D90= 2.4123 D85= 1.2247 D60= 0.1384 #60 68.5 D50= 0.0601 D30= 0.0200 Di5= 0.0044 #100 61.1 Di0= 0.0018 Cu= 77.80 CC= 1.63 #200 52.3 #270 47.9 Classification USCS= CL AASHTO= Remarks * (no specification provided) Source of Sample: 12676 Depth: 2.5'-7.0' Sample Number: 12676-2 Date: ATC Group Services Client: Richmond Sanitary Sewer District Project: New Paris Pike Landfill Highland, Indiana Project No: 170LF00934 Figure EXHIBIT'A'-Page 300 of 356 Particle Size Distribution Report 000 _ o 000 0 0 � 0 T r W V N m V co N CD C., N \ \ COIk It It It It It It It It 100 1 1 1 1 1 1 1 1 1 90 1 I II 80 70 • 1 I LLl 60 1 z • it 1 1 I I Z 50 1 W U E W 40 I 0_ 30 1 I I I I • I I I I • I I I I 20 1- 4 I • I I I I I I I I I I I 10 a 4- . • 0 100 10 1 0.1 0.01 0.001 GRAIN SIZE-mm. %+3" %Gravel %Sand %Silt %Clay 0.0 2.7 51.3 36.5 9.5 SIEVE PERCENT SPEC.* PASS? Material Description SIZE FINER PERCENT (X=NO) TP-3 3/4 100.0 1/2 99.3 3/8 99.3 #4 97.3 Atterberg Limits #8 94.1 PL= 14 LL= 21 P1= 7 #10 93.2 Coefficients #20 88.3 D90= 1.133.5 D85= 0.5450 D60= 0.1704 #40 81.5 D50= 0.1021 D30= 0.0389 D15= 0.0090 #60 69.1 D10= 0.0055 Cu= 31.24 CC= L63 #100 57.2 #200 46.0 Classification #20 4 .2 USCS= SC-SM AASHTO= Remarks (no specification provided) Source of Sample: 12676 Depth: 2.5'-12.0' Sample Number: 12676-3 Date: ATC Group Services Client: Richmond Sanitary Sewer District Project: New Paris Pike Landfill Highland, Indiana Project No: 170LF00934 Figure EXHIBIT'A'-Page 301 of 356 Particle Size Distribution Report o00 _ _ o 000 0 0 � 0 •c o ,- • m r c•1 m v co n1 co co N r n \ I u ItXk a It Xk a It 100 I I • 1 •• I I I I I 90 I 1 1 1 I I 1 • 80 1 1 1 I 70 I I LLJ 60 z_ LL z 50 Ili U • Et LLJ 40 0_ • 30 I 1 I I • • I I I 20 t t t 1 • I 1 I1 I I I I I 10 a 1- 1- 1- • 0 100 10 1 0.1 0.01 0.001 GRAIN SIZE-mm. %+3" %Gravel %Sand %Silt %Clay 0.0 1.3 31.1 45.8 21.8 SIEVE PERCENT SPEC.* PASS? Material Description SIZE FINER PERCENT (X=NO) TP-4 1/2 100.0 3/8 99.7 #4 98.7 #8 97.1 Atterberg Limits #10 96.6 PL= 12 LL= 26 P1= 14 #20 93.2 Coefficients #40 88.8 D90= 0.4872 D85= 0.3084 D60= 0.0436 #60 82.2 D50= 0.0281 D30= 0.0083 Di5= 0.0029 #100 75.5 D10= 0.0020 Cu= 22.00 CC= 0.80 #200 67.6 #270 63.9 Classification USCS= CL AASHTO= Remarks (no specification provided) Source of Sample: 12676 Depth: 2.5'-8.5' Sample Number: 12676-4 Date: ATC Group Services Client: Richmond Sanitary Sewer District Project: New Paris Pike Landfill Highland, Indiana Project No: 170LF00934 Figure EXHIBIT'A'-Page 302 of 356 Particle Size Distribution Report o00 _ _ o 000 0 0 � 0 T r W V cV m V co ,IcO m N n \ u It It a It Xk a It 100 • I I I I • 90 I 1 1 1 I I 1 • 80 • I I 70 I • W 60 Z ~ Z 50 • W U • Et W 40 • 30 • 1 • I II I 20 I I I • I I 10 a i • 0 100 10 1 0.1 0.01 0.001 GRAIN SIZE-mm. %+3" %Gravel %Sand %Silt %Clay 0.0 0.6 31.7 46.9 20.8 SIEVE PERCENT SPEC.* PASS? Material Description SIZE FINER PERCENT (X=NO) TP-5 3/8 100.0 #4 99.4 #8 97.4 #10 96.8 Atterberg Limits #20 93.2 PL= 12 LL= 24 P1= 12 #40 88.8 Coefficients #60 82.3 D90= 0.4867 D85= 0.3057 D60= 0.0453 #100 75.5 D50= 0.0324 D30= 0.0086 Di5= 0.0035 #200 67.7 Di0= 0.0022 Cu= 20.82 CC= 0.74 #270 64.0 Classification USCS= CL AASHTO= Remarks (no specification provided) Source of Sample: 12676 Depth: 0.0'-7.0' Sample Number: 12676-5 Date: ATC Group Services Client: Richmond Sanitary Sewer District Project: New Paris Pike Landfill Highland, Indiana Project No: 170LF00934 Figure EXHIBIT'A'-Page 303 of 356 Particle Size Distribution Report o00 o 000 0 0 0<V m V C9 N CD m N r n \ IL u u It a It It a It 100 I I I 90 80 I I I I I I 70 • I I • W 60 z I LL z 50 W U W 40 • 30 • • 20 . . • I I I I I I I I I 1 I 1 • I I I I I 10 a • 0 100 10 1 0.1 0.01 0.001 GRAIN SIZE-mm. %+3" %Gravel %Sand %Silt %Clay 0.0 3.0 43.5 42.2 11.3 SIEVE PERCENT SPEC.* PASS? Material Description SIZE FINER PERCENT (X=NO) TP-6 1/2 100.0 3/8 99.7 #4 97.0 #8 93.0 Atterberg Limits #10 92.2 PL= 12 LL= 19 P1= 7 #20 84.8 Coefficients #40 78.4 D90= 1.4706 D85= 0.8681 D60= 0.1235 #60 71.0 D50= 0.0563 D30= 0.0266 Di5= 0.0066 #100 63.0 D10= 0.0044 C = 28.22 CC= 1.31 #200 53.5 #270 48.8 Classification USCS= CL-ML AASHTO= Remarks (no specification provided) Source of Sample: 12676 Depth: 0.0'-12.0' Sample Number: 12676-6 Date: ATC Group Services Client: Richmond Sanitary Sewer District Project: New Paris Pike Landfill Highland, Indiana Project No: 170LF00934 Figure EXHIBIT'A'-Page 304 of 356 COMPACTION TEST REPORT 123 121.5 111,1%, "21.2 pck 120 U Q. • N .Q 0 118.5 117 ZAV for Sp.G. = 2.72 115.5 7.5 9 10.5 12 13.5 15 16.5 Water content, % Test specification: ASTM D 698-12 Method A Standard Elev/ Classification Nat. % > % < Depth USCS AASHTO Moist. Sp.G. LL PI #4 No.200 2.5'-8.5' CL 26 14 1.3 67.6 TEST RESULTS MATERIAL DESCRIPTION Maximum dry density= 121.2 pcf TP-4 Optimum moisture= 11.1 Project No. 170LF00934 Client: Richmond Sanitary Sewer District Remarks: Project: New Paris Pike Landfill o Source of Sample: 12676 Sample Number: 12676-4 ATC Group Services Highland, Indiana Figure EXHIBIT'A'-Page 305 of 356 COMPACTION TEST REPORT 124 110.9%. 12 ,0 soft 122 • 120 0 Q N • 0 118 ZAV for Sp.G. = 2.72 116 • 114 7.5 9 10.5 12 13.5 15 16.5 Water content, % Test specification: ASTM D 698-12 Method A Standard Elev/ Classification Nat. % > % < Depth USCS AASHTO Moist. Sp.G. LL PI #4 No.200 0.0'-7.0' CL 24 12 0.6 67.7 TEST RESULTS MATERIAL DESCRIPTION Maximum dry density= 122.0 pcf TP-5 Optimum moisture= 10.9 % Project No. 170LF00934 Client: Richmond Sanitary Sewer District Remarks: Project: New Paris Pike Landfill o Source of Sample: 12676 Sample Number: 12676-5 ATC Group Services Highland, Indiana Figure EXHIBIT'A'-Page 306 of 356 COMPACTION TEST REPORT 137 132 9.0%, 131.6 s ciL 127 U N N 0 122 ZAV for Sp.G. = 2.72 • 117 112 6 7.5 9 10.5 12 13.5 15 Water content, % Test specification: ASTM D 698-12 Method A Standard Elev/ Classification Nat. %> % < Depth USCS AASHTO Moist. Sp.G. LL PI #4 No.200 0.0'-12.0' CL-ML 19 7 3.0 53.5 TEST RESULTS MATERIAL DESCRIPTION Maximum dry density= 131.6 pcf TP-6 Optimum moisture= 9.0 % Project No. 170LF00934 Client: Richmond Sanitary Sewer District Remarks: Project: New Paris Pike Landfill o Source of Sample: 12676 Sample Number: 12676-6 ATC Group Services Highland, Indiana Figure EXHIBIT'A'-Page 307 of 356 CELL 4A/B CONSTRUCTION SPECIFICATIONS NEW PARIS PIKE LANDFILL Section E - Construction Drawings EXHIBIT'A'-Page 308 of 356 NEW PARIS PIKE LANDFILL CELL 4A/4B CONSTRUCTION Addendum 1 September 16,2021 EXHIBIT'A'-Page 309 of 356 New Paris Pike Landfill Cell 4A/4B Bid Contractor Questions as of September 15, 2021 1. Do you have vector drawings or CAD drawings available? Response: CAD files of the cell construction plans are posted to the file transfer website that the bid documents were posted on. 2. In the instructions to Bidders section 11, it states the completion date is 8/31/22. However, in the RSD Specification Requirements H100.14, it states phase 1 needs to be completed by 12/31/21 and all remaining work completed by 6/30/22. What is the actual completion date for the project? Response: Section 11 of the Instructions to Bidders supersedes Section H100.14 of the RSD Special Requirements (page 46 of the bid document file) in terms of the completion date of the project. 3. Page 46 of the pdf requires Phase 1 to be completed by December 31, 221. This is only 6-7 weeks following the Notice to Proceed date of November 12, 2021. Is this date correct? This also seems to be contradictory to the language on page 9 of the pdf that seems to indicate the work should not be started before winter. Response: See response to question 2 above for clarification of the completion date. Work that will not be affected by winter weather may be started in 2021. Examples are listed in paragraph 11.2 of the Instructions to Bidders. Bidders are required to provide a proposed schedule of their work with their bids. Page 1 EXHIBIT'A'-Page 310 of 356 NEW PARIS PIKE LANDFILL CELL 4A/4B CONSTRUCTION Addendum 2 Pre-bid meeting notes and contractor questions October 5,2021 EXHIBIT'A'-Page 311 of 356 New Paris Pike Landfill Pre-Bid Meeting Minutes September 29,2021 Held at New Paris Pike Landfill Meeting Attendees: See attached sign-in sheet. Following introduction of meeting attendees, Bill Paraskevas,from Atlas Technical, reviewed the following administrative topics regarding the bid and the project: - Bids are due at the Richmond Sanitary District Administration building at 2380 Liberty Avenue, Richmond, Indiana by 9:00 AM on October 12, 2021. - Project completion date is August 31, 2022. Liquidated damages of$1,000/day apply if the schedule is not met. - Questions should be submitted to Bill Paraskevas at Ibill11..paraskevas@oneatIlas.com . - A file transfer website has been set up to post documents for the bid. Currently it includes the original bid documents and addendum 1. Addendum 2 will be posted with the notes from the pre-bid meeting and responses to questions submitted since Addendum 1 was issued. - Bidders must submit a proposed schedule of work with their bids. Adjustments to the schedule can be negotiated between the Owner and the selected Contractor during the project as circumstances dictate. Next, Bill Paraskevas reviewed the plans. The following items were highlighted: - The landfill is currently stripping sandy surficial soils in the area immediately east of cell 4A to make it easier to access clay soils for liner construction. This work is expected to be completed in time for the cell construction. - The landfill is also removing the trees at the south end of Cell 4A. This work is also expected to be completed in time for the cell construction. Bidders were requested to bid the quantities as shown in the Schedule of Values in the event that this work cannot be completed before cell construction. - The location of the north clay stockpile was noted on the drawings and pointed out during the site visit later in the meeting. It was pointed out that the contractor will have to remove rocks from the surface of the stockpile in order to use the material for clay liner. It was also noted that the contractor would be responsible for maintaining the portion of the road at the north end that rises up to the stockpile. - The project could be done in two phases; with the main cell construction being phase 1 and the phase 2 consisting primarily of the piggyback liner over the existing landfill. The Schedule of Values will be revised to include the anchor trench between the two phases as part of the membrane connection to existing liner in phase 2. The contractor has the option of constructing the cell as one phase without the intermediate anchor trench. - Any earthwork performed prior to or during the winter must be graded to avoid ponding within the cell area. - Pipe work within the cell includes horizontal gas collectors and a toe drain beneath the piggyback liner. The toe drain will drain to the leachate collection layer in cell 4A and will have a valve on the end for the landfill to control leachate flows into the cell. EXHIBIT'A'-Page 312 of 356 - The main leachate collection pipe will be placed within a V-shaped trench and will have two interruptions in the pipe at the rain flaps. The Contractor shall provide spool pieces for the landfill to insert when they remove the rain flaps. The leachate collection pipe will exit the cell through the south side wall and connect to the leachate transmission line. - Per IDEM regulations,the leachate transmission pipe must be double wall pipe. - The metering manhole will be located across from the southeast corner of the green truck parking building. The electric feed to the metering manhole for the flow level indicator and recorder will come from this building. The meeting was opened up to questions,which are answered in the second part of this addendum. Meeting participants then took a tour of the proposed cell construction area. EXHIBIT'A'-Page 313 of 356 New Paris Pike Landfill Cell 4A/4B Bid Bidder Questions as of October 5, 2021 1. Do you have vector drawings or CAD drawings available? Response: CAD files of the cell construction plans are posted to the file transfer website that the bid documents were posted on. 2. In the instructions to Bidders section 11, it states the completion date is 8/31/22. However, in the RSD Specification Requirements H100.14, it states phase 1 needs to be completed by 12/31/21 and all remaining work completed by 6/30/22. What is the actual completion date for the project? Response: Section 11 of the Instructions to Bidders supersedes Section H100.14 of the RSD Special Requirements (page 46 of the bid document file) in terms of the completion date of the project. 3. Page 46 of the pdf requires Phase 1 to be completed by December 31, 221. This is only 6-7 weeks following the Notice to Proceed date of November 12, 2021. Is this date correct? This also seems to be contradictory to the language on page 9 of the pdf that seems to indicate the work should not be started before winter. Response: See response to question 2 above for clarification of the completion date. Work that will not be affected by winter weather may be started in 2021. Examples are listed in paragraph 11.2 of the Instructions to Bidders. Bidders are required to provide a proposed schedule of their work with their bids. 4. The Phase 1 liner materials (all 3 layers) seem to be buried in the temporary anchor trench, but the Phase 2 materials (HD liner and geotextile) also seem to be continuous up the slope. Will the Phase 2 materials overlap the temporary anchor trench and tie-in (weld)to the Phase 1 materials? Let us know if we need to figure a tie-in weld here and if there is or will be a new bid item for it. Response: At the intermediate anchor trench between Phases 1 and 2,the Phase 2 geomembrane should be welded to the Phase 1 geomembrane and the Phase 2 geotextile should be sewn to the Phase 1 geotextile. The quantity listed in line 48 of the Schedule of Values has been revised to include the tie-in work along the intermediate anchor trench. A revised Schedule of Values is included with this addendum and should be used for submittal of bids. 5. Where should copies of the bids be submitted? Response: All copies of the bid should be submitted to the Richmond Sanitary District Administrative Building at 2380 Liberty Avenue, Richmond, Indiana. Page 1 EXHIBIT'A'-Page 314 of 356 6. Where do we acknowledge the addenda on our bids? Response: A revised Schedule of Values that includes the bidder's company name, bid price, authorized signature line, and acknowledgment of addenda is included with this addendum and should be included with the submittal of bids. 7. Does the State insurance fund proof need to be submitted with the bid? Or how many days after do we need to submit it (B.1.4)? Response: A certificate of insurance should be provided with the bid. 8. Does the contractor have to provide a flagger for traffic control? Response: No. A flagger will not be required for the construction work. The contractor will be required to coordinate construction traffic with the traffic for landfill operations. 9. Where should the excess soils from the cell excavation be placed? Response: Excess soils from the cell excavation should be placed to the east of the soil stockpile along the north side of the landfill property. Sheet 4 of the bid plans has been revised to show the location of the soil stockpile area. The topography shown on Sheet 4 for this area does not accurately reflect current conditions. The landfill notes that there is sufficient flat area to place the excess soils from the cell excavation. Furthermore,as noted during the pre-bid meeting,the landfill is excavating the area to the east of cell 4A to expose a layer of clay soil suitable for liner placement. This work has affected several line items for the excavation and placement of soils in the Schedule of Values. The revised quantities have been added to the revised Schedule of Values that is included with this addendum. 10. Would the District consider bidding the geosynthetics separately from the earthwork? Response: The District has considered this option and has decided not to bid the geosynthetics separately. 11. Does the vegetation from clearing and grubbing operations need to be disposed of offsite? Response: No. Vegetation that is cleared can be disposed of at the landfill's vegetation grinding area located south of the cell construction area. Sheet 4 of the bid plans has been revised to show the location of the vegetation grinding area. 12. Can we get a link to view the bid opening virtually? Response: Yes. Interested bidders must register in advance using the following link in order to view the webinar: htt s: riichmiondindiana ov.room.us webiinar ire later WN VxkeV01K9Rs-PY:.e.S. .0A5 A Page 2 EXHIBIT'A'-Page 315 of 356 After registering, a confirmation email containing information about joining the webinar will be sent. 13. How will the District handle the price volatility in the geosynthetics market? Currently, we're told that the suppliers will hold their prices for only thirty days. Response: The District will address this question in a third addendum. 14. Is there a location on site to stockpile the drainage layer material? If so, where would it be located? Response: If the contractor plans on stockpiling the leachate drainage layer material on site prior to placement,the material can be stockpiled on the property to the east of the landfill property as shown on the revised Sheet 4 included with this addendum. 15. Are these the documents that are required to be submitted with the bid; Schedule of Values, Form 96, Bid Bond, Form 96a? Forms 96 and 96a could not be found in the bid documents. Will an EXCEL spreadsheet be provided for inputting the numbers? Response: Form 96a is not required to be submitted with this bid. Bidders shall provide with their bids the Schedule of Values, Form 96, Bid Bond and Worker's Compensation certificate (Item B.1.4 of the Standard Terms&Conditions in the bid documents). An EXCEL spreadsheet is included with this addendum for the Schedule of Values. Form 96 was included in the Bid Documents folder on the ftp website. A second copy of the Form is included with this addendum. 16. Do common construction or prevailing wages apply to this project? Response: No. The answer to this line on the invitation to bid is also No. Section B.1.5 of the Standard Terms and Conditions is hereby deleted from the bid documents. Page 3 EXHIBIT'A'-Page 316 of 356 SCHEDULE OF VALUES Cell 4A/B COMPOSITE LINER-NEW PARIS PIKE LANDFILL CONTRACTOR MUST VERIFY QUANTITIES CONTRACTOR'S ITEM BIDS EngineerContractor Contractor Contractor Total of Item Item Estimated Item Item Estimated! item Description Quantity i Quantity Unit Bid Price Bid Prices Phase 1 Cell 4A/B Construction L 1 Mobilization/De-mobilization 1 Lump Sum L 2 Dewatering,Surface Water and Erosion Control,Dust Suppression, 30 Week and Cleanup L 3 Clearing and Grubbing borrow areas 2 Acres L 4 Remove existing culverts within Cell 4A/B 2 each L 5 Cell Excavation and Stockpiling of Non-Liner Soils 53,000 Cubic Yards L 6 Cell Excavation and Stockpiling of Liner Soils 10,800 Cubic Yards L 7 Cell Excavation and placement as Structural Fill 6,400 Cubic Yards L 8 Proofroll Cell 4A/B Subgrade 8.7 Acres L 9 Recompacted Soil Liner(RSL)Test Pad Constructed Outside Cell 4A/B 1 Lump Sum L 10 Excavate,Transport,Place and Compact Liner Soils from stockpile 10,800 Cubic Yards L 11 Excavate,Transport,Place and Compact Liner Soils from adjacent 28,100 Cubic Yards borrow area L 12 Top-of-Clay Surface Preparation 8.7 Acres L 13 Supply and Install Geosynthetic Clay Layer Placed Over Compacted 378,700 Square Feet Soil Liner L 14 Supply and Install Leachate Collection Washed River Gravel 14,250 cubic yards L 15 Supply and Install Perforated Leachate Collection Pipe-6"dia.,HDPE 930 Linear Feet SDR 21 L 16 Supply and Install Solid Wall Leachate Pipe-6"dia.HDPE SDR 21 380 Linear Feet L 17 Supply and Install 6x10 double-wall HDPE Pipe,assembled&buried, 1,400 Linear Feet complete L 18 Supply and Install 6x10 double-wall HDPE Cross 1 each L 19 Supply and Install 6x10 double-wall HDPE blind flanges 2 each L 20 Supply and Install 6x10 double-wall HDPE to single-wall transition 1 each L 21 Supply and Install Solid Wall Leachate Pipe-8"dia.HDPE SDR 21 w/ 110 Linear Feet temp valve L 22 Unload and store Liner Geosynthetics 1 Lump Sum L 23 Clean off and tie-In Existing Liners to Proposed Cell 4A/B 520 Linear Feet L 24 Intermediate Anchor trench(with OSB cover)Along West Side of Cell 1,035 Linear Feet 4A/B L 25 Anchor trench along South Side of Cell 4A/B 360 Linear Feet L 26 Supply and Install 60-mil Smooth HDPE Geomembrane,lining rollout w/ 180,200 Square Feet OSB protection,and pipe boots,complete L 27 Supply and Install 60-mil Textured HDPE Geomembrane and pipe 198,500 Square Feet boots,complete L 28 Supply and Install 16 ounce/sy Nonwoven Geotextile,complete 378,700 Square Feet L 29 Supply and Install Geomembrane Stormwater Flaps and pipe spools, 1 LumpSum complete. Supply and Install 560 LF of 24"N12 HDPE downlet piping w/tees,ells, L 30 inlet guards,and berm,complete 1 Lump Sum L 31 Supply and Install 100 LF of 24"N12 HDPE culvert,complete with Agri 1 LumpSum Drain pipe straps for couplings L 32 Riprap-lined stormwater ditch,installed complete. Contractor to supply 180 Linear Feet riprap. L 33 Gravel surface roads,installed complete. Contractor to supply gravel. 8,000 Square Feet L 34 Supply and Install 3 Leachate Line Manholes,complete. 1 Lump Sum Supply and Install Metering Manhole structure,pipe seals,access L 35 hatch,cover,and guard posts,complete. 1 Lump Sum L 36 Supply and Install Leachate Level measurement system with 1 LumpSum transducer,logging unit,enclosure,stand,conduits,and wiring, L 37 Sanitary Manhole tie-in,complete 1 Lump Sum L 38 Rock Check Dam Construction(3 @ 2CY each)(at Owner's direction) 3 each L 39 Straw Wattle Installation(300 LF)(at Owner's direction) 300 Linear Feet L 40 Seeding and restoration 1 Acres L 41 Silt Fencing 2,000 Linear Feet L 42 Guardrail Removal and Reinstallation 300 Linear Feet TOTAL OF ALL PHASE 1 ITEMS page 1 of 2 EXHIBIT'A'-Page 317 of 356 SCHEDULE OF VALUES Cell 4A/B COMPOSITE LINER-NEW PARIS PIKE LANDFILL Phase 2 Piggyback Construction L 43 Strip and excavate 6"within Piggyback Area 3,000 Cubic Yards L 44 Place and compact Structural Fill Layer from on-site sources 3,000 Cubic Yards L 45 Excavate,Transport,Place and Compact Liner Soils from adjacent 7,600 Cubic Yards borrow area L 46 Excavate,Transport,Place and Compact Liiner Soils from the North 1,400 Cubic Yards Stockpile L 47 Top-of-Clay Surface Preparation 3.7 Acres L 48 Liner anchor trench at South and West Perimeter 890 Linear Feet L 49 Clean off and tie-In Existing Liners to Piggyback Lining 1,335 Linear Feet L 50 Supply and Install 60-mil Textured HDPE Primary Geomembrane, 159,000 Square Feet complete L 51 Supply and Install 16 ounce/sy Nonwoven Geotextile,complete 159,000 Square Feet L 52 Supply and Install Leachate Collection Washed River Gravel,complete 6,000 cubic yards L 53 Supply and Install 6"perforated HDPE gas piping,installed w/gravel 685 Linear Feet and backfill L 54 Supply and Install 6"non-perforated HDPE gas piping,complete 180 Linear Feet L 55 Supply and Install 8"perforated HDPE gas piping,installed w/gravel 825 Linear Feet and backfill L 56 6"Gas Header Connections,installed complete 2 Lump Sum L 57 L 58 TOTAL OF ALL PHASE 2 ITEMS Unit Prices are requested for all bid items because these unit prices may be used for extra work at this site. Total Project Cost $ Submitted by: Bid Based on Receipt of the Following Addenda: (authorized representative) On behalf of: Date: (name of bidding firm) page 2 of 2 EXHIBIT'A'-Page 318 of 356 r'X bLELb NI'ONOINHOM'3Y:Id SINVd M9N Zt N - Nol+iw3ia rvoaa 'Jr NOIlONH 1VNOO 8b CNN Vb Sll3O odoNonxis ssz.rows 0.„FIS ,w �IIJONVI 3Y:Id SINVd NON isiaisia AasiiNvs i. o�3Lns AHdV2iO0d01 OZOZ ONV S(OZ-MSIANSAO VIIS E. 'do irvioaa3irv30aas, -- ..,,w.n-n s3-1na3s d-as sir I i '� � �� t ( ' . \1� . :4k-) -!''.') `/ 44 r r \ °x k-di,-- ""):--- ':<(:-cli'i'o:-)5 !kow,''''''''''i„.:'''''''',';;;';',' I)) '1 \ i; f h.rigiCrektili'3i,,,,,.,::-'77: 1-;:'::-' ' ' Th':';',"'''''('1'''''iiil'''' :: / � �.` � �..- "-' : t n fir. . /1.j "zx � �' `#4 �'„ C o�.,� �" df " � e s� 1 ,y ti � � S / 'D L .t S,-,',-.T.',:-,,:,L,:,-„':k',''‘:'k.''/„k/17.'.,*1:'/,,'.°.':'k7/-k/-7,,',///,....//.//-')'7'/,/,-/,-/.°,,4,,'r-//,)',7/.'7,,,,,,':'-,1,7"A'-!r:*N:','/I',,,4:4/('.,,',',—,,‘:i,,:‘z74.:,71,/f/.k.„;1:!4..,-_,:.,//:/'-/3//0,:,,,,I,„,,,3:(4*//:q k,./,!kk///',/3/,::",*)K.=R/Jg:4L,.//-1/1///,k,.i;:,,_ '' ":::::4//R'.tC:-.7-7:"."7..///,3./../:/,,.3,„.,.„.t;:.,,,,"(.4„,:„1-.: ,.',,,,,A,i,'3:,)1,1I,0k'.1 k::,kcck3-''-‹,1"1( , 1 "<':',',4:,,,,\-:*;,,-, "4,,, ',-,,,--,;,,, ,,,'4.kol ''r,,':',,,,ifr,q7,,,A.W1) , :' 1 - \' :„,el Lz, 7: 41:::::::=;; e:,) ,.: .,;1----.::::::z__,„,„::: , ,,,,,f. ',',,,i;,,•;i4ci ,,:'=Z.,,At .'F-,,: ' ':,, ' , /1 tC'',''':- :r ';i' c ' \ :. /..iis 1 ..j.,._.__._. ._.,,L.,. .:i::....._,..;,'::: ,L-...-_.-.'ke',„K;". .:,.9,-,11:4'4._ ,--.1').':" '' '-'A , 3:3'33.30,0.N3dy loi) )3, ' 1 ' � ry,r hr 4 ; � J ofii0. 'Tq / �°63 ( Y yi � 4f JY - 2 i ,' ee � fllii -3334 /,' ,'-t-itr,.:22,22-L.-:',..-_;....-:.2, .4.-----,. ..'2/_.:,---/-'2 ------- -.2-2 , "4P'::',,,1J:/12/,-,;: ,,,,,,''...: : :)0'''.2-0), p,..... —alra,'1‘ , bolo,o —_a_--x-�-� =� ram' 'sa }g i= `YY r '',y.� v) 2� 'd T. ..+ �A \ b k Z a piµ. 5 4' �;. s \ , a M+r"es' i- 4 \.� ;�`' x ',),}4 �ai l o f �'' �. Ii z t "VA # '''v � � �s + � �' I �� - Z`1 ;Z -z a a �."',,, V v4 +x sd. A4 , _._ ( a y,-9 �r , a" J -,.7 7 1 ,. , ,,,,, ,:' (---/ , ui'''') % ,''',:::,.„,-,0,,,,'''---7,-,-;;;;,,,0 '.,,,g"„ ' , IIII '2:A' F t ,li ' /) .,J::'----'!-!'-f:'''''')4;`!Z-:"--'-',„i.'',('' ''',.i,! ',()li ''''' ' '(i " Cam\A. t - - N C j' _ _l xq\i �,i!' ,,�i 0,s 4 r):4'-4.'.1tj-lc"-.----7' '*:----c -44'''' r41r ,'1 � � 1 .c)j / ! r Y,, ,� < ` ' % ,, ! �." :./ ,y 1, -41;:::_4_,N:isi-4-1 ,,,,,,t7.3i:-,i,f.t3i,. .,,-,34.ft:: ::. 4i,,, :.3,3-33333'..N...33 .3i,„.,„,,,i,.#:,,;,.›,;.;,,3,,,?' N\ ; ( /j - ' )17y, � OI �i,e / +fi - I / " v ( , / uM'a' ra'v i MM� ". J ' l At a,zt, :ryY4ww�w i" � 9r ,.. ho: _..44,..(_:,,,,,,,,,,, ,1:":::,,,.T7'4:11,°:411'' L;*çfl , t �. , ' I ; SCHEDULE OF VALUES Cell 4A/B COMPOSITE LINER-NEW PARIS PIKE LANDFILL CONTRACTOR MUST VERIFY QUANTITIES CONTRACTOR'S ITEM BIDS Engineer Contractor Contractor Contractor Total of Item Item Estimated Item Item Estimated, Item Description Quantity Quantity, Unit Bid Price Bid Prices Phase 1 Cell 4A/B Construction L 1 Mobilization/De-mobilization 1 Lump Sum L 2 Dewatering,Surface Water and Erosion Control,Dust Suppression, 30 Week and Cleanup L 3 Clearing and Grubbing borrow areas 2 Acres L 4 Remove existing culverts within Cell 4A/B 2 each L 5 Cell Excavation and Stockpiling of Non-Liner Soils 53,000 Cubic Yards L 6 Cell Excavation and Stockpiling of Liner Soils 10,800 Cubic Yards L 7 Cell Excavation and placement as Structural Fill 6,400 Cubic Yards L 8 Proofroll Cell 4A/B Subgrade 8.7 Acres L 9 Recompacted Soil Liner(RSL)Test Pad Constructed Outside Cell 4A/B 1 Lump Sum L 10 Excavate,Transport,Place and Compact Liner Soils from stockpile 10,800 Cubic Yards L 11 Excavate,Transport,Place and Compact Liner Soils from adjacent 28,100 Cubic Yards borrow area L 12 Top-of-Clay Surface Preparation 8.7 Acres L 13 Supply and Install Geosynthetic Clay Layer Placed Over Compacted 378,700 Square Feet Soil Liner L 14 Supply and Install Leachate Collection Washed River Gravel 14,250 cubic yards L 15 Supply and Install Perforated Leachate Collection Pipe-6"dia.,HDPE 930 Linear Feet SDR 21 L 16 Supply and Install Solid Wall Leachate Pipe-6"dia.HDPE SDR 21 380 Linear Feet L 17 Supply and Install 6x10 double-wall HDPE Pipe,assembled&buried, 1,400 Linear Feet complete L 18 Supply and Install 6x10 double-wall HDPE Cross 1 each L 19 Supply and Install 6x10 double-wall HDPE blind flanges 2 each L 20 Supply and Install 6x10 double-wall HDPE to single-wall transition 1 each L 21 Supply and Install Solid Wall Leachate Pipe-8"dia.HDPE SDR 21 w/ 110 Linear Feet temp valve L 22 Unload and store Liner Geosynthetics 1 Lump Sum L 23 Clean off and tie-In Existing Liners to Proposed Cell 4A/B 520 Linear Feet L 24 Intermediate Anchor trench(with OSB cover)Along West Side of Cell 1,035 Linear Feet 4A/B L 25 Anchor trench along South Side of Cell 4A/B 360 Linear Feet L 26 Supply and Install 60-mil Smooth HDPE Geomembrane,lining rollout w/ 180,200 Square Feet OSB protection,and pipe boots,complete L 27 Supply and Install 60-mil Textured HDPE Geomembrane and pipe 198,500 Square Feet boots,complete L 28 Supply and Install 16 ounce/sy Nonwoven Geotextile,complete 378,700 Square Feet L 29 Supply and Install Geomembrane Stormwater Flaps and pipe spools, 1 LumpSum complete. Supply and Install 560 LF of 24"N12 HDPE downlet piping w/tees,ells, L 30 inlet guards,and berm,complete 1 Lump Sum L 31 Supply and Install 100 LF of 24"N12 HDPE culvert,complete with Agri 1 LumpSum Drain pipe straps for couplings L 32 Riprap-lined stormwater ditch,installed complete. Contractor to supply 180 Linear Feet riprap. L 33 Gravel surface roads,installed complete. Contractor to supply gravel. 8,000 Square Feet L 34 Supply and Install 3 Leachate Line Manholes,complete. 1 Lump Sum L 35 Supply and Install Metering Manhole structure,pipe seals,access 1 Lum Sum hatch,cover,and guard posts,complete. p L 36 Supply and Install Leachate Level measurement system with 1 LumpSum transducer.logging unit,enclosure,stand,conduits,and wiring. L 37 Sanitary Manhole tie-in,complete 1 Lump Sum L 38 Rock Check Dam Construction(3 @ 2CY each)(at Owner's direction) 3 each L 39 Straw Wattle Installation(300 LF)(at Owner's direction) 300 Linear Feet L 40 Seeding and restoration 1 Acres L 41 Silt Fencing 2,000 Linear Feet L 42 Guardrail Removal and Reinstallation 300 Linear Feet TOTAL OF ALL PHASE 1 ITEMS Phase 2 Piggyback Construction L 43 Strip and excavate 6"within Piggyback Area 3,000 Cubic Yards page 1 of 2 EXHIBIT'A'-Page 320 of 356 SCHEDULE OF VALUES Cell 4A/B COMPOSITE LINER-NEW PARIS PIKE LANDFILL L 44 Place and compact Structural Fill Layer from on-site sources 3,000 Cubic Yards L 45 Excavate,Transport,Place and Compact Liner Soils from adjacent 7,600 Cubic Yards borrow area L 46 Excavate,Transport,Place and Compact Liiner Soils from the North 1,400 Cubic Yards Stockpile L 47 Top-of-Clay Surface Preparation 3.7 Acres L 48 Liner anchor trench at South and West Perimeter 890 Linear Feet L 49 Clean off and tie-In Existing Liners to Piggyback Lining 1,335 Linear Feet L 50 Supply and Install 60-mil Textured HDPE Primary Geomembrane, 159,000 Square Feet complete L 51 Supply and Install 16 ounce/sy Nonwoven Geotextile,complete 159,000 Square Feet L 52 Supply and Install Leachate Collection Washed River Gravel,complete 6,000 cubic yards L 53 Supply and Install 6"perforated HDPE gas piping,installed w/gravel 685 Linear Feet and backfill L 54 Supply and Install 6"non-perforated HDPE gas piping,complete 180 Linear Feet L 55 Supply and Install 8"perforated HDPE gas piping,installed w/gravel 825 Linear Feet and backfill L 56 6"Gas Header Connections,installed complete 2 Lump Sum L 57 L 58 TOTAL OF ALL PHASE 2 ITEMS Unit Prices are requested for all bid items because these unit prices may be used for extra work at this site. Total Project Cost $ Submitted by: Bid Based on Receipt of the Following Addenda: (authorized representative) On behalf of: Date: (name of bidding firm) page 2 of 2 EXHIBIT'A'-Page 321 of 356 New Paris Pike Landfill Cell 4A/4B Bidder Questions NEW PARIS PIKE LANDFILL CELL 4A/4B CONSTRUCTION Addendum 3 Bidder Questions October 8,2021 EXHIBIT'A'-Page 322 of 356 New Paris Pike Landfill Cell 4A/4B Bidder Questions New Paris Pike Landfill Cell 4A/4B Bid Bidder Questions as of October 8, 2021 1. Do you have vector drawings or CAD drawings available? Response: CAD files of the cell construction plans are posted to the file transfer website that the bid documents were posted on. 2. In the instructions to Bidders section 11, it states the completion date is 8/31/22. However, in the RSD Specification Requirements H100.14, it states phase 1 needs to be completed by 12/31/21 and all remaining work completed by 6/30/22. What is the actual completion date for the project? Response: Section 11 of the Instructions to Bidders supersedes Section H100.14 of the RSD Special Requirements (page 46 of the bid document file) in terms of the completion date of the project. 3. Page 46 of the pdf requires Phase 1 to be completed by December 31, 221. This is only 6-7 weeks following the Notice to Proceed date of November 12, 2021. Is this date correct? This also seems to be contradictory to the language on page 9 of the pdf that seems to indicate the work should not be started before winter. Response: See response to question 2 above for clarification of the completion date. Work that will not be affected by winter weather may be started in 2021. Examples are listed in paragraph 11.2 of the Instructions to Bidders. Bidders are required to provide a proposed schedule of their work with their bids. 4. The Phase 1 liner materials (all 3 layers) seem to be buried in the temporary anchor trench, but the Phase 2 materials (HD liner and geotextile) also seem to be continuous up the slope. Will the Phase 2 materials overlap the temporary anchor trench and tie-in (weld)to the Phase 1 materials? Let us know if we need to figure a tie-in weld here and if there is or will be a new bid item for it. Response: At the intermediate anchor trench between Phases 1 and 2,the Phase 2 geomembrane should be welded to the Phase 1 geomembrane and the Phase 2 geotextile should be sewn to the Phase 1 geotextile. The quantity listed in line 48 of the Schedule of Values has been revised to include the tie-in work along the intermediate anchor trench. A revised Schedule of Values is included with this addendum and should be used for submittal of bids. 5. Where should copies of the bids be submitted? Response: All copies of the bid should be submitted to the Richmond Sanitary District Administrative Building at 2380 Liberty Avenue, Richmond, Indiana. Page 1 EXHIBIT'A'-Page 323 of 356 New Paris Pike Landfill Cell 4A/4B Bidder Questions 6. Where do we acknowledge the addenda on our bids? Response: A revised Schedule of Values that includes the bidder's company name, bid price, authorized signature line, and acknowledgment of addenda is included with this addendum and should be included with the submittal of bids. 7. Does the State insurance fund proof need to be submitted with the bid? Or how many days after do we need to submit it (B.1.4)? Response: A certificate of insurance should be provided with the bid. 8. Does the contractor have to provide a flagger for traffic control? Response: No. A flagger will not be required for the construction work. The contractor will be required to coordinate construction traffic with the traffic for landfill operations. 9. Where should the excess soils from the cell excavation be placed? Response: Excess soils from the cell excavation should be placed to the east of the soil stockpile along the north side of the landfill property. Sheet 4 of the bid plans has been revised to show the location of the soil stockpile area. The topography shown on Sheet 4 for this area does not accurately reflect current conditions. The landfill notes that there is sufficient flat area to place the excess soils from the cell excavation. Furthermore,as noted during the pre-bid meeting,the landfill is excavating the area to the east of cell 4A to expose a layer of clay soil suitable for liner placement. This work has affected several line items for the excavation and placement of soils in the Schedule of Values. The revised quantities have been added to the revised Schedule of Values that is included with this addendum. 10. Would the District consider bidding the geosynthetics separately from the earthwork? Response: The District has considered this option and has decided not to bid the geosynthetics separately. 11. Does the vegetation from clearing and grubbing operations need to be disposed of offsite? Response: No. Vegetation that is cleared can be disposed of at the landfill's vegetation grinding area located south of the cell construction area. Sheet 4 of the bid plans has been revised to show the location of the vegetation grinding area. 12. Can we get a link to view the bid opening virtually? Response: Yes. Interested bidders must register in advance using the following link in order to view the webinar: IhtA s: riichmondindiana: c v.zoorn.us webiinar Ire istelr VA.N VxkeV01K9Rs-PYl.e.SI..OAs A Page 2 EXHIBIT'A'-Page 324 of 356 New Paris Pike Landfill Cell 4A/4B Bidder Questions After registering, a confirmation email containing information about joining the webinar will be sent. 13. How will the District handle the price volatility in the geosynthetics market? Currently, we're told that the suppliers will hold their prices for only thirty days. Response: In order to decrease the risk associated with material price volatility,the Richmond Sanitary District is committed to getting this project under contract within 30 days of the bid due date. To accomplish this,the Contractor will be given 5 days to review, sign and return an executed contract, including Bonds and insurance, once it is provided to them. A"sample contract" is included within Addendum 3 so that the bidders may review typical City of Richmond contract language and begin general review and commenting as soon as possible in order to help expedite the process. Bids shall now be good for no less than 30 days. All language within the bidding documents indicating otherwise shall be replaced. 14. Is there a location on site to stockpile the drainage layer material? If so, where would it be located? Response: If the contractor plans on stockpiling the leachate drainage layer material on site prior to placement,the material can be stockpiled on the property to the east of the landfill property as shown on the revised Sheet 4 included with this addendum. 15. Are these the documents that are required to be submitted with the bid; Schedule of Values, Form 96, Bid Bond, Form 96a? Forms 96 and 96a could not be found in the bid documents. Will an EXCEL spreadsheet be provided for inputting the numbers? Response: Form 96a is not required to be submitted with this bid. Bidders shall provide with their bids the Schedule of Values, Form 96, Bid Bond and Worker's Compensation certificate (Item B.1.4 of the Standard Terms&Conditions in the bid documents). An EXCEL spreadsheet is included with this addendum for the Schedule of Values. Form 96 was included in the Bid Documents folder on the ftp website. A second copy of the Form is included with this addendum. 16. Do common construction or prevailing wages apply to this project? Response: No. The answer to this line on the invitation to bid is also No. Section B.1.5 of the Standard Terms and Conditions is hereby deleted from the bid documents. 17. Please verify what the "Rain Cap" for the cell separation berm in Detail 13 on Sheet 13 is for. Is there a detail that provides more information? Response: Detail 13 on Sheet 13 has been revised. A copy of the revised Sheet 13 is included with this addendum. The reference to a rain cap on the cell separation berm has been removed to avoid confusion with the rain flaps in the cell floor. The Schedule of Page 3 EXHIBIT'A'-Page 325 of 356 New Paris Pike Landfill Cell 4A/4B Bidder Questions Values has been revised to account for the additional quantity of gravel shown over the roll out area on the east side of the cell. In addition, a line item for the protective soil cover for the separation berm and rollout area has been added to the Schedule of Values. The revised Schedule of Values included with Addendum 3 supersedes all previous versions. 18. Is New Paris Pike a union site? Response: No. 19. Is this project tax exempt? Response: Yes. The District will provide a copy of the sales tax exemption certificate to the selected contractor after a contract is executed. 20. Can you provide us a detail that shows the required perforation pattern for the perforated pipe? Response: The perforated leachate collection pipe shall have four rows of circular, %-inch diameter perforations running along the length of the pipe. Each row of perforations shall be offset 90°around the circumference of the pipe from adjacent rows of perforations. Perforations shall be spaced 4 inches apart in each line of perforations and the perforations in adjacent rows shall be staggered by 2 inches. 21. Will any clearing be required of the contractor since the site operations has been handling this? Response: Bidders should provide a cost for clearing and grubbing with disposal of the material at the site's brush grinding area shown on the revised Sheet 4 in Addendum 2. This will cover the brush and small tree clearing along the slope of the old haul road running through Cells 4A and 4B. It will also cover any remaining tree clearing at the south end of Cell 4A that the landfill may not complete before the selected contractor mobilizes to the site. 22. All references to 60 mil HDPE liner on the drawings and details call out "Textured", however the M&P section and bid form both list smooth geomembrane being used on the floor. Does this project require smooth liner on the floor? Response: The intent is that all geomembrane placed in these cells be textured. The references to smooth geomembrane in the specifications and in the Schedule of Values are incorrect. A revised Schedule of Values showing only textured geomembrane quantities is included with Addendum 3 and supersedes all previous versions. Page 4 EXHIBIT'A'-Page 326 of 356 New Paris Pike Landfill Cell 4A/4B Bidder Questions 23. If we are to supply both smooth and textured liner, what are the transitions requirement between the smooth and textured geomembrane in the Cell Construction? Do we need to run the textured geomembrane out a certain amount onto the floor? Response: See the response to question 22. 24. In the Bid documents the Bid Form quantities were based on a 2D quantity and didn't include any anchor trenches or runout measurements. Is that how the project will be measured for payment at the completion of installation? Response: Yes. The contractor will be paid based on the 2D area covered by geosynthetics out to the inside edges of the anchor trenches and to the tie-in seam with the existing geosynthetics. 25. Can the bid be extended to allow time for contractors & subs/suppliers to review the addendums and bid accordingly? Response: The District does not plan to extend the bid deadline at this time. 26. The original schedule of values shows a placement quantity of 28,100 CY of Liner Soils in phase 1. The Revised schedule of values shows a placement quantity of 28,100 from the adjacent borrow and 10,800 from cell excavation, for a total of 38,100 CY of Liner Soils in phase 1. Can you clarify which quantity is correct? Should the quantity for the Excavate, Transport, Place and Compact from Adjacent borrow area only be 17,300 CY along with the 10,800 CY being generated from the cell excavation stockpile for a total of 28,100 CY of RSL? Response: The total quantity of liner soil in phase 1 is 28,100 cy. This number was incorrectly entered into line 11 of the Schedule of Values instead of the net remaining amount of 17,300 cy. A revised Schedule of Values with the corrected quantities of phase 1 liner soil is included with Addendum 3 and supersedes all previous versions. 27. Please confirm that the trees and brush to be cleared is to be disposed of at an off-site location. Response: See the response to question number 11. 28. Please confirm the owner will providing water for dust control. Page 5 EXHIBIT'A'-Page 327 of 356 New Paris Pike Landfill Cell 4A/4B Bidder Questions Response: Water for dust control is available on the neighboring property near where the gravel stockpile area is outlined on Sheet 4 of the bid plans. There is a pump that is activated by a switch and an overhead fill pipe to fill a water truck. 29. Please confirm all fill material is available on site and will meet the quality and quantity requirements for the project. Response: Soil materials meeting the quantity and quality requirements for the project are available on site. Aggregate materials will have to be procured from off-site sources. 30. Can you provide an Excel version of bid form? Response: An updated EXCEL version of the Schedule of Values is included with Addendum 3 and supersedes all previous versions. 31. Will on-site debris need to be hauled offsite? Response: Debris from construction can either be hauled to the active landfill face by the contractor or the landfill will provide a roll-off container that debris can be placed in. 32. Is the same guardrail material being removed to be reinstalled or is new guardrail material required? Response: The existing guardrail can be reinstalled after the transmission pipe is installed. The contractor will not have to purchase new guardrail materials unless the existing materials are damaged by the contractor. 33. Please confirm there are no permit requirements for the project. Response: The District has obtained the environmental permits required to construct this project. 34. Please confirm that no asphalt paving is shown on the plans and any asphalt paving will only be required for areas damaged from construction activities. Response: The only asphalt work expected for this project is if the contractor digs a trench across the existing asphalt road to install the power line to the metering manhole. The contractor will also have to repair any damages to existing asphalt roads from the cell and pipe construction work. 35. Please confirm that all material testing will be provided by others. Response: Testing requirements and responsibilities for the contractor and owner are described in the technical specifications and the quality assurance manual included in the bid documents. The contractor will be responsible for coordinating with the District or the Page 6 EXHIBIT'A'-Page 328 of 356 New Paris Pike Landfill Cell 4A/4B Bidder Questions District's quality assurance representative on any testing that the District performs on this project. 36. Are corrosion inhibiting additives or coatings required for the precast structures? Response: No. 37. Where the dual contained pipe enters the manholes,can we terminate to singe wall 6" pipe?This will keep the containment pipe sealed, since there are clean out access windows cut out on top of the pipe. Response: Both the containment pipe and the carrier pipe for the double wall pipe should pass through the manholes as shown in the plans. 38. Do all manholes have the clean out ports cut on top of the pipe? Response: With the exception of the metering manhole,the double wall pipe in all manholes should have the cleanout ports cut into the top of both the containment and carrier pipes. 39. Can you confirm the SDR rating for the dual contained (primary&secondary) pipe? Response: The containment pipe should be SDR 11. The carrier pipe can be SDR 17. Page 7 EXHIBIT'A'-Page 329 of 356 AGREEMENT THIS AGREEMENT made and entered into this day of ,_2021 ,by and between the City of Richmond, Indiana, a municipal corporation acting by and through its Board of Sanitary Commissioners, 50 North 5th Street, Richmond, Indiana 47374 (hereinafter referred to as the "City"), and (hereinafter referred to as the "Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby retains Contractor for services related to the Project, including, but not limited to, the installation of approximately 1,038 feet of 66" sanitary sewer, 692 feet of 42" storm sewer, manholes and associated street, driveway, curb and lawn restoration. City placed a bid notice in the newspaper and said notice to bidders and the specifications and drawings on file for the Project are attached hereto and incorporated herein as Exhibit"A". The bid response of Contractor is contained in Exhibit`B", is dated November 13, 2018, is one hundred and fifty-three (153)pages in length, and it is hereby incorporated by reference and made a part of this Agreement. Contractor shall provide all services described in Exhibit"A" and at the rates set forth in Exhibit`B". Should any provisions, terms, or conditions contained in any of the documents attached hereto as Exhibits, or in any of the documents incorporated by reference herein, conflict with any of the provisions,terms, or conditions of this Agreement, this Agreement shall be controlling. The Contractor shall furnish all labor, material, equipment, and services necessary for the proper completion of all work specified. No performance of services shall commence until the following has been met: 1. The City is in receipt of any required certificates of insurance; 2. The City is in receipt of any required affidavit signed by Contractor in accordance with Indiana Code 22-5-1.7-11(a)(2); and 3. A purchase order has been issued by the Purchasing Department. SECTION II. STATUS OF CONTRACTOR Contractor shall be deemed to be an independent contractor and is not an employee or agent of the City of Richmond. The Contractor shall provide, at its own expense, competent supervision of the work. Contract No. Page 1 of 6 EXHIBIT'A'-Page 330 of 356 SECTION 111. COMPENSATION City shall pay Contractor a sum not to exceed Dollars and no cents ($ .00) for complete and satisfactory performance of the work required hereunder. The monies paid to Contractor are based upon the bid amount set forth in Exhibit"A". SECTION 1V. TERM OF AGREEMENT This Agreement shall become effective when Contractor has received a Notice to Proceed with this Project and Contractor shall substantially complete the Project at the New Paris Landfill ninety(90) days from receiving the Notice to Proceed on the Project,with an additional thirty(30) days allowed for final completion. Notwithstanding the term of this Agreement, City may terminate this Agreement in whole or in part, for cause, at any time by giving at least thirty (30) working days written notice specifying the effective date and the reasons for termination which shall include but not be limited to the following: a. failure,for any reason of the Contractor to fulfill in a timely manner its obligations under this Agreement; b. submission of a report, other work product, or advice, whether oral or written,by the Contractor to the City that is incorrect,incomplete, or does not meet reasonable professional standards in any material respect,provided that Contractor was notified in writing of deficiencies, given ten (10)working days to cure deficiencies and failed to remedy such deficiencies. c. ineffective or improper use of funds provided under this Agreement; d. suspension or termination of the grant funding to the City under which this Agreement is made; or e. unavailability of sufficient funds to make payment on this Agreement. In the event of such termination, the City shall be required to make payment for all work performed prior to the date this Agreement is terminated, but shall be relieved of any other responsibility herein. This Agreement may also be terminated, in whole or in part, by mutual Agreement of the parties by setting forth the reasons for such termination, the effective date, and in the case of partial termination,the portion to be terminated. SECTION V. INDEMNIFICATION AND INSURANCE Contractor agrees to obtain insurance and to indemnify the City for any damage or injury to person or property or any other claims to the extent caused by Contractor's negligent conduct or performance or non-performance of this Agreement; provided, however, that nothing contained in this Agreement shall be construed as rendering the Contractor liable for acts of the City, its officers, agents, or employees. Contractor shall as a prerequisite to this Agreement,purchase and thereafter maintain such insurance as will protect it from the claims set forth below which may arise out of or result from the Contractor's negligent operations under this Agreement, whether Page 2 of 6 EXHIBIT'A'-Page 331 of 356 such operations by the Contractor or by any sub-contractors or by anyone directly or indirectly employed by any of them, or by anyone for whose acts the Contractor may be held responsible. Coverage Limits A. Worker's Compensation& Statutory Disability Requirements B. Employer's Liability $100,000 C. Comprehensive General Liability Section 1. Bodily Injury $1,000,000 each occurrence $2,000,000 aggregate Section 2. Property Damage $1,000,000 each occurrence D. Comprehensive Auto Liability(if applicable) Section 1. Bodily Injury $1,000,000 each person $1,000,000 each occurrence Section 2. Property Damage $1,000,000 each occurrence E. Comprehensive Umbrella Liability $1,000,000 each occurrence $2,000,000 each aggregate F. Errors & Omissions Insurance $1,000,000 per claim $2,000,000 aggregate SECTION VI. COMPLIANCE WITH WORKER'S COMPENSATION LAW Contractor shall comply with all provisions of the Indiana Worker's Compensation law, and shall, before commencing work under this Agreement, provide the City a certificate of insurance, or a certificate from the industrial board showing that the Contractor has complied with Indiana Code Sections 22-3-2-5, 22-3-5-1 and 22-3-5-2. If Contractor is an out of state employer and therefore subject to another state's worker's compensation law, Contractor may choose to comply with all provisions of its home state's worker's compensation law and provide the City proof of such compliance in lieu of complying with the provisions of the Indiana Worker's Compensation Law. SECTION VII. COMPLIANCE WITH INDIANA E-VERIFY PROGRAM REQUIREMENTS Pursuant to Indiana Code 22-5-1.7, Contractor is required to enroll in and verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program. Contractor is not required to verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program if the Indiana E-Verify program no longer exists. Prior to the performance of this Agreement, Contractor shall Page 3 of 6 EXHIBIT'A'-Page 332 of 356 provide to the City its signed Affidavit affirming that Contractor does not knowingly employ an unauthorized alien in accordance with IC 22-5-1.7-11 (a) (2). In the event Contractor violates IC 22-5-1.7 the Contractor shall be required to remedy the violation not later than thirty (30) days after the City notifies the Contractor of the violation. If Contractor fails to remedy the violation within the thirty(30) day period provided above, the City shall consider the Contractor to be in breach of this Agreement and this Agreement will be terminated. If the City determines that terminating this Agreement would be detrimental to the public interest or public property, the City may allow this Agreement to remain in effect until the City procures a new contractor. If this Agreement is terminated under this section, then pursuant to IC 22-5-1.7-13 (c) the Contractor will remain liable to the City for actual damages. SECTION VIII. IRAN INVESTMENT ACTIVITIES Pursuant to Indiana Code (IC) 5-22-16.5, Contractor certifies that Contractor is not engaged in investment activities in Iran. In the event City determines during the course of this Agreement that this certification is no longer valid, City shall notify Contractor in writing of said determination and shall give contractor ninety (90) days within which to respond to the written notice. In the event Contractor fails to demonstrate to the City that the Contractor has ceased investment activities in Iran within ninety (90) days after the written notice is given to the Contractor, the City may proceed with any remedies it may have pursuant to IC 5-22- 16.5. In the event the City determines during the course of this Agreement that this certification is no longer valid and said determination is not refuted by Contractor in the manner set forth in IC 5-22-16.5, the City reserves the right to consider the Contractor to be in breach of this Agreement and terminate the agreement upon the expiration of the ninety (90) day period set forth above. SECTION IX. PROHIBITION AGAINST DISCRIMINATION A. Pursuant to Indiana Code 22-9-1-10, Contractor, any sub-contractor, or any person acting on behalf of Contractor or any sub-contractor shall not discriminate against any employee or applicant for employment to be employed in the perfotliiance of this Agreement, with respect to hire, tenure, terms, conditions or privileges of employment or any matter directly or indirectly related to employment, because of race, religion, color, sex, disability,national origin, or ancestry. B. Pursuant to Indiana Code 5-16-6-1, the Contractor agrees: 1. That in the hiring of employees for the performance of work under this Agreement of any subcontract hereunder, Contractor, any subcontractor, or any person acting on behalf of Contractor or any sub-contractor, shall not discriminate by reason of race, religion, color, sex, national origin or ancestry against any citizen of the State of Indiana who is qualified and available to perform the work to which the employment relates; 2. That Contractor, any sub-contractor, or any person action on behalf of Contractor or any sub-contractor shall in no manner discriminate against or intimidate any employee hired for the performance of work under this Agreement on account of race,religion, color, sex,national origin or ancestry; 3. That there may be deducted from the amount payable to Contractor by the City under this Agreement, a penalty of five dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of the Agreement; and Page 4 of 6 EXHIBIT'A'-Page 333 of 356 4. That this Agreement may be canceled or terminated by the City and all money due or to become due hereunder may be forfeited, for a second or any subsequent violation of the terms or conditions of this section of the Agreement. C. Violation of the terms or conditions of this Agreement relating to discrimination or intimidation shall be considered a material breach of this Agreement. SECTION X. RELEASE OF LIABILITY Contractor hereby agrees to release and hold harmless the City and all officers, employees or agents of the same from all liability which may arise in the course of Contractor's performance of its obligations pursuant to this Agreement. The City hereby agrees to release and hold harmless the Contractor and all officers, employees or agents of the same from all liability which may arise in the course of City's performance of its obligations pursuant to this Agreement. SECTION XI. MISCELLANEOUS This Agreement is personal to the parties hereto and neither party may assign or delegate any of its rights or obligations hereunder without the prior written consent of the other party. Any such delegation or assignment, without the prior written consent of the other party, shall be null and void. This Agreement shall be controlled by and interpreted according to Indiana law and shall be binding upon the parties, their successors and assigns. This document constitutes the entire Agreement between the parties, although it may be altered or amended in whole or in part at any time by filing with the Agreement a written instrument setting forth such changes signed by both parties. By executing this Agreement the parties agree that this document supersedes any previous discussion,negotiation, or conversation relating to the subject matter contained herein. This Agreement may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. The parties hereto submit to jurisdiction of the courts of Wayne County, Indiana, and any suit arising out of this Contract must be filed in said courts. The parties specifically agree that no arbitration or mediation shall be required prior to the commencement of legal proceedings in said Courts. By executing this Agreement, Contractor is estopped from bringing suit or any other action in any alternative forum, venue, or in front of any other tribunal, court, or administrative body other than the Circuit or Superior Courts of Wayne County, Indiana,regardless of any right Contractor may have to bring such suit in front of other tribunals or in other venues. In the event of any breach of this Agreement by Contractor, and in addition to any remedies, Contractor shall be liable for costs incurred by City in its efforts to enforce this Agreement, including but not limited to, City's reasonable attorney's fees, to the proportionate extent that Contractor is determined to be in breach of this Agreement. In the event that an ambiguity, question of intent, or a need for interpretation of this Agreement arises, this Agreement shall be construed as if drafted jointly by the parties, and no presumption or burden of proof shall arise favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. Page 5 of 6 EXHIBIT'A'-Page 334 of 356 Any person executing this Contract in a representative capacity hereby warrants that he or she has authorization, in writing, by his or her principal to execute this Contract on behalf of the Contractor and that such authorization has not been revoked or rescinded. IN WITNESS WHEREOF, the parties have executed this Agreement at Richmond, Indiana, as of the day and year first written above, although signatures may be affixed on different dates. "CITY" "CONTRACTOR" THE CITY OF RICHMOND,INDIANA by and through its Board of Sanitary Commissioners By: By: , President Printed: Title: , Vice President Dated: ,Member Dated: APPROVED: , Mayor City of Richmond, Indiana Date: Page 6 of 6 EXHIBIT'A'-Page 335 of 356 SCHEDULE OF VALUES Cell 4A/B COMPOSITE LINER-NEW PARIS PIKE LANDFILL CONTRACTOR MUST VERIFY QUANTITIES CONTRACTOR'S ITEM BIDS EngineerContractor Contractor Contractor Total of Item l Item Estimated Item Item Estimated Item Description Quantity Quantity', Unit Bid Price! Bid Prices Phase 1 Cell 4A/B Construction L 1 Mobilization/De-mobilization 1 Lump Sum L 2 Dewatering,Surface Water and Erosion Control,Dust Suppression, 30 Week and Cleanup L 3 Clearing and Grubbing borrow areas 2 Acres L 4 Remove existing culverts within Cell 4A/B 2 each L 5 Cell Excavation and Stockpiling of Non-Liner Soils 53,000 Cubic Yards L 6 Cell Excavation and Stockpiling of Liner Soils 10,800 Cubic Yards L 7 Cell Excavation and placement as Structural Fill 6,400 Cubic Yards L 8 Proofroll Cell 4A/B Subgrade 8.7 Acres L 9 Recompacted Soil Liner(RSL)Test Pad Constructed Outside Cell 4A/B 1 Lump Sum L 10 Excavate,Transport,Place and Compact Liner Soils from stockpile 10,800 Cubic Yards L 11 Excavate,Transport,Place and Compact Liner Soils from adjacent 17,300 Cubic Yards borrow area L 12 Top-of-Clay Surface Preparation 8.7 Acres L 13 Supply and Install Geosynthetic Clay Layer Placed Over Compacted 378,700 Square Feet Soil Liner L 14 Supply and Install Leachate Collection Washed River Gravel 15,900 Cubic Yards L 15 Excavate from onsite stockpiles,Transport,and Place Protective Soil 5,000 Cubic Yards Cover over Cell Separation Berm and Rollout Area. L 16 Supply and Install Perforated Leachate Collection Pipe-6"dia.,HDPE 930 Linear Feet SDR 21 L 17 Supply and Install Solid Wall Leachate Pipe-6"dia.HDPE SDR 21 380 Linear Feet L 18 Supply and Install 6x10 double-wall HDPE Pipe,assembled&buried, 1,400 Linear Feet complete L 19 Supply and Install 6x10 double-wall HDPE Cross 1 each L 20 Supply and Install 6x10 double-wall HDPE blind flanges 2 each L 21 Supply and Install 6x10 double-wall HDPE to single-wall transition 1 each L 22 Supply and Install Solid Wall Leachate Pipe-8"dia.HDPE SDR 21 w/ 110 Linear Feet temp valve L 23 Unload and store Liner Geosynthetics 1 Lump Sum L 24 Clean off and tie-In Existing Liners to Proposed Cell 4A/B 520 Linear Feet L 25 Intermediate Anchor trench(with OSB cover)Along West Side of Cell 1,035 Linear Feet 4A/B L 26 Anchor trench along South Side of Cell 4A/B 360 Linear Feet L 27 Supply and Install 60-mil Textured HDPE Geomembrane and pipe 378,700 Square Feet boots,complete L 28 Supply and Install 16 ounce/sy Nonwoven Geotextile,complete 378,700 Square Feet L 29 Supply and Install Geomembrane Stormwater Flaps and pipe spools, 1 LumpSum complete. Supply and Install 560 LF of 24"N12 HDPE downlet piping w/tees,ells, L 30 inlet guards,and berm,complete 1 Lump Sum L 31 Supply and Install 100 LF of 24"N12 HDPE culvert,complete with Agri 1 LumpSum Drain pipe straps for couplings L 32 Riprap-lined stormwater ditch,installed complete. Contractor to supply 180 Linear Feet riprap. L 33 Gravel surface roads,installed complete. Contractor to supply gravel. 8,000 Square Feet L 34 Supply and Install 3 Leachate Line Manholes,complete. 1 Lump Sum Supply and Install Metering Manhole structure,pipe seals,access L 35 hatch,cover,and guard posts,complete. 1 Lump Sum L 36 Supply and Install Leachate Level measurement system with 1 LumpSum transducer,logging unit,enclosure,stand,conduits,and wiring, L 37 Sanitary Manhole tie-in,complete 1 Lump Sum L 38 Rock Check Dam Construction(3 @ 2CY each)(at Owner's direction) 3 each L 39 Straw Wattle Installation(300 LF)(at Owner's direction) 300 Linear Feet L 40 Seeding and restoration 1 Acres L 41 Silt Fencing 2,000 Linear Feet L 42 Guardrail Removal and Reinstallation 300 Linear Feet TOTAL OF ALL PHASE 1 ITEMS page 1 of 2 EXHIBIT'A'-Page 336 of 356 SCHEDULE OF VALUES Cell 4AB COMPOSITE LINER-NEW PARIS PIKE LANDFILL Phase 2 Piggyback Construction L 43 Strip and excavate 6"within Piggyback Area 3,000 Cubic Yards L 44 Place and compact Structural Fill Layer from on-site sources 3,000 Cubic Yards L 45 Excavate,Transport,Place and Compact Liner Soils from adjacent 7,600 Cubic Yards borrow area L 46 Excavate,Transport,Place and Compact Liiner Soils from the North 1,400 Cubic Yards Stockpile L 47 Top-of-Clay Surface Preparation 3.7 Acres L 48 Liner anchor trench at South and West Perimeter 890 Linear Feet L 49 Clean off and tie-In Existing Liners to Piggyback Lining 1,335 Linear Feet L 50 Supply and Install 60-mil Textured HDPE Primary Geomembrane, 159,000 Square Feet complete L 51 Supply and Install 16 ounce/sy Nonwoven Geotextile,complete 159,000 Square Feet L 52 Supply and Install Leachate Collection Washed River Gravel,complete 6,000 cubic yards L 53 Supply and Install 6"perforated HDPE gas piping,installed w/gravel 685 Linear Feet and backfill L 54 Supply and Install 6"non-perforated HDPE gas piping,complete 180 Linear Feet L 55 Supply and Install 8"perforated HDPE gas piping,installed w/gravel 825 Linear Feet and backfill L 56 6"Gas Header Connections,installed complete 2 Lump Sum L 57 L 58 TOTAL OF ALL PHASE 2 ITEMS Unit Prices are requested for all bid items because these unit prices may be used for extra work at this site. Total Project Cost $ Submitted by: Bid Based on Receipt of the Following Addenda: (authorized representative) On behalf of: Date: (name of bidding firm) page 2 of 2 EXHIBIT'A'-Page 337 of 356 bLELb NI ONOINH011'3>Ild SINVd/V\gN Z4ZS NoLgonaisNoo 8.17 ONV Vb 31139 CY) = 1-11JONV1SIHVd NON .._ I S1IV13C1 ;R ..... . a E EE; EEE E FE EE s s O0 s i'l LLE,'LriE2'; EEE E E E E E E E LE;s 1 E. s EE S ,g, g EEL EE 1 41 E a0 E 11 E IA 11 Zi 1 6k,1' (11 11 L' z 2LE1 , L' 110 E EE ElLE .E. EEE E a. 09 a 0 < . : .., w LEE 9:0,ELE Ea ZIELL4 S 5- E . SE PE EE N ' ; EE EE PN , EE tf 01 Vd E . E -E ._ . c- -._,I , ,2 ::E EE 1 Os Es , r 1 , !! N !! ! ! . !! !L! !!! ! ! ! ,EILM-1' Ed;ES§ LZE 1— E 0 E E S Ozat , E E-E0E 0 aE0, • -` El [El E E ES \\E 1'11' szeso, s z0L SdEE oE L-EE o, ° EdESOsE;zslEEE s,E; z E ,LEE-L L. ° ;1; ggg'ggVgg.igg :Ell E EE •E'El' -EE- -'' - — :k! Zs; Ss8 ;0 s iZ Z s s NEW PARIS PIKE LANDFILL CELL 4A/4B CONSTRUCTION Addendum 4 Revised Schedule of Values October 8,2021 A revised Schedule of Values is issued with a change to the Phase 1 geotextile quantity. This change accounts for the additional geotextile shown in the revised separation detail on Sheet 13 that was part of Addendum 3. This Schedule of Values supersedes all previous versions for this project. EXHIBIT'A'-Page 339 of 356 SCHEDULE OF VALUES Cell 4AB COMPOSITE LINER-NEW PARIS PIKE LANDFILL CONTRACTOR MUST VERIFY QUANTITIES CONTRACTOR'S ITEM BIDS Engineer Contractor Contractor Contractor Total of Item Item Estimated Item Item Estimated Item Description Quantity i Quantity Unit Bid Price, Bid Prices Phase 1 Cell 4AIB Construction L 1 Mobilization/De-mobilization 1 Lump Sum L 2 Dewatering,Surface Water and Erosion Control,Dust Suppression, 30 Week and Cleanup L 3 Clearing and Grubbing borrow areas 2 Acres L 4 Remove existing culverts within Cell 4A/B 2 each L 5 Cell Excavation and Stockpiling of Non-Liner Soils 53,000 Cubic Yards L 6 Cell Excavation and Stockpiling of Liner Soils 10,800 Cubic Yards L 7 Cell Excavation and placement as Structural Fill 6,400 Cubic Yards L 8 Proofroll Cell 4A/B Subgrade 8.7 Acres L 9 Recompacted Soil Liner(RSL)Test Pad Constructed Outside Cell 4A/B 1 Lump Sum L 10 Excavate,Transport,Place and Compact Liner Soils from stockpile 10,800 Cubic Yards L 11 Excavate,Transport,Place and Compact Liner Soils from adjacent 17,300 Cubic Yards borrow area L 12 Top-of-Clay Surface Preparation 8.7 Acres L 13 Supply and Install Geosynthetic Clay Layer Placed Over Compacted 378,700 Square Feet Soil Liner L 14 Supply and Install Leachate Collection Washed River Gravel 15,900 Cubic Yards L 15 Excavate from onsite stockpiles,Transport,and Place Protective Soil 5,000 Cubic Yards Cover over Cell Separation Berm and Rollout Area. L 16 Supply and Install Perforated Leachate Collection Pipe-6"dia.,HDPE 930 Linear Feet SDR 21 L 17 Supply and Install Solid Wall Leachate Pipe-6"dia.HDPE SDR 21 380 Linear Feet L 18 Supply and Install 6x10 double-wall HDPE Pipe,assembled&buried, 1,400 Linear Feet complete L 19 Supply and Install 6x10 double-wall HDPE Cross 1 each L 20 Supply and Install 6x10 double-wall HDPE blind flanges 2 each L 21 Supply and Install 6x10 double-wall HDPE to single-wall transition 1 each L 22 Supply and Install Solid Wall Leachate Pipe-8"dia.HDPE SDR 21 w/ 110 Linear Feet temp valve L 23 Unload and store Liner Geosynthetics 1 Lump Sum L 24 Clean off and tie-In Existing Liners to Proposed Cell 4A/B 520 Linear Feet L 25 Intermediate Anchor trench(with OSB cover)Along West Side of Cell 1,035 Linear Feet 4A/B L 26 Anchor trench along South Side of Cell 4A/B 360 Linear Feet L 27 Supply and Install 60-mil Textured HDPE Geomembrane and pipe 378,700 Square Feet boots,complete L 28 Supply and Install 16 ounce/sy Nonwoven Geotextile,complete 427,700 Square Feet L 29 Supply and Install Geomembrane Stormwater Flaps and pipe spools, 1 LumpSum complete. Supply and Install 560 LF of 24"N12 HDPE downlet piping w/tees,ells, L 30 inlet guards,and berm,complete 1 Lump Sum L 31 Supply and Install 100 LF of 24"N12 HDPE culvert,complete with Agri 1 LumpSum Drain pipe straps for couplings L 32 Riprap-lined stormwater ditch,installed complete. Contractor to supply 180 Linear Feet riprap. L 33 Gravel surface roads,installed complete. Contractor to supply gravel. 8,000 Square Feet L 34 Supply and Install 3 Leachate Line Manholes,complete. 1 Lump Sum Supply and Install Metering Manhole structure,pipe seals,access L 35 hatch,cover,and guard posts,complete. 1 Lump Sum L 36 Supply and Install Leachate Level measurement system with 1 LumpSum transducer,logging unit,enclosure,stand,conduits,and wiring, L 37 Sanitary Manhole tie-in,complete 1 Lump Sum L 38 Rock Check Dam Construction(3 @ 2CY each)(at Owner's direction) 3 each L 39 Straw Wattle Installation(300 LF)(at Owner's direction) 300 Linear Feet L 40 Seeding and restoration 1 Acres L 41 Silt Fencing 2,000 Linear Feet L 42 Guardrail Removal and Reinstallation 300 Linear Feet TOTAL OF ALL PHASE 1 ITEMS page 1 of 2 EXHIBIT'A'-Page 340 of 356 SCHEDULE OF VALUES Cell 4AB COMPOSITE LINER-NEW PARIS PIKE LANDFILL Phase 2 Piggyback Construction L 43 Strip and excavate 6"within Piggyback Area 3,000 Cubic Yards L 44 Place and compact Structural Fill Layer from on-site sources 3,000 Cubic Yards L 45 Excavate,Transport,Place and Compact Liner Soils from adjacent 7,600 Cubic Yards borrow area L 46 Excavate,Transport,Place and Compact Liiner Soils from the North 1,400 Cubic Yards Stockpile L 47 Top-of-Clay Surface Preparation 3.7 Acres L 48 Liner anchor trench at South and West Perimeter 890 Linear Feet L 49 Clean off and tie-In Existing Liners to Piggyback Lining 1,335 Linear Feet L 50 Supply and Install 60-mil Textured HDPE Primary Geomembrane, 159,000 Square Feet complete L 51 Supply and Install 16 ounce/sy Nonwoven Geotextile,complete 159,000 Square Feet L 52 Supply and Install Leachate Collection Washed River Gravel,complete 6,000 cubic yards L 53 Supply and Install 6"perforated HDPE gas piping,installed w/gravel 685 Linear Feet and backfill L 54 Supply and Install 6"non-perforated HDPE gas piping,complete 180 Linear Feet L 55 Supply and Install 8"perforated HDPE gas piping,installed w/gravel 825 Linear Feet and backfill L 56 6"Gas Header Connections,installed complete 2 Lump Sum L 57 L 58 TOTAL OF ALL PHASE 2 ITEMS Unit Prices are requested for all bid items because these unit prices may be used for extra work at this site. Total Project Cost $ Submitted by: Bid Based on Receipt of the Following Addenda: (authorized representative) On behalf of: Date: (name of bidding firm) page 2 of 2 EXHIBIT'A'-Page 341 of 356 ,,id SINVd‘/V,77 1-17-117‘ NI ONOINHOlisN200 NV°N12,1VdS MT i'L'Ll7 °IlanH-LIJONV-1E>11.1 I. ""2‘2224222:4244'22' "4"" ',,,gto .,. 1,1[11510A ,...,..n.-.. 11 , - N -1-1331-15)(30NIONVft,j 0 p w 5<0 H Lo co, Q c7 OW'42,1- —>1 " _i_< W co cn, Z i7l_w4 diE.g w7.< 5zz <LT,•: cKO— H›— wo_o z,0 mx=, ecco P,_ ,=c1 noz< ZWZ wewz 3,0 xou< ceM7'2 og23 ,mo6 wHmz ug9— Fec,lix a- Z 0 0 z H 0 -u_ D 0 fl L,. Z I- U) , _1 ..- pL il 1 0 ,,,,,, ,,,tJ, I' L'A9 ' N '' ; l''I''l 77 00 1.. i- (i) a 2 . .2 - 12 Z 2 - < < Cl_ < 'I -- H- 2 IA (I) Z —11 ,, :t, _I ,,,,„",' v-' uJ () ‘ ,,, r 'i,,,,,,-'',",•321,.4. ' 41,,( )1,, ,,,,--'. ,, ,')., '''* 4 ,,,,,,,,3 , '/,,,,,,,„,tf,,,,P:', ,4-. •I' , '1'. '',,, ,:ti, 1,,,' i'''''''% , I 4 ' i , C ! \\\\ . \ ` ��_S / CNON yr I- Lii ( 6 e H (. 1 \ �R § \ ( ( : Lii O ::: 0,g \ \ \ / Pi { :: LU 0_ , \\ \\' s } \ , \\ \}5\ } } _ F— - /( ) \ ( } ( 8. C Li \\\\. \\ \\\\\\\\;} , } } ' \j\\\\\\\\\§\\\\))) ) ) } \\\ l!H 2 2 _ } III : 1 ' a1 \ : \ \ ) ! > \ : } } } \ : } : ) } ) } ) ) ) } ( } ( } ) } { ( 0 IIIIIIIIIIIIIII! ; a���wa�n ' b1,1oda 0 �X bL£Lb NI'ONOWHOI?J'3YIId SINVd M3N Zt N �la ONONNSIN dvntMaw ' N011�fl?J1SN0�84 0NV Vb Sll3� oNOn N�a of 3ilns ���� 11134NV1 3YIId SI21Vd M3N M �' b10Z 2139W31d3S-AHdV210010Hd 1V1213V-M31A,13A0311S v ��na3s d,.zs.,in I ,a10 �IInn' r !!Iµ „„ IIIII !""MI IIIIIm VImmMlluuu p•"ii I i Id NYµI apt wwtnl„y"����.� Ill�il'�?I IdVM�I _- k_J A VIII I N01„1)IN11111 Ir^,, 'll i '•' llli;,Ij�IV,lll'liq 111;pp1 ,,,,aur�Nll i11 �I!iYI�PI IIII,II�I, 1,,I iVl IIII I'I''YI„111r d11'Ii,,,,,,„Idd "PII 118.V I Iluu „I' FYI ml %,^I• Ill rM IIIdI '1, ^„1111III pp,11, ul ll�llI fillllf'' I,I ^IIQ1Jgi,,,fill II'illNi ll IIIIIIIIIIV',l II ",, 1111'I'ilulliolp�j; I�V, IIIII "!i�Pdll;'' �VIInINYuIIIIN 1194^YII I mil ^I1; I191 " II �r✓�i�hLll to tlp VIIIIIII Illuu Vlu ''^eIIOI Mw"'V!I'I lllllullliVllll IIIIV 'uuul'IU1ij'' I,IIIN9,ItiI P;l;'GI'il',UI Iilq� III"'"'"'"'"Il luuu uuiiilll,„,,�IIIIII Ir'' "I pIV,, ',,,„ �,� Ilyyj Ilh lq IV IV,N'II,,!N;N I„uv „IIIII ,II'i"jullloolWJIII, LIIII I wl III L,, N II',I ,,,,,,N',u11VN,1„"'dIVIIIr ldillfj,,,,,„Pll, Il„ ,I'IRh Plgl,'i1P Jp,Vlfil�luii;�;IIII. Vr,NI'"'''�'"I'''w I I,iO l VI IIIM,;p'11� ik'w11Ydll�l� '�all�ll .IIImJlpll vlll� I "La'wdll I °illy VP Il�y,,i;,;yl �I Ndl'll '�IIIIpIIpMIi'�I Idyl,"IIII"I,IIIN� �11^ ,IIIII1,11111, 'dIdNJ�Villl�. Ili piiu'llu,ij11hI,All °II !I1' ,mmr wllul o1„,,,xii,,,',,,'. Illlll�.o,u' d�Mi,,,,,,111N11p1 I111gli I.I'Idtl H IHI I�,,v„ IIII II "il,LIM III VVII 111 1 11I1A!,I,,, 'm^"NiIV11, ,?„,„„i„„1,10,lol lldlllp!'"IIII,, II oV„„0„01IN'h"IVul l"I,VIVIIIII6Y^I "�tlIIV N"I„Ild II111 .d�' Illlull m u II' to l III^0i�lylIII"II16"'';!Ills lu!IVw111Y1�rvI dl' miuuVIVIlllilii�'1�!'II'lll�i... INIYVmh1 -'d'r-- --- - "mno lllglOR'o"oemmmlmm"wlllllu uulllum!111VIp11111pV,'IywN�lp'w"^,mlllwulwNtmuu. 'YId� Ix'"II INIII;I;II1IIII^„pIIJ"I'�1I,i I'^�IjIC," "11111YId I�'' d gllu m� .'N ,I III IIIII ...IIIm ��I I vVII l N ull@J Ill,w^IIII wI,Mih,IfM111IIIII'llliYiiiIINVIIIVIVi6VIVMIVii IIIII iiili1111 VuuuV ^If n V,.H,n V'II�pµ ll,� � o I ��I�IIIII� !Pj'VIVIV' 'lolV^h I�IIIwI!Ij'II'.IV;YIMIIVI�I�I�II N''" "IIIIIVIm pp ldp'IYr ^ ,N,lely. Iqw!";IsrJIVgIY' 11 I1V lua",I II "V1 "" I1" 'llllllii"i",Ir uullwuuuui IIII IIIII Iuuu11V1�"IVV°;p1 jli,,ll,li'I ----•- --'IML..-..-..-..-.-- -- ---••- II IIVIN. V,;VMYIIIII�ii1i �Ill ':.NI,' ',!"MI11„I 1' II^' a, T' .. ";INIw;',,,I,,N•'°u; �uJV VV�IV,W; li?IIIIY!'""I,IIY'Ip'Ijirly�'llllllllllll I1I1I1I1I1I1I1111111111111111111 IIIIIIIIIII1111IIIIIIIIIIIllllllllH,-,,,ll I",Iv,,, 'Y'�Ili'!I,111 II„„ m1 tllp,� " 1,IIIIIII , '1u1i1"1o�"'n N NIIII u1u1111 ip '''il 'I : IIIII IvPlll!I'III •�'• IIII� I'Ii1'I' ,IIII%1ii1111'Nj 'IIII dl ',a!' ';11 tlN' 'MhIII'OII .IMlln �IAI�',IiiilIIII 'lin' "N,, �,Y.. ',III 0101 IllibllllVyI�l��������� d V M' oyIl111111 1111IIMu.{ IPI I III'�IHW""I ° "f�r ^ mll�r 'VIIIIIIUII� 111II II�0""'k,II M'J 'V111'...� IIIIII'IIwI�;0;;;,qp" 'III I'11, 'lllhlI IIIIIIII Iglu uIIIIIIIIIppppl0 I �'w!�"ml „IIL d�w L,;'I11V11 ''• �, ,II;,,,O'n., ,i!. "fll'ill, lllil.._._._.,.._._.d "_ I1PIP 1r11 IIIiwIIIwIIIIIVIIiiiii���IIIVIIIYnINIVIl i � ,III m l,wl l h LIII Ilgl " I'll uli'+lullwlul" uL. • 1101I^ Imllll NV!!pIIIId1N1iM"'IIIIIIII 911" 1 1000001 uNNN !IYN1I�Y^ _,' ;jll I'1 IISIJI;, rVl1,„yl' kV'lll`,,,„„„ o';y"111VWItl !"IV''r"IV"vapl„ d ulil�' .moulllVR V,V "11,r PIN( �, ulluuuuquul� 11h 'III' 'jljl"''Y� 11��';'�rrll'!^I°��ImIIIIIJII�NI�IIIIII .rl ..III;" !j,ijlljlY,llnl II "IIII .Ful u '^IIIII 'II,,I. IpMIw,IIJII LVwV^',AII'I''I I,IImN'IIIII,np,�CdYYII„I11i'd.d^'I r1'I I( .'_y_ �''ANII'_.... " ;!' IIIII g�puoId�'Ir!III IIIIIIN IIIIII"Illrh',;II�uL JI II„li^INI��I� WWII Iollll I'G p"�llg L.I III III ,,I„•, hlldii' +vIV Illrlo ll IIII ifl odl4„!'.I1 u,l� ,VpV, I�I�II IUIINI^! II. I�I�I,III' '�I I��'uulllill,11,,' II I,wIIIIIII�ImT !ill rl lhilll!lill I';'1111I 8!IlNlllill'"Ilud vMIIA'llI NIII,I,II YIIIIIII �hllllllllli!'III yY"liiw ' ml'lll^IIIIII 1m' ' a, ^ N,,, 1110, .II IINI1iiI11111111",I�Ii'1 IIII �11,,1 „IIg10 Iluu 1111uIIII i1Vi°� I91'V, 'IIIIIYII Y ^ "'N)w^ l"IIY'IM1"Vi „lIIIIII^"u.11 Ill�,�i��" rINI,V11I, u11V"11 !!!!!!1 ry�11u11 IIIIIIII^i1''I�ii� V I,loho • ',,, '00 I,IIIVI'PI ^,IIIIIN1 ollll, fu'I''"1ill� L.uo„ III' ����� IIVIIIIII^ill V Yiw v�r'I 'IIOIJmII 'IIII m ,, ILI III11nVIVv"II�'IIIiVII'IIIIIIVIIr IIIIII •11,III'W'I!"rl,' lllllllll!II�I' I 'v ':IIII 1 ,,,1' w'vl""v'ib W phIIIIIIQ I :111,,II14uuvl,,iNivlllylll ^NII11uN pl. 'I L. „. II ff""�� �' IIIII f 111� IIIII,!iVIA II w 111w IIIIII;,• '"a'';�III II II v1171 p,mllllmllllll�IIII"11�u!II II�, Ilulur �II��rY.II U1181111111II NIIII� II�V"'1""III ' plla uIMII,I� V I ^N1'II u a 1111pIA�ll,!laalllulnN' IIIIIIIIIIIII ml II''II I w'll l� II, " Il m 11u pV;1�lVllwl uuuiVwV a p',1i11d1j IINIIilih11,IV 11NIIIII N'llli ll. I1d1 ,' L II',i 1II�II IIIIIIINIIIIII �v o 1 ry NIIi II 'Iw;„ N1 mJIIIIIII p1ll I ul "'' 1 IN'' uM "III VM1� �N ll IIIII^I� „IIIffl p" �I �I II IIII,,,',,,, YI r I • - _.00'"s.:M IIII „" IIII' . '''Im' ?'' .IIII1IVIIIIIIo- III;11 I P '1Ir ' 10 u11 ' i ;a1 wl' �NI l,- »_ IIIIII II.III III YI ,..Mmp 1 Ill.v�"lo m lu F IIIIIIIIhI��,, .I ry.ar ry I IIIII 1u��IIII uuem II � �r 1111.N IIIII I I I I I � M I. u I I "V'vII I I I 1 u• IIII Imv,I�ll�I;W tivm l3m2 .,, IUI1111I� yI CV"i.; „„ M eu41 d II' II III. %/ Illlo' �,r' I III ' '�tl° " �n,�Il dl I,IL�I�, „IIIIP II �I nlluwly,Ill IIII II M HIII a II�� II.HI V V "'IM" �) 'M I I N� II�IIII III, fil!!!VIIII6uu11I0011111I1I11010;!f'!IIp'1"II'0111;11,I1p1: "III II j �01!!I'lll'dlll ��Ill�l�lliilt Iol�luLll„ IryVly^i!w^"" �IOi� p L p IIIIIIII Illrll;l II''II'iuuuuuull lllllllollllly' 1 II IIII v, IIII IIIIIUIIIIu,I,IIIII,wrI Illllilll!1111111191rII ,I„ I�A'� w:..:., ,��',1; -'.'.a'ka�.IV✓w'.+'�y ,!! YIYV'I'=1x111� IIII I,II,� �,4 1 l�iillj'ipldl,,ilrYlliiG;uil ljli'�IIII'd1;9!IliiilllN!Igi'II11P illolll •II ' / IIII ro I'I. P;!I �I'Ij1''I 11 �lllilu'II'Iv' I //' Ifi;' II Illy. hu�il!��M'IPIV^IIYIf1rlilllllllllllll11�11�11�11d1 !I mrauuulllll 1p!II^I 1��p!!!��I�ull 11111111I III ICI IIIIII, , IIIN III a 'lillllq II ��aw, I,,11 o1�I kIIIIvIM1,:Vlill@II V' II IIV IN II' ur II'1 I1 'II �� IoIINI 11tl'llld ,IlhIB9!'il'i�IY;,IINp";+I�IIIIQIQII„il��lhVllll,Ill^';j11i1'p�l'II I �IiI.1„I II',1I'q �Lllllll!''''IIP I �m h liolulp,��II, IIII_ • y III,IIIIII / I;I�I,II'�IIlllil!Y1iIIIIIIIIIIIIIII;Illlll - '•J""'---'�_-- "'111i II I I,Y, lll'V„'IVIIIII .111, " 1�III'I'�Ily61p'Vv'i„In'lII'1(IIIIII'Illlldl,llluulllll1,,,I,, Ilupll IV' Ilvl�r Ii„,I ",;�+'vII� dllN�V'III�6N"I'I iPII�I V IN'IIII'IINloilillllllllll;II 1111111"jlllld"Illiiil,lll,,:::„I1I�,IIIIr.Iul,Ip p�IIY'II�YV�'!10kII,�IVIIiPI�IuJl loll!Ih lllll'Yd'I„illy„„1 'i�l /" , �fIIV"� : iIYI�II!IIw111111'IIIII�III,,III„„1,N,„IIvIIIIIIrII!II'I IIIII ji0 IIIIII�III III h„I Y',,IIIIIo I'll ll VI rll4l" ..VIII�, , „ II jl';!uM"IN!lum IPNPN!'YIIII!gI911„Ilgl'IIIJII,IIV111111IVmiim glll' IIIIIII Wl al��l I�w POIPIId'IIIIIII,V'!'illi�1111V1111Ijljl ", 11;' w"^mIoIIIIIIIIIµ•ulI IIIII "�I� up 11� m '1" IIIII n,,l , L M I'd;II'II�uIk�I ^,tl IgV'twlwlNmNluuyll 91r�r��III II'VI,;,;I�I III IL,,„ rd'no Ilr y�„I, 1111u�llµo,y a.unn.ill IILIi �„INu•u,," .'MolVlll��„II'uNIp11 Mwl,II1I'11u1lI �,uIvIVINL�mvwNo,uuwlllul,, II„.Iuu®ygy4NW1uuIV„IVllplVlllV" m � � -61 W a II� - -. I�'ulB nvo'M 1 MI • wu' IJl .III IyI1111111(IIIIII 1 I. r,e.�., bLELI'NI'ONOWHOM'3Y:Id SINVd M9N ZbZ9 ol+iwa rvoaa 'Jr NOIlOf H1VNOO NV❑NN Vb SI139 o oNonx is ssz.rows dvNbarvi ,w IIIJONVI 3Y:Id SINVd NON NI- isiaisia AasiiNvs o,3Lns AHdV2iOOd01 OZOZ INN 6(0 -M31/�SVAO OIlS - irvioda3irv33 aas� -- ..,,,,..,-n-31na3s d-as sir I R z \ram\\\' \ \,C.\.. ; \' m l � -;. � - yr ^k\ Yl C-1 z- � qI ' ic Ill ,i1 \ \-r- .*ar '- �� Y t y a" o s "�6' ` 'o7.74'; ''''''1,11'6411::'1 ''':,';','''',A,,,,,-.!„,', ,a '�P 7,.ix' )6',.,::,r6..) `).(._\ :- \j',), , 1�''yy,\ 1 kg ',iii 1 i LI \'"), ,, IN 1 ', '" mil, A?to y' . r� � , , \� ,,, ` „, , P .� � 1, Ir —-,-—-' --' i'_ 2,t1-,"'''''" "-'''';f-"4:':-'11,1-1"7?).11,,,-/--- ':$ , -.,,,,-- ---,-----,_--_,,-.e'',,:,,i,,:,„,..‹,-„,,:, 1\kl''f''',','‘'''‘i2:,)'',')''',): '''-:.;:". .(' Mi.:',',1 ,4',Y i, 5 1 3 �� C,M e ^� -.<-,- --- ',I r.',,, ..;," I,,-; \ 2 - � � { �' S'^'\ ' � ,;p **..�� Fgyx, I ;, 'r ' ,,� ' fi^, . �y _J / r4 � h :I' Ii 'r Y,l- .,,� ; Y 1\ i ii, ;s%...,Hiik:--,S,„ d'''.',VVt,,, '',<:4-s,, -1:##''''''0,' '''''',7t-'1'-i7,47-7-4:-, ,i,7-,..-:-.4i-e.,:,,:s-,LL, ,..,,k;,.;=4.,,,,444:74.,, t,,,,-;c :,',,:',,,,,:,*,:-, , '/7r," 1- ':'t'' Ok) ''','':(,Y:::''',:,•!:'''' ''.!,,,)11,''',,,i.:,,r,,,,,,,,,,,,:,,i,(s,:(/,,i,,,e,:,,,, _-_-:::--- __:,41.1_,_,_:,=.=rav,..,___.. .,,,,,,&,,,,,,,yz-,327 ,1,,,,,,,,,5;‘,4,.,;,,,,,e..<,,,,. N,,,,,,,,:., zy,„::,...,,,,,41,N,,,i,,,,,;,„10,,:,,,,,,ki),,,,q,,„,,,:,..?1 Ii.ifit 1.,,,i;,="1,:i_,14,3::4,Liii-:-__-_-__-__ :5=4,47f*:,,,44,Li.-:,44,7-:,-i,..,.,,,,, )1,/, ( ›,„ kk k_kkoat„,kkti,;,kk_ „ittot, ,-- ----' k -“ kkkkakkk `44..4"7-§7:.. '...',7:7;i:,'''';,:,,40)°,,,,,,,o r fi _\ \, , l, ' ssf J ' I ; II ' as xva bLELb NI'ONOWHOIN'3Y�Id SINVd M3N ZbZS — 'niaru'arvo�vrvoia a .„ ���' NOIlOf N1SNOO 84 ONV Vb Sll30 '"""is ,,,,,s 'SON lIIiONtlI 3Y�Id SI21Vd M3N _ i�ieisia na.iirvvs o�3Lns SNOI110N00 ONI151X3 dai o ee e D.awPnx oa Sao a3,a as.ie r ' ,,, arm„/i//r ),. .2 x � fNJ31 F /r Jaai � 1 A -,-..\..-›\.,,-, 7\,\•-.".-,-7•4)•7'„ .1-\-))),)7 / ' oa )' x --g.....1g,r\IT\v.)mr-\ ;,,:„'„4,f,:"0„,,i,/),; 2:„7;;"e,)•‘;:4:,1&;):/4„:t'7,,';'1,,,,t'.,./0,„/,/,''C4"'•1,,),,,i•C:•::'//:,.7C:/r,i,"C,//)/,,,C/1,,/,•,,q:e7:7i � -,J� 7 ar i r aiarara.2;,;,.;„,,,,;XC:,,g'„r/L:1.-t2.tt'I./t,'..„F',.I"N.„•z-aa:./:-,,//z±„raaaiao ...,.,/,:,;„,,,/, „ A ;'Vr fji fOg ://::.,,/z,,,//,7',,//t,t,„/.":f)/;1,'/)•/•.4/,'„c;/,c///:)„c//,//,/",„',//„:/,,,/,,.:„,,c„.,5,../, ra i //Old ,--,»/-,--,‘•",-•./,.,/.-'„•.,.•,.,s•:•.•r,'r,'.',.„'''•-•'-::•'::'.„-•,'.'-.•••,''•\,•c,•/•„.'<r/c•i•.,,-,\/,,.,.,4,:—_'„,-:''„.-„-.--.•.7-.-.,1---N':„7::-„7,•/:-.'••-t'•''„ -''.._'..'..:„›-____•._••„-•_••7s'"-••--:•/-:.:,-,‹-,,-',','7,,4,'.-.,_4.-:,-,„._:>&•,,.,,-„.t„..,-.,„•-.•,•-.•„.•.-,•-„,„•/:1•„.,••,.-•.•/,„',„-'•s-•.,-.•-•••, Jr „ A y . • . \ \ poi ., 3„3d s r • •':', 1,!,,,• ri' ,,:::::!/•.•'•/t•3?r,„:15,,r/rt ft tt ti•t///itt: /,/,",",,,,,,,,-- Icif ///////////////� 1. A� 1 / � "as ,i iI :,:"-r:iir•ri:•ei,,,,,,,,•„-,r„•••,,)„,":.4:0•••-•7,-,_"7,-„t ,,,,,,,,,,,,/,/,„„„ '' ' rr://://t a' '1'' ''''''',''''''';':'\'''''A'' 'H ' '',, 11,-',1-1',,tOl'''':','f'C'$,„„i •mi,:,/,,,,,,,,,,, ,t, .), ,r,, ,/� ,/oa0000a , 1 {{ 1 1 nd � Jii a �,\x , f f 44;,ci„ / i` s° ,�s l� / asstt, ...ry „, t//J / 4 ." .6 gg ' ;111)),);)-)1)'4) '',4ril,):4y!,0))4,0' . :e/4-f„.%.4).;r1-747;;;,)5,i,,„.v6)/, aaiaa r'I !' :' ''''.4/''''';''''''''fi:14iiijiA,?7,,:;Y/ ''/-/4',.'i''::;',:?:',:f;11:::.;t:,;',;/////Z/?: ,_f'i',;;;<;:1 11 a ' orrrrr� r y -s � °, ,,,,,,,, :y••,/ /-.-4::,_,,,:;:•':•:/r/rir,,-4„4„/,',):37r,z,,",,,r,•:/;',„1,•,,4',/:(/,ttrro:r:',",irrr,r,,,,,•:•:::,,:irttr//::!,./,,,rrt:/,::::::::::„/„,t•tri://:4:rir/rr/it//:/.:4;trobr:: ,I,::::,,,,,,,Ar, • / R i i a s xv3 bLELb NI'ONOWHOIN'ANId SINVd MAN ZtI N - — 'nlaru'arvolvrvola a oud ,J, NOIJ OIla1SNOO 940NV Vb 1130 allo+unia scor Nl s b1ON 11I30NVl 3YIId SINVd NON _ i�leisla na.ilrvvs o�3Lns SaOVNO 30VADEINS HANI1 awPnioau,33:3_13.3,3 oa_ie • rrr / i\/% g1%� ,b ,i on w ,\ / , rill ' �A /'// ,.!rrr// // o �v3k i L/ I J / d 3dax.t�"'7, " ® 11' �,"'^ 1 //,/ %j 15. 7 7 raj'' 4:. ;/../...//z/z/z/z/zz :,.:,„,,,:;/,/,/,/,;;:/;,..;;;,, -a�. \\ Y ,11 ill} III � .\\;, `�*‘ \ \ f 31,1 /. r = I I �l i� � � ���i j � � ',0 'f �'i 'a�I 1 �z�1 1 �` a aorrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrdi' I �l{ "III iliii,Il I ',', '' I ,:/' „:,,,,,,. ,,,• // a V / rr.t o.�� 11 � Avi� A' lit 11d, i�� ,�,1�������1• � • .,�,. I' ljt• . V`�� ., 11�t\i�ll\ �, ^1 I + rii / 1 �..,, ///% 4 � it \�� 1 0 �� ' .. � , 1 r �_ �I � ICJ i %� I �G//�,r�y1� ; 1 ''' -', ------------ ',',''''',/,11)H1,--„'„„L•11 \ '7.- ),,1 "\\LI: 1. '' , ., , II .I'''6'1,1 ',1111,..''' '''''''"11- '• [' ' f� ,.x f oil\\\' \ � Wf1/ IJ I I ( Ii roo . riiioiir i ro 7 ' '.; 11,H11,f'1V10,1 ). 1/ , \ 0' '''• --1,/,, , P,$1,11\\'1:1., ( ", y, :',1I1';'].;1• 11'10';'LLII;L: /,i:/f a • a "/ j r �� I � / i m' I I I I II II iIA Y9� �Jl l f e,.�' „,,, , l / IIII1I1 i ,, i au.,,,,,...„,„„.,, , y •I 1 I I1I ' ,,,, ,.A ") � )\ l ll I a , , , ,. „ , . 1\ � \ \/ II l l I I�� .', \ '' J Iu h Ill If IL' 717! ' z:A1s, - 7;1ir 1 t(/‘,////li,;,;-,,7I I � x / / hi IIl\\ 1.11At 1 i,,,,,,,, ,,,,,, ,,, i,, 1,,,t,,,,,,,,,/4,„.-,,,,- 7 , h ` {,.. vHd ) � 0 ,,- \ _ _ [/ . ,3SVHd C / ,�II IIIII1iilIIl I 1J=�l ', , , „„t \, 1 /1 : 034 1 illi 10 roi.irrirri> 1 1 j f v Ai! 0A�III �� � rrr4\ � J , �' I I1 I II 1 r � l ,5 V/ IIiI�IIt�II I, , i 1 ��I� luu , ," df �� I 1 III, I � � , t�d ^" � - , ,� I + � � ,, , r ,i / r4o ,� �II 1I IIIf:�,,10 - . 0\ ____ / ,/ );Iii.),)liti,,;,,,.0i i ,,„,,i,,,,,K,,,..2„,./.(,,,,i.,!,:,.,„z,,,,,,,/,,„.,,,,,,„,,,, ,,,,„; .t.,,,,r„„:„.„,,,, ,,,,.. 391330 .. 'III �. I '. • {� r� In � ,., .. \ f \ iII Illy ' 1 ,, 11,��rn"' .1H I�, � .....e -•L @�,i '4��J� Ia ;J� �f'��� � /� „f ,rd ., '1 .7""':-;:- •• i'lr''''''':iy01:V1411.F1,T:1/11'1',1,1.,11,0%(,,1,aig,11,1r1f1," /,.,"/,;ifif...,..,;;, r ,---- ti, li '1,,. .., ,,___1 ../ -- --'''''':-::::---::'-11-11 :,,r:!,:-;;ZI;;;:::''K4, 7, „,11'''''ii6,-,f l'i',::,,i1.,,,t#,://Y):4/1'/.11,,t),::',',::',/,',1,..,„,/',/ ,:;//,/,/,tfi.,zi,,,, ,/iii<zii:/./,/,-, / E rio� i .C-' ' ' . , , //: ._._:,, .., as xvu bLELb NI'ONOWHOIN'3Y�Id SINVd M3N - — 'niaru'arvo�vrvoia oud ���� NOIlOfN1SNOO 84 ONV Vb SllZbZS 30 ,/a allo+unia scor"�s b1ON 11IdONVI 3YIId SINVd NON N- _ i�ie/sia na./irvvs o�3Lns S30V210 213NI1 JO d01 awPn/oa goo-��:3_ina3,a oa_ie ,-/, 1, '‘\ - 7,_--,),,., it,'';',P7e,4"?'';',',/'''-','";”,,,,,,,,,'4,0,',/,',2',;:,:::V/,,4 "7,7,7,Z1::: , „, �_,_r�_ of ax _ �'itt 4N3J � " , v 1� i u� 1 /,rl/i ,, j ). .():‘• .';),L--- -- N :t',1.:'..--7),-: s , ,, ': ' "'";;.1/;', /,;•.%:.,II,.,'z";41V/I';';;";4I4// ';',,,,,,,„;';',„„44;;;;,/,;;;; ; ;;.;/'.V3',44 3 �l� „o ''' 1 / ' :'''''';IIIIIII/4If4/II/42 /42:,;444;',',/itiittJ0,,;)//,:///;/,,/:/;/::::s \,,,,\,,, ,II'\,,f,,,,,,,:,,,.,,,:,,,,,\:..,,,,;,...',,,,,II 1':IL,,,,,,, I'I 1,,,,:,1,1,,,:,,i,,,,,,,,,i '11' % /I �� ;//:;..:11,,,,,,',)!4:/!,:fioi:Hr:,,,,i:::::::::::/:,,,/J:J4:z441,;17::4;,;:t:4;,,,z;/4,,/,,i,;:i///1!;:/:',:?:%,,,,,!%,,,,::::4:4;z:/::///:;11,>/:/::::::///,://;;::://,,,,,/,::::/,,,,,,,/e,,./,,,/;:,;:•,;/:,/,,://,:::,:: 4j.-1 'f-41, ''' '', ' 4; ' \ \ ,\ $ IL!IL1Itl. I, 1 !','r r ��i '44 -/o iml, o r ./ ;V. i // ,nw1i ����� Ill J ) i '',;;;;;/::,,,,,,,,,,;; ;;;;;,,,,,,::::, ....///////,b0p,,,,,, lv 1/4. r ( '' i \ r its ,� e` 'J,,, 1IlU N/ ��, r %s .aaa l m d o.. �s s i 1�,ZN,�S V�Hd IIv\ t 111 Js r ci, �;, 'I,- ,A ) , )•� (/ 3SVHdk i!7:',7777::, : 7,7 : :: :: i 7"— /77_,, 77! , , ' ," ,7,7" ', ‘,HI t //7 l'AT ti7/7177rK(77,7777,777-14,//2,7)/'77777717777;AAA1 �111 <''''' ';'''';' 7------7„,:-'''''s \i') ' '.., / :- 1/' , ' : ';';1,::,:,',I;; ' ',„ !.' ,„ !:,„'„„,,,,:;,,,,,,:oz,„,',::',,:::',,;:,;',,f,,,/„;„:1',',42 ,,:,',,,:17;:::',,,!„!::71. ,'„': ::',/i:::;7"it""':::/:"'''''';'/C:::II7;::::44Z1"././,„„„„77„,, /:::: '\' ' ss,_ s( *,,,,,, ,,,,ss,s,,,,:,,„( (,,,,s , s,siis:_piszi,swom,02assfy,s',,s,,sfsts(s,s'',,,,;';,,,/,<;::„.,,,,t2t: i: ;,,1 / ,i -J' as If 1,LELb NI'ONOINHORI'3NId SINVd NON ZtZS - — 'niaru'arvo�vrvoia a oud � 00 11IdONVI 3Id SINVd NON � NOIlOfN1SNOO 84 ONV Vb Sll30 ,,a allo+unia scor"�s b1ON )I _ i�ieisia na.iirvvs 0,3Lns I NVId`ONIdld ll30 V ° ��9 is 1V A oa3da w. • „ r VNAdA4,1,;(///7X;;;e:Vg7/;;Gleirl,°;',11;11°:, '''r'''''''''MH'71.1r= 4 sa .( �oa3aa�u,� l \' / J(/ //\ tr/ 0. • \fir pg / W a " ' \I , Ill• ll .• porl,.qlfr: I I I !/ / ' 7- ' ,: ' „ ' ' ' 1 • 0 i 'w,',:, ;4".":",,,,/,,,,,,ci,:ww,,,,,,,,e/..„-,/ •,.•:,„/„:„. III 0 :/./..'1/.,..,//''',1;;;,t'''''''''',,,;i'',:/57-y,i'/'/:''''''''6''''''''':.','•:;;;;;.:.:,1:11,1,':: sr• oss,r lv v - s idol e' ; ' '1 ' /I i; ;; 1 ' /1"1,1.;"';1'1: :,"' 1'", "1"1. ;"41+� i „� ry i. I,No \ �� ,;\� ' I„ ,\ i 7 / 1i�/. f" \ / II i i, Z3SVH 0 '0.i \� i F ((1 .•::•.•••::.::,.,::1'.,j ,••,„:,:2•°°• : 1°,„,::„,2:2:2,22:2,,:,::: :,,\:',j,1 j 2 :,,i.2 j \ )1 j j )::.°,1 1 ,,,,,,,,,,,,De„,,,,el\gj \:./7:::°,2„sj,,,,\°2/‘,jj i'„:::,jjj„:,j j„j:j j Ij1:1,',0i,G1,!,:ii,:;;:',.:,,,,,;;;„,,,;,/:.ejelj;Gljj;,::?;,7°,ili Gl°,/,:;;G:/fjj jj!:;10,,,,j,j:///:,,;:,./:1,, , (' ',1,' 111111110 1:iiie:::',1,,,•';':,:ii:jiff7:::;;;:.,,:lij:/i°,:,,i4;:,•;,,,2•,)1j:4;,:i l sear 'A''' . .""—•"":"'•"•' •""" :"'"""""••'• ""••: i"• /1--- " ' ' "":' 1, i:/7:"1 ' ' ".:• ""A:A:"Tji1„1::":"11'":"A",1!"/":":'!„7",:ij,"""';"'"Z$;„:':''''e":„4"•"%"%/4,:50•'''''''/,,,,,„, :::" k r 1 111, 1 ''':'3::';''''''''''''''''‹A.. ;;:.,•••; -----; .:2"j''..\1:•;:.j)j il:j li /• : :i:2°,„,,.:°;2',..,q1iitiff'',":t4,$eill,;77;;;;&;;;;Pjf':'''''''''„:'/:':'::";' .. _• • T a' 4.. �t�S� 1 0 �f� L f 'is • '• 1 ,[1 /••:[1--------- r'-'["'';''11."72'-_[-J[1 ,44:1..'''!•1:1: ;/.: ,7?..:[„:[ritii411ty[P•1!/•[1,.'[14. ['''/:•V'4'. :[" [!%[[;4;tii;[[;;;;;;;;;4//,/,',/,',/,',/,;,', / ,. ---- / -0/„g,1;ift,i;',''')„k:,))), '),,,/,',,'"))))))))))))))))401) i) '\1 i *.�,�� / j ii • I / 1,LELb NI'ONOINHOIN'3NId SINVd MAN ZbZS - — niaru'arv01,11 1a a xv3 oud ,J, NOIIOf N1SNOO 84YIId SINVd ONV Vb S11M3N 30 ,/a allo+unia scor"�s b1ON 11IdONVI 3 _ ,33Lns S30V21`J 21AV1 3ONIV21O 31VHOVl d0 d01 0) swan/edam,.,71:3_1Ad,a,a_d, i , I tccttc c c\ i 1. ON3031 ... \ ' ''.-.141116 ' ' 'C'. ------- --^ .----------) ( /:,:'''''\ %'%f l ,,,.,.. ., : ,., „3,aa.2," , — fir' ��/� i / t / � 1 aiaiiaoai0iai0a,0o. 0a00i0a0io000//,/0 III � o----- ..I } � Jc ofp /J l / ' i /! /q )i 1 aa/i ,01 i fff / '� )�v� 1 r ;ll of �iiii i eo„3o 1 l�r - olio oo//� r a3a „tn' y lit jrfr 1 i ooi 11f flf if 1'3't1 rUk / mi i l j1 i 't,,f\I c:/ / / Itttttt""7ttet'tttttct,7,.c.tc,c,,, n \\,- -_.- -_:.:Tc7--- 1..y:-.- . . . . ' '',t' , , jai f)� j I __ , , , _.,..,_,...„„,..,„„.,„„,.. , 1 '>l � 1 j is it r z�,-- a „„ i ''' ,,,, „,.„,- , „,,_,o,„:; , ,:,,,,,s„,,F,„,,,, , \ 1 , , 11 r 1 Z3SVHd ,� �\ io/o �' l3SVHd 1 1 1 `d jiffy(li � � �, %/�o� ' ''' '1,/,;(0,;;,-;,'://f// /1( - ,,,/././..,,,,/ '+),, I .../1 .4./ / "// , 4,7/-, ,,„--'''''' 7 i I„ 1 ...)1 1\ r ,,, ''''',,,,,,/,:'15','::::',!'",r23.,;;;;; ;/1- / J///''' A/')if I 'J lit '''',,,,'''''''''", -/'''/ '-//i ,,,,/,/-, „„ 'A, ; \ _. ,,,,,,______ _ / �% iif 't ; t eBor / ���f{ 1 �f� / f 3in3�a ��u I, A i f \ ', L,1 i / / ', ' 1 ' ' ' ' '''"'” / ''', //1,,e,/A7 ,;:;, 'ss/,/,/,/,/,/, ;/„,1 i 1 i //I fj,i' i't 14: if T zi(,,/,'T',',,\,ii,„,/',:lt::1/12://1)/111///1,71/1-/:=•(/,,,,,i,,,,,li:::,)/y:::,,,,:::,!:;,,,,,'/J,,,;;;.i,;7,;;,,'/:„/;,;:://!;;i5/ti:/01,,,,,,,,::,///,://i/i/z/!;/:;/:;/:;/:;/://://!//! 7 bLELb NI'ONOINHOI2J'3YNId SINVd M9N ZbZN �lasleva rvl3�N asz 5Nls ' NOIi OflH1SN0o840NN Vb Sll39 Q ., avNbaw ���,w 11130NV1 3Y�Id SI21Vd NON ialeisla r,asilNvs oNonuula iNloaa3i�N3�Lns 8 ONNS SNOIIO3S-SNOI.O35550210 ONI2133NION3 -,a226, B ao.eun P.o � �/ Nollvn�a� ( 6' \ g / L A,,,..::'-' f wisiii g"........ � giggl,frgg � :,,,4:07,:-.,,,tort't.' " ; i " F :41rggh'ggg:ggg)» - `"' 1 " Jlrff � " v8 d � a,. tig r , f �` '. -.Y ie. ,gg . °v' 1Ty// ., � : i c tlmy' Z S �y r"' '' i '' f (,�� "`w,,, s p,,h,. j//1 ',,,„,,,,,I,',..,,,,,,,' ......v-�;,, L.f:;,:.,rrl,.a,�rs....:. .f........... .,{.�,1 :•,,11 . t.i1.r,3........r,i... ;,<., X NOIlVn3-13 • / • s il if E • W° y ILI•• 1.10I1W.373 1.10I1,.313 i'LELI'NI'ONOWHOIN )IId SINVd M9N Zt N �iaseva rvl3N asz rows ' NOI101?isNO0840NV Vb Sl130 dvrvbarvi � 1113ONV1 3)IId SINVd NON % - i�iaisia,,asiirvvs orvonixaa o�3Lns 3113021dONS NVId-3dId NOISSIWSNV21131VHOV31 f 0„,_J ,. w 1 �� .L N\ + 10 . rvoiivn�a 8 0ILI "0 8 ro.,, iw,o »oiiaw�v 1ad„vvs:,Hi.:i Lu k , 4. ,,a .,as a , ~ rd� 0 . ,E:, F azm n t t 4d 4Z v. , , ,_. ,,2 'ww\�, a i• i,.., g 3 y 'xu''''''e. • • ( 7 g hill !g! Fig' ! 1J v p e 1 a o • LL - e o � 6 Yr ' • d gfl �w� ,so> Z go w�oa°as o_ w. !0. i' =w 5 �� V5552 52 (c ()). / (5„-, 5,, Y amh N CO exm bLELb NI'ONOINHOM'3YIId SINVd M9N ZbZS - — M NOlOfH1VNOO NV(INN N Vb 31130 (V s vNMaw IIIJONVISINVd NON i,eisa Aa aia .3L5 S1IV130 • iN oda3 7 w= - o L1a g.x 41, a 4`a lg .44 X gg O MI w fLI 41106,‘ o7, `4 e ;LI ,11\ 11.1111PN c. ,r-lArAl r1.7_14-.,—., :1,1 illy ,,;: I Li '" dijf°- i3 x = o \ ,; < o a I '— =-1 % L atnLL =_ w 3 w3 .ak N@ • N. y 4 . ..s \ �,,`a , 'ac 9 d mwelsorti .imisimme IN U { O O A l /` C zF � sw • i /1371—t U t o d \ L. rc� O H N O O N d ~' � h Q Q NNN m 3 O NO Ct �U' K 3 N row 0 r K w 1 O O t v,� � Z x t i t a zW wII u z p O 4. - E id - :o!�p o of exm bLELb NI'ONOWHOM'3Y�Id SINVd M3N Zt N s vNMaw NOIlOfH1SNOO NV(INN Vb S1130 CY) 11I50NV1 SI21Vd M3N i�aisa Aa aia 1.3Lns S1IV134 - - ..�w�.n_n 3ana3�d:;a�.,ir ao�.�.�.° Yp t° 5 L. w 1i.ie ail w 3 — ° / s yyy �� x ' a.,H a�ics ° L r 0 3 L 3 r 3 rN° H 3 �ee // W ro �X Q F W K 1—' G _1$ s ° 3 fo so i= C L w- C ,988 m V P®B. b o f `\ . z \ 1=1'7' F 5 99 88 r ;�j I—t_{ 3 0°. O ~� e�., bLELb NI'O NOINHOM'3YIId W~.S INV M d M9N ZbZSxm NOlON21SNOO 84 ONV Vb 31139 s NMa vw 11IJONVlSI2Vd M3N i,aisa Aa aia yLss SlIV130 ..,w�.n_na3iaNn oaadair ao. „ a \ - 5,1 O `S 5 51- w: U U O UJ 0 '' w 011WL LaiW = Q W ii I ll a y ,c 4 ., . , t ZO , . z W L H Q r U os m i V o N / 41, / "',,,55 .55 `,,5,''-2 5'51 '''.' °3 C Y a� ° �f \\ O K . .e m � $ �1I C fi w _ O r O Lu Z Q O U UQ ux W W 0 w ❑ zm Illll111111f 1116g _ 0. y s a L.,'a x t :i ./ _ 3 5 L .. 0 — g y bLELb NI ONOINH011'3>Ild SIlVd MgN Z4ZS .,. NO1101l?,11SNO0 8.17 ONV Vb 31139 LO 111JONV1S1HVd M3N .._ I SlIV13,3 .., • , .• , ' c. .1, ,,.,', 1 ‘- ,s ' ' . z , -I-3 , 1 w. - . I ' o LLI, i a 5 e 5 : I = ' 9 3 3 3 •i 1 LL-c,L;, ! LffiL 5 t , 33 5 1 ffiE'L = ! 32 'ffi. ffi' L, ffi 22 5 E , . w i 4Mla <4 °' 1— e , 2 1 .. o .' co z ° . , g'l 3 2 0 3 lia , cl/ , 2._ !ffi'd F Lffi 3 ,. ,'•`!-! 2 Li iffiLi 5 3 . 335 3 LiL3 54E. • ' LT o,LiL', 5", ffiL',Lffi : N ,_,,,, 'Li :L'i ffii, !Li 3i i,-L'i NM, -ffiLi ffii 5 L-3, '. .. 3, , ;,\404ii, (:! '' ' 1 ,,..,. ! 2 1 j <, \Ayk - Ai— !L''L L!i i—' 0 Qi..., ,r di* :1,,i „0 0 >0 ,„ ! l , < i_. , I 0 L,2, iri& .\,7_,,,,, 1 1 ffid L. ffi, isil 1•Vir °L,' r; q • 1 „, c LL..,,g . IME I 'i',',] , '',2,1 :' ..;,, 'ffi i ,ffi ffi 3 i ''tjiL N . .!-L -:,:iiLi ' ' p, !LL' ,,,!1! 0 iffi ;LL,i 1!ffiL! 1- ' } } ) ® ƒ co / aFir 0 \ f 7 J % ? ƒ C n- / ) CD PI / a* CO u) / -n . CD ® a . 0 m m E a Zr 0. C 4 a 0 En ( / 0 A 0 / -2 / # / 0 ( > 73 2 m / a / ® g COPO m M / H \ a k / , \/ { o o ) ( ! { EXHIBIT£-Page 1a 40 ( CONT'01 ,14-CTOR'S BUD FOR PUBLIC WORK ~ FORM 96 State Form sm1*(R2/o-1q/Form w(Revised umm Prescribed by State Board of Accounts | PART (To be completed for a0 bids. F9000m type urprint) Dmba (month, day, year): October 2021 ' 1. Governmental Unit(Owner): Richmond Sanitary District 2. County : vvuyno 3. Bidder(Firm): Turner Contracting Incorporated Address: 8O01OthSt. � City/Shat Bedford,� . |N47421 4. Telephone Number: 812-834'5354 S. Agent of Bidder(if applivab : N/4 � Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete the public works project of New Paris Pike Landfill Cells 4A &4B and Leachate Transmission Line Construction (Governmental Unit)in accordance with plans and specifications prepared by /g'C Group Services and dated 09/30/2020 for the sum nf / ° « / thousand hundred / ^m/ �sixty-three � 3,161,197.63 Three million ""° "�«^"°,°" °'°" ""'' ��", , � The undersigned further agrees to furnish a bond or certified check with this bid for an amount specified in the notice of the letting. If altemative bids apply, the undersigned submits a proposal for each in accordance with the notice. Any addendums attached will be specifically referenced at the applicable page. If additional units of material included in the contract are needod, the nnat of units must be the same as that shown in the original contract if accepted by the governmental unit. If the bid is to be awarded on e unit basis, the itemization of the units shall be shown ono separate attachment. The contractor and his oubcnntraotona, if any, shall not discriminate against or intimidate any omp|oyem, or applicant for employment, to be employed in the performance of this contraot, with respect to any nnaMar directly or indirectly ro|obad to employment because of rone, religion, co|or, sex, national origin or ancestry. Breach of this covenant may be regarded mnm material breach of the contract. CERTIFICATION OF USE OF UNITED STATES STEEL PRODUCTS (If applicable) |, the undersigned bidder or agent as o contractor on m public works project, understand my statutory obligation to use steel products made in the United Stmhyn (|.O. 5'18'8'2). | hereby certify that | and all subcontractors employed by me for this project will use U.S. oUae| products on this project if awarded. | understand that violations hereunder may result in forfeiture of contractual payments. sxn|o|T'o' Page uof4o ACCEPTANCE The above bid is accepted this day of . . subject to the following conditions: � Contracting Authority Members: ' | � PARTU (For projects of$Y5O00Onr more-IC36-1-Y2-4) Governmental Unit: Richmond Sanitary District Bidder(Firm) � Turner Contnactin0 |ncorputed 1O/11/2O21 Date (month, day, year): These statements tobe submitted under oath by each bidder with and mna part of his bid. Attach additional pages for each section moneeded. SECTION | EXPERIENCE QUESTIONNAIRE 1. What public works projects has your organization completed for the period of one(1)year prior to the date of the current bid? Completion Contract Amount C|amoofVVnrk Oahe Name and Address ofOwner _- - 400'000.00 "^~"�0^��~'^~~"gg*^^^~"-,^ Ju|y2O21 8radmadmw'Unud.mmdow@mmpko.com 547,000.00 Replacement u Final Cap=landfill 3014 Bob West'muon.we»t@uuzzivnxmmuom.p,m 10.500.000-00 c01 development mexcavation Phase 1. 3021 jnhn.buUer@runnpke.nonn 2. What public works projects are now in process of construction by your organization? Expected Contract Amount Class nfWork Completion Name and Address ofOwner Ootm _ 541.412.00 Landfill Cell Cap 2/28/22 otyw Glasgow Landfill,,,6c Public Square,Glasgow,x, 220.025.00 Reo|nnnelion 12/31/21 . Indiana Dept Natural Resources, Room mwur *uuvv Washington oT.Indianapolis,|w4suo4 sxn|o|T'o' Page oof4o 3. Have you ever failed bu complete any work awarded hoyou? No If so, where and why? N/A \ � 4. List references from private firms for which you have performed work. John Butler' Flunnpke {}incinnsti 512'623-0534 James Adams - Runnpke Cincinnati 41S-3O5-21OU � Adrian Caballero ' Waste Management 317'230-47O7 SECTION || PLAN AND EQUIPMENT QUESTIONNAIRE 1. Explain your plan or layout for performing proposed work. (Examples could include m narrative ofwhen you could begin work, complete the project, number of workers, etc. and any other information which you believe would enable the governmental unit to consider your b/d) Turner Contracting Inc. will begin the project inNovmmberefternaceivingtheNodcetoPrnceed. We will focus on ancillary items in preparation earthwork beginning in April 2022, The Project will be completed prior to August 31, 2022. 2. Please list the names and addresses of all subcontractors (i.e. persons or firms outside your own firm who have performed part of the work)that you have used on public works projects during the past five (5) years along with o brief description of the work done by each subcontractor. sxn|BIT'o' Page 4m4o 3. |f you intend to sublet any portion of the work, ubatethenmmaondaddreomofoochouboonbmctor, equipment to be used by the subcontractor, and whether you will require a bond. However, if you are unable to currently provide a listing, please understand a listing must be provided prior to contract approval. Until the completion of the proposed project, you are under a continuing obligation to immediately notify the governmental unit in the event that you subsequently determine that you will use a subcontractor on the proposed project. Chesapeake Containment Systems Inc, 2600'D8a|iobury Hvvy, Statesville, NC28677 � | Specialties Company, 9350 E30thST, Indianapolis, |N40229 � 4. What equipment do you have available to use for the proposed project? Any equipment Uobo used by subcontractors may also bo required bmbe listed hy the governmental unit. Articulated Haul Trucks 4O'45ton, Smooth drum rollers, nhmopsfoot compactors,wheel |uedem, tractor and disc akidstee/. water truck, 117k class excavators 5. Have you entered into contracts or received offers for all materials which substantiate the prices used in preparing your proposal? If not, please explain the rationale used which would corroborate the prices listed. Yes, with the exception offuel. VVe will attempt to hedge fuel upon award. SECTION III CONTRACTOR'S FINANCIAL STATEMENT Attachment of bidder's financial statement is mandatory. Any bid submitted without said financial statement oa required by statute shall thereby bm rendered invalid. The financial statement provided hereunder ho the governing body awarding the contract must be specific enough in detail so that said governing body can make a proper determination of the bidder's capability for completing the project if awarded. sxn|o|T'o' Page aof4o TURNER CONTRACTING, INC Financial Report December 31, 2020 and 2019 EXHIBIT'B -Page 6 of 40 CONTENTS Independent Auditor's Report Page 2 Financial Statements: Balance Sheets 4 Statements of Income (Loss) 5 Statements of Changes in Shareholder's Equity 6 Statements of Cash Flows 7 Notes to Financial Statements 8 EXHIBIT'B -Page 7 of 40 INDEPENDENT AUDITOR'S REPORT To the Shareholder Turner Contracting, Inc. Report on the Financial Statements ;,SHYMANSKI We have audited the accompanying financial statements of Turner Contracting, & COMPANY, P.S.C. Inc., which comprise the balance sheets as of December 31, 2020 and 2019, the related statements of income (loss), changes in shareholder's equity, and cash flows for the years then ended, and the related notes to the financial statements. Cun,tilLant‘, 21 SE Third Street,Suite 500 Management's Responsibility for the Financial Statements P.O. Brix 3677 an,,‘ille,IN 47715-3677 Management is responsible for the preparation and fair presentation of these (512)464-9161 financial statements in accordance with accounting principles generally accepted Fax(812)465-7811 in the United States of America; this includes the design, implementation, and 545 S.Third Street,Suite 10 maintenance of internal control relevant to the preparation and fair presentation of Louisville, KY 40202-1935 financial statements that are free from material misstatement, whether due to fraud or error. (502)584-4142 Fax(502)581-1653 Auditor's Responsibility www hsecpa corn Our responsibility is to express an opinion on these financial statements based on An Independently Owned Member, our audits. We conducted our audits in accordance with auditing standards RSM US Alliance generally accepted in the United States of America. Those standards require that we plan and perform the audit to obtain reasonable assurance about whether the financial statements are free from material misstatement. An audit involves performing procedures to obtain audit evidence about the amounts and disclosures in the financial statements. The procedures selected depend on the auditor's judgment, including the assessment of the risks of material misstatement of the financial statements, whether due to fraud or error. In making those risk assessments, the auditor considers internal control relevant to the entity's preparation and fair presentation of the financial statements in order to design audit procedures that are appropriate in the circumstances, but not for the purpose of expressing an opinion on the effectiveness of the entity's internal control. Accordingly, we express no such opinion. An audit also includes evaluating the appropriateness of accounting policies used and the reasonableness of significant accounting estimates made by management, as well as evaluating the overall presentation of the financial statements. We believe that the audit evidence we have obtained is sufficient and appropriate to provide a basis for our audit opinion. -2- Evansville. IN ®r Louisville, KY EXHIBIT'B -Page 8 of 40 INDEPENDENI'A UDITOR'S REPORT(CONTINUED) Opinion / In our opinion, the financial statements referred to on the previous page present fairly in all material respects, the financial position of Turner Contracting, Inc., as of December 31, 2020 and 2019, and the results of its operations and its cash flows for the years then ended in accordance with accounting principles generally accepted in the United States of America. k...9014)(4/44/8/ /4) • f 1 8 6, Evansville, Indiana May 6, 2021 -3- EXHIBIT'B -Page 9 of 40 TURNER CONTRACTING, .INC. BALANCE SHEETS December 31, 2020 and 2019 2020 2019 ASSETS Current Assets Cash and cash equivalents $ 1,856,050 $ 3,61.1,691 Contracts receivable, including retainages 2020. $1,116,918;2019 S183,369,, less allowance for doubtful accounts 2020 S1.26,513;2019 $126,927 5,344,596 6,705,123 Note receivable 268,020 0 Due from related party 331,145 229,977 Prepaid expenses and other assets 1.66,658 201,445 Total current assets 7,966,469 10,748,236 Other Assets Note receivable 156,347 0 Notes receivable from related party 78,447 148,938 234,794 148,938 Property and Equipment and Capitalized Leased Assets,Net 22,736,919 20,414,300 $ 30,938,182 $ 31,311,474 HABIL-111ES AND SHAREHOLDER'S EQUITY Current Liabilities Line of credit $ 721,384 0 Current maturities of Paycheck Protection Program loan 1,533,705 0 Current maturities of long-term debt 3,589,171. 3,522,928 Current maturities of capitalized lease obligations 1,091,034 1,573,031 Accounts payable 3,041,196 2,108,676 .Due to related party 164,824 100,040 Accrued expenses and taxes 233,678 338,671 Total current liabilities 1.0,374,992 7,643,346 Paycheck Protection Program Loan. 1,236,195 0 Long-Term Debt 4,1.88,121 3,021,863 Capitalized Lease Obligations 250,419 1,179,530 Total liabilities 16,049,727 11,844,739 Shareholder's Equity Common stock, no par value; authorized 1,000 shares; issued and outstanding 200 shares 300 300 Additional paid-in capital 309,229 0 Retained earnings 14,578,926 19,466,435 1.4,888,455 19,466,735 $ 30,938,1.82 $ 31,311,474 See notes to financial statements. -4- EXHIBIT'B'-Page 10 of 40 TURNER CONTRACTING, INC. STATEMENTS OF INCOME (LOSS) Years Ended December 31, 2020 and 2019 2020 2019 Revenues $ 37,589,818 100.0 'Yo $ 53,158,519 100.0 % Cost of revenues 35,600,605 94.7 45,303,950 85.2 Gross profit 1,989,213 5.3 7,854,569 14.8 General and Administrative Expenses 4,696,496 12.5 3,894,635 7.3 Operating income (loss) (2,707,283) (7.2) 3,959,934 7.5 Other Income (Expense) Interest, net (513,276) (1.4) (553,393) (1.0) Other, net 65,270 0.2 (11,138) 0.0 (448,006) (1.2) (564,531) (1.0) Net income (loss) $ (3,155,289) (8.4) % S 3,395,403 6.5 % See notes to financial statements. -5- EXHIBIT'B -Page 11 of 40 TURNER CONTRACTING, INC STATEMENTS OF CHANGES IN SHAREHOLDER'S EQUITY Years Ended December 31, 2020 and 2019 Additional Common Paid-In Retained Stock Capital Earnings Total Balance at December 31, 2018 $ 300 $ 0 $ 19,115,847 $ 19,116,147 Net income 0 0 3,395,403 3,395,403 Distributions 0 0 (3,044,815) (3,044,815) Balance at December 31, 2019 300 0 19,466,435 19,466,735 Net loss 0 0 (3,155,289) (3,155,289) Contributions 0 309,229 0 309,229 Distributions 0 0 (1,732,220) (1,732,220) Balance at December 31, 2020 $ 300 $ 309,229 $ 14,578,926 $ 14,888,455 See notes to financial statements. -6- EXHIBIT'B -Page 12 of 40 TURNER CONTRACTING, INC. STATEMENTS OF CASH FLOWS Years Ended December 31, 2020 and 2019 2020 2019 Cash Flows from Operating Activities Net income(loss) $ (3,155,289) $ 3,395,403 Adjustments to reconcile net income(loss)to net cash provided by operating activities Depreciation 3,644,540 2,996,349 Provision for doubtful accounts 215,386 99,000 Loss on disposal of equipment 654,971 64,577 Changes in assets and liabilities: Decrease(increase) Contracts receivable 1,145,141 3,0 I 7,707 Due from related party (101,168) 44,241 Prepaid expenses and other assets 34,787 (25,269) Increase (decrease) Accounts payable 932,520 (1,367,139) Due to related party 64,784 72,574 Accrued expenses and taxes (104,993) (614,836) Net cash provided by operating activities 3,330,679 7,682,607 Cash Flows from Investing Activities Proceeds from sale of property and equipment 39,208 875,731 Purchase of property and equipment (1,081,749) (1,386,784) Issuance of note receivable (424,367) 0 Advances to related party 70,491 (148,938) Net cash used in investing activities (1,396,417) (659,991) Cash Flows from Financing Activities Net borrowings on line of credit 721,384 0 Proceeds from Paycheck Protection Program loan 2,769,900 0 Principal payments on long-term borrowings(including capital lease obligations) (5,758,196) (5,468,883) Capital contributions from shareholder 309,229 0 Shareholder distributions (1,732,220) (2,126,671) Net cash used in financing activities (3,689,903) (7,595,554) Net decrease in cash and cash equivalents (1,755,641) (572,938) Cash and cash equivalents at beginning of year 3,611,691 4,184,629 Cash and cash equivalents at end of year $ 1,856,050 $ 3,611,691 Supplemental Disclosure of Cash Flow information Cash payments for: Interest $ 495,184 $ 554,932 Supplemental Schedules of Noncash Investing and Financing Activities Equipment acquired in exchange for notes payable to the seller $ 5,579,589 $ 5,870,673 Property and equipment distributed to shareholder for contribution to related entity 0 $ 918,144 See notes to financial statements. -7- EXHIBIT'B -Page 13 of 40 TURNER CONTRACTING, NOTES TO FINANCIAL STATEMENTS December 31, 2020 and 2019 Note 1 —Nature of Business and Significant Accounting Policies Nature of Business Turner Contracting, Inc. (Company) is a construction contractor specializing in heavy civil services and contract mining of various aggregates. The Company performs services for customers throughout the United States through lump-sum, unit price, and time and material (T&M) contracts. CO V1D-1 9 Pandemic On January 30, 2020, the World Health Organization declared the COVID-19 outbreak a "Public Health Emergency of International Concern" and on March 11, 2020, declared it to be a pandemic. Actions taken around the world to help mitigate the spread of COVID-19 include restrictions on travel, quarantines in certain areas, and forced closures for certain types of public places and businesses. The impacts of COVID-19 and actions taken to mitigate it have had and are expected to continue to have an adverse impact on the economies and financial markets of many countries, including the geographical area in which the Company operates. In the current year, the Company incurred a decrease in revenues due to a decrease in consumer demand, as well as a decrease in margin due to increased labor costs caused by social distancing measures and travel restrictions. While it is unknown how long these conditions will last and what the complete financial effect will be to the Company, it cannot estimate, with any degree of certainty, the full impact of COVID-19 on future operations and financial results. Paycheck Protection Program On April 20, 2020, the Company received a loan in the amount of$2,769,900, under the Paycheck Protection Program (PPP). The PPP, established as part of the Coronavirus Aid, Relief, and Economic Security (CARES) Act and implemented by the U.S. Small Business Administration (SBA), provided for loans to qualifying businesses for amounts up to 2,5 times those entities' average monthly payroll expenses for the qualifying time period. The loan and accrued interest are forgivable after the applicable time period in the CARES Act, as long as the borrower uses the loan proceeds for eligible purposes, including payroll, benefits, rent, and utilities, as well as maintains its payroll levels. The unforgiven portion of the PPP loan, if any, is payable over two years in accordance with the terms of the loan. The Company has applied for forgiveness with respect to these eligible expenses. The Company has elected to treat the loan as debt, in accordance with ASC 470, and has presented the loan as a liability as of December 31, 2020. Once the loan is forgiven and the SBA grants legal release, a gain on extinguishment of debt will be recorded in the year forgiveness is granted. -8- EXHIBIT'B -Page 14 of 40 TURNER CONTRACTING, INC. NOTES TO FINANCIAL STATEMENTS December 31, 2020 and 2019 Note 1 —Nature of Business and Significant Accounting Policies (Continued) Certain Leasing Arrangements with Entities Under Common Control The Company has adopted the accounting alternative offered to private companies for certain leasing arrangements with entities under common control. When applicable, the accounting alternative allows a reporting entity to forego the consideration of whether a commonly-controlled legal entity, with whom the Company has certain leasing arrangements with, is a variable interest entity (VIE) and if so, whether the reporting entity is the primary beneficiary under accounting rules that require consolidation of the VIE in the reporting entity's financial statements. Instead, the Company discloses the leasing arrangement as required by the accounting alternative. Concentrations of Credit Risk Financial instruments, which potentially subject the Company to concentrations of credit risk, consist principally of cash, cash equivalents, and contracts receivable. At times, such cash and cash equivalents in banks may be in excess of the Federal Deposit Insurance Corporation insurance limit. Cash and Cash Equivalents For purposes of reporting the statements of cash flows, the Company considers all cash accounts, which are not subject to withdrawal restrictions or penalties, and all highly liquid debt instruments purchased with a maturity of three months or less to be cash equivalents. Revenue Recognition Effective January 1, 2019, the Company recognizes revenue in accordance with ASC Topic 606, Revenue from Contracts with Customer , which provides a five-step model for recognizing revenue from contracts with customers as follows: 1. Identify the contract with a customer 2. Identify the performance obligations in the contract 3. Determine the transaction price 4. Allocate the transaction price to the performance obligations in the contract 5. Recognize revenue when or as performance obligations are satisfied The Company's revenues are primarily derived from contracts for customers throughout the United States. The length of the Company's contracts varies, but typically range from a few months to greater than one year. The Company's revenues are subject to economic conditions and may fluctuate based on changes in the industry, trade policies, and financial markets. -9- EXHIBIT'B -Page 15 of 40 TURNER CONTRACTING, INC. NOTES TO FINANCIAL STATEMENTS December 31, 2020 and 2019 Note 1 —Nature of Business and Significant Accounting Policies (Continued) Revenue Recognition (Continued) Under the new standard, revenues are measured on the amount of consideration specified in a contract with a customer and is then recognized as performance obligations are satisfied, which generally occurs with the transfer of control of the goods or services to the customer. In the process of performing its contracts with its customers, the Company considers each contract to be one performance obligation, unless the circumstances dictate otherwise. The transaction price is the amount of consideration to which the Company expects to be entitled in exchange for transferring goods and services to the customer, The consideration promised in a contract with a customer includes fixed amounts. If the Company's contracts give rise to variable consideration, the Company would recognize revenue for variable consideration when it is probable that a significant reversal in the amount of cumulative revenue recognized would not occur. The Company recognizes revenues from contracts over time, as the performance obligations are satisfied, clue to the continuous transfer of control to the customer. Revenues are recognized as the work is performed using a cost-based input method by determining the amount of costs incurred relative to total estimated contract costs. When the Company determines there are uninstalled materials on a contract, the Company recognizes revenue for the transfer of the goods, but only in an amount equal to the costs of those goods. In those circumstances, the Company excludes the costs of the goods from the cost-to-cost calculation, and no profit is recognized until the materials are installed. At times, the Company also performs T&M contracts in which revenue is recognized using the right-to-invoice practical expedient elected by the Company. The practical expedient allows an entity to recognize revenue for contracts in which the Company has the contractual right to invoice the customer at an amount that corresponds directly with the value transferred to the customer for the Company's performance completed to date. Revenues from T&M contracts are recognized currently as the work is performed, based upon the specific terms of the contract, typically charging agreed-upon rates for man hours and equipment hours. The Company will record unbilled accounts receivable related to T&M contracts when revenue is earned in a period but not billed until the next period. Revenues from unit price mining contracts are recognized when earned and based upon the stipulations within the contract. In most cases, the Company will be paid a set amount per ton mined after the aggregates are weighed and accepted by the customer. In these cases, the Company recognizes revenue over time as the work is performed and the customer's inventory is stockpiled. -1°- EXHIBIT'B -Page 16 of 40 TURNER CONTRACTING, INC. NOTES TO FINANCIAL STATEMENTS December 31, 2020 and 2019 Note 1 —Nature of Business and Significant Accounting Policies (Continued) Revenue Recognition (C'ontinuedl Due to the nature of the performance obligations in the Company's contracts, the estimation of total revenues and costs at completion is complex, subject to many variables, and requires significant judgment. The Company must make assumptions and estimates regarding labor productivity and availability, the complexity of the work being performed, the costs and availability of materials and the availability and timing of funding from the customer, among other variables. A significant change in one or more of these estimates could affect the profitability of contracts. The Company recognizes adjustments in estimated profit on contracts under the cumulative catch-up method in the period in which the changes are identified. At the time an anticipated loss on a contract becomes evident, the entire amount of the estimated loss is accrued. Contract modifications can occur in the performance of the Company's contracts. Contracts can be modified to account for changes in the contract specifications or requirements. In most instances, contract modifications are for goods or services that arc not distinct, and therefore are accounted for as part of the existing contract. Billing practices on construction contracts are governed by the contract tenns for each project. Billings are submitted as work progresses and are typically due in 30 days. Certain contracts include retention provisions. The Company does not have significant financing components in its customer contracts. See Note 3 for contract balances. All contract costs are recorded as incurred and revisions to estimated total costs are reflected as soon as the obligation to perform is determined. Contract costs include all direct labor, material, equipment, and indirect costs related to contract performance. Costs to obtain contracts (pre-bid costs) that arc not expected to be recovered from the customer are expensed as incurred and included in operating expenses. The Company does not have significant costs related to the mobilization of equipment to job sites as equipment is typically rented from businesses near the job site and the equipment is delivered to the site by the rental company. Contracts Receivable Contracts receivable are recorded at the invoiced amount based on contracted prices. The Company attempts to minimize contracts receivable credit risk by reviewing customer credit history before extending credit and by monitoring customers' credit exposure on a continuing basis. The Company establishes an allowance for possible losses on contracts receivable, when necessary, based upon factors surrounding the credit risk of specific customers, historical trends, and other information. Retainage, included in contracts receivable, represents amounts withheld from billings by our clients pursuant to provisions in the contracts and may not be paid to us until the completion of specific tasks or the completion of the project and, in some instances, for even longer periods. Retainage may also be subject to restrictive conditions such as performance guarantees. Retainages are due upon acceptance of the project by the owner. -1 1- EXHIBIT'B -Page 17 of 40 TURNER CONTRACTING, INC. NOTES TO FINANCIAL STATEMENTS December 31, 2020 and 2019 Note 1 —Nature 4Business and Significant Accounting Policies (Continued) Property, Equipment, and Depreciation Property and equipment are stated at cost. Provisions for depreciation of property and equipment have been computed on the straight-line and accelerated methods over the estimated useful life. Years Buildings 40 Machinery and equipment 3-10 Furniture and fixtures 10 Vehicles 3-10 Depreciation expense on equipment acquired under capital leases is computed on the straight-line method over the shorter of the useful life of the asset or the life of the lease and is included with depreciation expense on owned assets. 1.. a.g-Lived Assets Long-lived assets are reviewed for impairment in accordance with guidance issued by the Financial Accounting Standards Board (FASB). The Company records impairment losses on long-lived assets used in operations when events and circumstances indicate that the assets might be impaired and the undiscounted cash flows estimated to be generated by those assets are less than the carrying amounts of those assets. Impairment losses are measured by comparing the estimated fair value of the assets to their carrying amount. There were no impairment losses for the years ended December 31, 2020 and 2019. Advertising Advertising costs are expensed as incurred. Advertising expense for the years ended December 31, 2020 and 2019 was $33,174 and $34,704, respectively. Subsequent Events Evaluation The Company has evaluated subsequent events through May 6, 2021, the date on which the financial statements were available to be issued. Use of Estimates The preparation of financial statements in conformity with accounting principles generally accepted in the United States of America requires management to make estimates and assumptions that affect certain reported amounts and disclosures. Accordingly, actual results could differ from those estimates. -12- EXHIBIT'B -Page 18 of 40 TURNER CONTRACTING, INC. NOTES TO FINANCIAL STATEMENTS December 31, 2020 and 2019 Note 1 —Nature of Business and Significant Accounting Policies (Continued) Reclassification Certain items in the December 31, 2019 financial statements have been reclassified to conform to the December 3 I, 2020 classifications. Recent Accounting Pronouncements Leases In February 2016, FASB issued ASU 2016-02, Leases (Topic 842). The guidance in this ASU supersedes the leasing guidance in Topic 840, Leases. Under the new guidance, lessees are required to recognize lease assets and lease liabilities on the balance sheet for all leases with terms longer than 12 months. Leases will be classified as either finance or operating, with classification affecting the pattern of expense recognition in the income statement. In June 2020, FASB issued ASU 2020-05, which defers the effective date of ASU 201 6-02, making it effective for annual reporting periods beginning after December 15, 2021. A modified retrospective transition approach is required. An entity may adopt the guidance, as well as certain practical expedients, either (I) retrospectively to each prior reporting period presented in the financial statements with a cumulative-effect adjustment recognized at the beginning of the earliest comparative period presented, or (2) retrospectively at the beginning of the period of adoption through a cumulative-effect adjustment. The Company is currently evaluating the impact the adoption of this guidance will have on the financial statements. Consolidation of Variable Interest Entities In October 2018, FASB issued ASU 2018-17, Consolidation (Topic 810): Targeted Improvements to Related Party Guidance Ibr Variable Interest Entities, which effectively expands the private company alternative for common control leasing arrangements to all private company common control arrangements as long as both the parent and the legal entity being evaluated for consolidation are not public business entities. If elected a company must apply the accounting alternative to all current and future legal entities under common control that meet the criteria for applying this alternative. Additionally, under the accounting alternative, a private company is required to provide detailed disclosures about its involvement with and exposure to the legal entity under common control. ASU 2018-17 also amends certain VIE guidance for related party arrangements. Specifically, indirect interests held through related parties in common control arrangements should be considered on a proportional basis (as opposed to a direct interest in its entirety) for determining whether fees paid to decision makers and service providers are variable interests. For a private company, ASU 2018-17 is effective for fiscal years beginning after December 15, 2020 with early adoption permitted. The Company will adopt ASU 2018-17 for the year ended December 31, 2021 and is not expected to have a material effect on the Company's financial statements. -13- EXHIBIT'B -Page 19 of 40 TURNER CONTRACTING, INC. NOTES TO FINANCIAL STATEMENTS December 31, 2020 and 2019 Note 2— Contracts Receivable Contracts receivable at December 31, 2020 and 2019 consisted of the following: 2020 2019 Contracts Receivable Billed Contracts-in-progress $ 3,211,619 $ 4,674,407 Retainages 1,116,918 183,369 Unbilled 1,142,572 1,974,274 5,471,109 6,832,050 Less allowance for doubtful accounts (126,513) (126,927) $ 5,344,596 $ 6,705,123 Note 3— Contract Balances Contracts receivable are governed by the contract terms and arc recorded based on contracted prices when the Company has an unconditional right to payment under the terms of the contracts. Retainage, included in contracts receivable on the balance sheets, represents amounts due from customers where payments are withheld contractually pursuant to provisions in the contracts and may not be paid until certain milestones are reached or upon completion of the project. Because payment of retainage is not subject only to the passage of time, unbilled retainage is considered a contract asset until contract obligations are satisfied and the retainage is invoiced. Unbilled receivables related to T&M contracts are also classified as contract assets until they are invoiced. -14- EXHIBIT'B -Page 20 of 40 TURNER CONTRA CTING, INC. NOTES [O FINANCIAL STATEMENTS December 3l` l02O and 201.9 Note— Coa/ruo/Bu/aacex (Cw//tin/teil) Contract balances uxo[Dccocuhcr3| 2O2O Doccozhz,3l �0l9 uudJooun�yl, 2O|9urcnaOnllovvs� 0 , , , , � December 3l, December 3l. Duccmber3|. 2020 2019 2018 Contracts receivable, net of allowance for doubtful accounts S' 3,085,106 $ 4,547,480 $ 8,525,700 Contract assets Retainages S 1,116`918 $ 183_369 S 0 � OnhUhd contracts receivable 1`142,572 1,974,274 1,296,130 Note 4—N*tevReceivable /\( December 3}, 2020 and 2019, the Company had o note receivable totaling $424,367 and $0, respectively. The current portion of this note receivable at December 3 1, 2020 was $268,000. The note provides for monthly | payments of$22,335 with zero interest and in due iufu\\ iu July Z022. At [)euenuhor 31, 2020 and 2019, notes receivable Drnno related parties totaled $78^447 and $140,938, /copocdvo|y. The notes provide for iu\uzcst of two percent with onno1h|y puycuoo1a of$h,000. The notes are due various dates through February 2O22. � � -l5- sxmBIT'B' Page u1of4o TURNER CONTRACTING, INC. NOTES TO FINANCIAL STATEMENTS December 31, 2020 and 2019 Note 5—Property and Equipment and Capitalized Leased Assets Property and equipment and capitalized lease assets at December 31, 2020 and 2019 consisted of the following: 2020 Accumulated Cost Depreciation Net Buildings $ 52,029 17,452 $ 34,577 Machinery and equipment 28,046,868 8,657,710 19,389,158 Furniture and fixtures 20,878 2,334 18,544 Vehicles 961,690 715,058 246,632 Land 45,822 0 45,822 Capitalized leases 5,433,331 2,431,145 3,002,186 $ 34,560,618 $ 11,823,699 $ 22,736,919 2019 Accumulated Cost Depreciation Net Buildings $ 52,029 16,151 35,878 Machinery and equipment 22,702,813 6,266,860 16,435,953 Furniture and fixtures 7,636 1,020 6,616 Vehicles 978,291 615,805 362,486 Land 45,822 0 45,822 Capitalized leases 5,456,444 1,928,899 3,527,545 $ 29,243,035 $ 8,828,735 $ 20,414,300 Depreciation expense, which includes depreciation on capitalized leases, for the years ended December 31, 2020 and 2019 was $3,644,540 and $2,996,349, respectively. Note 6—Line of Credit The Company has an operating line of credit with maximum borrowings of$2,000,000. The note provides for interest at 5.95 percent, is secured by a blanket lien on equipment, and is due November 2021. The outstanding borrowings on this line of credit at December 31, 2020 and 2019 were $721,384 and $0, respectively. -16- EXHIBIT'B -Page 22 of 40 TURNER CONTRACTING, INC. NOTES TO FINANCIAL S-FATEMENTS December 31, 2020 and 2019 Note 7—Long-Term Debt Long-term debt at December 31, 2020 and 2019 consisted of the following: 2020 2019 Notes payable to Caterpillar Financial, .98 % - 5.8(Yo, $216,674 monthly, secured by Company assets, due various dates through August 2024 $ 4,966,228 $ 1,396,440 Notes payable to Wells Fargo, 4.35% - 4.99%, $190,708 monthly, secured by Company assets, due various dates through March 2023 2,521,261 4,237,276 Notes payable to Volvo Financial, 2.99% -4.16%, $25,370 monthly, secured by Company assets, due various dates through June 2022 97,424 325,922 Notes payable to John Deere, 3.99 °A) -4.8%, $40,381 monthly, secured by Company assets, due October 2021 192,379 584,559 Note payable to bank, 1%, $309,693 due monthly including interest beginning August 2021, remaining principal and accrued interest due at maturity, secured by SBA guaranty, due April 2022 (A) 2,769,900 0 Note payable to Kubota, 3.5%, $100 monthly, secured by Company assets, due June 2020 0 594 10,547,192 6,544,791 Current maturities (5,122,876) (3,522,928) $ 5,424,316 $ 3,021,863 (A) This note relates to the PPP loan as described in Note 1. The terms of the note provide for customary events of default including, among other things, payment defaults, breach of representations and warranties, and insolvency events. The note may be accelerated upon the occurrence of an event of default. Long-term debt maturities are as follows: 2021 $ 5,122,876 2022 4,915,248 2023 418,239 2024 90,829 $ 10,547,192 Total interest expense for the years ended December 31, 2020 and 2019 was $515,513 and $554,932, respectively. -17- EXHIBIT'B -Page 23 of 40 TURNER CONTRACTING, INC. NOTES TO FINANCIAL STATEMENTS December 31, 2020 and 2019 Note 8— Commitments and Contingencies During the year ended December 31, 2020, the Company received a PPP loan under the CARES Act. The Company believes it met the eligibility criteria for qualification to receive the PPP loan and used the proceeds only for qualifying expenses eligible under the CARES Act. The Company has not yet applied for forgiveness. The Company believes it has met the subsequent criteria for forgiveness of the PPP loan as set forth in the CARES Act; however, the loan is subject to audit selection by the SBA, which could result in the partial or full repayment of the loan by the Company. Note 9—Litigation The Company is involved in lawsuits, claims, investigations, and proceedings, which arise in the ordinary course of business. If management believes that a loss arising from these matters is probable and can be reasonably estimated, a loss is recorded. As additional information becomes available, these matters are assessed and the estimates are revised, if necessary. Based on currently available information, management believes that the ultimate outcome of these matters, individually and in the aggregate, will not have a material adverse effect on the Company's business, financial condition, or results of operation. Note 10—Income Taxes The Company, with the consent of its shareholder, has elected to be taxed under sections of the federal and state income tax laws, which provide that, in lieu of corporate income taxes, the shareholder separately accounts for their pro rata shares of the Company's items of income, deduction, losses, and credits. Therefore, these statements do not include any provision for corporate income taxes. Management evaluated the Company's uncertain tax positions and concluded that the Company had taken no uncertain tax positions that require adjustment to the financial statements. Note 11—Employee Benefits 401(lc) Plan The Company has a defined contribution plan for all union and non-union employees who have completed six months of service and are at least 21 years old. Employees may participate by contributing a percentage of their salary, a portion of which up to four percent in 2020 and 2019 is matched by the Company. The Company's contribution for the years ended December 31, 2020 and 2019 was $123,704 and $132,648, respectively. -18- EXHIBIT'B -Page 24 of 40 TURNER CONTRACTING, INC. NOTES TO FINANCIAL, STATEMENTS December 31, 2020 and 2019 Note II —Employee Benefits (Continued) Multi-emplover Defined Benefit Pension Plans The Company contributes to union-sponsored multi-employer defined benefit retirement plans under the terms of collective bargaining agreements. The retirement plans cover all of the Company's union employees. The risks of participating in these multi-employer plans are different from single-employer plans in the following aspects: 1. Assets contributed to the multi-employer plan by one company may be used to provide benefits to employees of other participating companies. 2. If a participating employer stops contributing to the plan, the unfunded obligations of the plan may be borne by the remaining participating employers. 3. If the Company chooses to stop participating in some of its multi-employer plans, the Company may be required to pay those plans an amount based on the underfunded status of the plan, referred to as a withdrawal liability. The Company's participation in these plans for the years ended December 31, 2020 and 2019, is outlined in the table below. The "EIN/Pension Plan Number" column provides the Employee Identification Number (EIN) and the three-digit plan number, if applicable. Unless otherwise noted, the most recent Pension Protection Act. (PPA) zone status available in 2020 and 2019 is for the plan's most recent year-end at December 31, 2020 and 2019, respectively. The zone status is based on information that the Company received from the plan and is certified by the plan's actuffly. Under federal pension law a plan generally will be considered to be in "endangered" status if the plan is not in critical status and, as of the beginning of the plan year, the funded percentage of the plan is less than 80 percent. A plan is in "critical" status if the funded percentage is less than 65 and certain other factors apply. A plan is in "critical and declining" status if it is in critical status and is projected to become insolvent (run out of money to pay benefits)within 15 years (or within 20 years if a special rule applies). The "FIP/RP Status Pending/lmplemented" column indicates plans for which a financial improvement plan (FIP) or a rehabilitation plan (RP) is either pending or has been implemented. The last column lists the expiration dates of the collective-bargaining agreements to which the plans are subject. There have been no significant changes that affect the comparability of 2020, 2019, and 2018 contributions. Expiration 1bite Pension Protection Act FIP/RP Slams of Collective IAN,Pension Zone Status Pending/ Contributions paid by Company Surcharge Bargaining Pension Fond Plan Number 2020 2019 Implemented 2020 2019 2018 Imposed Agreements Neither Endangered nor Neither Endangered S 36,461 S 39,531 S 24.614 No Indiana Laborers 35-6027150,Plan No.001 Critical nor Critical Not applicable 3/31/2022 Comm]Pension or Union of Operating Neither Endangered nor Neither Endangered No Engineets 36-0052300,Plan No.001 Critical nor Critical Not applicable 548.596 434.425 320,548 3131/2023 Total Contributions $ 585.057 $ 473.956 S 345,162 —1 9- EXHIBIT'B'-Page 25 of 40 TURNER CONTRACTING, INC. NOTES TO FINANCIAL STATEMENTS December 31, 2020 and 2019 Note 12—Related Party Transactions The Company is related through common ownership to other companies. Transactions with those companies for the years ended December 31, 2020 and 2019 were as follows: 2020 2019 Revenues $ 148,465 $ 345,008 Cost of revenues (includes hauling expense) 908,477 948,380 Rental expense 81,600 81,600 The accompanying balance sheets include the following related party amounts: 2020 2019 Due from related party $ 331,145 $ 229,977 Note receivable from related party 78,447 148,938 Due to related party 164,824 100,040 Note 13—Leases The Company leases certain property from related parties on a month-to-month basis. Generally, the Company is required to pay executory costs such as property taxes, maintenance, and insurance. Rental expense under this lease for the years ended December 31, 2020 and 2019 was $81,600 and $81,600, respectively. The Company leases certain property and equipment under cancelable and noncancelable operating lease agreements expiring at various dates through 2024. Generally, the Company is required to pay executory costs such as property taxes, maintenance, and insurance. At December 31, 2020, aggregate future minimum rental payments required under the noncancelable operating leases are as follows: Years Ending December 31, 2021 $ 2,511,249 2022 506,434 2023 85,445 2024 6,481 $ 3,109,609 The Company also leases certain equipment for construction projects under short-term rental agreements. Total rental expense under all operating leases was $12,314,242 and $18,300,175 for the years ended December 31, 2020 and 2019, respectively. -20- EXHIBIT'B -Page 26 of 40 TURNER CONTRACTING, INC. NOTES TO FINANCIAL STATEMENTS December 31, 2020 and 2019 Note 13 —Leases (Continued) The Company leases certain equipment under capital leases expiring at various dates through August 2022. The equipment and related liabilities have been recorded at the present value of future payments discounted at rates ranging from 1.92 percent to 4.99 percent. Future minimum lease payments, by year and in the aggregate, under the capital lease are as follows: Capitalized Years Ending December 31, Leases 2021 $ 1,162,289 2022 282,092 Total minimum lease payments 1,444,381 Amount representing interest 102,928 1,341,453 Current maturities 1,091,034 Long-term $ 250,419 Note 14—Major Customers and Large Contract Receivables During the years ended December 31, 2020 and 2019, the Company had major customers from which the earned revenues were as follows: 2020 2019 Percent to Percent to Earned Total Earned Earned Total Earned Customer Revenues Revenues Revenues Revenues A $ 22,597,349 60% $ 21,343,689 40% B * * 10,074,571 19% C 10,504,222 28% D * 9,015,253 17% $ 33,101,571 88% $ 40,433,513 76% -21- EXHIBIT'B -Page 27 of 40 TURNER CONTRACTING, INC. NOTES TO FINANCIAL STATEMENTS December 31, 2020 and 2019 Note 14—Major Customers and Large Contract Receivables (Continued) Information regarding large contract receivables is as follows: 2020 2019 Percent to Percent to Total Trade Total Trade Customer Amount Receivables Amount Receivables A $ 2,451,131 46% $ 4,704,416 70% C 1,650,384 31% E * * 710,343 11`)/0 $ 4,101,515 77% $ 5,414,759 81% * These amounts and percentages are not significant. Note 15—Bonuses The Company has an incentive bonus plan for its officers and key employees. The calculation of compensation is primarily based on the Company's earnings performance. Bonus amounts charged to expense for the years ended December 31, 2020 and 2019 were $0 and $297,263, respectively. -22- EXHIBIT'B'-Page 28 of 40 TURNER CONTRACTING, INC. NOTES TO FINANCIAL STATEMENTS December 3 I, 2020 and 2019. Note 16—Leasing Arrangement Under the Variable Interest Entity Accounting Alternative The Company leases certain trucking equipment under various short-term leases from Turner Heavy Haul, Inc., which is 100 percent owned by the Company's shareholder. The long-term debt recognized in the financial statements of Turner Heavy Haul, Inc. as of December 31, 2020 and 2019 is as follows: 2020 2019 Long-term debt $ 994,504 $ 786,258 Turner Heavy haul, Inc.'s debt is for various notes with interest rates ranging from 1.0 to 5.7 percent due at various dates through January 2025. The Company guarantees the debt and can be required to perform on the guarantee in the event of nonpayment of the debt by Turner Heavy Haul, Inc. Pursuant to our policy to apply the accounting alternative to certain lessor entities under common control, the Company does not consider consolidation of the accounts of Turner Heavy Haul, Inc. into the Company's financial statements. Note 17—Subsequent Events In March 2021, the Company was approved for a second loan under the Paycheck Protection Program through the U.S. Small Business Administration for approximately $2,000,000 to help with the impacts of COVID-19. -23- EXHIBIT'B -Page 29 of 40 SECTION IVCONTRACTOR'S NON —COLLUSION AFFIDAVIT The undersigned bidder or mgen , being duly sworn on omh' says that he has md, nor has any other momber, nypn*aentadve, or, agent of the firm, compeny, corporation or partnership represented by him, entered into any oombinadnn, collusion o, agreement with any person relative to the price to be bid by anyone at such letting nor to prevent any person from bidding nor to include anyone to refrain from bidding, and that this bid is made without reference 8z any other bid and without any agreement, understanding or combination with any other person in reference iosuch bidding. Ho further says that no person or perannn, firmu, or corporation has, have orwill receive directly or indirectly, any rebate, fee, gift, commission or thing cf value onaccount of such sale. SECTION V OATH AND AFFIRMATION | HEREBYAFF|RM UNDER THE PENALTIES FOR PERJURY THAT THE FACTS AND INFORMATION CONTAINED IN THE FOREGOING 8|D FOR PUBLIC WORKS ARE TRUE AND CORRECT. Dated at 8:00 am this 11th day of October . 2021 Turner Contracting Incorporated VNamuo,Organization) By � CEO � (Title mPr=^nSigning) � ACKNOWLEDGEMENT STATE OF Indiana ) ) oo COUNTY OF Lawrence Before me, o Notary Public, personally appeared the sbove'named \ `— ' \ L�( /l�/Y� and ovvore that the statements contained in the foregoing document are true and unrneni +4^\ /\,�/� Subscribed and sworn Vn before methis .\ ' day of u/*\�� Pu»xu � My Commission Expires: � , Coun�ofReo�*noo: ) /� uJ /�/M/°�� Em|BIT� Page xoof4o SCHEDULE OF VALUES Cell 4AIB COMPOSITE LINER-NEW PARIS PIKE LANDFILL CONTRACTOR MUST VERIFY QUANTITIES CONTRACTOR'S ITEM BIDS '::t,e6,'W!':,''''' 'g7:4454We'SAgOii4caWil4ittAditifgc'grN'h'i;Wk '. .'i100i':''17'q:00,0'4 5iilit0Alij ", Ofe;;Li0#40#11#11,S ::1, 10 .;:.-„,A, ,,,,ARezmoye.oton0A6,,,, , ,,, irgAvotrog-of;:ife. ,,,,,;,44-1 4,.64ircio y,,4i401,1 tHj:14.1iii%141,;4%,OVAgiMittagr,io,;,,,vi,gtp, Item 00,;.,,,,,„,,„4 ,,,,,,,4t,„,,,,,ap,,,o,,,,,400 ,43,,,,,,0 ,m,,,,,,„„,,,,,,„,,,000,,,,,AA,:,,,,v; „,,,,,,,,,,,, .;,,,„,,,,1,,, 0 1 a , ,, <,i1p,;, 4, .,',, ,, ,W,- ;'::;'g, d,o 0A,g.),',4',V,A/,%,,,, ,';',;',%1. ,''; Aiii,ItiltRORilailigninin'Agi,::'i?,4444,1 Quantity gio*:oio4ii:icwr! Phase 1 Cell 4AIB Construction L 1 Mobilization/De-mobilization 1 Lump Sum $ 91,929.85 $ 91,929.85 Dewatering,Surface Water and Erosion Control,Dust Suppression,and L 2 30 Week $ 5,900.11 $ 177,003 30 Cleanup L. 3 Clearing and Grubbing borrow areas 2 Acres $ 2,823.85 $ 5,647.70 L 4 Remove existing culverts within Cell 4A/B 2 each $ 187.03 $ 374.06 L 5 Cell Excavation and Stockpiling of Non-Liner Soils 53,000 Cubic Yards $ 3.36 $ 178,080.00 L 6 Cell Excavation and Stockpiling of Liner Soils 10,800 Cubic Yards $ 2.90 $ 31,320.00 L 7 Cell Excavation and placement as Structural Fill 6,400 Cubic Yards $ 4.06 $ 25,984.00 L 8 Proofroll Cell 4A/B Subgrade 8.7 Acres $ 1,125.54 $ 9,792.20 L 9 Recompacted Soil Liner(RSL)Test Pad Constructed Outside Cell 4A/B 1 Lump Sum $ 3,562.59 $ 3,562.59 L 10 Excavate,Transport,Place and Compact Liner Soils from stockpile 10,800 Cubic Yards $ 5 72 $ 61,776.00 Excavate,Transport,Place and Compact Liner Soils from adjacent L 11 17,300 Cubic Yards $ 5.48 $ 94,804.00 borrow area L 12 Top-of-Clay Surface Preparation 8.7 Acres $ 2,390.79 $ 20,799.87 L 13 Supply and Install Geosynthetic Clay Layer Placed Over Compacted Soil 378,700 Square Feet $ 0.95 $ 359,765.00 Liner L 14 Supply and Install Leachate Collection Washed River Gravel 15,900 Cubic Yards $ 33.02 $ 525,018.00 Excavate from onsite stockpiles,Transport,and Place Protective Soil L 15 5,000 Cubic Yards $ 4.45 $ 22,250.00 Cover over Cell Separation Berm and Rollout Area. - Supply and Install Perforated Leachate Collection Pipe-6"dia.,HOPE L 16 930 Linear Feet $ 16.05 $ 14,926,50 SDR 21 L 17 Supply and Install Solid Wall Leachate Pipe-6"dia.HDPE SDR 21 380 Linear Feet $ 25.71 $ 9,769.80 Supply and Install 6x10 double-wall HOPE Pipe,assembled&buried, L 18 1,400 Linear Feet $ 53.37 $ 74,718.00 complete L 19 Supply and Install 6x10 double-wall HOPE Cross 1 each $ 2,297,09 $ 2,297.09 L 20 Supply and Install 6x10 double-wall HOPE blind flanges 2 each $ 775.90 $ 1,551.80 L 21 Supply and Install 6x10 double-wail HOPE to single-wall transition 1 I each $ 3,360.16 $ 3,360.16 Supply and Install Solid Wall Leachate Pipe-8"dia.HDPE SDR 21 w/ L 22 110 Linear Feet $ 53.36 $ 5,869.60 temp valve _I L 23 Unload and store Liner Geosynthetics 1 Lump Sum $ 849.72 ' $ 849.72 L 24 Clean off and tie-In Existing Liners to Proposed Cell 4A/B 520 , Linear Feet $ 19.01 $ 9,885.20 Intermediate Anchor trench(with OSB cover)Along West Side of Cell , L 25 1,0.35 linear Feet $ 13.21 $ 13,672.35 4A/B L 26 Anchor trench along South Side of Cell 4AIB 360 Linear Feet $ 10 78 $ 3,880 80 Supply and Install 60-mil Textured HOPE Geomembrane and pipe boots, L 27 378,700 Square Feet $ 0.92 $ 348,404.00 complete _ L 28 Supply and Install 16 ounce/sy Nonwoven Geotextile,complete 427,700 Square Feet $ 0 55 $ 235,235.00 Supply and Install Geomembrane Stormwater Flaps and pipe spools, L 29 1 Lump Sum $ 25,416 70 $ 25,416,70 complete. _Supply and Install 560 LF of 24"N12 HOPE downlet piping w/tees,ells, 1 Lump Sum $ 50,958.27 $ 50,958.27 I- 3° inlet guards,and berm,complete L 3/ Supply and Install 100 LF of 24"N12 HOPE culvert,complete with Agri 1 1 Lump Sum $ 8,196.02 $ 8,196.02 Drain pipe straps for couplings ' Riprap-lined stormwater ditch,installed complete Contractor to supply L 32 180 ' Linear Feet $ 50 09 $ 9,016,20 riprap. L 33 Gravel surface roads,installed complete. Contractor to supply gravel. 8,000 Square Feet $ 2.29 $ 18,320.00 I 34 Supply and Install 3 Leachate Line Manholes,complete. 1 Lump Sum $ 11,003.03 $ 11,003.03 EX1-111511117-Ve 31 ot 4U SCHEDULE OF VALUES Cell 4A/B COMPOSITE LINER-NEW PARIS PIKE LANDFILL Supply and Install Metering Manhole structure,pipe seals,access hatch, L 35 1 Lump Sum $ 8,930.58 $ 8,930.58 cover,and guard posts,complete. Supply and Install Leachate Level measurement system with transducer, L 36 1 Lump Sum $ 20,298.68 $ 20,298,68 logging unit,enclosure,stand,conduits,arid wiring,complete. _ L 37 Sanitary Manhole tie-in,complete 1 Lump Sum $ 1,967.86 $ 1,967.86 • _ L 38 Rock Check Dam Construction(3 @ 2CY each)(at Owners direction) 3 each $ 439.97 $ 1,319.91 L 39 Straw Wattle Installation(300 LF)(at Owner's direction) 300 Linear Feet $ 7.72 $ 2,316.00 I. 40 Seeding and restoration 1 Acres $ 4,237.25 $ 4,237.25 L 41 Silt Fencing 2,000 Linear Feet $ 3.49 $ 6,980.00 L 42 Guardrail Removal and Reinstallation 300 Linear Feet $ 108.96 $ 32,688,00 TOTAL OF ALL PHASE 1 ITEMS $ 2,534,175.09 Phase 2 Piggyback Construction L 43 Strip and excavate 6"within Piggyback Area 3,000 Cubic Yards $ 2.88 $ 8,640.00 L 44 Place and compact Structural Fill Layer from on-site sources 3,000 Cubic Yards $ 4.06 $ 12,180 00 Excavate,Transport,Place and Compact Liner Soils from adjacent L 45 7,600 Cubic Yards $ 5.48 $ 41,648.00 borrow area Excavate,Transport,Place and Compact Liiner Soils from the North L 46 1,400 Cubic Yards $ 4.15 $ 5,810.00 Stockpile L 47 Top-of-Clay Surface Preparation 3.7 Acres $ 1,848,88 $ 6,840.86 L. 48 Liner anchor trench at South and West Perimeter 890 Linear Feet $ 10.78 $ 9,594.20 L 49 Clean off and tie-In Existing Liners to Piggyback Lining 1,335 Linear Feel $ 18.52 $ 24,724.20 Supply and Install 60-mil Textured HOPE Primary Geomembrane, L 50 159,000 Square Feet $ 0.95 $ 151,050.00 complete L. 51 Supply and Install 16 ounce/sy Nonwoven Geotextile,complete 159,000 Square Feet $ 0.58 $ 92,220.00 L 52 Supply and Install Leachate Collection Washed River Gravel,complete 6,000 cubic yards $ 29.53 $ 177,180,00 Supply and Install 6"perforated HDPE gas piping,installed w/gravel and L 53 685 Linear Feet $ 48.57 $ 33,270.45 backfill _ L 54 Supply and Install 6"non-perforated HOPE gas piping,complete 180 Linear Feet $ 36.86 $ 6,634.80 Supply and Install 8"perforated HDPE gas piping,installed w/gravel and' L 55 825 Linear Feet $ 51.81 $ 42,743.25 backfill L 56 6"Gas Header Connections,installed complete 2 Lump Sum $ 7,243.39 $ 14,486.78 L 57 L 58 TOTAL OF ALL PHASE 2 ITEMS $ 627,022.54 Unit Prices are requested for all bid items because these unit prices may be used for extra work at this site Total Project Cost $ 3,161,197.63 Submitted by: Bid Based on Receipt of the Following Addenda: c,' :.,..,.,___ii.,.. )c,_ ;_._ ,,_ #1--9/16/2021 #3--10/08/2021 (alithorized representative) #2--10/05/2021 #4-1 0/08/2021 On behalf of: Turner Contracting Incorporated Date: 10/12/2021 (name of bidding firm) page 2 of 2 EXHIBIT'B'-Page 32 of 40 ID I 1 Task Task Name Duration Start Finish Predecessors 3rd Quarter 4th Quarter 1st Quarter 2nd Quarter 3rd Quarter 114'1, Mode 1 Qtr3 Qtr 4 Qtrl Qtr 2 Qtr 3 1 )",(9 Award Tue 10/26/21 I 1 2 ,, :? NIP Fri 11/12/21 3._ ,t Mobilization 4 days Mon 11/15/2Thu 11/18/21 11 4 ; Clearing&Demo[Riot 4 days Thu 11/18/21Tue 11/23/21 II 5 i Thanksgiving Break 4 days Wed 11/24/2Sun 11/28/21 ll 6 ,," Mass Excavation PH 19 days Mon Thu il I 1 11/29/21 12/23/21 7 ; Christmas New Year 8 days ,Fri 12/24/21 Tue 1/4/22 1 I Break 8 ,+: HOPE Pipe& 12 days Wed 1/5/22 Thu 1/20/22 t t Manholes Storm Pipe 15 days Thu 1/20/22 Wed 2/9/22 1 1 10 Clay Liner 30 days Thu 2/10/22 Wed 3/23/22 11 i" Anchor Trenches 6 days Thu 3/24/22 Thu 3/31/22 11 12 ,J' GCL,Liner,160Z 25 days Fri 4/1/22 Thu 5/5/22 1-,1; I 13 ,i'';' Place Gravel 28 days Tue 5/10/22 Thu 6/16/22 14 t.:' Seeding,Guardrail, 6 days Fri 6/17/22 Fri 6/24/22 It Rock Checks 15 4., Phase I Complete Mon 6/27/22 i 16 ,i Phase 2 Grading 12 days Tue 6/28/22 Wed 7/13/22 I,1 17 t''' Clay Liner Ph 2 5 days Wed 7/13/22Tue 7/19/22 lt 18 ,' Anchor Trench Ph 2 4 days Wed 7/20/22Mon 7/25/22 ti 19 ;',' GCL,Liner,16 OZ 10 days Tue 7/26/22 Mon 8/8/22 l I 20 ; Place Gravel 11 days Tue 8/9/22 Tue 8/23/22 1 I Task r r ` Inactive Summary External Tasks Split r r r r r r r r r r r r,r r r r Manual Task 1 1 External Milestone Milestone V) Duration-only ' / z/ r/ Deadline Jr) Project:New Paris Schedule Date:Mon 10/11/21 Summary r- --"".1 Manual Summary Rollup MINEMOMMUMNIMMINNA Progress Project Summary , Manual Summary f"'"''''"------1 Manual Progress ---“------ Inactive Task Start-only r Inactive Milestone Finish only I Page 1 EXHIBIT'B -Page 33 of 40 ID Task 1Task Name Duration Start Finish Predecessors 3rd Quarter 4th Quarter 1st Quarter 2nd Quarter 3rd Quarter 0 Mode I Qtr 3_ Qtr 4 QV 1_ Qtr.2, Qtr 3 21 ,,,,.° Gas,Leachate Etc 5 days Wed 8/10/22Tue 8/16/22 ft , 22 „V" Complete Ph 2 Clean 11 days Wed Wed up 8/17/22 8/31/22 Task i` .',/ ' ,i Inactive Summary " External Tasks Split i i i,,i,,i i i,i i i i i i Manual Task f / '// ,P" , 1 External Milestone ", Milestone te Duration only '/ '',.. .A% Deadline Project:New Paris Schedule Date:Mon 10/11/21 Summary I Manual Summary Rollup INAMMIEWEENIMMVPIPA Progress Project Summary 'i - i Manual Summary r----- I Manual Progress Inactive Task Start-only i Inactive Milestone Finish-onty I Page 2 EXHIBIT'B -Page 34 of 40 Affidavit of Employment Eligibility Verification The Contractor, Turner Contracting Incorporated , affirms under the penalties of perjury that Contractor does not knowingly employ an unauthorized alien, If Contractor is self-employed and does not employ any employees, Contractor verifies he or she is a United States citizen or qualified alien. The Contractor has not knowingly employed or contracted with an unauthorized alien and shall not retain an employee or contract with a person that the Contractor subsequently learns is an unauthorized alien. Pursuant to Indiana Code 22-5-1.7, Contractor has enrolled in and verified the work eligibility status of all newly hired employees of the contractor through the Indiana E- Verify program. The Contractor has required Contractor's subcontractors to certify to the Contractor that the subcontractor does not knowingly employ or contract with an unauthorized alien and that the subcontractor has enrolled and is participating in the E-Verify program. The Contractor will maintain this certification throughout the duration of the term of a contract with a subcontractor. I hereby verify under the penalty of peijury that the foregoing statement is true. Dated this 11th day of October 20 21 (signature) Steven L Turner (printed name) EXHIBIT'B -Page 35 of 40 - 19 AC R© CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDIYYYY) �� 10/07(2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement, A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Julia Hoskins NAME: DIMOND BROS.INSURANCE LLC PHONE (317)853-3588 FAX (317)853-3501 NC No,Ext): (NC,No): 11708 North College Avenue julia.hoskins@dimondbros.com ADDRESS: - — I INSURER(S)AFFORDING COVERAGE NAIC# Cannel IN 46032 Hartford Underwriters Insurance Company 30104 INSURER A:. INSURED INSURER B: Hartford Fire Insurance Co 19682 Turner Contracting,Inc. INSURER C: Travelers Property Casually Co.of America 25674 906 16th Street Suite#3 INSURER D: Twin City Fire Insurance Company 29459 INSURER E: Bedford IN 47421-7360 INSURER F: COVERAGES CERTIFICATE NUMBER: 21-22 ICI-ALLCOV REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTRINSD WVD (MMIDDOYYYY) (MMIDDIYYYY) X COMMERCIAL GENERAL UABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE CLAIMS-MADE X OCCUR PREMISES(nEs occurrence) S 30g000 X XCU INCLUDED MED EXP(Any ono person) $ 10,000 A 36UEAZH5295 09/17/2021 09/17/2022 PERSONAL BADVINJURY $ 1,000,000 GENT,AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 �!I POLICY X JE T LOC PRODUCTS-COMP/OPAGG $ 2,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT S 1,000,000 (Ea.accident) X ANY AUTO BODILY INJURY(Perpersm) $ — B OWNED SCHEDULED 36UEAZH5297 09/17/2021 09/17/2022 BODILY INJURY(Per accident) $ AUTOS ONLY _ AUTOS X HIRED) X NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY _ AUTOS ONLY (Per acaderdl $ X UMBRELLA LIAB X OCCUR EACH OCCURRENCE S 10,000,000 C EXCESS LIAB CLAIMS-MADE CUP6S23732021 NF 09/17/2021 09/17/2022 AGGREGATE $ 10,000,000 DED X RETENTION$ 10,000 $ WORKERS COMPENSATION X STATUTE EERH- AND EMPLOYERS'LIABILITY Y/N 1 D ANY PROPRIETOR/PARTNER/EXECUTIVE N NIA 36VVEA163149 09/17/2021 09l17/2022 E.L.EACHACCIDENT $ , , OFFICER/MEMBER EXCLUDED? (Mandatory In NH) F,.L.DISEASE..EA EMPLOYEE $ 1,000,000 If yes,describe under 1,0 ,00000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT S Leased/Rented Per Item $1,500,000 Leased/Rented Equipment B Scheduled Equipment 36UUMZH6206 09/17/2021 09/17/2022 Leased/RentedAggregate $5,000,000 Sched Equip$5000 DED $56,127,398 DESCRIPTION OF OPERATIONS/LOCATIONS VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE:New Paris Pike Landfill Cells 4A and 4B Subject to the terms and conditions of the policy,City of Richmond,its officers and employees and Board of Sanitary Commissioner of the Richmond District of Richmond,IN,Richmond Sanitary District,New Pads Pike Landfill and ATC Group Services are added as additional insureds on the General Liability but only if required by written contract and only with respects to liability arising out of the work performed by or on behalf of the named insured for the Certificate Holder, CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE,WILL BE DELIVERED IN Board of Sanitary Commissioner of the Richmond District ACCORDANCE WITH THE POLICY PROVISIONS. of Richmond,IN Admin Building 328 Liberty Avenue AUTHORIZED REPRESENTATIVE Richmond IN 47374X),tr%,c EAriicurP,44e I _ oO 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD EXHIBIT' '-Page 36 of 40 •C.,„ Bid Bond Boari . N/A CONTRACTOR: SURETY: Western Surety Company South Dakota Corporation Hoe, (Name, legal,5tatti,;and prin,crizal plare Turner Contracting, Inc, at'bu„ciness) 906 16th Street, Suite #3 151 N. Franklin Street Bedford, IN 47421 17th Floor Chicago, IL 60606 This document has important legal consequences Consultation with OWNER: an attorney is encouraged with (V/we, legal acid adclres,$) respect to its completion or Richmond Sanitary District modification. 2380 Liberty Avenue Any singular reference to Richmond, IN 47374 Contractor, Surety, Owner or other party shall be considered plural where applicable. BOND AMOUNT: Five Percent of the Maximum Amount of the Total Bid (5%) PROJECT: (Name, location or address, arid Project number, if any) New Paris Pike Landfill Cells 4A and 4B and Leachate Transmission Line Construction 'The Contractor arid Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety hind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may he specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference, not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shah be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the hid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor, When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 12th day of October , 2021 , Turner Contracting, Inc. (Principc (Seal) (Wane' ) • LE(' , •• (7):tle) Western Surety Company , (Seal) ___________ _ (Witness) (Title)Robert L.Sherfick,Attorney-in-Fact Printed in cooperation with the American institute of Architects(A/A). The language in this document conforms to the language used in A/A Document A310-Bid Bond-2010 Edition. EXHIBIT'B -Page 37 of 40 *'Ps i'A''.. Digital Seal, Signature Authority and Enforceability this communication is being provided on behalf of all CNA Surety companies,including Western Surety Company, Continental Casualty Company, The Continental Insurance Company, American Casualty Company or Reading, Pennsylvania,and National Fire Insurance Company of Hartford lea]leetitely and incli,.idtially referred to as"CNA Surety"). the use c)lan electronic image of the corporate seal of auy CNA Surety company plie"Dig,ital Seal")and the attachment of the Digital Seal to any suret) bond issued by:1 CNA Surety company is authorized. Filch CNA Surety company acknowledges turd agrees that the Digital Seal may he affixed to any CNA.Surety bond and relied upon to the same extent as ifs raised corporate seal were physically attached to the bond. Also,as permitted by law,the electronic delivery and submission of I any surety bond on behalf of each CNA Surety company and the execution of such surety bonds by an attorney-in-tact of the CNA Surety company using a digital signature shall have the same legal effect as delivery()la tangible original with the original "wet"signature of the attorney-in-fact. Delivery of a digital copy of this Digital Seal,Signature Authority and Enforceability notice,executed electronically,to an Obligee or Obligee's representative shall constitute effective execution and delivery atlas notice and shall have the same legal effect as delivery of a tangible original of the notice with my original"wet"signature. In Witness Whereof; this has been executed by the Vice President and Surety General Counsel for each of the CNA Surety companies, Dated this 7th day of April,2021 ) . Rosemary Quinn Quinn Vice President and Surety General Counsel on behalf of •,•''+,,-'"''''..Pc;',- ., :„, 4 2,„, .--• -.ka! /..V V.:. vor. ••• ' : -.. . 'N.Irnin..0'. ............. Western Surety Company The Continental Insurance Company 7. • 3. 0 "Z ( ,.._184_1_,./ i. 114SUR44,c qtCO t 4-ily ; OP nik) Continental Casualty Casualty Company National Fire Insurance Company of Hartford ,e9skNy o..,t4 i,,,,,,cosifoRo. 44e 3 " e JULY 11. g, American Casualty Company of Reading,Pennsylvania EXHIBIT'B -Page 38 of 40 , . , . estern Surety Company POWER OF' ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT kaim All:licit Its these Present's. Elm WES FERN c;t:R ETY CDAIPANV,it South Dakota itiportilion,iii a duly organized mid existin rporation maims its prineirmi orrice al the City it:.,Vt111), HIS, Ind State of Smith Dakot,i. and that It does by virme or the signarure 'indseal iciest anixed hereby lilake,constitute and appoint Jason D McEldowney, John W [Lannon III, Robert L Sherfick, Individually or Cannel, IN, its true and lawful Attorneytio-in-Fact is oh full power and authority hereby conferred to sign,seal runt execute for and on its behalf hoods, undertakings and other obligatory instruments of similar nature -In Unlimited Amounts - and to hind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney,pursuant to the authority hereby given,are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof,duly'adopted,as indicated,by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 18th clay of rune,2021. WESTERN SURETY COMPANY ft3,14 10 I NeirWrint'°.e.' aul T.Bniflat,Vice President State of South Dakota I. us, of Minnehaha On this 18th day of June,2021,before me personally came Paul T. Bruflat,to roe known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Fulls,State of South Dakota;that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation,that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority,and acknowledges same to he the act and deed of said corporation, t4t.i.i.......,....,,,,,,,,-,......,,, My commission expires I M.BENT ; 1 a 2r-PHY=a"D-1: March 2,2026 Ile)2 ,••• M.Bent,Notary Public CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force,and further certify that the By-Law of the corporation printed on the reverse hereof is still in force, In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 12th day of October,2021 ,,;;gr,:.,,, WESTERN SURETY COMPANY igy sk9 0 RI**,,V. L.Nelson,Assistant Secretary Goan 04280-2-20 12 Go to www.cnasurety.com>Owner/Obligee Services>Validate Bond Coverage,if you want to verify bond authenticity. EXHIBIT'B'-Page 39 of 40 Authorizing By-Law AD()1'`1'LD BY THE, SHAREHOLDERS OF WESTERN SURKFY (vOYIPANY 1 his Pow of Attorney is made and executed pursuant to and by authority- of Me followine Fay-Law duly adopted by the shareholders orthe t:empany Section , \11 hoods, policies, undertakings, Powers of"Attorney, or mlier obligations of the corporation shall be executed in the curporttie name of the Company he the President. Secretary. and Assistant Secretary, Treasurer, or any A ice President, nr such other offie,e s a, Inc Board of Directors may authorize, The President, any Vice President, Secretary. any \ssietant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. EXHIBIT'B'-Page 40 of 40