Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC20-205 360 CivilCONSTRUCTION AGREEMENT
THIS CONSTRUCTION AGREEMENT is dated as of __________, by and between Eagle
County, Colorado a body corporate and politic (hereinafter called “County” or "Owner") whose
address for purposes hereof is P.O. Box 850, 500 Broadway, Eagle, CO 81631, and 360 Civil,
Inc., a Colorado corporation licensed to work in the State of Colorado (hereinafter called
"Contractor") whose address for purposes hereof is P.O. Box 2247 Gypsum, CO 81631.
Owner and Contractor, in consideration of the mutual covenants set forth herein, agree as
follows:
ARTICLE 1 – THE PROJECT AND THE WORK
1.1 The construction project which is the subject matter hereof is generally described as
follows: construction/expansion services of a leachate holding pond (LPH) at the Eagle County
Landfill (the “Project”) located in Wolcott, Colorado. Contractor shall supply and perform all
work to complete the Project as specified in the Contract Documents (“Work”).
1.2 A more complete description of the Project and a description of the applicable Project site
(the “Site”) is provided by the Contract Documents.
1.3 Capitalized terms that are not defined in this Agreement shall have the meanings ascribed
to them in the General Conditions and (or) the other Contract Documents as applicable.
1.4 The intent of the Contract Documents is to include all items reasonably necessary for
the proper execution and completion of the Work. The Contract Documents are complementary
and what is required by any one shall be binding as if required by all. Based on Contractor’s
careful review of the Contract Documents, Contractor acknowledges that the Contract
Documents require the construction of a completed Project in accordance with the terms hereof.
1.5 Contractor shall perform all the Work required by the Contract Documents or
reasonably inferable therefrom, for the complete construction of the Project in accordance with
the Contract Documents. Contractor shall provide and furnish all materials, supplies, equipment,
tools, implements, all other facilities, and all other labor, supervision, security, transportation,
utilities, storage, appliances and all other services as and when required for or in connection with
the complete construction of the Project.
1.6 If the Work is taking place on property owned by other federal, state or local
governmental entities, or a public utility or other third party, Contractor shall comply with any
additional terms and conditions required by applicable law and (or) applicable permits.
ARTICLE 2 - OWNER'S REPRESENTATIVE
2.1 The Project is under the authority of the Owner, through the Eagle County Project
Management Department, Josh Miller, or his designee, shall be Owner's liaison with
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
5/29/2020
C20-205
Contractor with respect to the performance of the Work. The Eagle County Facilities
Director, Rick Ullom, or his designee, shall be authorized to sign change orders
increasing the scope of work and associated compensation within the budget constraints
set for the Project. Change orders in excess of the budgeted amount must be signed and
approved by the Board of County Commissioners.
2.2 Contractor’s representative is Jeremy Sheaffer.
2.3 Neither Owner’s nor Contractor’s representative shall be changed with less than ten (10)
days prior written notice to the other party.
ARTICLE 3 - CONTRACT TIME
3.1 The Work will be Substantially Complete on or before October 16, 2020. Final
Completion in accordance with the Contract Documents shall occur on or before
October 30, 2020.
3.2 Contractor shall employ all such additional labor, services and supervision, including
such extra shifts and over time, as may be necessary to maintain and to achieve Final
Completion in accordance with the Contract Documents on or before October 30, 2020,
all without an increase in the Contract Price.
3.3 LIQUIDATED DAMAGES: Owner and Contractor recognize that time is of the
essence of this Agreement and that Owner will suffer financial loss if the Work is not
substantially complete within the time specified in paragraph 3.1 above, plus any
extensions thereof allowed in accordance with the General Conditions. They also
recognize the delays, expense, and difficulties involved in proving at a legal or
arbitration hearing, the actual loss suffered by Owner if the Work is not substantially
complete on time. Accordingly, instead of requiring such proof, Owner and Contractor
agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay
Owner two hundred fifty dollars ($250.00) for each day that expires after the time
specified in paragraph 3.1 for completion until the Work is Substantially Complete. If
the liquidated damages set forth herein are determined to be invalid or unenforceable
for any reason, Owner reserves the right to seek and recover actual, consequential,
special damages which arise or are the result of Contractor’s failure to achieve
Substantial Completion on or prior to the date set forth in the Contract Documents.
ARTICLE 4 - CONTRACT PRICE
4.1 Owner shall pay Contractor, for Contractor’s performance of the Work under the
Contract Documents, including contingencies, an amount not to exceed Two Hundred
Forty Five, Seven Hundred Forty Six Dollars and Twenty Five Cents ($245,746.25)
“Contract Price”
4.2 Notwithstanding anything in the Contract Documents to the contrary, the Contract Price
includes, without limitation, the entire amount of overhead and profit payable to
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Contractor in connection with the Work under the Contractor Documents. Contractor
shall not have the right to, nor shall it seek to recover, any additional compensation for
overhead or profit. The quantities associated with unit prices may be adjusted as set
forth in the Contract Documents subject to the not to exceed Contract Price. In no event
shall the unit prices set forth in Contractor’s Proposal Form be adjusted.
4.3 Contractor acknowledges that Owner is a tax exempt entity and that Owner has
appropriated funds for this Project in a sum equal to or in excess of the Contract Price.
4.4 Owner shall pay Contractor for performance of the Work in accordance with the
Contract Documents.
4.5 Pursuant to the provisions of C.R.S. § 24-91-103.6, and notwithstanding anything to
the contrary contained elsewhere in the Contract Documents, no change order or other
form of order or directive by Owner, and no amendment to this Agreement, requiring
additional compensable Work to be performed which Work causes the aggregate
amount payable under the Agreement to exceed the amount appropriated for the original
Agreement, shall be of any force or effect unless accompanied by a written assurance
by Owner that lawful appropriations to cover the costs of the additional Work have been
made or unless such Work is covered under a remedy-granting provision in the
Agreement.
4.6 Eagle County is a governmental entity and all obligations beyond the current fiscal year
are subject to funds being budgeted and appropriated. Specifically, notwithstanding
anything to the contrary contained in this Agreement, Owner shall have no obligations
under this Agreement, nor shall any payment be made to Contractor in respect of any
period after December 31 of each calendar year during the term of this Agreement,
without an appropriation therefore by the Owner in accordance with a budget adopted by
the Board of County Commissioners in compliance with the provisions of Article 25 of
Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. §
29-1-101 et. seq.), and the TABOR Amendment (Constitution, Article X, Sec. 20).
ARTICLE 5 - PAYMENT PROCEDURES
Contractor shall submit Applications for Payment in accordance with the General Conditions.
Applications for Payment will be processed as provided in the General Conditions.
5.1 PROGRESS PAYMENTS: Owner shall make monthly progress payments on account
of the Contract Price and as provided in the Contract Documents. All progress payments
will be on the basis of the progress of the Work. Owner shall have the right to request
and inspect supporting documentation for progress payments, including but not limited
to receipts and invoices evidencing payments of charges associated with the Work.
5.2 The period covered by each Application for Payment shall be one calendar month
beginning on the first of each month and ending on the last day of the month.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
5.3 Each Application for Payment shall be based upon the unit prices, percentage of
completion, and Contract Price and otherwise in accordance with the Contract
Documents. Each Application for Payment shall show actual quantities incorporated
into the Project for each portion of the Work as of the end of the period covered by such
Application for Payment.
5.4 Prior to Completion, Owner shall authorize partial payments at the end of each calendar
month or as soon thereafter as practicable if Contractor is satisfactorily performing the
Agreement. Progress payments will be in an amount equal to:
95% of the Work completed. The withheld percentage of the Contract Price shall
be retained until the Agreement is completed satisfactorily and finally accepted.
5.5 Progress payments and retained funds shall occur in compliance with the General
Conditions attached hereto and C.R.S. § 24-91-103.
5.6 In taking action on Contractor’s Applications for Payment, Owner shall be entitled to
rely on the accuracy and completeness of the information furnished by Contractor and
shall not be deemed to represent that (i) Owner has made a detailed examination, audit
or arithmetic verification of the documentation submitted by Contractor; (ii) Owner has
made exhaustive or continuous on-site inspections of the Work; or (iii) Owner has made
examination to ascertain how or for what purposes Contractor has used amounts
previously paid on the Contract Price.
5.7 FINAL PAYMENT: Upon final completion and acceptance in accordance with the
General Conditions, Owner shall pay the remainder of the Contract Price. The final
payment shall not be made until after final settlement of this contract has been duly
advertised at least ten days prior to such final payment by publication of notice thereof
at least twice in a public newspaper of general circulation published in Eagle County,
and the Board of County Commissioners sitting as the as sole member of Owner has
held a public hearing thereon and complied with C.R.S. § 38-26-107. Final payment
shall be made in accordance with the requirements of the aforesaid statute. Owner shall
make a final settlement in accordance with C.R.S. § 38-26-107 within sixty days after
the contract is completed satisfactorily and finally accepted by Owner.
5.8 Owner may withhold payments due to Contractor, to such an extent as may be
necessary to protect Owner from loss, because of defective work or material not
remedied or the failure of Contractor to carry out the Work in accordance with this
Agreement.
5.9 Contractor acknowledges and agrees that payment shall be made in accordance with
C.R.S. §§ 24-91-103 and 38-26-107 and hereby waives it right to lien the property.
Contractor shall include the language of this paragraph 5.9 in any subcontracts for the
Project.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
ARTICLE 6 - CONTRACTOR'S REPRESENTATIONS
In order to induce Owner to enter into this Agreement, Contractor makes the following
representations:
6.1 Contractor has familiarized himself with the nature and extent of the Contract
Documents, Work, locality, and with all local conditions, and federal, state, and local
laws, ordinances, rules and regulations that in any manner may affect cost, progress, or
performance of the Work.
6.2 Contractor has made, or caused to be made, examinations, investigations, and tests and
studies of such reports and related data as he deems necessary for the performance of
the Work at the Contract Price, within the Contract Time, and in accordance with other
terms and conditions of the Contract Documents; and no additional examinations,
investigations, tests, reports, or similar data are, or will be required by Contractor for
such purposes.
6.3 Contractor has correlated the results of all such observations, examinations,
investigations, tests, reports, and data with the terms and conditions of the Contract
Documents.
6.4 Contractor has given Owner written notice of all conflicts, errors, or discrepancies that
he has discovered in the Contract Documents and the written resolution thereof by
Owner is acceptable to Contractor.
6.5 In performing the Work under this Agreement, the Contractor acts as an independent
contractor and is solely responsible for necessary and adequate worker’s compensation
insurance, personal injury and property damage insurance, as well as errors and
omissions insurance. The Contractor, as an independent contractor, is obligated to pay
federal and state income tax on moneys earned. The personnel employed by the
Contractor are not and shall not become employees, agents or servants of the Owner
because of the performance of any Work by this Agreement.
6.6 Contractor represents and warrants that it holds a license, permit or other special
license, as required by law, to perform the Work required under the Contract
Documents and shall keep and maintain such licenses, permits and special licenses in
good standing and in full force and effect at all times while Contractor is performing the
Work under the Contract Documents.
6.7 Contractor shall maintain insurance as set forth in the General Conditions. Before
permitting any of his subcontractors to perform any Work under this Agreement,
Contractor shall require each of his subcontractors to procure and maintain such
insurance as set forth in the General Conditions.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
ARTICLE 7 - CONTRACT DOCUMENTS
The Contract Documents which comprise the entire Agreement are made a part hereof, and
consist of the following:
7.1 This Agreement including the Contractor’s certificate of insurance attached as Exhibit
A.
7.2 Contractor's Proposal Form attached as Exhibit B.
7.3 Proposal Response Package including the entire Request for Proposals package attached
as Exhibit C.
7.4 General Conditions to Construction Agreement attached as Exhibit D.
7.5 Project Drawings, 2020 Eagle County Landfill Construction Quality Assurance/Quality
Control Plan, Eagle County Landfill Leachate Holding Pond Construction Technical
Specifications attached as Exhibit E.
7.6 Proposal Schedule Description detailed in Proposal Documents Index 5.0.
7.7 Addenda (date issued if any) attached as Exhibit F.
7.8 Performance and Payment Bonds.
7.9 Notice of Award and, if any, Notice to Proceed.
7.10 Any modification, including Change Orders, duly delivered after execution of
Agreement.
The parties acknowledge and agree that this Agreement and the General Conditions attached
hereto, shall supersede and control over any inconsistent or contrary provision in any other
attachment or agreement. There are no Contract Documents other than those listed above in this
Article 7. The Contract Documents may only be altered, amended, or repealed by an executed,
written amendment to this Agreement.
ARTICLE 8 – BONDS
8.1 Contractor shall deliver to the Owner the bonds required by the Contract Documents with
the executed Contract Documents and before starting work. Notwithstanding anything to
the contrary contained in the Contract Documents, Owner shall have no liability or
obligation hereunder unless and until the bonds have been so delivered.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
ARTICLE 9 - SUBCONTRACTS AND OTHER AGREEMENTS
9.1 Those portions of the Work that Contractor does not customarily perform with
Contractor’s own personnel shall be performed under subcontracts and (or) by other
appropriate agreements with Contractor (individually a “Subcontract” and collectively
“Subcontracts”).
9.2 All Subcontracts shall conform to provisions of this Agreement. Owner shall have the
right to review and approve each form of Subcontract. By an appropriate written
agreement, Contractor shall require the subcontractor to the extent of the Work to be
performed by the subcontractor, to be bound to Contractor by the terms of the Contract
Documents and to assume toward Contractor all the obligation and responsibility which
Contractor, by these Documents, assumes towards Owner. Said agreement shall preserve
and protect the rights of Owner under the Contract Documents with respect to the Work
to be performed by the subcontractor so that the subcontracting thereof will not prejudice
such rights. Contractor shall require each subcontractor to enter into similar agreements
with its subcontractors. Contractor shall make available to each proposed subcontractor,
prior to the execution of the subcontract, the Contract Documents to which the
subcontractor will be bound by this paragraph 9.2. Each subcontractor shall similarly
make copies of such Contract Documents available to its subcontractors. Owner shall
have the right to review and approve each form of Subcontract.
9.3 Contractor shall be responsible to Owner for the acts and omissions of its agents,
employees, suppliers, subcontractors performing Work under a contract with Contractor
and such subcontractors’ lower-tier subcontractors, agents and employees.
9.4 Nothing contained in the Contract Documents shall be deemed to create any contractual
relationship between any subcontractor of any tier and Owner.
ARTICLE 10 - MISCELLANEOUS
10.1 No assignment by a party hereto of any rights under, or interests in the Contract
Documents will be binding on another party hereto without the written consent of the
party sought to be bound; and specifically, but without limitation, moneys that may
become due and moneys that are due may not be assigned without such consent (except
to the extent that the effect of this restriction may be limited by law), and unless
specifically stated to the contrary in any written consent to an assignment, no
assignment will release or discharge the assignor from any duty or responsibility under
the Contract Documents.
10.2 Owner and Contractor each binds himself, his partners, successors, assigns and legal
representatives to the other party hereto, in respect to all covenants, agreements, and
obligations contained in the Contract Documents.
10.3 Intentionally Omitted.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
10.4 Notwithstanding any other provision to the contrary, nothing herein shall constitute a
waiver, express or implied, of any of the immunities, rights, benefits, protection, or
other provisions of the Colorado Governmental Immunity Act, if applicable.
10.5 This Agreement shall be governed by the laws of the State of Colorado. Jurisdiction
and venue of any suit, right, or cause of action arising under, or in connection with this
Agreement shall be exclusive in District Court for Eagle County, Colorado.
10.6 This Agreement supersedes all previous communications, negotiations and/or contracts
between the respective parties hereto, either verbal or written, and the same not
expressly contained herein are hereby withdrawn and annulled. This is an integrated
agreement and there are no representations about any of the subject matter hereof
except as expressly set forth in the Contract Documents.
10.7 Any notice and all written communications required under this Agreement shall be
deemed properly delivered when (i) personally delivered, (ii) mailed in the United
States mails, first class postage prepaid, (iii) delivered by FedEx or other comparable
courier service, charges prepaid, to the parties at their respective addresses listed below,
(iv) when sent via facsimile so long as the sending party can provide facsimile machine
or other confirmation showing the date, time and receiving facsimile number for the
transmission, or (v) when transmitted via e-mail with confirmation of receipt.
Owner: Eagle County
c/o Eagle County Project Management Department
Attn: Josh Miller
500 Broadway
Post Office Box 850
Eagle, CO 81631
josh.miller@eaglecounty.us
(970) 328-3532 phone
(970) 328-3539 fax
Contractor:
360 Civil, Inc.
Attn: Jeremy Sheaffer
403 Broadway, Suite 1-B
Eagle, CO 81631
PO Box 2247
Gypsum, CO 81637
Jeremy@360civil.com
(970) 328-4900 phone
(970) 328-4984 fax
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Notices delivered in person shall be effective as of the date of delivery, mailed notices will be
deemed given three business days after the date of deposit in a regular depository of the United
States Postal Service, and Fax notices will be deemed given upon transmission, if during
business hours, or the next business day. Either party can change its address for notice by notice
to the other in accordance with this paragraph.
10.8 PROHIBITIONS ON GOVERNMENT CONTRACTS:
As used in this Section 10, the term undocumented individual will refer to
those individuals from foreign countries not legally within the United States as set forth
in C.R.S. § 8-17.5-101 et. seq. If Contractor has any employees or subcontractors,
Contractor shall comply with these statutory provisions as they relate to undocumented
individuals. By execution of this Agreement, Contractor certifies that it does not
knowingly employ or contract with an undocumented individual who will perform under
this Agreement and that Contractor will participate in the E-verify Program or other
Department of Labor and Employment program (“Department Program”) in order to
confirm the eligibility of all employees who are newly hired for employment to perform
Services under this Contract.
A. Contractor shall not:
(i) Knowingly employ or contract with an illegal alien to perform work under
this contract for services; or
(ii) Enter into a contract with a subcontractor that fails to certify to the
Contractor that the subcontractor shall not knowingly employ or contract
with an illegal alien to perform work under the public contract for
services.
B. Contractor has confirmed the employment eligibility of all employees who are
newly hired for employment to perform work under this Contract through
participation in the E-verify Program or Department Program, as administered by
the United States Department of Homeland Security. Information on applying for
the E-verify program can be found at:
https://www.uscis.gov/e-verify
C. Contractor shall not use either the E-verify program or other Department Program
procedures to undertake pre-employment screening of job applicants while the
public contract for services is being performed.
D. If Contractor obtains actual knowledge that a subcontractor performing work
under the public contract for services knowingly employs or contracts with an
illegal alien, the Contractor shall be required to:
(i) Notify the subcontractor and the Owner within three days that the
Contractor has actual knowledge that the subcontractor is employing or
contracting with an illegal alien; and
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
(ii) Terminate the subcontract with the subcontractor if within three days of
receiving the notice required pursuant to subparagraph (i) of the paragraph
(D) the subcontractor does not stop employing or contracting with the
illegal alien; except that the Contractor shall not terminate the contract
with the subcontractor if during such three days the subcontractor provides
information to establish that the subcontractor has not knowingly
employed or contracted with an illegal alien.
E. The Contractor shall comply with any reasonable request by the Department of
Labor and Employment made in the course of an investigation that the department
is undertaking pursuant to its authority established in C.R.S. § 8-17.5-102(5).
F. If Contractor violates these prohibitions, the Owner may terminate the contract
for a breach of the contract. If the contract is so terminated specifically for a
breach of this provision of this Contract, the Contractor shall be liable for actual
and consequential damages to the Owner as required by law.
G. The Owner will notify the office of the Colorado Secretary of State if Contractor
violates this provision of this Contract and the Owner terminates the Contract for
such breach.
10.9 Contractor shall keep full and detailed accounts and exercise such controls as may be
necessary for proper financial management under the Contract Documents, and all such
accounting and control systems shall be satisfactory to Owner. Owner and Owner’s
accountants shall be afforded access to, and shall be permitted to audit and copy
Contractor’s records, books, correspondence, instructions, drawings, receipts,
Subcontracts, purchase orders, vouchers, memoranda and other data relating to the
Contract Documents and Contractor shall preserve these documents for a period of not
less than three (3) years after final payment, or for such longer period as may be required
by law.
10.10 Any indemnity, warranty or guaranty given by Contractor to Owner under the Contract
Documents shall survive the expiration or termination of the Contract Documents and
shall be binding upon Contractor until any action thereunder is barred by the applicable
statute of limitations or as otherwise expressly provided on the Contract Documents.
10.11 The signatories to this Agreement aver to their knowledge, no employee of the Owner
has any personal or beneficial interest whatsoever in the Work or property described in
this Agreement. The Contractor has no interest and shall not acquire any interest, direct
or indirect, that would conflict in any manner or degree with the performance of the
Work and Contractor should not employ any person having such known interests.
10.12 In the event a change order or amendment to the Contract Documents is agreed to by the
parties, the same shall be in writing and executed by both parties. The Eagle County
Facilities Director, Rick Ullom, or his designee, shall be authorized to sign change orders
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
increasing the scope of work and associated compensation within the budget constraints set for the Project. Change orders in excess of the budgeted amount must be approved by the Board of County Commissioners with additional funding appropriation allocated to the Project. fN WITNESS WHEREOF, the parties have executed this Agreement this --------. Attest: "Owner": COUNTY OF EAGLE, STATE OF COLORADO, By and Through Its BOARD OF COUNTY COMMISSIONERS By: Kathy Chandler-Henry, Chair By: _____________ _ Regina O'Brien, Clerk to the Board STATE OF COLORADO ) )ss: CONTY OF EAGLE ) The foregoing instrument was acknowledged before me by Je'2.Q'.l\� <;.\,-iw..(:{e!l-,as V•U,.. ern•kn-t of �(.. Ibis...!_:!,_, day of lj--t\Cl\,1 , 2020. �¼lllBl ll&lillllB!te
KIMBERLY ANNE SCAVONE
NOTARY PUBLIC STATE OF COLORADO
NOTARY ID 2014401117j91• 2022 MY COMMISSION EXPIRES W., ••
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
5/29/2020
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED?
INSR ADDL SUBR
LTR INSD WVD
PRODUCER CONTACT
NAME:
FAXPHONE
(A/C, No):(A/C, No, Ext):
E-MAIL
ADDRESS:
INSURER A :
INSURED INSURER B :
INSURER C :
INSURER D :
INSURER E :
INSURER F :
POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY)
AUTOMOBILE LIABILITY
UMBRELLA LIAB
EXCESS LIAB
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
AUTHORIZED REPRESENTATIVE
EACH OCCURRENCE $
DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence)
MED EXP (Any one person) $
PERSONAL & ADV INJURY $
GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $
PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT
OTHER:$
COMBINED SINGLE LIMIT $(Ea accident)
ANY AUTO BODILY INJURY (Per person) $
OWNED SCHEDULED
BODILY INJURY (Per accident) $AUTOS ONLY AUTOS
HIRED NON-OWNED
PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY
(Per accident)
$
OCCUR EACH OCCURRENCE
CLAIMS-MADE AGGREGATE $
DED RETENTION $
PER OTH-
STATUTE ER
E.L. EACH ACCIDENT
E.L. DISEASE - EA EMPLOYEE $
If yes, describe under
E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below
INSURER(S) AFFORDING COVERAGE NAIC #
COMMERCIAL GENERAL LIABILITY
Y / N
N / A
(Mandatory in NH)
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
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.
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).
COVERAGES CERTIFICATE NUMBER:REVISION NUMBER:
CERTIFICATE HOLDER CANCELLATION
© 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03)
CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY)
$
$
$
$
$
The ACORD name and logo are registered marks of ACORD
5/4/2020
(970) 945-9111 (970) 945-2350
21415
360 Civil, Inc
PO Box 2247
Gypsum, CO 81637
41190
34452
A 1,000,000
X X
6X00542 3/1/2020 3/1/2021
500,000
Per Proj Agg 10,000
1,000,000
2,000,000
2,000,000
1,000,000A
X X
6X00542 3/1/2020 3/1/2021
2,000,000A
6X00542 3/1/2020 3/1/2021 2,000,000
0
B
X 4180753 3/1/2020 3/1/2021 1,000,000
N 1,000,000
1,000,000
C Pollution 7930035380002 6/30/2018 Occurence/Aggregate 2,000,000
A Equipment Floater 6X00542 3/1/2020 3/1/2021 Leased/Rented 300,000
Certificate holder and owner are named as additional insured with respect to general liability, including ongoing and completed operations coverage, if
required by written contract. Certificate holder and owner are named as additional insured with respect to auto liability, if required by written contract. A
waiver of subrogation applies in favor of the additional insured with respect to general liability, automobile liability and workers compensation, if required by
written contract.
Project: Eagle County Landfill Leachate Holding Pond
Eagle County
PO Box 850
500 Broadway
Eagle, CO 81631
360CIVI-01 JOES
Mountain West Insurance - Glenwood
PO Box 1576
Glenwood Springs, CO 81602
Joseph Stewart
Employer's Mutual Casualty Company
Pinnacol Assurance
Homeland Insurance Company of New York
1
XX
6/30/2020
X
X
X
X
X
X
X
X
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Exhibit B
Proposal Form
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Page18
11.0PROPOSALFORM
THISFORMMUSTBESUBMITTEDWITHYOURPROPOSAL
TO:JoshMiller,ConstructionManager
EagleCountyProjectManagement
P.O.Box850
Eagle,CO81631
289CooleyMesaRoad
Gypsum,CO81637
Josh.miller@eaglecounty.us
Theundersigned,havingexaminedtheproposaldocumentsidentifiedintheindexandthe
ContractDocumentsidentifiedinArticle7oftheConstructionAgreementandanyandall
documentsrelatedtotheabovereferencedRequestforProposals:
(a) HasvisitedthesitefortheProjectandhavingfullknowledgeoftheconditionsunder
whichtheworkmustbeperformed,herebyproposestoenterintoaConstruction
AgreementtoperformsuchworkassetforthintheContractDocuments,ofwhich
thisProposalformsapart;andagreestoperformtheworkandwillfurnishall
requiredlaborandmaterialsandpayallincidentalcostsassociatedwithsuchwork;
(b) Agreestocomplywithallconditions,requirements,andinstructionsoftheRequest
forProposalsasstatedorimpliedtherein;
(c) AcknowledgestherightofEagleCountyinitssolediscretiontorejectanyorall
proposalssubmitted,andthatanawardmaybemadeeventhoughnotthelowest
costorashortlistofrespondentsmaybeidentified;
(d) AcknowledgesandagreesthatthediscretionofEagleCountyinselectionofthe
successfulrespondentsshallbefinal,notsubjecttorevieworattack;and
(e) Acknowledgesthatitsproposalismadewithfullknowledgeoftheforegoingandfull
agreementthereto.
Bysubmissionofitsproposal,andsignaturebelow,therespondentacknowledgesthathehas
theauthoritytosignthisProposalSubmittalFormandbindthecompanynamedbelow.The
respondentfurtheracknowledgesthatEagleCountyhastherighttomakeanyinquiryor
investigationitdeemsappropriatetosubstantiateorsupplementinformationcontainedinthe
proposalandrelateddocuments,andauthorizesreleasetoEagleCountyofanyandall
informationsoughtinsuchinquiryorinvestigation.
CompanyName:_______________________________________
TitleofRespondent:_______________________________________
SignatureofRespondent:_______________________________________
360 Civil, Inc.
Vice President
Digitally signed by Jeremy J. Sheaffer
Date: 2020.04.20 11:48:38-06'00'
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Exhibit C
Proposal Response Package
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
REQUEST FOR PROPOSALS
LEACHATE HOLDING POND CONSTRUCTION
EAGLE COUNTY, COLORADO
Eagle, Colorado February 25, 2020
Eagle County is soliciting proposals for the provision of construction services for the Eagle
County Landfill Holding Pond Construction Project at the Eagle County Landfill, Wolcott, CO.
This Request for Proposals (“RFP”) will be non-exclusive. Eagle County reserves the right to
purchase services from other third parties.
Proposals must be received by U.S. mail to Eagle County Project Management Office,
attention Josh Miller, Construction Manager, P.O. Box 850 Eagle, CO 81631; by FedEx,
UPS, DHL, or hand delivered to the Eagle County Project Management Office, attention
Josh Miller, Construction Manager, 3289 Cooley Mesa Road, Gypsum, CO 81637; or by
email to josh.miller@eaglecounty.us, on or before 4:00 p.m., MDT, April 9, 2020. No
telephone or facsimile proposals will be accepted. Any proposal received after this time will not
be considered and will be returned to the respondent unopened unless good cause is shown as
determined by Eagle County in its sole discretion.
The proposal document may be obtained at the Eagle County Project Management, 3289 Cooley
Mesa Road, Gypsum, CO 81637 during the hours of 8:00 a.m. to 4:00 p.m., Monday through
Friday. The complete document is also available at www.eaglecounty.us.
Contact information:
Josh Miller
PO Box 850
Eagle, CO, 81631
(970) 328-3532
josh.miller@eaglecounty.us
The complete RFP document is attached or may be obtained at the Project Management
Department office, 3289 Cooley Mesa Road, Gypsum, Colorado 81637.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Page 1
REQUEST FOR PROPOSALS
CONSTRUCTION SERVICES
EAGLE COUNTY LANDFILL LEACHATE HOLDING POND CONSTRUCTION PROJECT
Issued, February 25, 2020
SEALED PROPOSALS DUE
4:00 p.m. local time, Thursday, April 9, 2020
BIDS TO BE SENT OR DELIVERED TO:
EAGLE COUNTY GOVERNMENT
Josh Miller, Construction Manager
3289 Cooley Mesa Road (delivery)
Gypsum, CO 81637
(970) 328‐3532
Josh.miller@eaglecounty.us
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Page 2
REQUEST FOR PROPOSALS
CONSTRUCTION SERVICES
EAGLE COUNTY LANDFILL LEACHATE HOLDING POND CONSTRUCTION PROJECT
Issued, February 25, 2020
PROPOSAL DOCUMENTS INDEX
1.0 Introduction
2.0 Site Description
3.0 Facility Responsibilities
4.0 Contractor Responsibilities
5.0 Schedule
6.0 Description of Work
7.0 Critical Work Methods Statements
8.0 General Instructions
9.0 Selection Criteria
10.0 Insurance and Bonding Requirements
11.0 Proposal Form
12.0 Bid Form
13.0 Sample Contract
14.0 General Conditions to Construction Agreement
15.0 Supplementary Information
2020 Eagle County Landfill Construction Quality Assurance/Quality Control Plan
Eagle County Landfill Leachate Holding Pond Construction Technical
Specifications
16.0 Project Drawings Souder, Miller & Associates dated January 2020
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Page 3
1.0 Introduction
Eagle County is soliciting bids for reconstruction and expansion of a leachate holding pond (LHP)
at the Eagle County Landfill in Wolcott, Colorado. The scope of work for this project includes
the following:
Preparation of a native soil subgrade for the geosynthetic liner system
Placement of geosynthetic liner components consisting of:
Geosynthetic Clay Liner (GCL)
45‐mil thick reinforced polyethylene (RPE) secondary liner
HDPE Geonet leak detection layer
45‐mil thick RPE primary liner
Construction of a leak detection sump and leachate extraction system
Construction of a reinforced concrete loadout pad
Relocation/extension of LHP fencing
Alternative materials may be proposed by the Contractor, but the bid shall be prepared using
the provided Bid Form. Alternative materials may not be used without written approval of Eagle
County or it’s Representative.
The respondents will use the Bid Form, along with the Project Drawings, to prepare their bids.
The Bid Form completed by the bidding Contractors will be used, in conjunction with the
qualifications of the respondents, to select a Contractor for the work. Unit costs are required
for construction quantities, alternates, and contingency items. It is the respondent’s
responsibility to verify all quantities during preparation of this bid and report any potential
discrepancies to Eagle County. All quantities on the Bid Form are estimates prepared from the
Project Drawings. Except for items designated as Lump Sum in the Bid Form, actual payment
will be based on in‐place quantities as surveyed by Eagle County or its Representative; the
Contractor may have their own surveys done, at their own cost, to confirm in‐place
quantities.
Request For Proposal (RFP) documents will be published on February 25 2020. All questions
regarding bid documents should be directed to Kristin Degenhardt at
Kristin.degenhardt@eaglecounty.us . No phone questions will be accepted.
A mandatory pre‐bid meeting followed by a site walk‐through of the project area will be held at
the Eagle County Landfill on March 10, 2020 at 11:00 AM (MST).
Questions regarding bid documents will be accepted through March 31, 2020 by email only at
kristin.degenhardt@eaglecounty.us. The addendum, if any, will be posted with the RFP
documents by March 6, 2020 close of business (COB).
The bid will be awarded by COB April 15, 2020.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Page 4
All work will be done and governed by the Construction Quality Assurance/Quality Control
(CQAQC) Plan, the Project Technical Specifications (Project Specifications), and the Eagle
County Solid Waste and Recycling Leachate Holding Pond Expansion Construction Plans (Project
Drawings). Where there are differences between these documents, the order of precedence
shall be the:
1. CQAQC Plan
2. Project Drawings
3. Project Specifications
4. Description of Work (Section 6 of the RFP)
The following sections that describe the site and the work are for the convenience of the
Contractor.
2.0 Site Description
The landfill site is located approximately two miles north‐northeast of Wolcott, Colorado.
Project Drawings page 1 shows the location of the site in relation to vicinity features. The
landfill is open to the public and serves all of Eagle County.
The present site includes the existing landfill area, an existing LHP, a tire storage facility, surface
water control features and structures, an office building/scale house, a maintenance shop, a
Material Recovery Facility, and a Household Hazardous Waste Collection Facility. Please refer to
Project Drawings page 2 for existing conditions at the landfill. Water for construction (dust
suppression, moisture conditioning soil, etc.) is not available on site. Provision of water is the
responsibility of the Contractor.
3.0 Facility Responsibilities
Eagle County or its Representative will survey to establish line and grade for construction and to
determine quantities. This will include:
Control Points
Pre‐construction and post‐construction surveys for subgrade and liner to confirm lines
and grades and for quantity determinations
As‐built drawings
Eagle County’s consultant, Souder Miller & Associates, will provide the aforementioned control
points, pre‐construction and post‐construction surveys, and as‐built drawings.
All layers of the LHP liner system must be certified by Eagle County or its Representative before
work on the next layer may commence. The Contractor shall be invoiced for each post‐
construction survey that is not certified by Eagle County or its Representative.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Page 5
Eagle County or its Representative will provide the CQAQC Plan. The Plan includes specifications
for testing equipment, supplies, and personnel for testing earth construction (moisture/density
testing) and observing and documenting geosynthetics installation.
4.0 Contractor Responsibilities
The Contractor shall be fully responsible for knowing and understanding the requirements of
the work, including the CQAQC Plan, Project Specifications, Project Drawings and Description of
Work. Eagle County or its Representative will assist the Contractor with following and meeting
the requirements of the CQAQC Plan, Project Specifications and Project Drawings, but Eagle
County or its Representative shall not be responsible for informing the Contractor of the
requirements.
The Contractor shall provide all equipment, personnel, materials, and construction staking to
complete the work to the line, grade and requirements included in the Description of Work,
CQAQC Plan, Project Specifications and Project Drawings. If the Contractor provides onsite fuel
tanks, the tanks shall be double‐walled or provided with acceptable secondary containment.
The Contractor shall provide portable toilets as necessary.
Prior to beginning any work, the Contractor will provide a Health and Safety Plan (HASP)
addressing the site‐specific requirements of this work, including requirements for working in
excavations and around landfills (managing refuse, methane gas, etc.). This HASP shall be
reviewed by Eagle County and its Representative, but the Contractor shall have sole
responsibility for the health and safety of its employees and for completing the work in
accordance with all local, state, and federal regulations.
The Contractor shall protect existing vegetation, structures, equipment, utilities, pavement, and
improvements that are not scheduled for demolition during the project. Any damage caused by
the Contractor or its subcontractors shall be repaired or replaced equal to existing conditions,
at the expense of the Contractor.
The landfill will remain open during the construction period. The Contractor shall complete the
work in a manner that causes the least possible interference with normal landfill operations.
This shall include, but not be limited to, the following:
Maintaining all roads, fencing, utilities, water control piping, and other improvements at
the landfill in working condition.
Landfill hours of operation are Monday through Friday from 8:00 AM to 4:30 PM and
Saturday 8:00 AM to 3:00 PM. If the Contractor requires to work outside of these hours,
arrangements shall be made with Eagle County or its Representative at least three days
in advance. During such work, the Contractor shall be responsible for all site security.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Page 6
No work shall be done by the Contractor without personnel from Eagle County or its
Representative at the site.
If any disruptions to landfill facilities or operations will be necessary for the Contractor
to complete the work, the Contractor shall arrange this with Eagle County at least one
week in advance. No disruptions to landfill facilities or operations will be allowed
without written approval from Eagle County or its Representative.
Eagle County or its Representative will provide pre‐construction and post‐construction surveys
for determining construction quantities. The contractor shall provide any additional
construction or check surveying.
The Contractor shall be responsible for scheduling all survey work. Requests for
surveying shall be made at least 72 hours in advance of when the surveying is required,
and the Contractor shall have the areas ready for staking or certification, as necessary.
The Contractor shall be responsible for maintaining staking and control points provided
by Eagle County or its Representative. Replacing these will be at the expense of the
Contractor.
The Contractor shall be responsible for slope staking.
The Contractor shall be responsible for obtaining all permits and permissions necessary to begin
and complete work.
The Contractor shall be responsible for temporary environmental controls associated with the
construction work including, but not limited to, dust suppression, drainage control, storm water
control, and storage and control of petroleum and hazardous materials and wastes.
The Contractor or subcontractor responsible for geosynthetics installation must demonstrate
experience installing GCL and RPE liners. Eagle County or its Representative reserves the right
to approve or reject any subcontractor proposed for geosynthetics installation. The proposed
geosynthetics installer must be approved by Eagle County or its Representative prior to
commencing work.
The Contractor or subcontractor shall be responsible for providing any water required for the
project. The County may be able to make water available at the Eagle County Fairgrounds in
Eagle, Colorado if needed.
5.0 Schedule
Eagle County intends to have a signed contract by Friday, May 29, 2020. The Eagle County
Landfill would like for work on this project to begin no sooner than August 3, 2020. The
Contractor must complete this scope of work by October 30, 2020.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Page 7
6.0 Description of Work
6.1 General
The work for this project includes:
Final construction of the LHP including removal of the existing pond liner, subgrade
excavation/grading, the geosynthetic liner system, leak detection layer, leachate
extraction and leak detection piping, a concrete loadout pad, and perimeter fencing
Construction of drainage ditches, as necessary
All construction will be done in accordance with the CQAQC Plan, Project Specifications, Project
Drawings and this Description of Work. Performance of work in accordance with the CQAQC
Plan, Project Specifications, Project Drawings and this Description of Work will ensure all work
is completed, at a minimum, in accordance with manufacturer’s specifications, good work
practices, and local, state, and federal regulations. The CQAQC Plan, Project Specifications, and
Project Drawings provide guidance regarding the materials used in construction, and testing
and approval of the work.
6.2 Leachate Holding Pond
6.2.1 General
The location of the existing LHP is shown on Project Drawings page 2. The LHP will be expanded
in depth and laterally to the east. Construction of the LHP includes:
Excavation and fill, as necessary, of the LHP to the line and grade shown on Project
Drawings page 3 to reach subgrade design grades. This work also includes removing the
existing liner in the LHP. The liner shall be disposed of in the active area of the landfill.
The leak detection sump shall be constructed as shown on Project Drawings pages 4 and
7.
Construction of the anchor trench around the perimeter of the LHP in accordance with
the CQAQC Plan, Project Specifications and Project Drawings.
Installation of the GCL.
Installation of the first layer (secondary liner) of 45‐mil RPE.
Installation of the leak detection layer (200‐mil HDPE geonet and the 1½ inch minus
gravel in the leak detection sump).
Installation of the 12 oz/yd2 non‐woven geotextile surrounding the leak detection gravel
Installation of the final layer (primary liner) of 45‐mil RPE.
Installation of the leak detection and leachate extraction piping.
Installation of the reinforced concrete loadout pad.
Installation of the concrete‐filled steel bollard posts.
Installation of the one‐foot soil cover over the anchor trench on the LHP berm (see
details 1 and 8 on Project Drawings page 7).
Fertilization, seeding, and mulching of areas highlighted on Project Drawings page 4.
Installation of the perimeter fence and gate.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Page 8
Installation of the level measuring device.
Soil testing shall be done by Eagle County or its Representative. The minimum frequencies of
testing are specified in the CQAQC Plan. The Contractor shall assist Eagle County or its
Representative with testing, as necessary, to properly complete all testing to the satisfaction of
Eagle County or its Representative. This includes scheduling testing, stopping work in the areas
to be tested, as necessary, and preparing areas for testing (e.g., cutting or scraping flat areas for
nuclear density testing).
After the subgrade has been tested (as appropriate), inspected, surveyed, and
certified/approved as meeting the requirements of the CQAQC Plan, Project Specifications, and
Project Drawings, the Contractor shall place the GCL, 45‐mil RPE geomembranes, and the leak
detection layer (including the piping, geotextile and gravel associated with the leak detection
layer).
After the liner components and piping are installed, the soil cover (1‐foot) shall be placed over
the top of the LHP berm (see details 1 and 8 of Project Drawings page 7). The concrete loadout
pad and two 6‐inch diameter SCH 40 concrete‐filled steel bollard posts shall be installed on
either side of the leachate extraction and leak detection piping. The perimeter fence and gate
shall be installed around the LHP according to detail 2 on Project Drawings page 7.
Placement of the GCL, RPE, piping, and leak detection layer are described in greater detail
below.
6.2.2 GCL
The GCL shall be installed in the LHP using materials specified in the CQAQC Plan and Project
Specifications. Prior to installing the GCL, the prepared subgrade shall be inspected by the
Installer and Eagle County or its Representative. Installation of the GCL shall not begin until the
underlying components are approved in writing by the Installer and Eagle County or its
Representative.
6.2.3 RPE Geomembrane
The RPE geomembrane shall be installed in the LHP using materials specified in the CQAQC Plan
and Project Specifications. Alternate materials may be proposed by the Contractor; however,
alternate materials shall not be used without written permission of Eagle County or its
Representative. Prior to installing the RPE, the underlying GCL shall be inspected by the Installer
and Eagle County or its Representative. Construction of the RPE shall not begin until the
underlying components are approved in writing by the Installer, and Eagle County or its
Representative.
One layer of RPE shall be placed over the approved GCL on the sides and base of the LHP. This
layer is designated as the secondary liner. The second layer of RPE shall be placed over the leak
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Page 9
detection layer and shall be designated as the primary liner. Please refer to detail 7 of Project
Drawings page 7 for details.
6.2.4 Leak Detection Layer
The leak detection layer shall be constructed in the LHP using materials specified in the CQAQC
Plan and Project Specifications. Alternate materials may be proposed by the Contractor;
however, alternate materials shall not be used without written approval of Eagle County or its
Representative. Prior to placing the leak detection layer over the secondary RPE liner, the RPE
shall be inspected by the Installer and Eagle County or its Representative. The leak detection
layer shall not be installed until the RPE is approved in writing by the Installer and Eagle County
or its Representative.
The leak detection layer consists of a 200‐mil HDPE geonet (GSE HyperNet Geonet, or approved
equivalent) and 1½ inch minus gravel surrounded by the 12 oz/yd2 non‐woven geotextile. The
geonet shall be installed over the secondary RPE liner. It shall be anchored in trenches at the
top of the slopes, placed with the long dimension parallel to the slope, placed to minimize
seams on slopes and near grade breaks, overlapped a minimum of two inches, and with seams
joined with plastic cable ties in accordance with the CQAQC Plan, Project Specifications and
Project Drawings page 7. The geonet will transmit any liquid that collects on top of the
secondary liner to the leak detection sump.
The 1½ inch minus gravel shall be installed in the leak detection sump. See detail 10 of Project
Drawings page 7 for details. The 1½ inch minus gravel shall be completely wrapped with a 12
oz/yd2 non‐woven geotextile to protect the under and overlying RPE liners.
Prior to placing the primary RPE liner over the leak detection layer, the leak detection layer
shall be inspected by the Installer and Eagle County or its Representative. The primary liner
shall not be installed until the leak detection layer is approved in writing by the Installer, and
Eagle County or its Representative.
6.2.5 Piping
The LHP piping will include leachate extraction system piping and leak detection system piping.
The leachate extraction piping consists of approximately 75 feet of 6‐inch diameter (ID) SDR‐21
HDPE pipe placed over the primary RPE liner (see details 1 and 3 of Drawing No. 7). The pipe
will extend into the LHP and attach to a 6‐inch diameter SDR‐21 HDPE tee at the toe of slope.
On either side of the tee, 6‐inch diameter SDR‐21 HDPE pipe (perforated with four 5/8‐inch
diameter holes drilled six inches on center in four rows oriented 90 degrees apart) will extend
for 20 feet (for a total of 40 feet of perforated pipe). Where the 75‐foot leachate extraction
pipe extends out of the LHP, a blind flange will be installed. The leachate extraction pipe will
also house an approximately 75‐foot long 3‐inch diameter SDR‐17 HDPE pipe (see Project
Drawing page 7). The end of the 3‐inch diameter pipe will be fitted with a camlock fitting.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Page 10
The leak detection piping consists of approximately 75 feet of 2‐inch diameter SDR‐21 HDPE
pipe placed in the leak detection layer (see Drawing No. 7), over the 200‐mil geonet. The pipe
will extend into the bottom of the leak detection sump and attach to a 2‐inch diameter SDR‐17
HDPE tee. On either side of the tee, 2‐inch diameter SDR‐17 HDPE pipe (perforated with four
3/8‐inch diameter holes drilled six inches on center in four rows oriented 90 degrees apart) will
extend for 2 feet (for a total of 4 feet of perforated pipe). Where the 75‐foot leak detection
pipe extends out of the LHP, a blind flange will be installed.
The existing 3‐inch diameter SDR‐17 HDPE leachate force main may have to be extended to
accommodate the LHP expansion.
6.3 Leachate Holding Pond Concrete Loadout Pad
6.3.1 General
The LHP expansion will add a 20‐foot by 50‐foot reinforced concrete loadout pad as shown on
Project Drawings page 8. Construction of the loadout pad includes:
Excavation and filling, as necessary, to the line and grade shown on Project Drawings
pages 3 and 4.
Placement of six inches of class 6 road base above the compacted subgrade and
compacted in accordance with the CQAQC Plan, Project Specifications, and Project
Drawings.
Protection of the existing leachate force main (Project Drawings page 7).
Placement of the 8‐inch thick reinforced concrete pad with containment curb. Concrete
pad must be sloped towards the LHP to drain spilled leachate into the LHP and prevent
pooling on the pad or run off.
Each phase of construction of the LHP loadout pad shall be considered complete only once it is
approved in writing by Eagle County or its Representative.
6.4 Culvert Installation
An approximately 50‐foot long culvert will be installed as displayed on Project Drawings page 3.
A 10‐foot long and 4‐foot wide section of riprap (type VL) shall be installed at the inlet and
outlet of the culvert, and the culvert shall be installed with Type II bedding in accordance with
the CQAQC Plan, Project Specifications, and Project Drawings. The culvert backfill shall be
compacted in accordance with the CQAQC Plan and Project Specifications.
Upon completion of the culvert installation, the area disturbed by installation must be
repaired/regraded and revegetated as necessary.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Page 11
6.5 Miscellaneous
The excavation area highlighted on Project Drawings page 3 shall be fertilized, seeded,
and mulched.
The existing groundwater monitoring well, MW‐04‐95, located in the south berm of the
LHP (Project Drawings page 3) shall be protected.
6.6 Measurement and Payment
6.6.1 Summary
As indicated in the Bid Form, all payments shall be based on in‐place surveyed quantities or
lump sum. No payment will be made for pipe wastage, excess geosynthetics placed for the
Installer’s convenience, or soil consolidation. The bid price should include installed quantities
for all items unless identified differently in the Bid Form.
Survey will be provided by Eagle County or its Representative. The Contractor may verify
quantities with an independent survey, if desired, at the Contractor’s expense.
Payment for geosynthetics (GCL, geomembrane, geogrid) is based on the area covered and
does not include allowance or payment for waste, overlap, material in the anchor trench, or
materials used for the convenience of the Installer.
Measurement for payment will be based on the actual plan view area of geosynthetics installed
as measured by survey. Measurement for the geosynthetics will be from the inside edge of the
anchor trench. The cost for material not included in the measured pay quantity (overlap, waste,
material in anchor trench, etc.) must be included in the unit price.
6.6.2 General Work Items
Include, when appropriate, costs for the following work items which are common to all items
on the Bid Form:
1. Maintenance, protection, replacement, and/or repair of damaged facilities outside the
area identified for payment as a separate item
2. Site access requirements including temporary soil material, as required for the
Contractor to access the work and equipment
3. Dust control, including watering of grades and construction access/haul roads
4. Traffic control
5. Erosion control construction
6. Right‐of‐way requirements
7. Regulatory requirements
8. Construction staking and other survey work not provided by Eagle County or its
Representative
9. Location of existing utilities and piping
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Page 12
10. Protection of existing underground piping, utilities, and site groundwater monitoring
wells
11. Quality assurance and quality control testing and inspections not provided by Eagle
County or its Representative
12. All safety‐related costs
13. Attendance at construction meetings
14. Shop drawings and other submittals
7.0 CRITICAL WORK METHODS STATEMENTS
Respondent shall provide statements describing how they will accomplish certain critical work:
1. Describe Placement of Gravel in Sump:
a) Describe equipment to be used where maximum ground pressure on geomembrane
is 5 PSI.
b) Describe how gravel will be installed above geomembrane without damage to the
underlying geosynthetics.
2. Provide prior experience of Geosynthetics Installer.
8.0 GENERAL INSTRUCTIONS
1. Proposals will be received via hand delivery, UPS, FedEx or DHL at the Eagle County
Project Management Office, attention Josh Miller, Construction Manager, 3289 Cooley
Mesa Road Gypsum, CO 81637; via U.S. Mail to Eagle County Project Management
Office, attention Josh Miller, Construction Manager, P.O. Box 850, Eagle, CO 81631 or
by email to josh.miller@eaglecounty.us until 4:00 p.m., local time April 9, 2020. No
telephone or facsimile proposals will be accepted. Any proposal received after this time
will not be considered and will be returned to the respondent unopened unless good
cause is shown as determined by Eagle County in its sole discretion. Proposals will be
evaluated only from those firms that meet the minimum criteria as set forth in the
complete Request for Proposals document.
2. Any question, interpretation or clarification regarding this RFP is required no later than
5:00 p.m. March 31, 2020. All questions regarding this RFP or these instructions must
be emailed to Kristin Degenhardt at Kristin.degenhardt@eaglecounty.us. No additional
questions will be accepted after the date and time referenced above unless good cause
is shown as determined by Eagle County in its sole discretion. Oral interpretations shall
be of no force and effect. An addendum, if any, will be posted with the RFP documents
by April 6, 2020 by COB.
3. A mandatory pre‐proposal meeting for all potential respondents who wish to submit
proposals will take place on Tuesday March 10, 2020 at 11:00 a.m. local time at the
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Page 13
Eagle County Landfill Wolcott, CO. Failure to attend will result in Proposal
disqualification.
4. Examination of Contract Documents and Site
a. Before submitting a Proposal, each respondent shall (a) examine the Contract
Documents thoroughly; (b) visit the site to become familiar with local conditions that in
any manner affect cost, progress or performance of the work; (c) become familiar with
federal, state and local laws, ordinances, rules and regulations that in any manner affect
cost, progress or performance of the work; and (d) study and carefully correlate the
respondent’s observations with the Contract Documents.
b. Access to the site is open by appointment only. This can be arranged by
contacting Kristin Degenhardt (970) 328‐3457 or Kristin.degenhardt@eaglecounty.us or
Jesse Masten (970) 328‐3472 or jesse.masten@eaglecounty.us.
c. The submission of a proposal shall constitute an incontrovertible representation
by the respondent that it is in compliance with every requirement of the proposal
documents (see the index for the complete list of proposal documents) and that the
proposal documents are sufficient in scope and detail to indicate and convey
understanding of all terms and conditions for performance of the work.
5. If submitting by mail or in person, please provide one (1) hard copy and one Thumb
Drive containing a PDF version of your proposal. On the outside of the envelope, please
include the name, address, and phone number of the firm’s submitting project
personnel and label it as the Leachate Holding Pond Construction RFP Response. If
submitting by email, please attach the document as a PDF and include Leachate Holding
Pond Construction RFP Response in the subject line.
6. Eagle County reserves the right, in its sole discretion, to reject any and all proposals
submitted in response to this RFP, and to waive or not waive informalities or
irregularities in statements received, or RFP procedures. Eagle County also reserves the
right to re‐advertise, or to otherwise provide the services as determined by Eagle
County to be in its best interest. Eagle County may also choose to disregard all
proposals and issue another RFP.
7. Eagle County may, at its sole discretion, modify or amend any and all provisions of these
instructions or the RFP or the Contract Documents. If it becomes necessary to revise any
part of the instructions, RFP or Contract Documents, addenda will be provided through
posting at http://www.eaglecounty.us. Eagle County reserves the right to extend the
RFP submittal date or to postpone selection of the most qualified respondent(s).
8. Respondents are encouraged to clearly identify any proprietary or confidential data or
information submitted in response to this RFP. Regardless of whether or not so marked,
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Page 14
Eagle County will endeavor to keep that information confidential, separate and apart
from the statement of qualification. Notwithstanding the foregoing, respondent
acknowledges that Eagle County may be required to release the information in
accordance with state statute or order of the court.
9. Eagle County will not pay for any information requested herein, nor is it liable for any
costs incurred by the respondent in connection with its response to this RFP.
10. No telephone or oral proposals will be accepted.
11. Proposals must be clearly identified on the front of the envelope or subject line of email
by RFP title. Responsibility for timely submittal of proposals lies solely with the
respondent. Proposals received after the closing time specified will be considered non‐
responsive and will be returned unopened.
12. Complete sets of proposal documents (see index for a complete list) shall be used for
preparing proposals. Eagle County assumes no responsibility for errors or
misinterpretations resulting from the use of incomplete sets of documents. Eagle
County makes these documents available for the purpose of obtaining proposals and
does not confer a license or grant for any other use.
13. Respondent(s) who submit a proposal are responsible for becoming fully informed
regarding all circumstances, information, laws and any other matters that might, in any
way, affect the respondent’s role and responsibilities. Any failure to become fully
knowledgeable shall be at the respondent’s sole risk. Eagle County assumes no
responsibility for any interpretations made by respondents on the basis of information
provided in this RFP or through any other source.
14. All Respondents must complete and include with their proposals the following:
a. Narrative Explaining General Approach to the Project
b. Summary of Firm and Project Team Experience
c. Discussion of Project Schedule and Budget Constraints
d. Summary of Practices and Procedures
e. Disclosure of Legal Issues
f. Completed GC Bid Proposal Form
g. Proof of Ability to Secure Required Bonding and Insurance Coverage
15. All proposals will be reviewed by Eagle County and any other review as determined to
be necessary. Respondents may be asked to supplement their initial proposal with
additional written material. Eagle County may short list respondents based upon an
evaluation of the written submittals. Eagle County may request in‐person interviews
with respondents prior to determining a short list and/or request a detailed
presentation. The respondents achieving the highest scores on the decision matrix may
be selected as the successful respondent but Eagle County reserves to select the
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Page 15
respondent with the proposal that Eagle County considers to be in its best interests,
even if not the lowest cost proposal. Eagle County will not supply the decision matrix
forms to respondents.
16. Following evaluation of the proposals received by Eagle County in response to the RFP,
the successful respondent will be given the first right to negotiate an agreement
acceptable to Eagle County. In the event that an agreement satisfactory to Eagle County
cannot be reached, Eagle County may enter into negotiations with one or more of the
remaining respondents. The successful respondent shall commence work only after
execution of an acceptable agreement and approval of insurance certificates and notice
to proceed given by Eagle County.
17. This RFP is not intended to completely define the process for the ultimate selection of
the successful respondent or the contractual relationship to be entered into with the
successful respondent.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Page 16
9.0 SELECTION CRITERIA
Respondents shall address each of the evaluation criteria listed below. The relative importance of
each criterion is identified on a scale of 1 to 4, with 4 being of the highest importance. These
criteria are not listed in any order of evaluation priority and are a non‐exhaustive list. Eagle
County may seek additional information or perform further investigations as it deems necessary.
Evaluation Criteria
Relative Importance
(1 to 4)
a. Narrative Explaining General Approach to the Project 2
b. Summary of Firm and Project Team Experience 4
c. Discussion of Project Schedule and Budget Constraints 3
d. Summary of Practices and Procedures 2
e. Disclosure of Legal Issues 3
f. Completed GC Bid Proposal Form 3
g. Proof of Ability to Secure
Required Bonding and Insurance Coverage.
2
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Page 17
10.0 INSURANCE AND BONDING REQUIREMENTS
All insurance and bonding requirements are set forth in Article 5 of the General Conditions
to Construction Agreement.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Page 18
11.0 PROPOSAL FORM
THIS FORM MUST BE SUBMITTED WITH YOUR PROPOSAL
TO: Josh Miller, Construction Manager
Eagle County Project Management
P.O. Box 850
Eagle, CO 81631
289 Cooley Mesa Road
Gypsum, CO 81637
Josh.miller@eaglecounty.us
The undersigned, having examined the proposal documents identified in the index and the
Contract Documents identified in Article 7 of the Construction Agreement and any and all
documents related to the above referenced Request for Proposals:
(a) Has visited the site for the Project and having full knowledge of the conditions under
which the work must be performed, hereby proposes to enter into a Construction
Agreement to perform such work as set forth in the Contract Documents, of which
this Proposal forms a part; and agrees to perform the work and will furnish all
required labor and materials and pay all incidental costs associated with such work;
(b) Agrees to comply with all conditions, requirements, and instructions of the Request
for Proposals as stated or implied therein;
(c) Acknowledges the right of Eagle County in its sole discretion to reject any or all
proposals submitted, and that an award may be made even though not the lowest
cost or a short list of respondents may be identified;
(d) Acknowledges and agrees that the discretion of Eagle County in selection of the
successful respondents shall be final, not subject to review or attack; and
(e) Acknowledges that its proposal is made with full knowledge of the foregoing and full
agreement thereto.
By submission of its proposal, and signature below, the respondent acknowledges that he has
the authority to sign this Proposal Submittal Form and bind the company named below. The
respondent further acknowledges that Eagle County has the right to make any inquiry or
investigation it deems appropriate to substantiate or supplement information contained in the
proposal and related documents, and authorizes release to Eagle County of any and all
information sought in such inquiry or investigation.
Company Name: _______________________________________
Title of Respondent: _______________________________________
Signature of Respondent: _______________________________________
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
MAILING ADDRESS:PO Box 2247
Gypsum, Colorado 81637
TELEPHONE:(970) 328 - 4900
EMAIL:patrick@360civil.com jeremy@360civil.com
PRINCIPLE OFFICES:403 Broadway, Suites 1-A to 1-C
Eagle, Colorado 81631
Business Formed:S Corporation - January 2015 State of Colorado
Federal ID #47-2467411
Trade Categories:Earthwork, Paving, Utilites and Civil General Contracting
Corporate Officers:Patrick S. Bourke President
Jeremy J. Sheaffer Vice President / Secretary / Treasurer
License Numbers:Town of Eagle Town of Gypsum
Town of Vail Town of Avon
Vendors/Suppliers:Wagner Equipment Dept. 9000, Denver, CO 80291
(303) 739-3000
Grand Junction Pipe & Supply 240 Airpark Drive, Gypsum, CO 81637
(970) 524-4440
Collett Enterprises 1126 Hwy 6, Gypsum, CO 81637
(970) 524-7777
PST Enterprises PO Box 2319, Gypsum, CO 81637
(970) 524-6060
Bank Reference:Alpine Bank Grant Murphy
205 E. Chambers Ave. VP Eagle
Eagle, Colorado 81631 (970) 748-5731
Jennifer Wright
VP Eagle
(970) 328-9600
403 Broadway, Suite 1-B, Eagle, Colorado 81631 ● Box 2247, Gypsum, Colorado 81637 ● (970) 328-4900 (o) ● www.360civil.com
QUALIFICATION STATEMENT OF 360 CIVIL, INC.
First Bank
25 Market Street
Eagle, Colorado 81631
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Bonding Information:
Bonding Co: Arch Insurance Co.
Bonding Agent: Surescape/CRS
Doug Rothey
7800 S. Elati Street, Suite 100
Littleton, Colorado 80120
Phone: (303) 225-8030 x 2 Office
Insurance Information:
General Liability/Auto Workers Compensation
EMC Insurance Group Pinnacol Assurance
Mountain West Insurance Group 7501 E. Lowry Blvd.
Trina Epp Denver, CO 80230-7006
PO Box 1576 Underwriter: Christina Noakes (303) 361-4177
Glenwood Springs, CO 81601 Safety Consultant: Lane Mcknight (303) 361-4091
phone: (970) 945-9111 Business Director: Lisa Mason (303) 361-4151
fax: (970) 945-2350
Construction Experience of Principal Individuals:
Name Title Experience
Patrick Bourke President 30 years Paving & Road Construction
Jeremy Sheaffer Vice President 30 years Utility & Excavation
Arnulfo Gallegos Superintendent 20 years Road Construction & Prep
Juan Antonio Moran Superintendent 15 years Utility & Excavation
Chris Erdahl (360 Paving) Manager 35 years Asphalt and Roads
Client/Business Reference Contact:
Name Company Contact Info
John Purchase Wynton Homes 970-390-9943
Jim Kemp Kemp & Company 970-904-3101
Mark Sharp Grand Junction Pipe and Supply 970-524-4440
Chris Evans Evans Chaffee Construction Group 970-845-0466
Lynn Brooks/Jeff Schnieder Eagle River Water & Sanitation District 970-476-7480
Bryon McGinnis / John Boyd Town of Eagle 970-328-6678
Matt Wadey Alpine Engineering 970-926-3373
Rob Padley Gorman USA 608-320-5330
Chance Warren Haselden Construction 970-309-5395
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Job #Project Contractor/Owner Amount Completion Project Manager % Complete 15001Oncall and Maintence Contract 2015Glenwood Hot Springs Pool3,713.32$ December 2015Brian Ammerman 970-274-1849100%15002Oncall and Emergency Repair Contract 2015Eagle River Water and San235,974.63$ December 2015Lynn Brooks 970-476-7480100%15003Oncall and Maintence Contract 2015Zancanella / Bellyache Ridge Metro16,963.21$ December 2015Ben Elmore 970-945-1253100%15004Soliel Homes Subdivision #1Wynton Homes594,886.94$ July 2015John Purchase 970-390-9943100%15005Diamon Plaze Remodel ~ RiverwalkRocky Mtn Custom Landscapes28,570.00$ June 2015Steve Bjurstrom 970-331-3555100%15006Ford Park Paver Asphaltic SandR. A. Nelson23,654.89$ June 2015Dennis Ward 970-445-0176100%15007Town of Vail Light Pole Base ReplacementR&A Enterprises38,247.43$ May 2015Mollie Harte 970-309-7413100%15008Eagle-Vail Playground RepairEagle-Vail Metro District7,976.78$ May 2015Steve Barber 970-390-8976100%15009Grouse Mountain Center Concrete PanGrouse Creek Center10,853.50$ August 2015Steve Warren 970-471-1292100%15010Blickenstaff DrywellLaurie Blickenstaff2,092.26$ June 2015Laurie Blickenstaff 970-376-4727100%15011Pier 1 Manhole InstallHoffman Reality8,368.79$ June 2015Doug Jiminez 970-390-1970100%15012Avon Medical Office BuildingCalcon Constructors1,076,841.43$ April 2016Jim Kohler 970-8194590100%15014LaSpada ResidenceBeck Building Company115,172.13$ September 2015Steve Boderck 970-949-1800x137100%15015Downtown Eagle Watermain ReplacementTown of Eagle999,988.33$ September 2015Deron Dirksen 970-401-0173100%15016Northwoods Wall ExcavationGallegos Corporation6,780.00$ June 2015Shannon Gallegos 970-926-3737x142100%15017Eagle County Schools Concrete DemolitionEvans Chaffee Construction Group11,452.20$ May 2015Chris Evans 970-845-0466100%15018MTECH Underground @ MOBMTECH40,160.00$ September 2015Bill Schierkolk 970-430-8072100%15019Holland Hills Cut and PlugZancanella1,500.00$ July 2015Tom Zancanella 970-945-5700100%15020Soliel Homes Lot ExcavationsWynton Homes26,597.50$ November 2015John Purchase 970-390-9943100%15021Brush Creek Village Drain LineWynton Homes3,051.67$ September 2015John Purchase 970-390-9944100%15022Katsos Ranch Rd. DitchesEagle River Water and San7,700.00$ October 2015Lynn Brooks 970-476-7480100%15023Riverdance Contact ChamberGlobal Asset Recovery39,500.00$ September 2015Ben Elmore 970-945-1253100%15024Vail Golf/Nordic Club HouseEvans Chaffee Construction Group1,177,625.09$ November 2016Chris Evans 970-845-0466100%15025Town of Eagle Trash PadsTown of Eagle1,838.80$ October 2015John Boyd 970471-1304100%15026Ford Park Boulder Wall RepairTown of Vail590.00$ October 2015100%15027Eagle Vail Golf Course Boulder WallsEagle-Vail Metro District44,000.00$ October 2015Steve Barber 970-390-8976100%15028Lake Creek Village Office Water LeakLake Creek Village16,967.81$ December 2015Bill Wright 970-376-6352100%15029Cornina Lane Water LeakHans Wiemann3,308.80$ December 2015Hans Wiemann(314) 724-5145 / (314) 440-4464100%4,544,375.51$ 360 CIVILWIP AND CONTACTDocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Job #Project Contractor/Owner Amount Completion Project Manager % Complete 16002ERWSD Repair ContractEagle River Water and Sanitation256,736.90$ December 2016Mike Thompson 970-471-8486100%16003ERWSD Edwards Booster Pump StationEagle River Water and Sanitation647,428.85$ October 2016John Cahill 970-471-5357100%16004ERWSD Snow RemovalEagle River Water and Sanitation19,965.47$ December 2016Mike Thompson 970-471-8486100%16005Lake Creek Water District Hydrant Snow Removalc/o Marchetti & Weaver1,325.00$ December 2016Ben Elmore 970618-4340100%16006Two Rivers Metro District Curb Stop Repair Zancanella & Associates412.50$ January 2016Ben Elmore 970-618-4340100%16007344 Beaver Dam Water RepairShaeffer Hyde Constuction17,213.93$ February 2016Mitch Sturdee 970-390-5605100%16008Eagle Crest Water Repair-Lake Creek MeadowsZancanella24,229.74$ January 2016Tom Zancanella 970-945-5700100%16009Centura Avon MOB Tank Decontamination RK Mechanical10,239.00$ April 2016Edward Van Deventer 303-355-9696100%16010Breckenridge Plaza DemoRA Nelson438,566.88$ October 2016Weston Bierma 970-471-8314100%16011Don Welch Well ProjectDon Welch169,375.00$ April 2016100%16012GH Phipps Construction-Load of Road BaseGH Phillps Construction360.00$ April 2016100%16014Lake Creek Village Water Leak Building 20Lake Creek Village 412,187.00$ May 2016Bill Wright 970-376-6352100%16015 716 Forest Road, Sides A & BEvans Chaffee126,547.82$ May 2017Andy Halminski 970-376-771275%16016Pump Around Patches-Mountain StarElam Construction8,337.50$ May 2016Chris Erdahl 970-390-0058100%16017Town of Vail Overlay PatchingElam Construction12,037.50$ May 2016Chris Erdahl 970-390-0058100%16018Lupine Lane Eagle-Vail-Haul Road BaseHoly Cross Energy324.93$ June 2016Jeff Vroom 970-279-1120100%16019Spraddle Creek PatchingElam Construction12,050.00$ June 2016Chris Erdahl 970-390-0058100%16020Sonnenalp Golf Course Irrigation RepairSonnenalp Golf Course3,450.00$ June 2016Neil Tretter 970-376-0976100%16021Castle Peak Ranch-Haul Road BaseHoly Cross Energy903.16$ June 2016Jeff Vroom 970-279-1120100%16022Brush Creek Village Regrade/DrainWynton Homes1,614.75$ June 2016John Purchase 970-390-9943100%16023Rockledge PatchingEagle River Water and Sanitation6,233.00$ July 2016John Cahill 970-471-5357100%16024SEMA Patching-South Frontage Road-VailElam Construction1,010.00$ June 2016Chris Erdahl 970-390-0058100%16025Metcalf Ditch PipelineEagle River Water and Sanitation112,499.88$ November 2016Pete Miller 970-390-8762100%16026Wynton Homes, LLC. Soleil Homes Lot 5, 26Wynton Homes41,181.00$ November 2016John Purchase 970-390-9943100%16027Simba Run RecycleSimba Run Condo Association178,818.74$ November 2016Romeo Baylosis 970-471-1103100%16028Buffalo Ridge Helical Pier InstallationSummit Sealants58,513.50$ December 2016Jake Holland100%16029Avon Public Safety CenterEvans Chaffee821,551.45$ December 2016Chris Evans 970-471-5147100%16030382 Spring Creek-Parking Lot GradeOlsen Development10,000.00$ August 2016Brian Olsen 970-846-2619100%16031John Boles-Irrigation RepairJohn Boles5,632.06$ August 2016John Boles100%16032Rockledge Patch7.30 Inc., dba Western Pipeway3,959.72$ August 2016Harry Baum100%16033Lake Creek Village PavingPremier Landscapes36,894.14$ August 2016John Kackman 970-389-1346100%16034Black Gore PatchTri Phase Electric3,350.00$ September 2016John Wahrer 970-390-3905100%16035Lake Creek Village InfraredEagle County Government30,527.50$ September 2016Bill Wright 970-376-6352100%16036Bear and Elk LotsBeaver Creek Metro District285,884.25$ November 2016100%16037Rose Patch Dave Rose1,231.68$ November 2016100%16038Lionsridge Bike RacksGorman USA 2,457.94$ November 2016Rob Padley 608-320-5330100%16039Eagle River Water and Sanitation Solar ProjectEagle River Water and Sanitation190,178.08$ August 2017Becky Peterson 970-471-029850%16040East Vail Fire PatchingElam Construction4,340.64$ October 2016Chris Erdahl 970-390-0058100%16041Edwards Waste Water InfraredElam Construction1,972.50$ October 2016Chris Erdahl 970-390-0058100%16042Timber Ridge Road Base ImportHoly Cross Energy405.84$ October 2016Jeff Vroom 970-279-1120100%16043Hardscrabble Ranch Mail Pull Out Hardscrabble HOA8,124.00$ November 2016100%16044Town of Vail Electric PatchingTri Phase Electric47,956.00$ November 2016John Wahrer 970-390-3905100%4,016,027.85$ 360 CIVILWIP AND CONTACTDocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Job #Project Contractor/Owner Amount Completion Project Manager % Complete 17002ERWSD Misc. Repair ContractEagle River Water and Sanitation District50,000.00$ December 2017Chuck Chadwick 970-376-2307100%17003Lake Creek Meadows Snow Removal ContractLake Creek Meadows Metro927.50$ December 2017Ben Elmore 970-618-4340100%17004ERWSD Snow RemovalEagle River Water and Sanitation District45,000.00$ December 2017Mike Thompson 970-471-8486100%17005Soleil Homes Phase II Wynton Homes649,350.00$ June 2017John Purchase 970-390-9943100%17006Lionsridge Apartments MiscGorman USA5,507.00$ May 2017Rob Padley 608-320-5330100%17007Sonnenalp Misc. ElectricSonnenalp Golf Course3,335.00$ May 2017Neil Tretter 970-376-0976100%17008Ritz PatchingTri-Phase Electric5,324.50$ May 2017John Wahrer 970-390-3905100%17009ERWSD Pressure Tank DemolitionEagle River Water and Sanitation District41,713.33$ May 2017John Cahill 970-471-5357100%17010Stonebridge BermStonebridge HOA-$ 100%17011Mountain Star BPS 3 & 4Triangle Electric/ERWSD4,963.00$ July 2017Derek Litwiller 970-453-5424100%17012Eagle-Vail Metro District Tennis CourtsEagle-Vail Metro District53,112.00$ July 2017Steve Barber 970-9495658100%17014Eagle Valley Elementary/Middle SchoolsHasleden Construction4,233,854.00$ October 2018Chance Warren 970-309-5395100%17015Territories Backflow VaultEagle River Water and Sanitation District58,550.00$ August 2017John Cahill 970-471-5357100%17016River Oaks Fire HydrantEagle River Water and Sanitation District59,800.00$ August 2017Jeff Schneider 970-445-7941100%17017Holy Cross Energy ContractHoly Cross Energy-$ Jeff Vroom 970-949-5892100%17018Blickenstaff IrrigationPrivate5,005.00$ August 2017100%17019Avon Elementary School Sub ExElam Construction1,430.00$ August 2017Chris Erdahl 970-471-3107100%17020East Vail Fire Station PatchingElam Construction2,393.00$ August 2017Chris Erdahl 970-471-3107100%17021Edwards Fire StationEvans Chaffee Construction1,391,115.00$ October 2018Chris Evans 970-845-0466100%17022Bellyache Ridge Repair ContractZancanella Engineers4,075.00$ September 2017Ben Elmore 970-945-5700100%17023Gore Valley TankCoblaco Construction22,375.00$ September 2018Jack O'Dell 303-690-7148100%17024Authority Solar ConverstionEagle River Water and Sanitation District232,484.00$ September 2018Jeff Schneider 970-445-7941100%17025Lake Creek Village PatchingLake Creek Village6,550.00$ September 2017Bill Wright 970-471-9102100%17026654 Gold Dust DrivewayPrivate2,220.00$ October 2017Chris Penny100%17027South Frontage Road PatchingTri Phase Electric43,000.00$ October 2017John Wahrer 970-390-3905100%17028Site Trenching EVMSMTECH33,750.00$ October 2018Bill Schierkolk 970-949-0388100%17029Site Trenching EVESAvon Plumbing20,200.00$ June 2018Mario Lopez 970-926-1608100%17030Site Trenching EVES/EVMSR&A Enterprises500.00$ October 2017Jeff Cunningham 970-379-8860100%6,976,533.33$ 2017 ~ 360 CIVIL WIP AND CONTACTDocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Job #Project Contractor/Owner Amount Completion Project Manager % Complete 18002ERWSD Misc. Repair ContractEagle River Water and Sanitation District21,000.00$ December 2018Chuck Chadwick 970-376-2307100%18003Provide FuelPeak Interiors500.00$ December 2018100%18004ERWSD Snow RemovalEagle River Water and Sanitation District48,000.00$ December 2018Mike Thompson 970-471-8486100%18005Drop Manhole RepairEagle River Water and Sanitation District60,000.00$ July 2018Mark Mantua 970-845-7480100%18006Nottingham Park EnclosuresEvans Chaffee Construction8,000.00$ May 2018Andy Helminski 970-845-0466100%18007Irrigation Ditch Repairs/PipingSonnenalp Golf Course30,000.00$ June 2018Neil Tretter 970-376-0976100%18008Storr Residence RemodelEvans Chaffee Construction75,000.00$ June 2019Mark Jones 970-845-0466100%18009Harmon Residence Evans Chaffee Construction15,000.00$ November 2018Tommy Harmon 970-845-0466100%18010Evans Boat House Drive RepairsEvans Chaffee Construction18,100.00$ June 2018Chris Evans 970-845-0466100%18011Red Bluff Way RealignmentFrost Creek584,357.00$ November 2018Matt Shoulders 970-331-2337100%18012Trench Patching RepairTri Phase Electric14,400.00$ October 2018John Wahrer 970-390-3905100%18014Dowd Business Park PatchingDowd Business Park1,200.00$ June 2018Private100%18015Holy Cross Energy ContractHoly Cross Energy-$ Jeff Vroom 970-949-5892100%18016Ford Park Electric Trench PatchingTri Phase Electric-$ John Wahrer 970-390-3905100%18017Miscellaneous HaulingHollywood Services-$ Dave Lambert 970-376-3303100%18018Lake Creek Village ParkingLake Creek Village52,600.00$ October 2018Bill Wright 970-471-9102100%18019River Front TownhomesEvans Chaffee Construction1,426,000.00$ Chris Evans 970-845-046675%18020River Front PotholingEast/West Partners4,000.00$ July 2018Chris Evans 970-845-0466100%180216th West CDOT WorkEvans Chaffee Construction325,000.00$ Chris Evans 970-845-0466100%18022West Vail Water AbandonmentsEagle River Water and Sanitation District52,000.00$ September 2018Jeff Schneider 970-445-7941100%18023Eagle Vail Golf Course Tee #4 RegradingEagle Vail Metro District4,000.00$ October 2018Brent Barnum 970-688-0818100%18024Bachelors Gulch WorkElam ConstructionNovember 2018Chris Erdahl 970-471-3107100%18025Avis Parking Sign InstallationsAvis1,500.00$ November 2018100%2,740,657.00$ 2018 ~ 360 CIVILWIP AND CONTACTDocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Job #Project Contractor/Owner Amount Completion Project Manager % Complete 19002ERWSD Misc. Repair ContractEagle River Water and Sanitation District25,000.00$ 12/2020Chuck Chadwick 970-376-2307100%19003ERWSD Snow RemovalEagle River Water and Sanitation District50,000.00$ 12/2020Mike Thompson 970-471-8486100%19004Emergency Water Main RepairsTown of Eagle75,000.00$ July 2019John Boyd 970-471-1304100%19005PRV Replace/RepairZancanella & Associates20,000.00$ April 2019Ben Elmore 970-945-5700100%19006Edwards Park Geo ExploritoryCesare Geotechnical Engineers-$ May 2019Ian Cesare 303-520-14200%190076th West Water Entry/Extra WorkEvans Chaffee Construction50,000.00$ May 2019Chris Evans 970-845-0466100%19008Lake Creek Meadows Fire Hydrant Snow RemovalZancanella & Associates5,000.00$ March 2019Ben Elmore 970-945-5700100%19009Homestake Manhole InstallationEagle River Water and Sanitation District60,000.00$ July 2019Mark Mantua 970-845-74800%19010UPRR ROW PotholingEagle River Water and Sanitation District20,000.00$ May 2019Mark Mantua 970-845-7480100%19011Bike Path Demolition Lake Creek Village7,000.00$ March 2019Bill Wright 970-471-9102100%19012Water HaulElam Construction19014Road Work RepairSage20,000.00$ March 2019Darrell 970-390-1710100%19015Eagle Vail Driveway GradingEagle Vail Metro District9,000.00$ April 2019Brent Barnum 970-688-0818100%19016Booth Falls Water Treatment PlantEagle River Water and Sanitation District166,000.00$ November 2019Carter Keller 970-477-7807100%190171084 Red Draw Water RepairPrivate5,000.00$ April 2019100%19018BCMD Concrete ReplacementBeaver Creek Metro Distric75,000.00$ May 2019Beaver Creek Metro (Alpine) Matt Wadey100%19019Basingdale Fire Hydrant Valve ReplacementEagle River Water and Sanitation District85,000.00$ May 2019Nikola Nemcanin 970-471-1084100%19020Solar Vail Waterline Replacement Eagle River Water and Sanitation District385,000.00$ June 2019Nikola Nemcanin 970-471-1084100%1902119022210 Freestone ApartmentsFCI Constructors249,000.00$ Gabe Conner 970-434-909350%19023Summit County Sand StorageStructures, Inc.1,074,706.00$ Dustin North 303-770-787875%19024Sink Hole Hurd Lane Condo'sVail Resorts957.49$ June 2019Brandt Marott100%19025Red Sky Manhole Repair Red Sky Ranch1,091.05$ June 2019Matt Wadey 970 926 3770100%190261902719028Meadow Lane SewerEagle River Water and Sanitation District206,389.04$ Carter Keller 970-477-7807100%19029Traer Creek Tank DemolitionEagle River Water and Sanitation District604,520.00$ Mark Mantua 970-845-748095%19030Riverdance Park ParkingGlobal Asset Recovery, LLC5,500.00$ September 2019Ben Elmore 970-945-5700100%19031Homestake Circle Crushed Pipe RepairEagle River Water and Sanitation District27,647.50$ October 2019Mark Mantua 970-845-7480100%190321903319034Edwards Water Tank Solar ConversionTriangle Electric14,868.00$ November 2019Derek Litwiller 970-453-5424100%19035Hunter View Lane Utilities ExtensionsFrost Creek 154,674.00$ Matt Shoulders 970-331-233790%3,396,353.08$ 2019 ~ 360 CIVILWIP AND CONTACTDocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Job #Project Contractor/Owner Amount Completion Project Manager % Complete 20002ERWSD Misc. Repair ContractEagle River Water and Sanitation DistrictMike Thompson 970-476-148025%20003ERWSD Snow RemovalEagle River Water and Sanitation DistrictConnie Nunley 970-477-541225%20004Homestake Pipe and Drop Manhole RepairEagle River Water and Sanitation District53,750.00$ Mark Mantua 970-845-74800%20005Town of Eagle Water Main RepairsTown of Eagle25,765.47$ John Boyd 970-471-130425%20006Lake Creek Meadows Fire Hydrant Snow RemovalZancanella & Associates7,500.00$ Ben Elmore 970-945-570050%20007EVES Drainage ModificationsHaselden Construction5,000.00$ Justin Kovaleski 720-630-36130%20008Fairway Drive Manhole RepairEagle River Water and Sanitation District21,350.00$ Mark Mantua 970-845-74800%20009Frost Creek Irrigation RepairFrost Creek8,500.00$ 100%200102001120012121,865.47$ 2020 ~ 360 CIVILWIP AND CONTACTDocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
413 Amherst Road
Gypsum, CO 81637
Phone 970 471 1052
E-mail Jeremy@360Civil.com
Jeremy J. Sheaffer
Education 1991 – 1996
Bachelors of Science in Political Science from University of Nebraska
Associates Degree in Paralegal Studies from Denver Paralegal Institute
Professional
Experience
1992 - 2002 Continental West Constructors, Inc. Avon, CO
As a family owned business, I had opportunities to learn many
aspects of Heavy Construction.
▪ Field Operations and Supervision
▪ Transportation Manager
▪ Estimating and Job Take-offs
▪ Project Manager
▪ General Manager of CWC~North Operations
2002 - 2009 Long’s Excavation, Inc. Edwards, CO
Project Manager / Estimator.
▪ Responsible for all aspects of Projects, from negotiation / estimating
through closeout.
▪ Residential, Municipal, & Commercial Excavations and Underground
Utilities.
▪ Projects up to $2.5 Million
2009 – 2015 Schofield Excavation, Inc. Gypsum, CO
Vice President.
▪ Responsible for all aspects of Business and Field Operations
▪ Responsible for Business Development
▪ Built business from $1 Million to over $6 Million in Gross Sales
▪ Secured services with Insurance, Bonding, Banking, and
Accountants
▪ Project Contracting
▪ Supervise Office Personnel and Duties, Office manager,
Receptionist, Estimator, and project Superintendent.
▪ Project Billing & Collections
▪ Employee Hiring and Development
▪ Maintaining Customer Relations
▪ Maintaining Working Relationships with Subcontractors and
Suppliers
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
2015 - 360 Civil Inc. Gypsum, CO
Vice President.
▪ The culmination of all I have learned in my Career.
▪ Business Development, Estimating, Hiring, Human Resources,
Accounting, Scheduling, Purchasing, Equipment Repair and
Maintanance
Objective To build a strong and vibrant company to benefit all involved with 360
Civil.
Summary
References
I have been involved in civil construction for the past 30 years at all
levels. My career started in the field as a pipe layer and culminated as
Vice President, with stops at all positions in between. This has left
myself well suited to develop and run my own business.
Jerry McArthur General Manager of Long’s Excavation (970) 904-0113
Jim Kemp Owner of Kemp & Company (970) 904-3101
Linn Brooks District Manager of Eagle River Water and Sanitation District
(970) 476-7480
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
904 Mayne St.
Gypsum, CO 81637
Phone (970) 524-0257
E-mail pbourke27@aol.com
Patrick Bourke
Education 1991 – 1996
Mesa State College Grand Junction, CO
Colorado Mountain College Vail, CO
Colorado State University Ft. Collins, CO
Construction Management
Professional
experience
1987- 1997 B&B Excavating, Inc Vail, CO
As a family owned business, I had opportunities to learn many
aspects of Heavy Construction.
▪ Asphalt Production and Paving
▪ Concrete Production and Delivery
▪ Earthwork
▪ Underground Utilities
▪ Crushing
▪ Equipment / Maintenance
▪ Plant operation / maintenance
1996 – 2002 Patrick Bourke Excavating, Inc. Edwards, CO
Owner / Operator.
▪ All aspects of small business operation. Introduced to paydirt takeoff
software.
▪ Residential and Commercial Excavations and Underground Utilities
▪ Small Municipal Projects
2002 – 2003 Dallarosa Construction Co. Silverthorne, CO
Project Manager.
▪ Estimating (Paydirt and Hard Dollar), Contracting, Project
management, Billing, Collecting
▪ Asphalt Paving
▪ Concrete
▪ Earthwork
▪ Underground Utilities
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
2003 – Present Elam Construction, Inc. Aspen & Vail , CO
Multiple Area Manager.
▪ Overseeing and Managing all aspects of both Area’s Business,
Including Gravel Pits, Two Asphalt Plants, and Construction Dept.
▪ Implementing Company Policies and Safety Program within the
areas
▪ Estimating - brought the area from a hand takeoff and spreadsheet
estimating to full time use of AGTEK, and HCSS software.
▪ Project Contracting
▪ Project Management, managed all aspects of small projects,
driveways, parking lots, subdivisions, municipal and county projects
and large projects in excess of 5M dollars.
▪ Aided other division managers with management of State and
Federal work within the area.
▪ Project scheduling of up to five crews
▪ Supervise Office Personnel and Duties, Office manager,
Receptionist, Estimator, and project Superintendant.
▪ Project Billing & Collecting
▪ Annual department budgets, Monthly project forcasting
▪ Maintaining customer relationships
▪ Maintaining working relationships with subcontractors and suppliers.
Objective To maintain gainful employment in the field of construction management.
Continue with education in construction industry and all related fields.
Summary For the past 25 years I have held jobs in the heavy construction industry,
from summer jobs to full time year round positions and even owning and
operating a small business of my own, I am qualified to perform any job
as it relates to the industry. I have a Class A CDL and can operate
almost any type of heavy equipment efficiently. I am proficient in several
different types of takeoff and estimating software and pick up new
programs easily. I have the personality to effectively manage
employees, preserve existing business relationships and foster new
ones. This business is relationships. I believe that Honesty, Integrity,
Quality, and Safety will produce success.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Water Containment Products ∙ Liners
PO Box 414 Fruita, CO 81521 ∙ (970) 858-2035
www.hhlining.com
Through
Water Conservation
Preserving
Our Environment
Brian Kendall, President
April 22, 2020
RE: Eagle County Landfill Liner Qualifications
Name: Brian Kendall
1990 J Road
Fruita, CO 81521 (970) 858-2035
Qualifications: Brian started employment with Colorado Lining International in Parker, CO on January
2, 2000 as a liner installation tech. He installed all types of geomembranes including PVC, RPP
(reinforced polypropylene, RPE (reinforced polyethylene), EPDM, HDPE, GCL (geo-synthetic clay
liner), LLDPE and hypalon on numerous projects across the country and Puerto Rico. Brian became a
supervisor in January of 2002. His duties included supervising the liner installations from the fabrication,
shipment and layout to testing and final documentation including warranties and as-built drawings.
Hiring, firing and training of employees were also his duties. The types of projects included landfills,
wastewater treatment lagoons, golf course ponds, oil & gas evaporation ponds, municipal and private
water storage and irrigation ponds, fish hatchery ponds and power plant evaporation ponds to name a few.
Brian also is highly experienced with pipe boots, concrete attachment, vents, leak detection systems and
the installation of geo-textile, geo-net composite and Geo web systems. Brian left Colorado Lining in
March of 2004 and continued his duties as a field supervisor for H & H Environmental, Inc. He is now
owner/operator of H&H Lining Inc. and has continued to perform geomembrane liner installations,
purchasing, estimating, and project management on the western slope of Colorado. He has a total of over
20 years of liner installation experience.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Water Containment Products ∙ Liners
PO Box 414 Fruita, CO 81521 ∙ (970) 858-2035
www.hhlining.com
Through
Water Conservation
Preserving
Our Environment
Brian Kendall, President
Page 1 of 3
Completed Projects / Resume
H&H Lining Inc.
P.O. Box 414 / 1990 J Road
Fruita, CO 81521
Below is a list of his completed projects by H&H Lining using RPE & similar liners:
Project: Hougland Residence Project: Leroux Creek Foods
Basalt, CO – 10/2016 Hotchkiss, CO – 3/16
Contractor: Avalanche Exc. Contractor: N/A
Personal Pond Irrigation Pond
Material: 36 mil RPE Material: 30 mil RPE
Quantity: 20,00 sf Quantity: 77,845 sf
Project: Kinder Morgan Pads Project: Kurt Quadri
Dove Creek, CO – 3/17 Montrose, CO – 4/16
Contractor: Coal Bed Creek Const. Engineer: NRCS
Pad Liner Irrigation Pond
Material: 30 mil RPE Material: 30 mil RPE
Quantity: 52,122 sf Quantity: 20,175 sf
Project: 99 Willoughby Way Project: Black Hills Energy
Aspen, CO – 2015 Debeque, CO - 2015
Architect: Greg Mozian & Assoc. Secondary Containment Liner
Decorative Pond Material: 36 RPE
Material: 45 RPE Quantity: 9,182 sf
Quantity: 33,619 sf
Project: Black Hills Energy Project: Van Hoover Gathering Facility
Debeque, CO – 2015 Newtown, ND – 8/2013
Secondary Containment Liner Tank Containment
Material: 30 mil RPE Material: 45 mil RPE
Quantity: 7,470 sf Quantity: 25,600 sf
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Water Containment Products ∙ Liners
PO Box 414 Fruita, CO 81521 ∙ (970) 858-2035
www.hhlining.com
Through
Water Conservation
Preserving
Our Environment
Brian Kendall, President
Page 2 of 3
Project: Williams Production Project: Bill Barrett Corp.
Parachute, CO – 2006 thru 2011 Rifle, CO – 2010 thru 2013
Frac Pits (Multiple Locations) Frac Pits (Multiple Locations)
Material: 30 mil RPE Material: 30 mil PRE
Quantity: 499,190 sf Quantity: 705,538 sf
Project: Celeyeta Residence Project: Vanguard Operating LLC
GJ, CO – 3/14 Silt, CO - 6/217
Irrigation Pond Roderick SWD / Scott SWD
Material: 30 mil RPE Material: 45 mil RPE
Quantity: 29,470 sf Quantity: 12,946 sf
Project: Dennison Residence Project: Binnings Residence
Aspen, CO – 2016 Jackson, WY
Engineer: Roaring Fork Engineering Fish Pond
Decorative Pond Material: 40 mil LLDPE
Material: 30 mil RPE Quantity: 36,000 sf
Quantity: 6,500 sf
Project: Esrick Pond Project: Powderhorn Ski Co.
Aspen, CO – 2018 Mesa, CO-2018
Decorative Pond Snow Making Pond
Material: 45 Mil RPE Material: 36 Mil RPE
Quantity: 85,120 sf Quantity: 15,960 sf
Project: Roaring Fork CC Project: Honey Rock Orchard
Basalt, CO-2018 Delta, CO-2018
Golf Course Pond Irrigation Pond
Material: 45 Mil RPE Material: 30 Mil RPE
Quantity: 123,300 sf Quantity: 53,040 sf
Project: Smith Residence Project: Hawleys Pond
Hotchkiss, CO-2018 Aspen, CO-2018
Irrigation Pond Decorative Pond
Material: 45 Mil RPE Material: 45 Mil RPE
Quantity: 27,720 sf Quantity: 135,840 sf
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Water Containment Products ∙ Liners
PO Box 414 Fruita, CO 81521 ∙ (970) 858-2035
www.hhlining.com
Through
Water Conservation
Preserving
Our Environment
Brian Kendall, President
Page 3 of 3
Project: Sky Mesa Ranch Project: Jackpot Golf Course
Aspen, CO-2019 Jackpot, NV-2019
Decorative Ponds Irrigation Pond
Material: 45 mil RPE Material: 30 mil RPE
Quantity: 71,545 sf Quantity: 109,800 sf
Project: HES 51 Project: Hickory Hill Country Club
Rifle, CO-2020 Springfield, MO-2017
Fire Pond Irrigation Pond
Material: 45 mil RPE Material: 30 mil RPE
Quantity: 22,800 sf Quantity: 57,476 sf
Project: Nate Porter Residence Project: Keith Moore Residence
Grand junction, CO-2018 Douglas, WY-2018
Irrigation Pond Fishing Pond
Material: 30 mil RPE Material: 45 mil RPE
Quantity: 51,795 sf Quantity: 52,234 sf
Project: Polo Club Project: Ogallala Pond
Carbondale, CO-2018 Douglas, WY-2018
Irrigation Ponds Fresh Water Storage Pond
Material: 30 mil RPE Material: 45 mil RPE
Quantity: 64,380 sf Quantity: 177,840 sf
Project: Spearhead Ranch Project: Vanguard Natural Resources
Douglas, WY-2017 Silt, CO-2017
Fresh Water Storage Pond Frac Ponds
Material: 45 mil RPE Material: 30 mil RPE
Quantity: 178,069 sf Quantity: 102,188 sf
Project: Rio Blanco Landfill
Meeker, CO-2017
Leachate Pond
Material: 45 mil RPE
Quantity: 26,100 sf
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Exhibit D
General Conditions
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
SECTION 14
GENERAL CONDITIONS
TO CONSTRUCTION AGREEMENT
ARTICLE 1 – DEFINITIONS
Wherever used in these General Conditions or in the other Contract Documents, the following terms have
the meanings indicated which are applicable to both the singular and plural thereof:
ADDENDA: Written or graphic instruments issued prior to the opening and review of Proposals
which clarify, correct, or change the bidding documents or the Contract Documents.
AGREEMENT: The written agreement between OWNER and CONTRACTOR covering the
Work to be performed; other Contract Documents are attached to the Agreement and made a part
thereof as provided therein.
APPLICATION FOR PAYMENT: Applications for payment must be made on AIA G702 and
G703 in written or electronic form. The form accepted by OWNER which is to be used by
CONTRACTOR in requesting progress or final payment, and which is to include such supporting
documentation as is required by the Contract Documents.
BONDS: Performance and payment bonds and other instruments of security.
CHANGE ORDER: A written order to CONTRACTOR signed by OWNER authorizing an
addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract
Time issued after the effective date of the Agreement to be signed by both Owner and Contractor.
COLORADO LABOR: means as provided in C.R.S. 8-17-101 et. seq.
CONTRACT DOCUMENTS: Those documents set forth in Article 7 of the Agreement.
CONTRACT PRICE: The monies payable by OWNER to CONTRACTOR under the Contract
Documents as stated in the Agreement.
CONTINGENCY: means the set percentage, or stipulated sum, of the construction contract
amount budgeted for unforeseen conditions or emergencies. Any expenditure of Contingency
must be expressly approved in writing by OWNER.
CONTRACT TIME: The number of days (computed as provided in these General Conditions),
or the date stated in the Agreement for the completion of the Work.
CONTRACTOR: The person, firm, or corporation with whom OWNER has entered into the
Agreement.
COST: means the total cost of labor, materials, provisions, supplies, fees, tests, expenses,
equipment rentals, equipment purchases, insurance, supervision, engineering, clerical and
accounting services, the value of the use of equipment and reasonable estimates of other
administrative costs which may be reasonably apportioned to this Project to complete in
accordance with this Contract.
DAY: A calendar day of twenty-four hours measured from midnight to the next midnight.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
2
DEFECTIVE: An adjective which, when modifying the word “Work,” refers to Work that is
unsatisfactory, faulty or deficient, or does not meet the requirements of any inspection, test, or
approval referred to in the Contract Documents, or has been damaged prior to ENGINEER’S
recommendation of final payment or prior to the guarantee period under paragraph 13.12 or prior
to the expiration of any applicable statute of limitations.
DRAWINGS: Graphic and pictorial portions of the Contract Documents which show the
character and scope of the Work to be performed including design, location and dimension of the
Work including plans, elevations, sections, details, schedules and diagrams, and which have been
prepared or approved by ENGINEER, and are referred to in the Contract Documents.
EFFECTIVE DATE OF THE AGREEMENT: The date indicated in the Agreement on which
it becomes effective, but, if no such date is indicated, it means the date on which the Agreement
is signed and delivered by the last of the two parties to sign and deliver.
ENGINEER: The person, firm or corporation to be identified by OWNER. The ENIGINEER
may be a department employee of OWNER who may perform all or some of the duties of
ENGINEER, but in such case shall exercise his duties in conformance with the standards
applicable to independent professional engineers.
FIELD ORDER: A written order issued by ENGINEER or OWNER which orders minor
changes in the Work in accordance with paragraph 10.2, but which does not involve a change in
the Contract Price or the Contract Time.
FINAL COMPLETION: Means (a) the Work has passed all applicable inspections and
Contractor has obtained all required approvals, permits, certificates and sign-offs from the
appropriate agencies, including governmental authorities and utilities, (b) all Work, including all
punch list Work, has been completed to Owner’s satisfaction, as evidenced by a written approval
notice to Contractor from Owner’s Authorized Representative and (c) Contractor has delivered to
Owner the as-built Plans, and other documentation required and cleaned the Site.
GUARANTEED MAXIMUM PRICE: means that maximum amount for which the Work will
be accomplished.
MODIFICATION: (a) A written amendment of the Contract Documents signed by both parties,
or (b) a change order. The Contract Documents may only be amended by a modification. A
modification may only be issued after the effective date of the Agreement. The Contract
Documents only create a contractual relationship between Owner and Contractor.
NOTICE OF AWARD: The written notice by OWNER to the apparent successful bidder stating
that upon compliance by the apparent Successful Proposer with the conditions precedent
enumerated therein, within the time specified, OWNER will sign and deliver the Agreement.
NOTICE TO PROCEED: A written notice given by OWNER to CONTRACTOR (with a copy
to ENGINEER) fixing the date on which the Contract Time will commence to run, and on which
CONTRACTOR shall start to perform his obligations under the Contract Documents.
OWNER: Eagle County.
OWNER’S REPRESENTATIVE: The Owner’s Representative is the Eagle County Project
Management Department and Josh Miller or his designee.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
3
PROJECT: The “Eagle County Landfill Leachate Holding Pond Construction Project”. The total
construction of which the Work to be provided under the Contract Documents may be the whole
or a part, as indicated elsewhere in the Contract Documents.
PROPOSAL: The offer or proposal of the Proposer submitted on the prescribed form setting
forth the prices for the Work to be performed.
SHOP DRAWINGS: All drawings, diagrams, illustrations, schedules, and other data which are
specifically prepared by CONTRACTOR, a Subcontractor, manufacturer, fabricator, supplier, or
distributor to illustrate some portion of the work, and all illustrations, brochures, standard
schedules, performance charts, instructions, diagrams, and other information prepared by a
manufacturer, fabricator, supplier, or distributor and submitted by CONTRACTOR to illustrate
material or equipment for some portion of the Work.
SPECIFICATIONS: Those portions of the Contract Documents consisting of written technical
descriptions of materials, equipment, construction systems, standards, and workmanship as
applied to the Work and certain administrative details applicable thereto.
SUBSTANTIAL COMPLETION: The Work (or a specified part thereof) has progressed to the
point where, in the opinion of ENGINEER with concurrence of OWNER as evidenced by his
definitive certificate of substantial completion, it is sufficiently complete, in accordance with the
Contract Documents, so that the Work (or specified part) can be utilized for the purposes for
which it was intended; or if there be no such certificate issued, when a Temporary Certificate of
Occupancy is issued by the Building Permit Official or when final payment is due in accordance
with paragraph 14.13. The terms “substantially complete” and “substantially completed” as
applied to any Work refer to substantial completion thereof.
WORK: The entire completed construction or the various separately identifiable parts thereof
required to be furnished under the Contract Documents. Work is the result of performing
services, furnishing and incorporating materials and equipment into all construction, all as
required by the Contract Documents or reasonably inferable therefrom and includes all labor,
materials, equipment and services provided or to be provided by CONTRACTOR or to fulfill
CONTRACTOR’S obligations.
ARTICLE 2 – PRELIMINARY MATTERS
DELIVERY OF BONDS:
2.1 When Contractor delivers the executed Agreement to OWNER, CONTRACTOR shall also
deliver to OWNER such bonds as CONTRACTOR may be required to furnish in accordance with
paragraph 5.1.
COPIES OF DOCUMENTS:
2.2 OWNER shall furnish to CONTRACTOR up to two (2) copies (unless otherwise specified in the
Contract Documents) of the Contract Documents as are reasonable necessary for the execution of
the Work. Additional copies will be furnished, upon request, at the cost of reproduction.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
4
COMMENCEMENT OF CONTRACT TIME; NOTICE TO PROCEED:
2.3 The Contract Time will commence upon issuance of a Notice to Proceed. A Notice to Proceed
may be given at any time within thirty days after the effective date of the Agreement.
STARTING THE PROJECT:
2.4 CONTRACTOR shall start to perform the Work on the date when the Contract Time commences
to run, but no Work shall be done at the site prior to the date on which the Contract Time.
commences to run.
BEFORE STARTING CONSTRUCTION:
2.5 Before undertaking each part of the Work, CONTRACTOR shall carefully study and compare the
Contract Documents and check and verify pertinent figures shown thereon and all applicable field
measurements. CONTRACTOR shall promptly report in writing to ENGINEER and OWNER
any conflict, error, or discrepancy which CONTRACTOR may discover; however,
CONTRACTOR shall not be liable to OWNER or ENGINEER for failure to report any conflict,
error, or discrepancy in the Drawings or Specifications, unless CONTRACTOR had actual
knowledge thereof, or should reasonably have known thereof.
2.6 Within ten days after the effective date of the Agreement (unless otherwise specified in the
Contract Documents) CONTRACTOR shall submit to ENGINEER and OWNER for review and
acceptance an estimated progress schedule indicating the starting and completion dates of the
various stages of the Work, a preliminary schedule of shop drawings submissions, and a
preliminary schedule of values of the Work.
2.7 Before any Work at the site is started, CONTRACTOR shall deliver to OWNER, with a copy to
ENGINEER, certificates of insurance (and other evidence of insurance requested by OWNER)
which CONTRACTOR is required to purchase and maintain in accordance with Article 5 hereof.
PRE-CONSTRUCTION CONFERENCE:
2.8 Within twenty days after the effective date of the Agreement, but before CONTRACTOR starts
the Work at the site, a conference will be held for review and acceptance of the schedules referred
to in paragraph 2.6, to establish procedures for handling shop drawings and other submittals, and
for processing applications for payment, and to establish a working understanding among the
parties as to the Work.
ARTICLE 3 – CONTRACT DOCUMENTS: INTENT AND REUSE
INTENT:
3.1 The Contract Documents comprise the entire agreement between OWNER and CONTRACTOR
concerning the Work. They may be altered only by a Modification.
3.2 The Contract Documents are complementary; what is called for by one is as binding as if called
for by all. If during the performance of the Work, CONTRACTOR finds a conflict, error, or
discrepancy in the Contract Documents, he shall report it to ENGINEER and OWNER in writing
at once and before proceeding with the Work affected thereby; however, CONTRACTOR shall
not be liable to OWNER or ENGINEER for failure to report any conflicts, error, or discrepancy
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
5
in the Specifications or Drawings unless CONTRACTOR had actual knowledge thereof, or
should reasonably have known thereof.
3.3 The Contract documents include those documents set forth in Article 7 of the Agreement.
3.4 It is the intent of the Specifications and Drawings to describe a complete Project (or part thereof)
to be constructed in accordance with the Contract Documents. Any Work that may reasonably be
inferred from the Specifications or Drawings as being required to produce the intended result
shall be supplied whether or not it is specifically called for. When words which have a well-
known technical or trade meaning are used to describe work, materials, or equipment, such words
shall be interpreted in accordance with such meaning. References to codes of any technical
society, organization, or association, or to the code of any governmental authority, whether such
reference be specific or by implication, shall mean the latest standard specification, manual, or
code in effect at the time of opening of Proposals (or on the effective date of the agreement if
there were no Proposals), except as may be otherwise specifically stated. However, no provision
of any referenced standard specification, manual, or code (whether or not specifically
incorporated by reference in the contract documents) shall change the duties and responsibilities
of OWNER, CONTRACTOR, or ENGINEER, or any of their agents or employees from those set
forth in the Contract Documents. Clarifications and interpretations of the Contract Documents
shall be issued by ENGINEER with concurrence of OWNER as provided for in paragraph 9.3.
3.5 The Contract Documents will be governed by the law of the place of the Project.
REUSE OF DOCUMENTS:
3.6 Neither CONTRACTOR nor any Subcontractor, manufacturer, fabricator, supplier, or distributor
shall have or acquire any title to or ownership rights in any of the Drawings, Specifications, or
other documents (or copies of any thereof) prepared by or bearing the seal of ENGINEER; and
they shall not reuse any of them on extensions of the Project, or any other project, without written
consent of OWNER and ENGINEER, and specific written verification or adaptation by
ENGINEER.
ARTICLE 4 – AVAILABILITY OF LANDS; PHYSICAL CONDITIONS; REFERENCE POINTS
4.1 Intentionally Omitted.
PHYSICAL CONDITIONS – INVESTIGATIONS AND REPORTS:
4.2 Reference is made to the supplementary conditions for identification of those reports of
investigations and tests of subsurface and latent physical conditions at the site or otherwise
affecting cost, progress, or performance of the Work which have been relied upon by ENGINEER
in the preparation of the drawings and specifications. Such reports are not part of the Contract
Documents with the exception of any reports identified in Article 7 of the Agreement.
UNFORESEEN PHYSICAL CONDITIONS:
4.3 CONTRACTOR shall promptly notify OWNER and ENGINEER in writing of any subsurface or
latent physical conditions at the site or in an existing structure differing materially from those
indicated or referred to in the Contract Documents. ENGINEER will promptly review those
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
6
conditions and advise OWNER in writing if further investigation or tests are necessary. Promptly
thereafter, OWNER may obtain the necessary additional investigations and tests, and furnish
copies to ENGINEER and CONTRACTOR. If ENGINEER and OWNER find that the results of
such investigations or tests indicate that there are subsurface or latent physical conditions which
differ materially from those intended in the Contract Documents, and which could not reasonably
have been anticipated by CONTRACTOR, a change order may be issued incorporating the
necessary revisions as agreed upon by the parties.
REFERENCE POINTS:
4.4 OWNER shall provide engineering surveys for construction to establish reference points which in
his judgment are necessary to enable CONTRACTOR to proceed with the Work.
CONTRACTOR shall be responsible for laying out the Work (unless otherwise specified herein),
shall protect and preserve the established reference points, and shall make no changes or
relocations without the prior written approval of OWNER. CONTRACTOR shall report to
ENGINEER and OWNER whenever any reference point is lost or destroyed or requires
relocation because of necessary changes in grades or locations, and shall be responsible for
replacement or relocation of such reference points by professional qualified personnel.
ARTICLE 5 – BONDS AND INSURANCE
PERFORMANCE AND OTHER BONDS
5.1 CONTRACTOR shall furnish performance and payment bonds, each in an amount at least equal
to the Contract Price as security for the faithful performance and payment of all
CONTRACTOR’S obligations under the Contract Documents. These bonds shall remain in
effect at least until two years after the date of final payment, except as otherwise provided by law.
CONTRACTOR shall also furnish other bonds as are required by the Contract Documents. All
bonds shall be in the forms prescribed by the Contract Documents, and be executed by such
sureties as (a) are licensed to conduct business in the state of Colorado, and (b) are named in the
current list of “Companies Holding Certificates of Authority as Acceptable Sureties on Federal
Bonds and as Acceptable Reinsuring Companies” as published in Circular 570 (amended) by the
Audit Staff Bureau of Accounts, U.S. Treasury Department. All bonds signed by an agent must
be accompanied by a certified copy of the authority to act.
5.2 If the surety on any bond furnished by CONTRACTOR is declared bankrupt, or becomes
insolvent, or its right to do business is terminated in the state of Colorado, or it ceases to meet the
requirements of clauses (a) and (b) of paragraph 5.1, CONTRACTOR shall within five days
thereafter substitute another bond and surety, both of which shall be acceptable to OWNER.
INSURANCE:
5.3 CONTRACTOR’S Liability Insurance: The CONTRACTOR shall purchase and maintain such
insurance as will protect him from claims set forth below which may arise out of or result from
the CONTRACTOR’S operations under the Agreement, whether such operations be by himself,
or by any Subcontractor, or by anyone directly or indirectly employed by any of them, or by
anyone for whose acts any of them may be liable.
All such insurance shall remain in effect until final payment, and at all times thereafter when
CONTRACTOR may be correcting, removing, or replacing defective Work in accordance with
paragraph 13.12. In addition, CONTRACTOR shall maintain such completed operations
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
7
insurance for at least two years after final payment, and furnish OWNER with evidence of
continuation of such insurance at final payment and one year thereafter.
5.3.1 Claims under Worker’s Compensation, disability benefits, and other similar employee
benefit acts;
5.3.2 Claims for damage because of bodily injury, occupational sickness or disease, or death of
his employees, and claims insured by usual personal injury liability coverage;
5.3.3 Claims for damage because of bodily injury, sickness or disease, or death of any person
other than his employees, and claims insured by usual personal injury liability coverage;
and
5.3.4 Claims for damages because of injury to or destruction of tangible property, including
loss of use resulting therefrom.
Worker’s Compensation insurance shall provide coverage as required by the laws of the
State of Colorado.
Insurance covering claims for damages to persons or property required by the preceding
paragraph (except subparagraph 5.3.1) shall be in the following minimum amounts:
Bodily Injury Liability:
Each Person: $1,000,000
Each Accident or Occurrence: $2,000,000
Property Damage Liability:
Each Accident or Occurrence: $1,000,000
Aggregate: $2,000,000
Products and completed operations aggregate $2,000,000
Employers Liability, including Occupational
Disease $500,000
Any one fire $50,000
If any aggregate limit is reduced below $1,000,000 because of claims made or paid,
CONTRACTOR shall immediately obtain additional insurance to restore the full
aggregate limit and furnish to OWNER a certificate or other document satisfactory to
OWNER showing compliance with this provision.
Said insurance shall be furnished in types specified as follows:
5.3.5 CONTRACTOR’S Commercial General Liability Insurance issued to and covering the
liability for damage imposed by law upon the CONTRACTOR and each Subcontractor
with respect to all Work performed by them under the Agreement and covering premises
operations, fire damage, independent contractors, products and completed
operations, blanket Grantual liability, personal injury, and advertising liability.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
8
5.3.6 CONTRACTOR’S Protective Liability Insurance issued to and covering the liability for
damages imposed by law upon the CONTRACTOR and each Subcontractor with respect
to all Work under the Agreement performed for the CONTRACTOR by Subcontractors.
5.3.7 Completed Operations Liability Insurance issued to and covering the liability for damage
imposed by law upon the CONTRACTOR and each Subcontractor arising between the
date of final cessation of the Work, and the date of final acceptance thereof out of that
part of the Work performed by each.
5.3.8 Comprehensive Automobile Insurance covering any auto (including owned, hired and
non-owned autos) shall be carried with a minimum limit of $1,000,000.00 each accident
combined single limit. All liability and property damage insurance required hereunder
shall be Comprehensive General and Automobile Bodily Injury and Property Damage
form of policy.
5.3.9 Employer’s Liability Insurance covering all of CONTRACTOR’s and any
Subcontractor’s employees acting within the course and scope of their employment.
5.3.10 The CONTRACTOR shall in addition, and in the amounts required under the above,
obtain Protective Liability Insurance issued to and covering the liability for damages
imposed by law upon the OWNER with respect to all operations under the Agreement by
the CONTRACTOR or his Subcontractors, including omissions and supervisory acts by
the OWNER.
5.4 Comprehensive Risk Policy Option: In lieu of the several policies specified for
CONTRACTOR’S Liability Insurance, a comprehensive liability and property damage insurance
policy inclusive of all the insurance and requirements hereinafter set forth, with an umbrella
covering of $2,000,000, subject to the approval of the OWNER, will be permissible.
5.5 Subcontractor’s Insurance: Before permitting any of his Subcontractors to perform any Work
under this Agreement, CONTRACTOR shall either (a) require each of his Subcontractors to
procure and maintain during the life of his Subcontracts, Subcontractor’s Public Liability and
Property Damage Insurance of the types and in the amounts as may be applicable to his Work,
which type and amounts shall be subject to the approval of the OWNER, or (b) insure the
activities of his Subcontractors in his own policy.
5.6 Builder’s Risk Insurance: CONTRACTOR shall procure and maintain, for the duration of the
Work of this Project, Builder’s Risk Insurance, including the perils of fire, extended coverage
(loss due to vehicles, explosion, wind, flood, riot, etc.), vandalism and malicious mischief, and
special extended coverage (loss due to falling objects, collapse, water damage from faulty or
leaking systems, etc.) in the full amount of the Contract Price plus the cost of authorized extras.
Said amount of insurance coverage shall be considered to cover the insurable value of the Work
under this Agreement which is considered not to exceed one hundred percent (100%) of the
amount of this Agreement and authorized extras. Such policy shall not insure any tools or
equipment, or temporary structures erected at the site and belonging to any person or persons, or
their Subcontractors who are obliged by contract with the OWNER to do Work on the Projects.
Such insurance shall be placed jointly in the names of the OWNER, CONTRACTOR, and any
and all Subcontractors, and any and all others obliged by contract with the OWNER to do Work
on this Project and at the OWNER’s option, any other person or persons whom the OWNER
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
9
deems to have an insurable interest in said property, or any part thereof, payable as their several
interests may appear.
CONTRACTOR shall furnish OWNER with certification of said insurance prior to
commencement of any Work. Any proceeds obtained from insurance provided for by this
paragraph shall be paid to and held by the OWNER as trustee. The OWNER shall have the right
to withhold payment of such proceeds until such time as the Work destroyed or damaged and
covered by such insurance shall be reconstructed and shall pay such proceeds on an installment
basis similar to that provided for by progress payment covering the original Work.
5.7 CONTRACTOR’S pollution liability insurance: CONTRACTOR shall purchase and maintain a
policy covering third-party injury and property damage claims, including clean-up costs, as a result of
pollution conditions arising from CONTRACTOR’S operations and completed operations. This insurance
shall be maintained for no less than three years after final completion.
5.8 Certificates of Insurance: Certificates of Insurance acceptable to the OWNER shall be provided
to the OWNER for attachment to the Agreement. These Certificates shall contain provisions naming the
OWNER as an additional insured under all CONTRACTOR’S insurance, as more fully required by the
General Conditions herein, and that coverage afforded under the policies will not be cancelled until at
least thirty days prior written notice has been given the OWNER. CONTRACTOR and his
Subcontractors shall not permit any of his Subcontractors to start Work until all required insurance has
been obtained and certificates with the proper endorsements have been filed with the OWNER. Failure of
the CONTRACTOR to comply with the foregoing insurance requirement shall in no way waive the
OWNER’S rights hereunder.
5.9 Owner’s Liability Insurance: The OWNER, at his option, may but shall not be required to
purchase and maintain such liability insurance as will protect him against claims which may arise
from operations under this Agreement. Purchasing and maintaining such insurance, however,
will not relieve the CONTRACTOR from purchasing and maintaining the insurance hereinbefore
specified.
5.10 Loss of Use of Insurance: The OWNER, at his option, may but shall not be required to, purchase
and maintain such insurance as will insure him against loss of use of his property due to fire or
other hazards, however caused.
5.11 Coverage required of CONTRACTOR and any of its Subcontractors shall be primary over any
insurance or self-insurance program carried by OWNER.
5.12 All insurance policies in any way related to this Agreement and secured and maintained by
CONTRACTOR as required in this Article 5 shall include clauses stating that each carrier shall
waive all rights of recovery, under subrogation or otherwise, against Owner, its members,
managers, agencies, institutions, organizations, officers, agents, employees and volunteers.
5.13 OWNER shall be named as additional insured on the Commercial General Liability, Automobile
Liability Insurance and Completed Operations Liability Insurance policies.
5.14 CONTRACTOR shall insert a clause containing the terms of section 5.3 and all its subparts in all
contracts or sub-contracts, and all Subcontractors shall purchase and maintain the insurance on the
terms and conditions as set forth herein.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
10
ARTICLE 6 – CONTRACTOR’S RESPONSIBILITIES
SUPERVISION AND SUPERINTENDENCE:
6.1 CONTRACTOR shall supervise and direct the Work competently and efficiently, devoting such
attention thereto and applying such skills and expertise as may be necessary to perform the Work
in accordance with the Contract Documents. CONTRACTOR shall be solely responsible for the
means, methods, techniques, sequences, and procedures of construction. CONTRACTOR shall
not be responsible for the negligence of others in the design or selection of a specific means,
method, technique, sequence, or procedure of construction which is indicated in and required by
the Contract Documents. CONTRACTOR shall be responsible to see that the finished Work
complies accurately with the Contract Documents.
6.2 CONTRACTOR shall keep on the Work at all times during its progress a competent resident
superintendent, who shall not be replaced without written notice to OWNER and ENGINEER
except under extraordinary circumstances. The superintendent will be CONTRACTOR’S
representative at the site and shall have authority to act on behalf of CONTRACTOR. All
communications given to the superintendent shall be as binding as if given to CONTRACTOR.
6.2.1 CONTRACTOR shall maintain and deliver to OWNER a daily job report of Work performed,
notable events and incidents, weather conditions, Subcontractor’s performance, any deficiencies
(and the corrective actions taken), delays, and other information that OWNER may reasonably
request.
6.2.2 CONTRACTOR will participate in meetings with OWNER at a specific date, time and place
established by OWNER, and to deliver all attending parties current reports on the following
items: progress payment requests; requests for information-current log; change requests- current
log; submittals- current log; change orders- current list; claims- pending claims, notices of claims
and any plans to file claims, if applicable, project progress report, job problems and quality
control review.
LABOR, MATERIALS AND EQUIPMENT:
6.3 CONTRACTOR shall provide competent, suitably qualified personnel to survey and lay out the
Work, and perform construction as required by the Contract Documents. CONTRACTOR shall
at all times maintain good discipline and order at the site. Except in connection with the safety or
protection of persons, or the Work, or property at the site or adjacent thereto, and except as
otherwise indicated in the supplementary conditions, if any, all Work at the site shall be
performed during regular working hours and CONTRACTOR will not permit overtime Work or
the performance of Work on Saturday, Sunday, or any legal holiday without OWNER’S written
consent given after prior written notice to ENGINEER.
6.4 Colorado labor shall be employed to perform the Work to the extent of not less than eighty
percent of each type or class of labor in the several classifications of skilled and common labor
employed on the Project. “Colorado labor” means any person who is a resident of the State of
Colorado, at the time of employment, without discrimination as to race, color, creed, sex, age, or
religion except when sex or age is a bona fide occupational qualification.
6.5 CONTRACTOR shall furnish all materials, equipment, labor, transportation, construction
equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, and
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
11
sanitary facilities, and all other facilities and incidentals necessary for the execution, testing,
initial operation, and completion of Work.
6.6 All materials and equipment shall be of good quality and new, except as otherwise provided in
the Contract Documents. If required by ENGINEER, CONTRACTOR shall furnish satisfactory
evidence (including reports of required test) as to the kind and quality of materials and
equipment.
6.7 All materials and equipment shall be applied, installed, connected, erected, used, cleaned, and
conditioned in accordance with the instructions of the applicable manufacturer, fabricator,
supplier, or distributor, except as otherwise provided in the Contract Documents.
6.8 CONTRACTOR shall replace supervision personnel as-needed based upon OWNER’s
assessment that the Project is not adequately staffed or the Work is not progressing adequately.
6.9 CONTRACTOR shall at all times maintain a full-time management and supervisory staff of
competent persons at the Project site to coordinate and provide general direction of the Work and
progress of Subcontractors on the Project.
6.10 CONTRACTOR agrees that only competent and skilled workmen who satisfactorily perform
their duties shall be employed on the Project and CONTRACTOR shall ensure that there are an
adequate and competent supply of skilled workmen and materials as necessary to carry out the
Work on a continuous basis.
EQUIVALENT MATERIALS AND EQUIPMENT:
6.11 Whenever materials or equipment are specified or described in the drawings or specifications by
using the name of a proprietary item, or the name of a particular manufacturer, fabricator,
supplier, or distributor, the naming of the item is intended to establish the type, function, and
quality required. Unless the name is followed by words indicating that no substitution is
permitted, materials or equipment of other manufacturers, fabricators, suppliers, or distributors
may be accepted by ENGINEER and OWNER if sufficient information is submitted by
CONTRACTOR to ENGINEER and OWNER to determine that the material or equipment
proposed is equivalent to that named. The procedure for review by ENGINEER and OWNER
will be as set forth in paragraphs 6.11.1 and 6.11.2 below.
6.11.1 Requests for review of substitute items of material and equipment will not be accepted by
ENGINEER or OWNER from anyone other than CONTRACTOR consistent with section
1.7.3 of the Basic Requirements in the Leachate Holding Pond Construction Technical
Specifications (“Basic Requirements”). If CONTRACTOR wishes to furnish or use a
substitute item of material or equipment, CONTRACTOR shall make written application
to ENGINEER and OWNER for acceptance thereof, certifying that the proposed
substitute will perform adequately the functions called for by the general design, be
similar and of equal substance to that specified and be suited to the same use and capable
of performing the same function as that specified. The application will state whether or
not acceptance of the substitute for use in the Work will require a change in the drawings
or specifications to adapt the design to the substitute and whether or not incorporation or
use of the substitute in connection with the Work is subject to payment of any license fee
or royalty. All variations of the proposed substitute from that specified shall be identified
in the application and available maintenance, repair and replacement service will be
indicated. The application will also contain an itemized estimate of all costs or savings
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
12
that will result directly or indirectly from acceptance of such substitute, including costs of
redesign and claims of other contractors affected by the resulting change, all of which
shall be considered by ENGINEER and OWNER in evaluating the proposed substitute.
ENGINEER may require CONTRACTOR to furnish, at CONTRACTOR'S expense,
additional data about the proposed substitute. ENGINEER and OWNER will be the sole
judge of acceptability, and no substitute will be ordered or installed without
ENGINEER’S and OWNER’s prior written acceptance. OWNER may require
CONTRACTOR to furnish, at CONTRACTOR’S expense, a special performance
guarantee or other surety with respect to any substitute.
6.11.2 ENGINEER will record time required by ENGINEER and ENGINEER'S consultants in
evaluating substitutions proposed by CONTRACTOR and in making changes in the
drawings or specifications occasioned thereby, whether or not ENGINEER accepts a
proposed substitute. CONTRACTOR shall reimburse OWNER for the charges of
ENGINEER and ENGINEER'S consultants for evaluating any proposed substitute.
CONCERNING SUBCONTRACTORS:
6.12 CONTRACTOR shall not employ any Subcontractor or other person or organization (including
those who are to furnish the principal items of materials or equipment), whether initially or as a
substitute, against whom OWNER or ENGINEER may have reasonable objection. A
Subcontractor or other person or organization identified in writing to OWNER and ENGINEER
by CONTRACTOR prior to the Notice of Award, and not objected to in writing by OWNER or
ENGINEER prior to the Notice of Award, will be deemed acceptable to OWNER and
ENGINEER. Acceptance of any Subcontractor, other person or organization by OWNER or
ENGINEER shall not constitute a waiver of any right of OWNER or ENGINEER to reject
defective work. If OWNER or ENGINEER, after due investigation, has reasonable objection to
any Subcontractor, or other person or organization proposed by CONTRACTOR after the Notice
of Award, CONTRACTOR shall submit an acceptable substitute, and the Contract Price shall be
increased or decreased by the difference in cost occasioned by such substitution, and an
appropriate change order shall be issued. CONTRACTOR shall not be required to employ any
Subcontractor, other person or organization against whom CONTRACTOR has reasonable
objection.
6.13 CONTRACTOR shall be fully responsible for all acts and omissions of his Subcontractors, and of
persons and organizations directly or indirectly employed by them, and of persons and
organizations for whose acts any of them may be liable to the same extent that CONTRACTOR is
responsible for the acts and omissions of persons directly employed by CONTRACTOR.
Nothing in the Contract Documents shall create a contractual relationship between OWNER or
ENGINEER and any Subcontractor or other person or organization having a direct contract with
CONTRACTOR, nor shall it create any obligation on the part of OWNER or ENGINEER to pay
or to see to the payment of any monies due any Subcontractor, or other person or organization,
except as may otherwise by required by law. OWNER or ENGINEER may furnish to any
Subcontractor or other person or organization, to the extent practicable, evidence of amounts paid
to CONTRACTOR on account of specific Work done.
6.14 The divisions and sections of the specifications and the identifications of any drawings shall not
control CONTRACTOR in dividing the Work among Subcontractors, or delineating the Work to
be performed by any specific trade.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
13
6.15 All Work performed for CONTRACTOR by a Subcontractor will be pursuant to an appropriate
agreement between CONTRACTOR and the Subcontractor which specifically binds the
Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of
the OWNER and ENGINEER. CONTRACTOR shall pay each Subcontractor a just share of any
insurance monies received by CONTRACTOR on account of losses under policies issued
pursuant to paragraph 5.6.
PATENT FEES AND ROYALTIES:
6.16 CONTRACTOR shall pay all license fees and royalties, and assume all costs incident to the use
in the performance of the Work, or the incorporation in the Work of any invention, design,
process, product, or device which is the subject of patent rights or copyrights held by others. If a
particular invention, design, process, product, or device is specified in the Contract Documents
for use in the performance of the Work, and if to the actual knowledge of OWNER or
ENGINEER its use is subject to patent rights or copyrights calling for the payment of any license
fee or royalty to others, the existence of such rights shall be disclosed by OWNER in the Contract
Documents. CONTRACTOR shall indemnify and hold harmless OWNER and ENGINEER and
anyone directly or indirectly employed by either of them from and against all claims, damages,
losses, and expenses (including attorney’s fees) arising out of any infringement of patent rights or
copyrights incident to the use in the performance of the Work, or resulting from the incorporation
in the Work of any invention, design, process, product, or device not specified in the Contract
Documents, and shall defend all such claims in connection with any alleged infringement of such
rights.
PERMITS:
6.17 Unless otherwise provided in the Contract Documents, CONTRACTOR shall obtain and pay for
all construction permits and licenses . CONTRACTOR shall obtain and pay for Eagle County
licenses. OWNER shall assist CONTRACTOR, when necessary, in obtaining such permits and
licenses. CONTRACTOR shall pay all governmental charges and inspection fees necessary for
the prosecution of the Work, which are applicable at the time of opening of Proposals.
CONTRACTOR shall pay all charges of utility service companies for connections to the Work,
and OWNER shall pay all charges of such companies for capital costs related thereto.
LAWS AND REGULATIONS:
6.18 CONTRACTOR shall give all notices and comply with all laws, ordinances, rules, and
regulations applicable to the Work. If CONTRACTOR observes that the Specifications or
Drawings are at variance therewith, CONTRACTOR shall give ENGINEER and OWNER
prompt written notice thereof, and any necessary changes shall be adjusted by an appropriate
Modification. If CONTRACTOR performs any Work knowing, or having reason to know, that it
is contrary to such laws, ordinances, rules, and regulations, and without such notice to
ENGINEER and OWNER, CONTRACTOR shall bear all costs arising therefrom; however, it
shall not be CONTRACTOR'S primary responsibility to make certain that the Specifications and
Drawings are in accordance with such laws, ordinances, rules, and regulations.
TAXES:
6.19 CONTRACTOR shall pay all sales, consumer, use, and other similar taxes required to be paid by
him in accordance with the law of the place of the Project. OWNER of this Project is Tax
Exempt.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
14
USE OF PREMISES:
6.20 CONTRACTOR shall confine construction equipment, the storage of materials and equipment,
and the operations of workmen to areas permitted by law, ordinances, permits, or the
requirements of the Contract Documents, and shall not unreasonably encumber the premises with
construction equipment or other materials or equipment.
6.21 During the progress of the Work, CONTRACTOR shall keep the premises free from
accumulations of waste materials, rubbish, and other debris resulting from the Work. At the
completion of the Work, CONTRACTOR shall remove all waste materials, rubbish, and debris
from and about the premises as well as all tools, appliances, construction equipment, and
machinery, and surplus materials, and shall leave the site clean and ready for occupancy by
OWNER. CONTRACTOR shall restore to their original condition those portions of the site not
designated for alteration by the Contract Documents.
6.22 CONTRACTOR shall not load, nor permit any part of any structure to be loaded, in any manner
that will endanger the structure, nor shall CONTRACTOR subject any part of the Work or
adjacent property to stresses or pressures that will endanger it.
6.23 CONTRACTOR shall be responsible for removing all water and or mud interfering with the
Work.
6.24 CONTRACTOR shall perform the Work so as not to interfere with or disrupt the business
operations of any adjacent businesses.
6.25 Intentionally Omitted.
6.26 CONTRACTOR will locate all underground pipelines, conduits, ducts, cables, wires, manholes,
vaults, tanks, tunnels, or other such facilities or attachments, and any easements containing such
facilities, including those that convey electricity, gasses, steam, liquid petroleum products,
telephone or other communications, cable television, water, wastewater, storm water, other
liquids or chemicals, or traffic or other control systems which shall collectively be known as the
“Underground Facilities” prior to performing the Work. Unless it is otherwise expressly provided
in the Contract Documents;
6.26.1 OWNER shall not be responsible for providing any information to
CONTRACTOR regarding the Underground Facilities; and
6.26.2 The cost of all of the following will be included in the Contract Price, and
CONTRACTOR shall have full responsibility for:
a. Locating all Underground Facilities;
b. Coordination of the Work with the owners of such Underground Facilities,
including OWNER, during construction; and
c. Assurance that all safety and protection of all such Underground Facilities
and repairing any damage thereto resulting from the Work.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
15
RECORD DOCUMENTS:
6.27 CONTRACTOR shall keep one record copy of all Specifications, Drawings, Addenda,
Modifications, Shop Drawings, and samples at the site in good order and annotated to show all
changes made during the construction process. These shall be available to ENGINEER for
examination and shall be delivered to ENGINEER for OWNER upon completion of the Work.
SAFETY AND PROTECTION:
6.28 CONTRACTOR shall be responsible for initiating, maintaining, and supervising all safety
precautions and programs in connection with the Work. CONTRACTOR shall take all necessary
precautions for the safety of, and shall provide the necessary protection to prevent damage,
injury, or loss to:
6.28.1 all employees and Subcontractors on the Work and other persons who may be affected
thereby,
6.28.2 all the work and all materials or equipment to be incorporated therein, whether in storage
on or off the site, and
6.28.3 other property at the site, or adjacent thereto, including trees, shrubs, lawns, walks,
pavements, roadways, structures, and utilities not designated for removal, relocation or
replacement in the course of construction. CONTRACTOR shall comply with all
applicable laws, ordinances, rules, regulations, and orders of any public body having
jurisdiction for the safety of persons or property, or to protect them from damage, injury,
or loss; and shall erect and maintain all necessary safeguards for such safety and
protection. CONTRACTOR shall notify owners of adjacent property and utilities when
prosecution of the Work may affect them. All damage, injury, or loss to any property
referred to in paragraph 6.28.2 or 6.28.3 caused, directly or indirectly, in whole or in part,
by CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any
of them, or anyone for whose acts any of them may be liable, shall be remedied by
CONTRACTOR (except damage or loss attributable to the sole fault of drawings or
specifications, or solely to the acts or omissions of OWNER or ENGINEER).
CONTRACTOR'S duties and responsibilities for the safety and protection of the Work
shall continue until such time as all the Work is completed and ENGINEER has issued a
notice to OWNER and CONTRACTOR, in accordance with paragraph 14.13, that the
Work is acceptable.
6.29 CONTRACTOR shall designate a responsible member of his organization at the site whose duty
shall be the prevention of accidents. This person shall be CONTRACTOR'S superintendent,
unless otherwise designated in writing by CONTRACTOR to OWNER.
EMERGENCIES:
6.30 In emergencies affecting the safety or protection of persons, or the Work, or property at the site or
adjacent thereto, CONTRACTOR, without special instruction or authorization from ENGINEER
to OWNER, is obligated to act to prevent threatened damage, injury, or loss. CONTRACTOR
shall give ENGINEER and OWNER prompt written notice of any significant changes in the
Work, or deviations from the Contract Documents caused thereby.
SHOP DRAWINGS AND SAMPLES:
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
16
6.31 After checking and verifying all field measurements, CONTRACTOR shall submit to
ENGINEER for review and approval, in accordance with the accepted schedule of Shop Drawing
submissions, five copies (unless otherwise specified in the Basic Requirements section 1.21 B) of
all shop drawings, which shall have been checked by, and stamped with the approval of,
CONTRACTOR, and identified as ENGINEER may require. The data shown on the Shop
Drawings will be complete with respect to dimensions, design criteria, materials of construction,
and like information to enable ENGINEER to review the information as required.
6.32 CONTRACTOR shall also submit to ENGINEER for review and approval, with such promptness
as to cause no delay in Work, all samples required by the Contract Documents. All samples will
have been checked by, and stamped with the approval of CONTRACTOR, identified clearly as to
material, manufacturer, and any pertinent catalog numbers, and the use for which intended.
6.33 At the time of each submission, CONTRACTOR shall, in writing, call ENGINEER'S and
OWNER’s attention to any deviations that the shop drawings or samples may have from the
requirements of the Contract Documents.
6.34 ENGINEER with prior approval of OWNER will review and approve, with reasonable
promptness, shop drawings and samples, but ENGINEER'S and/or OWNER’s review and
approval shall be only for conformance with the design concept of the Project, and for
compliance with the information given in the Contract Documents, and shall not extend to means,
methods, sequences, techniques, or procedures of construction, or to safety precautions of
programs incident thereto. The review and approval of a separate item as such will not indicate
approval of the assembly in which the item functions. CONTRACTOR shall make any
corrections required by ENGINEER or OWNER, and shall return the required number of
corrected copies of shop drawings, and resubmit new samples for review and approval.
CONTRACTOR shall direct specific attention in writing to revisions other than the corrections
called for by ENGINEER or OWNER on previous submittals. CONTRACTOR'S stamp of
approval on any shop drawing or sample shall constitute a representation to OWNER and
ENGINEER that CONTRACTOR has either determined and verified all quantities, dimensions,
field construction criteria, materials catalog numbers, and similar data, or assumes full
responsibility for doing so, and that CONTRACTOR has reviewed or coordinated each Shop
Drawing or sample with the requirements of the Work and the Contract Documents.
6.35 Where a Shop Drawing or sample is required by the specifications, no related Work shall be
commenced until the submittal has been reviewed and approved by ENGINEER as to Shop
Drawing and ENGINEER and OWNER as to samples
6.36 ENGINEER'S review and approval of Shop Drawings or ENGINEER’S and OWNER’S review
and approval samples shall not relieve CONTRACTOR from responsibility for any deviations
from the Contract Documents unless CONTRACTOR has, in writing, called ENGINEER'S and
/or OWNER’s attention to such deviation at the time of submission, and ENGINEER with prior
approval of OWNER has given written concurrence and approval to the specific deviation, nor
shall any concurrence or approval by ENGINEER or OWNER relive CONTRACTOR from
responsibility for errors or omissions in the Shop Drawings.
CONTINUING THE WORK:
6.37 CONTRACTOR shall carry on the Work and maintain the progress schedule during all disputes
or disagreements with OWNER. No Work shall be delayed or postponed pending resolution of
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
17
any disputes or disagreements, except as CONTRACTOR and OWNER may otherwise agree in
writing.
INDEMNIFICATION:
6.38 To the fullest extent permitted by law, CONTRACTOR shall indemnify and hold harmless
OWNER and ENGINEER, and their officials, agents and employees, from and against any and
all claims, damages, liabilities, losses, cleanup or damages derived from pollutants, and expenses
including, but not limited to, attorney’s fees and costs arising out of, or resulting from, the
performance or non-performance of the Work, and including, but not limited to, claims, damages,
liabilities, losses, or expenses attributable to bodily injury, sickness, disease, or death, or to injury
to or destruction of tangible property including the loss of use resulting therefrom or is caused, in
whole or in part, by any negligent act or omission of CONTRACTOR, any Subcontractor, anyone
directly or indirectly employed by any of them, or anyone for whose acts any of them may be
liable. Nothing in the contract shall be interpreted that the OWNER waives its sovereign
immunity granted under Colorado Governmental Immunity Act if applicable or other applicable
law.
6.39 In any and all claims against OWNER or ENGINEER, or any of their agents or employees, by
any employee of 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 paragraph 6.38 shall not be limited in any way by any limitation on the amount or type of
damages, compensation, or benefits payable by or for CONTRACTOR or any Subcontractor
under worker’s compensation acts, disability benefit acts, or other employee benefit acts.
6.40 The obligations of CONTRACTOR under paragraph 6.38 shall not extend to the liability of
ENGINEER, his agents, or employees arising out of the preparation or approval of maps,
drawings, opinions, reports, surveys, change orders, designs, or specifications.
ARTICLE 7 – WORK BY OTHERS
7.1 OWNER may perform additional Work related to the Project by himself, or have additional work
performed by utility service companies, or let other direct contracts therefore which shall contain
general conditions similar to these. CONTRACTOR shall afford the utility service companies
and the other contractors who are parties to such direct contracts (or OWNER, if OWNER is
performing the additional work with OWNER'S employees) reasonable opportunity for the
introduction and storage of materials and equipment, and the execution of work, and shall
properly connect and coordinate his work with theirs.
7.2 If any part of CONTRACTOR'S Work depends, for proper execution or results, upon the Work of
any such other contractor or utility service company (or OWNER), CONTRACTOR shall inspect
and promptly report to ENGINEER and OWNER in writing any patent or apparent defects or
deficiencies in such Work that render it unsuitable for such proper execution and results.
CONTRACTOR'S failure to so report shall constitute an acceptance of the other Work as fit and
proper for integration with CONTRACTOR'S Work, except for latent or non-apparent defects
and deficiencies in the other Work.
7.3 CONTRACTOR shall do all cutting, fitting, and patching of his Work that may be required to
make its several parts come together properly and integrate with such other Work.
CONTRACTOR shall not endanger any work of others by cutting, excavating, or otherwise
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
18
altering their work, and will only cut or alter their work with the written consent of ENGINEER
and OWNER and the others whose work will be affected.
7.4 If the performance of additional work by other contractors or utility service companies or
OWNER was not noted in the Contract Documents, written notice thereof shall be given to
CONTRACTOR prior to starting any such additional work. If CONTRACTOR believes that the
performance of such additional work by OWNER or others involves additional expense to
CONTRACTOR, or requires an extension of the Contract Time, CONTRACTOR may make a
claim therefore as provided in Articles 11 and 12.
ARTICLE 8 – OWNER’S RESPONSIBILITIES
8.1 OWNER shall issue communications to CONTRACTOR or through ENGINEER.
8.2 In case of termination of the employment of ENGINEER, OWNER shall appoint an ENGINEER
whose status under the Contract Documents shall be that of the former ENGINEER.
8.3 OWNER and all of its employees and agents shall have the right to full access and use of the
Project site. Such use shall not constitute acceptance of the Work or any part thereof, or waive
any of OWNER’S rights or remedies under the Contract Documents.
ARTICLE 9 – ENGINEER’S STATUS DURING CONSTRUCTION
OWNER’S REPRESENTATIVE:
9.1 The duties and responsibilities and the limitations of authority of ENGINEER as an OWNER'S
representative during construction are set forth in the Contract Documents, and shall not be
extended without written consent of OWNER and ENGINEER. Notwithstanding anything to the
contrary herein, in all instances in the Contract Documents where ENGINEER has the authority
to make decisions concerning quality of and acceptance of the Work performed by
CONTRACTOR the ENGINEER shall first discuss such decision and proposed acceptance with
OWNER and obtain its approval prior to communicating with the CONTRACTOR. Further, in all
instances in the Contract Documents where ENGINEER has the authority to make a decision that
impacts the Project budget or Contract Price or payment to the CONTRACTOR, then
ENGINEER shall first discuss the payment or costs with OWNER and obtain its approval prior to
approving any payment, additive or deductive Work. This paragraph is not intended as and shall
not be a waiver of ENGINEER’S responsibility for oversight of the Work.
VISITS TO SITE:
9.2 ENGINEER will make visits to the site at intervals appropriate to the various stages of
construction to observe the progress and quality of the executed Work and to determine, in
general, if the Work is proceeding in accordance with the Contract Documents. ENGINEER will
not be required to make exhaustive or continuous on-site inspections to check the quality or
quantity of the Work. ENGINEER'S efforts will be directed toward providing for OWNER a
greater degree of confidence that the completed Work will conform to the Contract Documents.
On the basis of such visits and on-site observations, as an experienced and qualified design
professional, ENGINEER will keep OWNER informed of the progress of the Work, and will
endeavor to guard OWNER against defects and deficiencies in the Work.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
19
CLARIFICATIONS AND INTERPRETATIONS:
9.3 ENGINEER will issue, with reasonable promptness, such written clarifications or interpretations
of the Contract Documents (in the form of drawings or otherwise) as ENGINEER and OWNER
may determine necessary, which shall be consistent with, or reasonably inferable from, the
overall intent of the Contract Documents.
If CONTRACTOR believes that a written clarification or interpretation justifies an increase in the
Contract Price or Contract Time, CONTRACTOR may make a claim therefore, as provided in
Article 11 or Article 12.
REJECTING DEFECTIVE WORK:
9.4 ENGINEER after conferring and receiving approval of OWNER will have authority to
disapprove or reject Work which is defective, and will also have authority to require special
inspection or testing of the Work as fabricated, installed, or completed.
SHOP DRAWINGS, CHANGE ORDERS, AND PAYMENTS:
9.5 In connection with ENGINEER'S responsibility for Shop Drawings and samples, see paragraphs
6.31 through 6.37 inclusive.
9.6 In connection with ENGINEER'S responsibilities as to Change Orders see Articles 10, 11, and
12.
9.7 In connection with ENGINEER'S responsibilities in respect to applications for payment, etc., see
Article 14.
PROJECT REPRESENTATION:
9.8 Intentionally Omitted.
DECISIONS ON DISAGREEMENTS:
9.9 ENGINEER will be the initial interpreter of the requirements of the Contract Documents
concerning the acceptability of the Work thereunder. Claims, disputes, and other matters relating
to the acceptability of the Work, or the interpretation of the requirements of the Contract
Documents pertaining to the execution and progress of the Work, shall be referred initially to
ENGINEER in writing with a request for a formal decision which ENGINEER and OWNER will
together render in writing within a reasonable time. The final decision concerning any claim,
dispute or other matter relating to acceptability of the Work or interpretation of the requirements
of the Contract Documents pertaining to the execution and progress of the Work shall be
OWNER’s.
LIMITATIONS ON ENGINEER'S RESPONSIBILITIES:
9.10 Neither ENGINEER'S or OWNER’s authority to act under this Article 9, or elsewhere in the
Contract Documents, nor any decision made by ENGINEER or OWNER in good faith either to
exercise or not exercise such authority shall give rise to any duty or responsibility of ENGINEER
or OWNER to CONTRACTOR, any Subcontractor, any manufacturer, fabricator, supplier, or
distributor, or any of their agents or employees, or any other person performing any of the Work.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
20
9.11 Whenever, in the Contract Documents, the terms “as ordered”, “as directed”, “as required”, “as
allowed”, or terms of like effect or import are used, or the adjectives “reasonable”, “suitable”,
“acceptable”, “proper”, or “satisfactory”, or adjectives of like effect or import are used to
describe requirement, direction, review, or judgment of ENGINEER as to the Work, it is intended
that such requirement direction, review, or judgment will be solely to evaluate the Work for
compliance with the Contract Documents (unless there is a specific statement indicating
otherwise). The use of any such term or adjective never indicates that ENGINEER shall have
authority to supervise or direct performance of the Work, or authority to undertake responsibility
contrary to the provisions of paragraphs 9.12 or 9.13.
9.12 ENGINEER and OWNER will not be responsible for CONTRACTOR'S means, methods,
techniques, sequences or procedures of construction, or the safety precautions and programs
incident thereto, and ENGINEER and OWNER will not be responsible for CONTRACTOR'S
failure to perform the Work in accordance with the Contract Documents.
9.13 ENGINEER and OWNER will not be responsible for the acts or omissions of CONTRACTOR,
or of any Subcontractor, or of the agents or employees of any CONTRACTOR or Subcontractor,
or of any other persons at the site or otherwise performing any of the Work.
ARTICLE 10 – CHANGES IN THE WORK
10.1 Without invalidating the Agreement, OWNER may, at any time or from time to time, order
additions, deletions, or revisions in the Work; these will be authorized by written change orders.
Upon receipt of a change order, CONTRACTOR shall proceed with the Work involved. All such
Work shall be executed under the applicable conditions of the Contract Documents. If any
change order causes an increase or decrease in the Contract Price, or an extension or shortening
of the Contract Time, an equitable adjustment will be made as provided in Article 11 or Article
12 on the basis of a claim made by either party.
10.2 ENGINEER with approval of OWNER may authorize minor changes in the Work, not involving
an adjustment in the Contract Price or the Contract Time, which are consistent with the overall
intent of the Contract Documents. These may be accomplished by a field order, and shall be
binding on OWNER, and also on CONTRACTOR who shall perform the change promptly. If
CONTRACTOR believes that a field order justifies an increase in the Contract Price or Contract
Time, CONTRACTOR may make a claim therefore as provided in Article 11 or Article 12.
10.3 Additional Work performed without authorization of a change order will not entitle
CONTRACTOR to an increase in the Contract Price, or an extension of the Contract Time,
except in the case of an emergency as provided in paragraph 6.30, and except as provided in
paragraph 13.9.
10.4 OWNER may execute appropriate change orders prepared by ENGINEER covering changes in
the Work which are required by OWNER, or required because of unforeseen physical conditions
or emergencies, or because of uncovering Work found not to be defective, or as provided in
paragraphs 11.10 or 11.11.
10.5 Intentionally Omitted.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
21
ARTICLE 11 – CHANGE OF CONTRACT PRICE
11.1 The Contract Price constitutes the total compensation (subject to authorized adjustments) payable
to CONTRACTOR for performing the Work. All duties, responsibilities, and obligations
assigned to or undertaken by CONTRACTOR shall be at his expense without change in the
Contract Price.
11.2 The Contract Price may only be changed by a Change Order. Any claim for an increase in the
Contract Price shall be based on written notice delivered to OWNER and ENGINEER within
seven days of the occurrence of the event giving rise to the claim. Any change in the Contract
Price resulting from any such claim shall first be approved by ENGINEER and OWNER before
being incorporated in a change order.
11.3 No change orders or other form of order or directive which requires additional compensable
Work to be performed may be issued or be effective unless accompanied by a written assurance
to the CONTRACTOR that lawful appropriations to cover the costs of the additional Work have
been made.
11.4 The value of any Work covered by a change order, or of any claim for an increase or decrease in
the Contract Price, shall be determined in one of the following ways:
11.4.1 Where the Work involved is covered by unit prices contained in the Contract Documents,
by application of unit prices to the quantities of the items involved (subject to the
provisions of paragraph 11.10).
11.4.2 By mutual acceptance of a lump sum.
11.4.3 On the basis of the Cost of the Work (determined as provided in paragraphs 11.5 and
11.6) plus a Contractor’s Fee for overhead and profit as provided in paragraph 11.7.
11.4.4 Regardless of method for determining the value of any Work covered by a change order,
the CONTRACTOR shall provide OWNER with written documentation concerning the
claim, including but not limited to the specific reasons for the claim.
11.5 The term “Cost of the Work” means the sum of any and all costs necessarily incurred and paid by
CONTRACTOR in the proper performance of the Work. Except as otherwise may be agreed to
in writing by OWNER, such costs shall be in amounts no higher than those prevailing in the
locality for the Project, shall include only the following items, and shall not include any of the
costs itemized in paragraph 11.6:
11.5.1 Payroll costs for employees in the direct employ of CONTRACTOR on-site in the
performance of the Work under schedules of job classifications agreed upon by OWNER
and CONTRACTOR. Payroll costs for employees not employed full time on the Work
shall be apportioned on the basis of their time spent on the Work. Payroll costs shall
include, but not be limited to, salaries and wages, plus the cost of fringe benefits which
shall include social security contributions, unemployment, excise and payroll taxes,
worker’s compensation, health and retirement benefits, bonuses, sick leave, vacation and
holiday pay applicable thereto. Such employees shall include superintendents and
foremen at the site. The expenses of performing Work after regular working hours, or on
Sunday or legal holidays, shall be included in the above only to the extent authorized by
OWNER.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
22
11.5.2 Cost of all materials and equipment furnished and incorporated in the Work, including
costs of transportation and storage thereof, and manufacturers’ field services required in
connection therewith. All cash discounts shall accrue to OWNER. All trade discounts,
rebates and refunds, and all returns from sale of surplus materials and equipment shall
accrue to OWNER, and CONTRACTOR shall make provisions so that they may be
obtained.
11.5.3 Payments made by CONTRACTOR to the Subcontractors for Work performed by
Subcontractors. If required by OWNER, CONTRACTOR shall obtain competitive bids
from Subcontractors acceptable to CONTRACTOR, and shall deliver such bids to
OWNER, who will then determine, with the advice of ENGINEER, which bids will be
accepted. If a subcontract provides that the Subcontractor is to be paid on the basis of
Cost of the Work, the Subcontractor’s Cost of the Work plus a fee shall be determined in
the same manner as CONTRACTOR'S Cost of the Work. All Subcontracts shall be
subject to the other provisions of the Contract Documents insofar as applicable.
11.5.4 Supplemental costs including the following:
11.5.4.1 The proportion of necessary transportation, travel, and subsistence expenses of
CONTRACTOR'S employees incurred in discharge of duties connected with the
Work.
11.5.4.2 Cost, including transportation and maintenance, of all materials, supplies,
equipment, machines, appliances, office and temporary facilities at the site, and
hand tools not owned by the workmen, which are consumed in the performance
of the Work, and cost less market value of such items used but not consumed
which remain the property of CONTRACTOR.
11.5.4.3 Rentals of all construction equipment and machinery, and the parts thereof,
whether rented from CONTRACTOR or others in accordance with rental
agreements approved by OWNER with the advice of ENGINEER, and the costs
of transportation, loading, unloading, installation, dismantling and removal
thereof, all in accordance with terms of said rental agreements. The rental of any
such equipment, machinery or parts shall cease when the use thereof is no longer
necessary for the Work.
11.5.4.4 Intentionally Omitted.
11.5.4.5 Deposits lost for causes other than CONTRACTOR'S negligence, royalty
payments, and fees for permits and licenses.
11.5.4.6 Intentionally Omitted.
11.5.4.7 Intentionally Omitted.
11.5.4.8 Intentionally Omitted.
11.5.4.9 Cost of premiums for additional bonds and insurance required because of
changes in the Work.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
23
11.6 The term “Cost of the Work” shall not include any of the following:
11.6.1 Payroll costs and other compensation of CONTRACTOR'S officers, executives,
principals (of partnership and sole proprietorship), general managers, ENGINEER's,
ENGINEERs, estimators, lawyers, auditors, accountants, purchasing and contracting
agents, expediters, timekeepers, clerks, and other personnel employed by
CONTRACTOR whether at the site or in his principal or a branch office for general
administration of the Work, and not specifically included in the agreed upon schedule of
job classifications referred to in subparagraph 11.5.1. all of which are considered to be
administrative costs covered by the Contractor’s Fee.
11.6.2 Expenses of CONTRACTOR'S principal and branch office, other than CONTRACTOR'S
office at the site.
11.6.3 Any part of CONTRACTOR'S capital expenses including interest on CONTRACTOR'S
capital employed for the Work, and charges against CONTRACTOR for delinquent
payments.
11.6.4 Cost of premiums for all bonds and for all insurance whether or not CONTRACTOR is
required by the Contract Documents to purchase and maintain the same (except for
additional bonds and insurance required because of changes in the Work).
11.6.5 Costs due to the negligent performance or non-performance of CONTRACTOR, any
Subcontractor, or anyone directly or indirectly employed by any of them, or for whose
acts any of them may be liable, including, but not limited to, the correction of defective
Work, disposal of materials or equipment wrongly supplied, and making good any
damage to property.
11.6.6 Other overhead or general expense costs of any kind, and the costs of any item not
specifically and expressly included in paragraph 11.5.
CONTRACTOR’S FEE:
11.7 The Contractor’s Fee allowed to CONTRACTOR for overhead and profit shall be determined as
follows:
11.7.1 A mutually acceptable fixed fee as provided in the SUPPLEMENTAL UNIT PRICING
for Construction Manager/General Contractor Overhead and Profit Fee.
11.7.2. No fee shall be payable on the basis of costs itemized under paragraphs 11.5.4 and 11.6.
11.8 The amount of credit to be allowed by CONTRACTOR to OWNER for any such change which
results in a net decrease in cost will be the amount of the actual net decrease. When both
additions and credits are involved in any one change, the combined adjustment to overhead and
profit shall be figured on the basis of the net increase or decrease in allowable costs, if any.
ADJUSTMENT OF UNIT QUANTITIES:
11.9 Whenever the cost of any Work is to be determined based upon unit price, CONTRACTOR will
submit, in form acceptable to ENGINEER and OWNER, an itemized cost breakdown together
with supporting data.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
24
11.10 Where the quantity of Work with respect to any item that is covered by a unit price differs
materially and significantly from the quantity of such Work indicated in the Contract Documents,
an appropriate change order (additive or deductive) may be issued on recommendation of
ENGINEER with written approval of OWNER. In no event will the unit price bid by
CONTRACTOR be modified, but the quantity of any item may be increased or decreased as set
forth herein. Notwithstanding the foregoing, in no event will the change modify the not to exceed
the Contract Price or otherwise be modified without a change order approved by OWNER in
writing.
CASH ALLOWANCES:
11.11 It is understood that CONTRACTOR has included in the Contract Price all allowances so named
in the Contract Documents, and shall cause the Work so covered to be done by such
Subcontractors, manufacturers, fabricators, suppliers, or distributors, and for such sums within the
limit of the allowances as may be acceptable to ENGINEER and OWNER. Upon final payment,
the Contract Price shall be adjusted as required, and an appropriate change order issued.
CONTRACTOR agrees that the original Contract Price includes such sums as CONTRACTOR
deems proper for costs and profit on account of cash allowances. No demand for additional cost
or profit in connection therewith will be valid.
ARTICLE 12 – CHANGE OF THE CONTRACT TIME
12.1 The Contract Time may only be changed by a change order. Any claim for an extension in the
Contract Time shall be based on written notice delivered to OWNER and ENGINEER within
seven days of the occurrence of the event giving rise to the claim. Any change in the Contract
Time resulting from any such claim shall be incorporated in a change order.
12.2 All time limits stated in the Contract Documents are of the essence of the Agreement. The
provisions of Articles 11 and 12 are CONTRACTOR'S sole remedies for delay by any cause
whatsoever, including acts of OWNER.
ARTICLE 13 – WARRANTY AND GUARANTEE; TESTS AND INSPECTION; CORRECTION,
REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK
WARRANTY AND GUARANTEE:
13.1 CONTRACTOR warrants and guarantees to OWNER and ENGINEER that all Work will be in
accordance with the Contract Documents and will not be defective. Prompt notice of all defects
shall be given to CONTRACTOR. All defective Work, whether or not in place, may be rejected,
corrected, or accepted as provided in this Article 13. Further, CONTRACTOR warrants to
OWNER that (i) materials and equipment furnished under the Contract Documents shall be of
highest quality and new unless otherwise required or permitted by the Contract Documents; (ii)
the Work shall be free from defects and deficiencies; (iii) the Work shall conform to the
requirements of the Contract Documents, applicable laws and applicable permits; and (iv) the
Work shall be performed in a good and workman like manner. All guarantees and warranties of
equipment or materials furnished to CONTRACTOR or any Subcontractor(s) by any
manufacturer or supplier shall be for the benefit of OWNER. CONTRACTOR does hereby
covenant, warrant and agree that it shall repair or replace any and all of the Work, together with
other Work which may be displaced by such repair or replacement, without any cost to OWNER
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
25
for a period of two years following the date of Substantial Completion of the Work. This
obligation shall survive both final payment for the Work or designated portion thereof and
termination of this Agreement.
ACCESS TO WORK:
13.2 OWNER, ENGINEER, ENGINEER'S representatives, other representatives of OWNER, testing
agencies, and governmental agencies with jurisdictional interests will have access to the Work at
reasonable times for their observation, inspection and testing. CONTRACTOR shall provide
proper and safe conditions for such access.
TESTS AND INSPECTIONS:
13.3 CONTRACTOR shall give ENGINEER and OWNER timely notice of readiness of Work for all
required inspections, tests or approvals.
13.4 If any law, ordinance, rule, regulation, code, or order of any public body having jurisdiction
requires any Work (or part thereof) to specifically be inspected, tested, or approved,
CONTRACTOR shall assume full responsibility therefore, pay all costs in connection therewith,
and furnish ENGINEER and OWNER the required certificates of inspection, testing, or approval.
CONTRACTOR shall also be responsible for and shall pay all costs in connection with any
inspection or testing required in connection with OWNER'S or ENGINEER'S acceptance of a
manufacturer, fabricator, supplier or distributor of materials or equipment proposed to be
incorporated in the Work, or of materials or equipment submitted for approval prior to
CONTRACTOR'S purchase thereof for incorporation of the Work. The cost of all other
inspections, tests, and approvals required by the Contract Documents shall be paid by OWNER
(unless otherwise specified).
13.5 Any inspections, tests, or approvals, other than those required by law, ordinance, rule, regulation,
code, or order of any public body having jurisdiction, shall be performed by organizations
acceptable to OWNER and CONTRACTOR (or by ENGINEER if so specified).
13.6 If any Work that is to be inspected, tested, or approved is covered without written concurrence of
ENGINEER and OWNER, it must, if requested by ENGINEER or OWNER, be uncovered for
observation. Such uncovering shall be at CONTRACTOR'S expense, unless CONTRACTOR
has given ENGINEER and OWNER timely notice of CONTRACTOR'S intention to cover such
Work and ENGINEER or OWNER has not acted with reasonable promptness in response to such
notice.
13.7 Neither observations by ENGINEER or OWNER nor inspections, tests, or approvals by others
shall relieve CONTRACTOR from his obligations to perform the Work in accordance with the
Contract Documents.
UNCOVERING WORK:
13.8 If any Work is covered contrary to the written request of ENGINEER or OWNER, it must, if
requested by ENGINEER or OWNER, be uncovered for ENGINEER’S and OWNER’s
observation and replaced at CONTRACTOR'S expense.
13.9 If ENGINEER or OWNER considers it necessary or advisable that covered Work be observed by
ENGINEER or OWNER, or inspected or tested by others, CONTRACTOR, at ENGINEER'S or
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
26
OWNER’s request, shall uncover, expose, or otherwise make available for observation,
inspection, or testing as ENGINEER or OWNER may require, that portion of the Work in
question, furnish all necessary labor, material, and equipment. If it is found that such Work is
defective, CONTRACTOR shall bear all the expenses of such uncovering, exposure, observation,
inspection, and testing of satisfactory reconstruction, including compensation for additional
professional services, and an appropriate deductive change order shall be issued. If, however,
such Work is not found to be defective, CONTRACTOR shall be allowed an increase in the
Contract Price, or an extension of the Contract Time, or both, directly attributable to such
uncovering, exposure, observation, inspection, testing, and reconstruction.
OWNER MAY STOP THE WORK:
13.10 If the Work is defective, or CONTRACTOR fails to supply sufficient skilled workmen or suitable
materials or equipment, OWNER may order CONTRACTOR to stop the Work, or any portion
thereof, until the cause for such order has been eliminated; however, this right of OWNER to stop
the Work shall not give rise to any duty on the part of OWNER to exercise this right for the
benefit of CONTRACTOR or any other party.
CORRECTION OR REMOVAL OF DEFECTIVE WORK:
13.11 If required by ENGINEER or OWNER, CONTRACTOR shall promptly, without cost to
OWNER and as specified by ENGINEER or OWNER, either correct any defective Work,
whether or not fabricated, installed, or completed, or, if the Work has been rejected by
ENGINEER or OWNER, remove it from the site and replace it with non-defective Work in a
manner acceptable to the ENGINEER and OWNER.
TWO YEAR CORRECTION PERIOD:
13.12 If, within two years after the date of Substantial Completion, or such longer period of time as may
be prescribed by law, or by the terms of any applicable special guarantee required by the Contract
Documents, or by any other specific provision of the Contract Documents, any Work is found to
be defective, CONTRACTOR shall promptly, without cost to OWNER, and in accordance with
OWNER'S written instructions, either correct such defective Work, or, if it has been rejected by
OWNER, remove it from the site, and replace it with non-defective Work. If CONTRACTOR
does not promptly comply with the terms of such instructions, or in an emergency where delay
would cause serious risk of loss or damage, OWNER may have the defective Work corrected or
the rejected Work removed and replaced, and all direct and indirect costs of such removal and
replacement, including compensation for additional professional services, shall be paid by
CONTRACTOR.
ACCEPTANCE OF DEFECTIVE WORK:
13.13 If, instead of requiring correction or removal and replacement of defective Work, OWNER (and
prior to ENGINEER'S recommendation of final payment) prefers to accept it, OWNER may do
so. In such case, if acceptance occurs prior to ENGINEER'S recommendation of final payment, a
change order shall be issued incorporating the necessary revisions in the Contract Price; or, if the
acceptance occurs after such recommendation, an appropriate amount shall be paid by
CONTRACTOR to OWNER.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
27
OWNER MAY CORRECT DEFECTIVE WORK:
13.14 If CONTRACTOR fails, within a reasonable time after written notice of ENGINEER and
OWNER, to proceed to correct defective Work, or to remove and replace rejected Work as
required by ENGINEER or OWNER in accordance with paragraph 13.11, or if CONTRACTOR
fails to perform the Work in accordance with the Contract Documents (including any
requirements of the progress schedule), OWNER may, after seven days written notice to
CONTRACTOR, correct and remedy any such deficiency. In exercising his rights under this
paragraph OWNER shall proceed expeditiously. To the extent necessary to complete corrective
and remedial action, OWNER may exclude CONTRACTOR from all part of the site, take
possession of all or part of the Work, and suspend CONTRACTOR'S services related thereto,
take possession of CONTRACTOR'S tools, appliances, construction equipment, and machinery at
the site, and incorporate in the Work all materials and equipment stored at the site, or for which
OWNER has paid CONTRACTOR, but which are stored elsewhere. CONTRACTOR shall allow
OWNER, OWNER'S representatives, agents, and employees such access to the site as may be
necessary to enable OWNER to exercise his rights under this paragraph. All direct and indirect
costs of OWNER in exercising such rights shall be charged against CONTRACTOR in an
amount verified by ENGINEER, and a change order shall be issued incorporating the necessary
revisions in the Contract Documents and a reduction in the Contract Price. Such direct and
indirect costs shall include, in particular but without limitation, compensation for additional
professional services required, and all costs of repair and replacement of work of others destroyed
or damaged by correction, removal, or replacement of CONTRACTOR'S defective Work.
CONTRACTOR shall not be allowed an extension of the Contract Time because of any delay in
performance of the Work attributable to the exercise by OWNER of OWNER'S rights hereunder.
ARTICLE 14 – PAYMENTS TO CONTRACTOR AND COMPLETION
SCHEDULES:
14.1 At least ten days prior to submitting the first application for a progress payment, CONTRACTOR
shall (except as otherwise specified in the general requirements) submit to ENGINEER and
OWNER a progress schedule, a final schedule of Shop Drawing submissions, and, where
applicable, a schedule of values of the Work. These schedules shall be satisfactory in form and
substance to ENGINEER and OWNER. The schedule of values shall include quantities and unit
prices aggregating the Contract Price, and shall subdivide the Work into component parts in
sufficient detail to serve as the basis for progress payments during construction. Upon acceptance
of the schedule of values by ENGINEER and OWNER, it shall be incorporated into a form of
application for payment acceptable to ENGINEER and OWNER.
APPLICATION FOR PROGRESS PAYMENT:
14.2 At least ten days before each progress payment falls due (but not more often than once a month),
CONTRACTOR shall submit to ENGINEER and OWNER for review an application for payment
filled out and signed by CONTRACTOR covering the Work completed as of the date of the
application, and accompanied by such supporting documentation as is required by the Contract
Documents, and also as ENGINEER or OWNER may reasonably require. If payment is
requested on the basis of materials and equipment not incorporated in the Work, but delivered and
suitably stored at the site or at another location agreed to in writing, the application for payment
shall also be accompanied by such data, satisfactory to OWNER, as will establish OWNER'S title
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
28
to the material and equipment, and protect OWNER'S interest therein, including applicable
insurance. Each subsequent application for payment shall include an affidavit of
CONTRACTOR stating that all previous progress payments received on account of the Work
have been applied to discharge in full all of CONTRACTOR'S obligations reflected in prior
applications for payment. The amount of retainage with respect to progress payments will be as
stipulated in the Agreement.
CONTRACTOR'S WARRANTY OF TITLE:
14.3 CONTRACTOR warrants and guarantees that title to all Work, materials, and equipment covered
by any application for payment, whether incorporated in the Project or not, will pass to OWNER
at the time of payment free and clear of all liens, claims, security interests, and encumbrances
(hereafter in these General Conditions referred to as “Liens”).
REVIEW OF APPLICATIONS FOR PROGRESS PAYMENT:
14.4 ENGINEER will, within ten days after receipt of each application for payment, either indicate in
writing a recommendation of payment and present the application to OWNER, or return the
application to CONTRACTOR indicating in writing ENGINEER'S reasons for refusing to
recommend payment. In the latter case, CONTRACTOR may make the necessary corrections
and resubmit the application. OWNER shall, within twenty days of presentation to him of the
application for payment with ENGINEER'S recommendation, pay CONTRACTOR the amount
recommended.
14.5 ENGINEER'S recommendation of any payment requested in an application for payment will
constitute a representation by ENGINEER to OWNER that, based on ENGINEER'S on-site
observations of the Work in progress as an experienced and qualified design professional, and on
ENGINEER'S review of the application for payment, and the accompanying data and schedules,
the Work has progressed to the point indicated; that, to the best of ENGINEER'S knowledge,
information, and belief, the quality of the Work is in accordance with the Contract Documents
(subject to an evaluation of the Work as a functioning Project upon substantial completion, and to
the results of any subsequent tests called for in the Contract Documents and any qualifications
stated in the recommendation); and, that CONTRACTOR is entitled to payment of the amount
recommended. However, by recommending any such payment, ENGINEER will not thereby be
deemed to have represented that exhaustive or continuous on-site inspections have been made to
check the quality or the quantity of Work, or that the means, methods, techniques, sequences, and
procedures of construction have been reviewed, or that any examination has been made to
ascertain how or for what purpose CONTRACTOR has used the monies paid or to be paid to
CONTRACTOR on account of the Contract Price, or that title to any Work, materials, or
equipment has passed to OWNER free and clear of any Liens.
14.6 ENGINEER'S recommendation of final payment will constitute an additional representation by
ENGINEER to OWNER that the conditions precedent to CONTRACTOR'S being entitled to
final payment as set forth in paragraph 14.13 have been fulfilled.
14.7 ENGINEER may refuse to recommend the whole, or any part of any payment if, in his opinion, it
would be incorrect to make such representations to OWNER. He may also refuse to recommend
any such payment, or, because of subsequently discovered evidence, or the results of subsequent
inspections or tests, nullify any such payment previously recommended to such extent as may be
necessary in ENGINEER'S opinion to protect OWNER from loss because:
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
29
14.7.1 the work is defective, or completed Work has been damaged requiring correction or
replacement,
14.7.2 written claims have been made against OWNER, or liens have been filed in connection
with the Work,
14.7.3 the Contract Price has been reduced because of Modifications,
14.7.4 OWNER has been required to correct defective Work, or complete the Work in
accordance with paragraph 13.14,
14.7.5 of CONTRACTOR'S unsatisfactory prosecution of the Work in accordance with the
Contract Documents, or
14.7.6 CONTRACTOR'S failure to make payment to Subcontractors, or for labor, materials, or
equipment.
SUBSTANTIAL COMPLETION:
14.8 When CONTRACTOR considers the entire Work ready for its intended use, CONTRACTOR
shall, in writing to OWNER and ENGINEER, certify that the entire Work is substantially
complete, and request that ENGINEER issue a certificate of substantial completion. Within a
reasonable time thereafter, OWNER, CONTRACTOR, and ENGINEER shall make an inspection
of the Work to determine the status of completion. If ENGINEER after conferring with OWNER
does not consider the Work substantially complete, ENGINEER will notify CONTRACTOR in
writing giving his reasons therefor. If ENGINEER after conferring with OWNER considers the
Work substantially complete, ENGINEER will prepare and deliver to OWNER a tentative
certificate of substantial completion which shall fix the date of substantial completion. There
shall be attached to the certificate a tentative list of items to be completed or corrected before
final payment. OWNER shall have seven days after receipt of the tentative certificate during
which he may make written objection to ENGINEER as to any provisions of the certificate or
attached list. If, after considering such objections, ENGINEER concludes that the Work is not
substantially complete, ENGINEER will, within fourteen days after submission of the tentative
certificate to OWNER, notify CONTRACTOR in writing stating his reasons therefor. If, after
consideration of OWNER’S objections, ENGINEER considers the Work substantially complete,
ENGINEER will, within said fourteen days, execute and deliver to OWNER and
CONTRACTOR a definitive certificate of substantial completion (with a revised tentative list of
items to be completed or corrected) reflecting such changes from the tentative certificate as he
believes justified after consideration of any objections from OWNER. At the time of delivery of
tentative certificate of substantial completion, OWNER and CONTRACTOR will mutually agree
upon the division of responsibilities pending final payment between OWNER and
CONTRACTOR with respect to security, operation, safety, maintenance, heat, utilities, and
insurance.
14.9 OWNER shall have the right to exclude CONTRACTOR from the Work after the date of
substantial completion, but OWNER shall allow CONTRACTOR reasonable access to complete
or correct items on the tentative list.
PARTIAL UTILIZATION:
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
30
14.10 Use by OWNER of completed portions of the Work may be accomplished prior to substantial
completion of all the Work subject to the following:
14.10.1 OWNER, at any time, may request CONTRACTOR in writing to permit OWNER to use
any part of the Work which OWNER believes to be substantially complete and which
may be so used without significant interference with construction of the other parts of the
Work. If CONTRACTOR agrees, CONTRACTOR will certify to OWNER and
ENGINEER that said part of the Work is substantially complete, and request ENGINEER
to issue a certificate of substantial completion for that part of the Work. Within a
reasonable time thereafter, OWNER, CONTRACTOR, and ENGINEER shall make an
inspection of that part of the Work to determine its status of completion. If ENGINEER
after conferring with OWNER considers that part of the Work to be substantially
complete, ENGINEER will execute, and deliver to OWNER and CONTRACTOR, a
certificate to that effect, fixing the date of substantial completion as to that part of the
Work, attaching thereto a tentative list of items to be completed or corrected before final
payment. Prior to issuing a certificate of substantial completion as to part of the Work,
ENGINEER after conferring with OWNER will deliver to OWNER and CONTRACTOR
a written recommendation as to the division of responsibilities pending final payment
between OWNER and CONTRACTOR with respect to security, operation, safety,
maintenance, utilities, and insurance for that part of the Work which shall become
binding upon OWNER and CONTRACTOR at the time of issuing the definitive
certificate of substantial completion as to that part of the Work, unless OWNER and
CONTRACTOR shall have otherwise agreed in writing. OWNER shall have the right to
exclude CONTRACTOR from any part of the Work which ENGINEER has so certified
to be substantially complete, but OWNER shall allow CONTRACTOR reasonable access
to complete or correct items on the tentative list.
14.10.2 In lieu of the issuance of a certificate of substantial completion as to part of the work,
OWNER may take over operation of a facility constituting part of the Work, whether or
not it is substantially complete, if such facility is functionally and separately usable;
provided that prior to any such takeover, OWNER and CONTRACTOR have agreed as
to the division of responsibilities between OWNER and CONTRACTOR for security,
operation, safety, maintenance, correction period, heat, utilities, and insurance with
respect to such facility.
14.10.3 No occupancy of part of the Work, or taking over of operations of a facility will be
accomplished before the insurers providing the property insurance have acknowledged
notice thereof and in writing effected any changes in coverage necessitated thereby. The
insurers providing the property insurance shall consent by endorsement on the policy or
policies, but the property insurance shall not be cancelled or permitted to lapse on
account of any such partial use or occupancy.
FINAL INSPECTION:
14.11 Upon written notice from CONTRACTOR that the Work is complete, ENGINEER will make a
final inspection with OWNER and CONTRACTOR, and will notify CONTRACTOR in writing
of all particulars in which this inspection reveals that the Work is incomplete or defective.
CONTRACTOR shall immediately take such measures as are necessary to remedy such
deficiencies.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
31
FINAL APPLICATION FOR PAYMENT:
14.12 After CONTRACTOR has completed all such corrections to the satisfaction of ENGINEER and
OWNER, and delivered all maintenance and operating instructions, schedules, guarantees, bonds,
warranties, certificates of inspection, marked-up record documents, three (3) complete bound
sets of required operations and maintenance manuals and instructions, two (2) sets of as built
drawings, to the extent not already furnished, one (1) copy of all corrected Shop Drawings,
satisfactory evidence that all payroll, material bills and other indebtedness with the Work have
been paid or otherwise satisfied, consent of surety to final payment and other documents, all as
required by the Contract Documents, and after ENGINEER and OWNER has indicated that the
Work is acceptable (subject to the provisions of paragraph 14.14), CONTRACTOR may make
application for final payment following the procedure for progress payments. The final
application for payment shall be accompanied by all documentation called for in the Contract
Documents, and such other data and schedules as ENGINEER and OWNER may reasonably
require. Payment shall be processed in accordance with C.R.S. §§ 24-91-103 and 38-26-107.
Notwithstanding the foregoing, CONTRACTOR will provide complete and legally effective lien
releases or waivers satisfactory to OWNER. In lieu thereof, and as approved by OWNER,
CONTRACTOR may furnish receipts or releases in full; an affidavit of CONTRACTOR that the
releases and receipts include all labor, services, material, and equipment for which lien could be
filed, and that all payrolls, material, and equipment bills, and other indebtedness connected with
the Work, for which OWNER or his property might in any way be responsible, have been paid or
otherwise satisfied; and consent of the surety, if any, to final payment. If any Subcontractor,
manufacturer, fabricator, supplier, or distributor fails to furnish a release or receipt in full,
CONTRACTOR may furnish a bond or other collateral satisfactory to OWNER to indemnify
OWNER.
FINAL COMPLETION AND FINAL PAYMENT AND ACCEPTANCE:
14.13 If, after conferring with OWNER and on the basis of ENGINEER'S observation of the Work
during construction and final inspection, and ENGINEER'S review of the final application for
payment and accompanying documentation, all as required by Contract Documents, ENGINEER
and OWNER are satisfied that the Work has been completed and CONTRACTOR has fulfilled
all of his obligations under the Contract Documents, ENGINEER will, within ten days after
receipt of the final application for payment, indicate in writing his recommendation of payment,
and present the application to OWNER for payment. Thereupon, ENGINEER will give written
notice to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of
paragraph 14.15. Otherwise, ENGINEER will return the application to CONTRACTOR,
indicating in writing the reasons for refusing to recommend final payment, in which case
CONTRACTOR shall make the necessary corrections, and resubmit the application. If the
application and accompanying documentation are appropriate as to form and substance, OWNER
shall, after receipt thereof, pay CONTRACTOR in accordance with the payment procedures set
forth in the Agreement, the amount recommended by ENGINEER.
CONTRACTOR’S CONTINUING OBLIGATION:
14.14 CONTRACTOR'S obligation to perform and complete the Work in accordance with the Contract
Documents shall be absolute. Neither recommendation of any progress or final payment by
ENGINEER, nor the issuance of a certificate of substantial completion, nor any payment by
OWNER to CONTRACTOR under the Contract Documents, nor any use or occupancy of the
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
32
Work or any part thereof by OWNER, nor any act of acceptance by OWNER, nor any failure to
do so, nor the issuance of a notice of acceptability by ENGINEER pursuant to paragraph 14.13,
nor any correction of defective Work by OWNER shall constitute an acceptance of Work not in
accordance with the Contract documents or a release of CONTRACTOR'S obligation to perform
the Work in accordance with the Contract Documents.
WAIVER OF CLAIMS:
14.15 The making and acceptance of final payment shall constitute:
14.15.1 a waiver of all claims by OWNER against CONTRACTOR, except claims arising from
unsettled liens, from defective Work appearing after final inspection pursuant to
paragraph 14.11, or from failure to comply with the Contract Documents or the terms of
any special guarantees specified therein; however, it shall not constitute a waiver by
OWNER of any rights in respect of CONTRACTOR'S continuing obligations under the
Contract Documents; and
14.15.2 a waiver of all claims by CONTRACTOR against OWNER other than those previously
made in writing and still unsettled.
ARTICLE 15 – SUSPENSION OF WORK AND TERMINATION
OWNER MAY SUSPEND WORK:
15.1 OWNER may, at any time and without cause, suspend the Work, or any portion thereof, for a
period of not more than ninety days, by notice in writing to CONTRACTOR and ENGINEER
which shall fix the date on which Work shall be resumed. CONTRACTOR shall resume the
Work on the date so fixed. CONTRACTOR may, at the OWNER'S sole discretion, be allowed
an increase in the Contract Price, or an extension of the Contract Time, or both, directly
attributable to any suspension, if he makes a claim therefor as provided in Articles 11 and 12.
15.2 Upon the occurrence of any one or more of the following events:
15.2.1 if CONTRACTOR is adjudged bankrupt or insolvent,
15.2.2 if CONTRACTOR makes a general assignment for the benefit of creditors,
15.2.3 if a trustee or receiver is appointed for CONTRACTOR or for any of CONTRACTOR'S
property,
15.2.4 if CONTRACTOR files a petition to take advantage of any debtor’s act, or to reorganize
under the bankruptcy or similar laws,
15.2.5 if CONTRACTOR repeatedly fails to supply sufficient skilled workmen, or suitable
materials or equipment,
15.2.6 if CONTRACTOR repeatedly fails to make prompt payments to Subcontractors, or for
labor, materials, or equipment,
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
33
15.2.7 if CONTRACTOR disregards laws, ordinances, rules, regulations, or orders of any public
body having jurisdiction,
15.2.8 if CONTRACTOR disregards the authority of ENGINEER, or
15.2.9 if CONTRACTOR otherwise violates, in any substantial way, any provisions of the
Contract Documents,
OWNER may, after giving CONTRACTOR and his surety seven days written notice, terminate
the services of CONTRACTOR, exclude CONTRACTOR from the site, and take possession of
the Work and of all CONTRACTOR'S tools, appliances, construction equipment, and machinery
at the site, and use the same to the full extent they could be used by CONTRACTOR (without
liability to CONTRACTOR for trespass or conversion), incorporate in the Work all materials and
equipment stored at the site, or for which OWNER has paid CONTRACTOR but which are
stored elsewhere, and finish the Work as OWNER may deem expedient. In such case,
CONTRACTOR shall not be entitled to receive any further payment until the Work is finished.
If the unpaid balance of the Contract Price exceeds the direct and indirect costs of completing the
Work, including compensation for additional professional services, such excess shall be paid to
CONTRACTOR. If such costs exceed such unpaid balance, CONTRACTOR shall pay the
difference to OWNER. Such costs incurred by OWNER shall be verified by ENGINEER and
incorporated in a change order, but in finishing the Work, OWNER shall not be required to obtain
the lowest figure for the Work performed.
15.3 Where CONTRACTOR'S services have been so terminated by OWNER, the termination shall not
affect any rights of OWNER against CONTRACTOR then existing, or which may thereafter
accrue. Any retention or payment of monies due CONTRACTOR by OWNER will not release
CONTRACTOR from liability.
15.4 Upon seven days written notice to CONTRACTOR and ENGINEER, OWNER may, without
cause and without prejudice to any other right or remedy, terminate the Agreement. In such case,
CONTRACTOR shall be paid for all Work executed and expenses sustained through the date of
termination.
CONTRACTOR MAY STOP WORK OR TERMINATE:
15.5 If, through no act or fault of CONTRACTOR, the Work is suspended for a period of more than
ninety days by OWNER, or under an order of court or other public authority, or ENGINEER fails
to act on any application for payment within thirty days after it is submitted, or OWNER fails for
thirty days to pay CONTRACTOR any sum finally determined to be due, then CONTRACTOR
may, upon seven days written notice to OWNER and ENGINEER, terminate the Agreement and
recover from OWNER payment for all Work executed through the date of termination.
ARTICLE 16 – MISCELLANEOUS
GIVING NOTICE:
16.1 Whenever any provision of the Contract Documents requires the giving of written notice, it shall
be deemed to have been validly given if delivered in person to the individual, or to a member of
the firm, or to an officer of the corporation for whom it is intended, or if delivered at or sent by
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
34
registered or certified mail, postage prepaid, to the last business address known to the giver of the
notice.
COMPUTATION OF TIME:
16.2 When any period of time is referred to in the Contract Documents by days, it shall be calendar
days and be computed to exclude the first and include the last day of such period. If the last day
of any such period falls on a Saturday or Sunday, or on a day made a legal holiday by the law of
the applicable jurisdiction, such day shall be omitted from the computation.
GENERAL:
16.3 Should OWNER or CONTRACTOR suffer injury or damage to his person or property because of
any error, omission or act of the other party or of any of the other party’s employees or agents, or
others for whose acts the other party is legally liable, claim shall be made in writing to the other
party within a reasonable time of the first observances of such injury or damage.
16.4 The duties and obligations imposed by these General Conditions and the rights and remedies
available hereunder to the parties hereto, and, in particular, but without limitation, the warranties,
guarantees, and obligations imposed upon CONTRACTOR by paragraphs 6.38, 13.1, 13.11,
13.14, 14.3, and 15.2, and all of the rights and remedies available to OWNER and ENGINEER
thereunder, shall be in addition to, and shall not be construed in any way as a limitation of, any
rights and remedies available to any or all of them which are otherwise imposed or available by
law or contract, by special warranty or guarantee, or by other provisions of this paragraph shall be
as effective as if repeated specifically in the Contract Documents in connection with each
particular duty, obligations, right and remedy to which they apply. All representations,
warranties, and guarantees made in the Contract Documents shall survive final payment and
termination or completion of this Agreement.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Exhibit E
Project Drawings, Quality Control Plan, and
Technical Specifications
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
I-25
DENVER
PUEBLO
LIMON
GRAND JUNCTION
DILLON
I-70
I-70
COLORADO
SPRINGS
Sheet:
Horiz:Scale:
Project No:
Vert:
Date:Chk'dByDescriptionDateRev #P:\4-Eagle County LF (4D25803)\CAD\Civil\Leachate Holding Pond Expansion\Construction Drawings\Cover.dwg, 12/18/2019 9:56:03 AM GRW
Designed CheckedDrawn
December 2019EAGLE COUNTY SOLID WASTE & RECYCLING1
GRW MJPEAGLE COUNTY SOLID WASTE & RECYCLINGLEACHATE HOLDING POND EXPANSION CONSTRUCTION PLANSCOVERWOLCOTT, COLORADO© Copyright 2019 Souder, Miller & Associates - All Rights Reserved
GRWSouder, Miller & AssociatesEngineering ♦ Environmental ♦ SurveyingServing the Southwest & Rocky Mountainswww.soudermiller.comSMAPhone (303) 239-9011 Toll-Free (877) 299-0942 Fax (303) 239-07455610 Ward Road, Suite 130Arvada, CO 80002EAGLE COUNTY SOLID WASTE & RECYCLING
LEACHATE HOLDING POND EXPANSION CONSTRUCTION PLANS
DECEMBER 2019
SITE
EAGLE
COUNTY
SHEET INDEX
1.COVER
2.EXISTING CONDITIONS
3.SUBGRADE EXCAVATION PLAN
4.FINAL GRADING PLAN
5.CERTIFICATION POINTS
6.CROSS SECTIONS
7.DETAILS
NOTE:
ALL EXISTING SURVEY DATA PROVIDED BY
SMA IN AUGUST 2018
4D25803
N
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
GMP-2A
GMP-4
GMP-3
GMP-1
FOX-MW-7
MW-02-95
MW-01-95
MW-06-95
MW 08-05
MW-05-95
UEVNE
UEVNW
FOX-MW-6
MW-04-95
UEVSW UEVSE
FOX-MW-5
MW-03-95
FOX-MW-8
KRW-2
WET/DRY
MW-07-96
750
0
7
4
7
5
7
4
5
0
7
4
2
5 740073757
3
5
0
7
3
2
5
73007
2
2
5
7250 7275
72
5
0
7300
7325 735073757400
7425
7450
7375
7
4
0
0 7425745074
7
5
73257300
PRE-SUBTITLE D
LANDFILL TRENCH
DRAIN
LEACHATE
HOLDING TANK
SOLIDIFICATION
BASIN
EXISTING LEACHATE
HOLDING POND
SCALES
OFFICE/SCALE
HOUSE
TIRE
STORAGE
AREA
SEDIMENTATION
POND
UPPER EAGLE VALLEY
SANITATION DISTRICT
COMPOST FACILITY
HOUSEHOLD HAZARDOUS
WASTE FACILITY
MAINTENANCE/SHOP
10,000 GALLON
WATER TANK
4,000 GALLON
DIESEL TANK
MATERIALS RECOVERY
FACILITY
740
0
740
0
740
0
7
4
0
0
7400
73
7
5
735
0
7
3
2
5
7
3
0
0
7275
Figure:
Horiz:Scale:
Project No:
Vert:
Date:Chk'dByDescriptionDateRev #P:\4-Eagle County LF (4D25803)\CAD\Civil\Leachate Holding Pond Expansion\Construction Drawings\Existing Conditions.dwg, 12/18/2019 9:54:38 AM GRW
Designed CheckedDrawn
December 2019EAGLE COUNTY2
GRW MJPEAGLE COUNTY SOLID WASTE & RECYCLINGLEACHATE HOLDING POND EXPANSION CONSTRUCTION PLANSEXISTING CONDITIONSWOLCOTT, CO© Copyright 2019 Souder, Miller & Associates - All Rights Reserved
GRWSouder, Miller & AssociatesEngineering ♦ Environmental ♦ SurveyingServing the Southwest & Rocky Mountainswww.soudermiller.comSMAPhone (303) 239-9011 Toll-Free (877) 299-0942 Fax (303) 239-07455610 Ward Road, Suite 130Arvada, CO 800024D25803
1" = 150'
SCALE IN FEET
1"=
0150
150'
150 300
LEGEND
2018 EXISTING GROUND INDEX CONTOUR (25')
2018 EXISTING GROUND INTERMEDIATE CONTOUR (5')
EXISTING DITCH / DRAINAGE
CD BOUNDARY
LIMITS OF WASTE
AS-BUILT LEACHATE FORCE MAIN
FENCE
GRAVEL ROAD
ASPHALT ROAD
CULVERT
MONITORING WELL
GAS MONITORING PROBE
EXISTING STRUCTURE
CONSTRUCTION SCOPE OF WORK
MW-05-95
GMP-1
NOTES:
MAINTAIN AND PROTECT THE FOLLOWING STRUCTURES:
·MW-04-95
·EXISTING LEACHATE FORCE MAIN
·EXISTING ACCESS ROADS
·EXISTING DITCHES/DRAINAGE
N
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
GMP-1
MW-04-95
0+50
0+00 0+001+002+002+43PROTECT MW-01-95
EXTEND WELL CASING
AS NECESSARY
PROPOSED 30"
RCP CULVERT
1.0%1.0%1.0%7275
7270
7265
728072857
2
8
0
72
85
72
8
5729072
8
0 728572907295729072857280GRAVEL
ROAD72757270726072507265
72757255
7260-2.0:1 -5.0:10+001+002+002+430+501+500.1%0.1%
7275
7275
ACCESS TRAIL
POND
BOUNDARY
7270727572657270
7275
7280
7270727572807270
7275
7280728072707275-3.0:1 -3.0:1
1.0%
7275
ACCESS TRAIL
0.1%-3.0:1-3.0:1-2.0:1
-3.0:1A'6B
6
B'
6 A672807280
72807280
7280
72657282
7281
7281
7281
7281
1.0%1.0%SCALE IN FEET
1"=
0
Figure:
Horiz:Scale:
Project No:
Vert:
Date:Chk'dByDescriptionDateRev #P:\4-Eagle County LF (4D25803)\CAD\Civil\Leachate Holding Pond Expansion\Construction Drawings\Final Grading Plan.dwg, 12/18/2019 9:50:41 AM GRW
Designed CheckedDrawn
December 2019EAGLE COUNTY3
GRW MJPEAGLE COUNTY SOLID WASTE & RECYCLINGLEACHATE HOLDING POND EXPANSION CONSTRUCTION PLANSSUBGRADE EXCAVATION PLANWOLCOTT, CO© Copyright 2019 Souder, Miller & Associates - All Rights Reserved
GRWSouder, Miller & AssociatesEngineering ♦ Environmental ♦ SurveyingServing the Southwest & Rocky Mountainswww.soudermiller.comSMAPhone (303) 239-9011 Toll-Free (877) 299-0942 Fax (303) 239-07455610 Ward Road, Suite 130Arvada, CO 800024D25803
1" = 20'
LEGEND
2018 EXISTING GROUND INDEX CONTOUR (5')
2018 EXISTING GROUND INTERMEDIATE CONTOUR (1')
PROPOSED SUBGRADE INDEX CONTOUR (5')
PROPOSED SUBGRADE INTERMEDIATE CONTOUR (1')
AS-BUILT LEACHATE CONVEYANCE PIPE
EXISTING DITCH/DRAINAGE
GRAVEL ROAD
CULVERT
MONITORING WELL
GAS MONITORING PROBE
MW-05-95
GMP-1
N
20 20 40
20'
11
7
10
7
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
GMP-1
FOX-MW-6
MW-04-95
0+50
0+00
5.0'0+001+002+002+43PROTECT MW-01-95
EXTEND WELL CASING
AS NECESSARY
PROPOSED 30"
RCP CULVERT
1.0%1.0%1.0%7275
7270
7265
728072857
2
8
0
7
2
85
72
8
5729072
8
0 728572907295729072857280GRAVEL
ROAD72757270726072507265
72757255
72600+001+002+002+430+501+500.1%0.1%
7275
7275
ACCESS TRAIL
POND
BOUNDARY
-3.0:1 -3.0:1
1.0%
ACCESS TRAIL
PROPOSED STORMWATER
CONTROL BERM
6-FOOT CHAIN
LINK FENCE
(USE EXISTING FENCE
AND ADD NEW FENCE)
5.0-FOOT WIDE
TOP OF BERM
EL. = 7282.20
ANCHOR TRENCH
(INSIDE EDGE)
6" Ø SCH 40 CONCRETE-
FILLED STEEL PIPE RISERS
EXISTING 3" Ø SDR-17
HDPE FORCE MAIN
0.1%
PROPOSED EXTENSION OF
3" Ø SDR-17 HDPE FORCE
MAIN (LENGTH MAY VARY)
EXISTING DOUBLE
LOCKABLE CHAIN LINK
ACCESS GATE (TO BE
MOVED IF NECESSARY)
20' X 50' REINFORCED CONCRETE
PAD SLOPED TO POND
TOP OF CURB EL. 7283.70
LEAK DETECTION
PIPE
LEAK DETECTION
SUMP
878
7
4:1
7280 -3.0:1-3.0:17265
A'6B
6
B'
6 A6LEACHATE EXTRACTION
PIPE, OFFSET 2' FROM
LEAK DETECTION PIPE
7282
7282
72814:14:1
4:1EXTRA LAYER OF RPE ON SLOPE.
EXTRUSION WELDED IN PLACE, EXTENDED
INTO ANCHOR TRENCH AND
10' ONTO POND FLOOR
1.0%1.0%728172817280
CONTRACTOR TO PLACE ROAD BASE
TO MATCH RAMP & CONCRETE
LOADOUT PAD ELEVATION
7275
7270
7270
7275
7280
7281
7280
7280
7280728072757270727072757280727572707282728172827282728072827280
72817281
Figure:
Horiz:Scale:
Project No:
Vert:
Date:Chk'dByDescriptionDateRev #P:\4-Eagle County LF (4D25803)\CAD\Civil\Leachate Holding Pond Expansion\Construction Drawings\Final Grading Plan.dwg, 12/18/2019 9:49:46 AM GRW
Designed CheckedDrawn
December 2019EAGLE COUNTY4
GRW MJPEAGLE COUNTY SOLID WASTE & RECYCLINGLEACHATE HOLDING POND EXPANSION CONSTRUCTION PLANSFINAL GRADING PLANWOLCOTT, CO© Copyright 2019 Souder, Miller & Associates - All Rights Reserved
GRWSouder, Miller & AssociatesEngineering ♦ Environmental ♦ SurveyingServing the Southwest & Rocky Mountainswww.soudermiller.comSMAPhone (303) 239-9011 Toll-Free (877) 299-0942 Fax (303) 239-07455610 Ward Road, Suite 130Arvada, CO 800024D25803
1" = 20'
LEGEND
2018 EXISTING GROUND INDEX CONTOUR (5')
2018 EXISTING GROUND INTERMEDIATE CONTOUR (1')
SUBGRADE DESIGN INDEX CONTOUR (5')
SUBGRADE DESIGN INTERMEDIATE CONTOUR (1')
DESIGN FINAL INDEX CONTOUR (5')
DESIGN FINAL INTERMEDIATE CONTOUR (1')
EXISTING DITCH / DRAINAGE
AS-BUILT LEACHATE FORCE MAIN
PROPOSED LEACHATE FORCE MAIN
PROPOSED INSIDE EDGE OF ANCHOR TRENCH
PROPOSED LEACHATE HOLDING POND PIPING
PROPOSED STORMWATER CONTROL BERM
PROPOSED FENCE
GRAVEL ROAD
CULVERT
MONITORING WELL
GAS MONITORING PROBE
REVEGETATION AREA
TOP OF 5' BERM - EL. = 7282.20
MW-05-95
GMP-1
1
7
2
7
6
7
4
7
3
7
1
7
8
7
SCALE IN FEET
1"=
0
N
20 20 40
20'
11
7
9
7
10
7
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
GMP-1
MW-04-95
0+50
0+00
150151152153154155156157158
159160161162 163
164165 166167
168169170
1710+001+002+002+43PROTECT MW-01-95
EXTEND WELL CASING
AS NECESSARY
PROPOSED 30"
RCP CULVERT
1.0%177 178
179180
181
182
183184185186187188
7275
7270
7265
728072857
2
8
0
7
28
5
72
8
5729072
8
0 728572907295729072857280GRAVEL
ROAD72757270726072507265
72757255
72600+001+002+002+430+501+507275
7275
ACCESS TRAIL
ACCESS TRAIL
4:1
7280
7265
A'6B
6
B'
6 A67282
7282
72814:14:1
4:1728172817280
7275
7270
7270
7275
7280
7281
7280
7280
7280728072757270727072757280727572707282728172827282728072827280
72817281
Figure:
Horiz:Scale:
Project No:
Vert:
Date:Chk'dByDescriptionDateRev #P:\4-Eagle County LF (4D25803)\CAD\Civil\Leachate Holding Pond Expansion\Construction Drawings\Final Grading Plan.dwg, 12/18/2019 9:48:48 AM GRW
Designed CheckedDrawn
December 2019EAGLE COUNTY5
GRW MJPEAGLE COUNTY SOLID WASTE & RECYCLINGLEACHATE HOLDING POND EXPANSION CONSTRUCTION PLANSCERTIFICATION POINTSWOLCOTT, CO© Copyright 2019 Souder, Miller & Associates - All Rights Reserved
GRWSouder, Miller & AssociatesEngineering ♦ Environmental ♦ SurveyingServing the Southwest & Rocky Mountainswww.soudermiller.comSMAPhone (303) 239-9011 Toll-Free (877) 299-0942 Fax (303) 239-07455610 Ward Road, Suite 130Arvada, CO 800024D25803
1" = 20'
LEGEND
2018 EXISTING GROUND INDEX CONTOUR (5')
2018 EXISTING GROUND INTERMEDIATE CONTOUR (1')
SUBGRADE DESIGN INDEX CONTOUR (5')
SUBGRADE DESIGN INTERMEDIATE CONTOUR (1')
DESIGN FINAL INDEX CONTOUR (5')
DESIGN FINAL INTERMEDIATE CONTOUR (1')
EXISTING DITCH / DRAINAGE
AS-BUILT LEACHATE FORCE MAIN
PROPOSED LEACHATE FORCE MAIN
PROPOSED INSIDE EDGE OF ANCHOR TRENCH
PROPOSED FENCE
GRAVEL ROAD
CULVERT
MONITORING WELL
GAS MONITORING PROBE
CERTIFICATION POINT
MW-05-95
GMP-1
176SCALE IN FEET
1"=
0
N
20 20 40
20'
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
A-A' PROFILE
HORIZ. SCALE: 1"=20'
VERT. SCALE: 1"=4'
7255
7260
7265
7270
7275
7280
7285
7290
7255
7260
7265
7270
7275
7280
7285
7290
0+50EG=7279.0FG=7279.051+00EG=7273.1FG=7273.061+50EG=7273.9FG=7273.952+00EG=7279.0FG=7279.00EXISTING GROUND
ANCHOR
TRENCH
(TYP)
LEACHATE HOLDING
POND TOP OFLINER
LEAK DETECTION
SUMP
1.0%3.0:14
.
0
:
1
6" REINFORCED
CONCRETE SLAB
6" CLASS 6
ROAD GRAVEL
1' COVER OVER
ANCHOR TRENCH
EL. =7282.7
EL. =7283.2
TAPERED
6" CONCRETE CURB
EL. = 7283.7
EL. =7281.2
EL. =7265
EL. =7264 3.0:110'
4'
B-B' PROFILE
HORIZ. SCALE: 1"=20'
VERT. SCALE: 1"=2'
7260
7265
7270
7275
7280
7285
7260
7265
7270
7275
7280
7285
0+00EG=7270.8FG=7272.820+50
EG=7267.9
FG=7270.02
0+50.39
EG=7267.9
FG=7269.91
-5.
6
8
%
EXISTING
GROUND
PROPOSED 30"
RCP CULVERT
PROPOSED LEACHATE
HOLDING POND FINAL
GRADE
INVERT
7270.79
INVERT
7276.93
Figure:
Horiz:Scale:
Project No:
Vert:
Date:Chk'dByDescriptionDateRev #P:\4-Eagle County LF (4D25803)\CAD\Civil\Leachate Holding Pond Expansion\Construction Drawings\Final Grading Plan.dwg, 12/18/2019 9:47:56 AM GRW
Designed CheckedDrawn
December 2019EAGLE COUNTY6
GRW MJPEAGLE COUNTY SOLID WASTE & RECYCLINGLEACHATE HOLDING POND EXPANSION CONSTRUCTION PLANSCROSS SECTIONSWOLCOTT, CO© Copyright 2019 Souder, Miller & Associates - All Rights Reserved
GRWSouder, Miller & AssociatesEngineering ♦ Environmental ♦ SurveyingServing the Southwest & Rocky Mountainswww.soudermiller.comSMAPhone (303) 239-9011 Toll-Free (877) 299-0942 Fax (303) 239-07455610 Ward Road, Suite 130Arvada, CO 800024D25803
1" = 20'
9
7
1
7
8
7
7
7
11
7
10
7
1
5
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
31
2.0' MIN. FREEBOARD
1.0' MIN.
1.0'
1.0%
1
3
1
7
CROSS SECTION OF LEACHATE HOLDING POND
NTS
1 1
2 INCH MINUS GRAVEL
3" Ø SDR-17 HDPE
LEACHATE FORCE MAIN
(TO BE EXTENDED IF
NECESSARY)
BLIND FLANGE WITH STAINLESS
STEEL HARDWARE
6" Ø SDR-21 SOLID PIPE HOUSING
3" Ø SDR-17 HDPE SOLID PIPE FOR
LEACHATE EXTRACTION
OFFSET ±2' FROM LEAK
DETECTION PIPE
2" Ø SDR-21 HDPE SOLID
LEAK DETECTION PIPE
2" Ø SDR-21 HDPE
PERFORATED PIPE
6" Ø SDR-21 HDPE
PERFORATED PIPE
ANCHOR TRENCH
TWO 6" Ø SCH 40 CONCRETE-FILLED
STEEL BOLLARD POSTS ON EITHER
SIDE OF LEACHATE EXTRACTION
AND LEAK DETECTION PIPES
EL. = 7281.20
EL. = 7281.20
EL. = 7266.25
2.0'
CAMLOCK FITTING FOR
ATTACHMENT TO TRASH
PUMP EXTENDING 6.0"
BEYOND HOUSING PIPE
5.0'
1.0'
1
4
EL.=7279.20
20' X 50' REINFORCED CONCRETE
PAD SLOPED TO POND W/ 6"
TAPERED CURB
TOP OF CURB EL. = 7283.7
CONCRETE PAD SUBGRADE
COMPACTED TO 90% MAXIMUM DRY
DENSITY (ASTM D 1557)
6" CLASS 6 ROAD GRAVEL
UNDERLYING CONCRETE
EL. = 7265.0GEOCOMPOSITE LINER SYSTEM
TOP CONCRETE
EL. = 7283.2
EL. = 7282.2
5'
10' X 10'
LEAK DETECTION
SUMP
1
5 5:1 RAMP
ANCHOR TRENCH
1.0%
EL. = 7279.0 EL. = 7281.0
20'
MAINTAIN 4' MIN. COVER
OVER FORCE MAIN
EL. = 7282.20
2-3" EARTH
BACKFILL
1 5/8" O.D.
1 3/8"O.D.
2 1/2" O.D
BOTTOM
WIRE RAIL
2000 PSI CONCRETE
NOTES:
1.) FENCE SHALL BE CONSTRUCTED IN CONFORMANCE WITH COLORADO
DEPARTMENT OF TRANSPORTATION 1999 SPECIFICATION, SECTION 710.
2.) PROVIDE 10' WIDE DOUBLE GATE FOR EACH FENCE ENCLOSURE.
3.) CONSTRUCT FENCE IN LOCATION DISPLAYED ON SHEET 4.
4.) ALL POSTS SHALL BE STEEL.
4" MESH ZINC-COATED
CHAIN LINK FABRIC
2" MAX SPACE
10.0' MAX.
0.5'
2.5'
6.0'
CHAIN LINK FENCE DETAIL
NTS
2
7
2" Ø SDR-21 HDPE PIPE
FOUR 3
8" Ø HOLES DRILLED 6" ON CENTER
IN 4 ROWS ORIENTED 90 DEGREES APART
2" Ø SDR-21 HDPE TEE
2" Ø SDR-21 HDPE PIPE
1 1/2" MINUS GRAVEL
4'
LEAK DETECTION SYSTEM PIPE DETAIL
NTS
4
7
6" Ø SDR-21 HDPE PIPE
FOUR 5
8" Ø HOLES DRILLED 6" ON CENTER
IN 4 ROWS ORIENTED 90 DEGREES APART
6" Ø SDR-21 HDPE TEE
6" Ø SDR-21 HOUSING HDPE PIPE
40'
LEACHATE EXTRACTION SYSTEM PIPE DETAIL
NTS
3
7
3" Ø SDR-17 HDPE PIPE
0.5' min.
1.0'-1.5'
DIAMETER VARIES
SEE BID DOCUMENTS
-3/4" PIPE BEDDING
(PER CQAQC PLAN)SPRING LINE
FILL COMPACTED TO 92% OF MAXIMUM DRY
DENSITY AS DETERMINED BY MODIFIED
PROCTOR PROCEDURE (ASTM D1557) AT
±4% OF OPTIMUM MOISTURE CONTENT
18">_
FLOW
EXISTING GRADE
STORMWATER CONTROL BERM
13 typ.
LEACHATE HOLDING PONDLANDFILL PROPERTY
FLOW
6
7 NTS
EXISTING GROUND
DIVERSION
BERM
45-MIL RPE
SECONDARY LINER
45-MIL RPE
PRIMARY LINER
200 MIL HDPE GEONET
LEAK DETECTION
LAYER
LEACHATE HOLDING POND LINER
NTS
7
7
CROSS-SECTION
GEOSYNTHETIC
CLAY LINER(GCL)
SUBGRADE
12"
5'
ANCHOR TRENCH
NTS
8
7
CROSS-SECTION
12"
12"
12"
REINFORCED CONCRETE
NTS
9
7
PAD DETAIL
45-MIL RPE
PRIMARY LINER
45-MIL RPE
SECONDARY LINER
12 OZ/SY GEOTEXTILE
SURROUNDING GRAVEL
HDPE
GEONET
GEOSYNTHETIC
CLAY LINER
1.0%1.0%
1
3
1
3
1 1
2" MINUS
GRAVEL
12"
SUBGRADE
11
7
SECTION THROUGH LEAK DETECTION SUMP
NOT TO SCALE
10'4'
4'
10'
3:13:1 3:13:17265
7266
7267
7268
7264
Figure:
Scale:
Project No:
Date:Chk'dByDescriptionDateRev #P:\4-Eagle County LF (4D25803)\CAD\Civil\Leachate Holding Pond Expansion\Construction Drawings\Details.dwg, 12/18/2019 9:46:45 AM GRW
Designed CheckedDrawn
DECEMBER 2019EAGLE COUNTY7
GRW MJPEAGLE COUNTY SOLID WASTE & RECYCLINGLEACHATE HOLDING POND EXPANSION CONSTRUCTION PLANSDETAILSWOLCOTT, CO© Copyright 2019 Souder, Miller & Associates - All Rights Reserved
GRWSouder, Miller & AssociatesEngineering ♦ Environmental ♦ SurveyingServing the Southwest & Rocky Mountainswww.soudermiller.comSMAPhone (303) 239-9011 Toll-Free (877) 299-0942 Fax (303) 239-07455610 Ward Road, Suite 130Arvada, CO 80002NTS
4D25803
4
7
7
7
5
7
CULVERT BEDDING DETAIL
NTS
3
7
10
7
LEAK DETECTION SUMP
NTS
10
7
7
7
11
7
7
7
7
7
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Eagle Landfill CQAQCP
December 5, 1995
Revised May 10, 1996
Revised January 2020
Table of Contents
1.0 INTRODUCTION ................................................................................................ 1
1.1 QUALITY ASSURANCE AND QUALITY CONTROL ........................................ 1
1.2 GENERAL TESTING REQUIREMENTS ........................................................ 1
1.3 ORGANIZATION AND USE OF THE CQAQCP .............................................. 2
1.3.1 Definition and Responsibility of Parties .................................... 2
1.3.1.1 Construction Quality Assurance Engineer (CQAE) ..... 2
1.3.1.2 Design Engineer ......................................................... 2
1.3.1.3 Facility Owner/Operator ............................................. 2
1.3.1.4 General Contractor ..................................................... 3
1.3.1.5 Geosynthetic Installer ................................................. 3
1.3.1.6 Geosynthetic Manufacturers ....................................... 3
1.3.1.7 Resin Supplier ............................................................ 3
1.3.1.8 Soils Testing Laboratory ............................................. 3
1.3.2 Organization of the CQAQCP Parties ...................................... 3
1.4 MEETINGS ................................................................................................ 4
1.5 DOCUMENTATION ..................................................................................... 4
1.5.1 Daily Construction Reports ...................................................... 4
1.5.2 Problem/Deficiency Identification and Corrective Action
Reports ................................................................................... 5
1.5.3 Final Construction Documentation Reports ............................. 6
2.0 SURVEY REQUIREMENTS ............................................................................... 7
2.1 SURVEY CONTROL ................................................................................... 7
2.2 REQUIRED AS-BUILT SURVEYS................................................................. 7
2.3 EXCAVATION SURVEYING ......................................................................... 7
2.4 TOP OF LINER FOUNDATION SURVEYING ................................................. 7
2.5 GEOSYNTHETIC LINER SYSTEM SURVEYING ............................................ 8
2.6 FINAL COVER SURVEYING ........................................................................ 8
2.7 PIPING SURVEYING .................................................................................. 8
2.8 SURFACE WATER DRAINAGE SURVEYING ................................................ 9
2.9 ROAD SURVEYING .................................................................................... 9
3.0 EARTHEN MATERIALS .................................................................................... 10
3.1 LOW HYDRAULIC CONDUCTIVITY SOILS ................................................... 10
3.1.1 Pre-construction ...................................................................... 10
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
2
3.1.2 Materials of Construction ......................................................... 10
3.1.3 Field Testing Requirements ..................................................... 11
3.1.4 Laboratory Testing Requirements ........................................... 11
3.1.5 Soils Acceptance Criteria ........................................................ 12
3.1.6 Placement Criteria ................................................................... 12
3.1.7 Excavation Base Requirements ............................................... 13
3.1.8 Compacted Clay Floor and Side Slope Liner ........................... 13
3.1.9 Final Cover .............................................................................. 14
3.1.10 Other Structural Fill ................................................................. 14
3.1.10.1 Cap Diversion Berms and Riprap Drop Chutes .......... 14
3.1.10.2 Sediment Pond Embankment ..................................... 14
3.1.10.3 Culvert Backfill ........................................................... 14
3.1.10.4 Road .......................................................................... 14
3.1.10.5 Anchor Trench Backfill ............................................... 15
3.1.11 Deficiencies and Resolution .................................................... 15
3.1.12 Documentation Report............................................................. 15
3.2 GRANULAR SOILS ..................................................................................... 15
3.2.1 Pre-Construction ..................................................................... 15
3.2.2 Materials of Construction ......................................................... 15
3.2.2.1 Leachate Drainage Layer Materials ............................ 15
3.2.2.2 Leachate Sump and LHP Sump Aggregate
Materials .................................................................... 16
3.2.2.3 Rip Rap Bedding Materials – Type II .......................... 16
3.2.2.4 Rip Rap Materials ....................................................... 16
3.2.2.5 Pipe Bedding .............................................................. 17
3.2.3 Testing Requirements ............................................................. 17
3.2.3.1 Leachate Drainage Layer Testing .............................. 18
3.2.3.2 Leachate Sump and LHP Sump Aggregate
Testing ....................................................................... 18
3.2.3.3 Rip Rap Bedding, Pipe Bedding and Rip Rap
Testing ....................................................................... 18
3.2.4 Acceptance Criteria ................................................................. 18
3.2.5 Placement Criteria ................................................................... 19
3.2.6 Deficiencies and Resolutions................................................... 19
3.3.7 Documentation Report............................................................. 19
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
3
4.0 GEOSYNTHETICS ............................................................................................. 20
4.1 HDPE CONSTRUCTION ............................................................................ 20
4.1.1 HDPE Manufacturing ............................................................... 20
4.1.2 Delivery, Handling, and Storage of Geomembrane Rolls ......... 22
4.1.3 Foundation .............................................................................. 22
4.1.4 Placement Criteria ................................................................... 22
4.1.5 Construction Field Seams ....................................................... 23
4.1.6 Seaming Equipment ................................................................ 24
4.1.7 Seamer Qualifications ............................................................. 24
4.1.8 Weather Conditions During Seaming ....................................... 25
4.1.9 Overlapping and Temporary Bond ........................................... 25
4.1.10 Trial Seams ............................................................................. 25
4.1.11 General Seaming Procedures ................................................. 26
4.1.12 Nondestructive Testing ............................................................ 26
4.1.13 Destructive Testing .................................................................. 26
4.1.13.1 Test Location and Frequency ..................................... 27
4.1.13.2 Sampling Procedure ................................................... 27
4.1.13.3 Testing Procedure ...................................................... 27
4.1.13.4 Procedures Following Destructive Test Failure........... 27
4.1.14 Defects and Repairs ................................................................ 28
4.1.15 Placement of Leachate Collection and Drainage Materials ...... 28
4.1.16 Anchor Trench System Construction and Backfilling ............... 29
4.2 GEOSYNTHETIC CLAY LINER (GCL) ......................................................... 29
4.2.1 GCL Properties ....................................................................... 29
4.2.2 GCL Materials, Manufacturing, and Installation ....................... 30
4.2.3 GCL Product Labeling ............................................................. 30
4.2.4 GCL Product Packaging .......................................................... 31
4.2.5 Accessory Bentonite ................................................................ 31
4.2.6 GCL Shipping and Handling .................................................... 31
4.2.7 GCL Storage ........................................................................... 31
4.2.8 GCL Installation ....................................................................... 31
4.2.9 GCL Seaming .......................................................................... 32
4.2.10 GCL Damage Repair ............................................................... 32
4.2.11 Field Reporting and Documentation ........................................ 32
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
4
4.3 REINFORCED POLYETHYLENE GEOMEMBRANE ....................................... 32
4.3.2 Delivery, Handling, and Storage of RPE Geomembrane
Rolls ........................................................................................ 33
4.3.3 Foundation .............................................................................. 34
4.3.4 Placement Criteria ................................................................... 34
4.3.5 Geomembrane Seaming ......................................................... 35
4.3.6 Defects and Repairs ................................................................ 35
4.3.7 RPE Geomembrane Electronic Leak Location Survey ............. 36
4.3.8 Field Reporting and Documentation ........................................ 36
4.4 HDPE GEONET (LEAK DETECTION LAYER) .............................................. 38
4.4.1 HDPE Geonet Rolls and Panels .............................................. 38
4.4.2 Geonet Placement ................................................................... 38
4.5 GEOTEXTILES ........................................................................................... 39
4.5.1 Manufacturing ......................................................................... 39
4.5.2 Delivery, Handling, and Storage of Geotextile Rolls ................ 39
4.5.3 Placement Criteria ................................................................... 40
4.5.4 Seams and Overlaps ............................................................... 40
4.5.5 Defects and Repairs ................................................................ 41
4.5.6 Placement of Soil Materials ..................................................... 41
5.0 PIPE ................................................................................................................... 42
5.1 HDPE PIPE ............................................................................................... 42
5.2 SMOOTH INTERIOR CORRUGATED POLYETHYLENE PIPE ........................ 42
5.2.1 Culvert Manufacturing ............................................................. 42
5.2.2 Culvert Placement ................................................................... 43
5.2.3 Acceptance Criteria ................................................................. 43
6.0 CONCRETE ....................................................................................................... 44
6.1 CONCRETE STRUCTURES ........................................................................ 44
6.2 SUBMITTALS ............................................................................................. 44
6.3. JOB CONDITIONS ..................................................................................... 44
6.4 INSTALLATION .......................................................................................... 45
6.5 ACCEPTANCE CRITERIA ........................................................................... 45
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
5
List of Tables
Table 1 Non-Granular Soil Compaction/Moisture Specifications and Minimum Field Test
Frequency ..................................................................................................................... 11
Table 2 Nuclear Moisture/Density Field Testing ........................................................... 11
Table 3 Laboratory Testing for Compacted Clay .......................................................... 12
Table 4 Riprap Bedding Materials ................................................................................ 16
Table 5 Riprap Materials .............................................................................................. 17
Table 6 Pipe Bedding ................................................................................................... 17
Table 7 Minimum Testing Requirements for Granular Materials ................................... 18
Table 8 Laboratory Testing of HDPE Resin .................................................................. 21
Table 9 HDPE Geomembrane Specification ................................................................. 21
Table 10 Seam Strength (ppi) for 60-mil HDPE ............................................................ 27
Table 11 GCL Properties ............................................................................................... 30
Table 12 Material Properties – 45 mil RPE Geomemebrane ........................................ 37
Table 13 Geonet Material Properties ............................................................................ 38
Table 14 Minimum Properties for Non-Woven Geotextiles ........................................... 39
Table 15 Minimum HDPE Culvert Pipe Stiffness .......................................................... 42
Table 16 Required Concrete Temperature for Cold Weather Concrete Placement ....... 45
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Eagle Landfill CQAQCP
December 5, 1995
Revised May 10, 1996
Revised January 2020
1.0 INTRODUCTION
The Construction Quality Assurance/Quality Control Plan (CQAQCP) dated May 1996 is
being updated and revised to reflect a revised leachate holding pond liner design and
will apply to the approved Design, Operations and Closure Plan for the Eagle County
Landfill located in Eagle County, Colorado. This CQAQCP addresses the quality
assurance of the construction and installation of environmental control systems at the
Eagle Landfill, including earthen materials (low hydraulic conductivity soils and drainage
materials) and man-made materials (geosynthetic clay liner, geomembranes and
geotextiles). This CQAQCP is intended to be a "working" document; i.e., one that is
updated to reflect changes in specific materials used, in installation practices, or in tests
and test methods.
The CQAQCP includes the construction information and procedures for the following
systems at the Landfill:
1. Landfill floor and side slope compacted clay liner system.
2. Geomembrane and geotextile installation for the leachate sump.
3. Leachate drain system (from landfill to the leachate sump).
4. Leachate holding pond.
5. Final cover.
6. Surface water drainage.
The scope of this CQAQCP includes the quality assurance applicable to these six landfill
systems for the following:
1. Soil excavation and placement.
2. Manufacturing, fabricating, shipping, handling, and installation of the
geosynthetic components.
1.1 CONSTRUCTION QUALITY ASSURANCE
Construction quality assurance is defined as follows:
Construction Quality Assurance (CQA) is a planned system of activities that provides the
Owner and permitting agency assurance that the facility was constructed as specified in
the design. Construction quality assurance includes inspections, verifications, audits,
and evaluations of materials and workmanship necessary to determine and document
the quality of the constructed facility. Construction quality assurance refers to measures
taken by the CQA organization to assess if the Installer or Contractor is in compliance
with the plans and specifications for a project.
1.2 GENERAL TESTING REQUIREMENTS
This CQAQCP includes references to test procedures of the American Society for
Testing and Materials (ASTM), American Concrete Institute (ACI), the National
Sanitation Foundation Standard Number 54 Flexible Membrane Liners, and the
Geosynthetics Research Institute (GRI).
Unless indicated otherwise, tests will be performed in strict accordance with the
referenced test procedure and the description included in this plan. Any deviations to
test procedures specified in this plan must be approved, in writing, by the Construction
Quality Assurance Engineer (CQAE).
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Eagle Landfill CQAQCP
December 5, 1995
Revised May 10, 1996
Revised January 2020
Page 2
1.3 ORGANIZATION AND USE OF THE CQAQCP
The Construction Quality Assurance/Quality Control Plan is divided into six main
sections as follows:
Section 1.0 Introduction
Section 2.0 Survey Requirements
Section 3.0 Earthen Materials
Section 4.0 Geosynthetics
Section 5.0 Pipe
Section 6.0 Concrete
This organization is based on general construction procedures and materials and does not
follow the actual sequence of systems as they are constructed within the landfill.
1.3.1 Definition and Responsibility of Parties
The successful completion of the landfill construction is dependent on the interaction of
several qualified parties. These parties include those associated with the ownership;
design and specification preparation; manufacture, fabrication, transportation,
installation, and quality assurance of the geosynthetics; and the placement, testing, and
quality assurance of construction of earthen materials.
The Colorado Department of Public Health and Environment, Hazardous Materials and
Waste Management Division (CDPHE) is involved in the review and approval of this
CQAQCP, but it is not a party to the actual implementation and day-to-day activities of
the plan except that final documentation reports and major design changes will be
submitted to the CDPHE.
Within each of the following party descriptions, reference is made to title and, where
applicable, to the individuals within that party responsible for carrying out the provisions
of this CQAQCP.
1.3.1.1 Construction Quality Assurance Engineer (CQAE)
The Owner/Operator will retain an independent consulting firm to fulfill the role of CQAE.
The CQAE will provide overall coordination of documentation submitted in support of this
plan. The CQAE will also be responsible for surveying (horizontal and vertical control).
The CQAE will prepare the Construction Certification Report which will be submitted to
the CDPHE by the Owner/Operator. The term "CQAE" or “Construction Engineer” is
used throughout this document when reference is made to fulfillment of this role. The
CQAE may assign other members of his staff to the job site during construction
activities.
1.3.1.2 Design Engineer
The Design Engineer is the company hired by the Owner/Operator to prepare the
Landfill Design, Operations, and Closure Plan. The term "Design Engineer" is used
throughout this document to indicate the official representative of the Design Engineer,
whether on site or not.
1.3.1.3 Facility Owner/Operator
The landfill property is currently owned and operated by Eagle County making them the
Owner/Operator of the landfill facility. The term "Owner/Operator" is used throughout this
document to indicate the official representative of the Owner/Operator.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Eagle Landfill CQAQCP
December 5, 1995
Revised May 10, 1996
Revised January 2020
Page 3
1.3.1.4 General Contractor
The General Contractor's role will be performed by the Owner/Operator or a Contractor
that the Owner/Operator hires to furnish overall construction responsibility for the
completion of the landfill construction. The General Contractor will also be responsible
for hiring of all subcontractors such as the Geosynthetic Installer and the Earthwork
Contractor. The term "Contractor" is used throughout this document when reference is
made to the tasks and responsibilities of the General Contractor.
1.3.1.5 Geosynthetic Installer
The Geosynthetic Installer is the General Contractor or a subcontractor hired to install
the geosynthetic components referenced in this plan. The term "Installer" is used
throughout this plan when reference is made to the tasks and responsibilities of the
Geosynthetic Installer.
1.3.1.6 Geosynthetic Manufacturers
The Geosynthetic Manufacturers are those hired by the General Contractor to furnish
the geosynthetic components referenced in this manual. The terms "Geomembrane
Manufacturer", “Geosynthetic Clay Liner (GCL) Manufacturer" and "Geotextile
Manufacturer" are used throughout this plan to indicate the specific company supplying
these respective materials to the job site. This plan includes specific quality assurance
and quality control requirements for the geosynthetic manufacturers in their role of
providing the quality control during geosynthetic manufacturing.
1.3.1.7 Resin Supplier
The Resin Supplier is the company or companies selected by the Geosynthetic
Manufacturer(s) to furnish the resins used in fabricating the geosynthetic components.
The term "Resin Supplier" is used in this manual to denote, individually, each respective
supplier. Designations of the specific resin suppliers are not necessary since all
communication and responsibilities within this plan are between the respective
manufacturers and suppliers.
1.3.1.8 Soils Testing Laboratory
The Soils Testing Laboratory is the independent laboratory hired by the Owner/Operator
to perform field and laboratory QA/QC soils tests as indicated in the plan. The term
"Soils Testing Laboratory" is used throughout this manual to denote the official
representative of the company providing these services. The Soils Testing Laboratory or
CQAE will supply technicians as necessary for collection and laboratory analyses of
samples and testing of in-place earthen materials.
1.3.2 Organization of the CQAQCP Parties
Overall responsibility for carrying out the provisions of this CQAQCP is with the CQAE.
The CQAE may consult the Design Engineer regarding design specifications and/or
recommended changes; however, the Design Engineer has no direct responsibilities set
forth in this plan.
The Contractor (including any subcontractors that may be brought to the site) will report
to the Owner/Operator and the CQAE for matters relating to the CQAQCP. For financial
or other issues, the Contractor will report directly to the Owner/Operator.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Eagle Landfill CQAQCP
December 5, 1995
Revised May 10, 1996
Revised January 2020
Page 4
1.4 MEETINGS
There are two types of meetings which will be required for implementation of this Plan
including pre-construction meetings and problem/deficiency meetings:
A pre-construction meeting will be conducted immediately prior to any construction and
will be attended by the Owner/Operator and the Contractor along with other appropriate
parties such as the Soils Testing Laboratory, and the CQAE. The purpose of this
meeting will be to review the project and the CQAQCP as it applies to environmental
control system construction and familiarize all parties with their respective
responsibilities and interactions.
Problem/deficiency meetings will be conducted, as requested by the Owner/Operator or
the CQAE, to work out problems which may arise with the construction or QA/QC
testing. The meetings will be attended by appropriate parties.
1.5 DOCUMENTATION
This section describes the types of documentation reports that must be completed by
each party that has direct QA/QC responsibility for the landfill construction. The CQAE is
responsible for construction documentation and will ensure that other parties to the
construction will document their portions of the work.
The documentation of construction quality assurance activities is the most effective
method to ensure that the quality assurance requirements have been addressed and
satisfied. The documentation process includes:
1. Recognition of construction tasks that should be documented.
2. Assignment of responsibilities for the observation, testing, and documentation of
these tasks.
3. Completion of the required forms, data sheets, and reports to provide an
accurate record of the work performed during construction.
1.5.1 Daily Construction Reports
A construction report will be completed by the CQAE or the Soils Testing Laboratory
each day that they perform work on the site. This summary report will provide a
chronological record for identifying and recording other reports, data sheets, forms, and
checklists. This report will contain, at a minimum, the following information to be filled out
in ink and preferably pre-printed so that the required information is organized in an easily
accessible manner:
1. Date, project name, location, and report preparer's name. The number and name
of people on site under the direction of the preparer related to QA/QC tasks.
2. Data on weather conditions including temperature, humidity, wind direction and
speed, cloud cover, and any precipitation events.
3. Contractor's or Installer's work force, equipment in use and idle, and materials
delivered to or removed from the job site.
4. Chronological description of work in progress including any notices to, or
requests from, the Contractor and/or the Installer.
5. Results of, or a clear reference to, where the results can be found for testing per-
formed on site by personnel under the direction of the preparer.
6. Laboratory samples collected, marked, and sent to the outside testing
laboratories will be clearly indicated in the daily report by direct inclusion or by
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Eagle Landfill CQAQCP
December 5, 1995
Revised May 10, 1996
Revised January 2020
Page 5
reference to the document containing such information. Likewise, reference
should be included for any test data submitted by any of the outside testing
laboratories.
7. An accurate record of communications with other CQAQCP parties, or any other
outside companies, regulatory agencies, or consultants regarding the day's
construction activities or any project meetings that are held will be kept.
8. An accurate record of calibrations or standardizations performed on field testing
equipment, including actions taken as a result of recalibrations, will also be kept.
1.5.2 Problem/Deficiency Identification and Corrective Action Reports
Problem and/or deficiency and corrective action reports will be completed by the Soils
Testing Laboratory and/or the CQAE when any construction material or activity is
observed or tested and does not meet the requirements set forth in this plan. These
reports are not necessary for a failing field test if corrective action is taken and retesting
confirms acceptable properties. These reports should be cross-referenced to the forms,
data sheets, checklists, and other reports that contain data or observations leading to
the determination of a problem or deficiency. At a minimum, the Problem/Deficiency
Identification and Corrective Action Reports will include the following information:
1. A detailed description of the problem or deficiency, including reference to any
supplemental data or observations responsible for determining the problem or
deficiency.
2. Location of the problem or deficiency, including how and when the problem or
deficiency was discovered. In addition, an estimate of how long the problem or
deficiency has existed should be included as well as an opinion as to the
probable cause of the problem or deficiency.
3. A recommended corrective action for resolving the problem or deficiency should
also be included in the report. If the corrective action has already been imple-
mented, then the observations and documentation to show that the problem or
deficiency has been resolved should be included. If the problem or deficiency has
not been resolved by the end of the day upon which it was discovered, then the
report will clearly state that it is an unresolved problem or deficiency.
A problem/deficiency report will be submitted to the CQAE by the end of the working day
during which the problem or deficiency occurred. The CQAE will then inform the
Owner/Operator as soon as possible. If the problem or deficiency has not been resolved,
then the CQAE and the report preparer will discuss the issue with the Owner/Operator,
and the Owner/Operator will take the necessary corrective actions to resolve the
problem or deficiency as soon as practical.
The CQAE will carefully review all problem/deficiency reports to determine if similar
reports on the same problem or deficiency are an indication of a need to make changes
to the plans and specifications and/or the CQAQCP. If this situation should develop, a
meeting will be held to determine if revisions to the plans or specifications should be
made. Any revisions to the plans, specifications or the CQAQCP must be approved by
the Owner/Operator and the appropriate parties. The CQAE will also review deficiency
reports and actions taken related to contractor field operations. CDPHE will be notified in
a timely manner of changes to the design documents. CDPHE approval is required for
major changes to plans, specifications and the CQAQCP.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Eagle Landfill CQAQCP
December 5, 1995
Revised May 10, 1996
Revised January 2020
Page 6
1.5.3 Final Construction Documentation Reports
A Final Construction Documentation Report will be prepared by the CQAE for each
distinct portion of completed construction within a cell. The At a minimum, the Final
Construction Documentation Report will contain the following information:
1. All correspondence with CDPHE regarding this particular project.
2. The entire CQAQC plan in effect at that time.
3. All documentation of required surveys.
4. A summary of all problem/deficiency reports and resolutions. Include all items
considered by the CQAE to be non-conforming to the approved CQAQCP and
what each resolution required and how it was employed in the field.
5. All daily reports, field and laboratory results of Soils Testing Laboratory for
foundation soils, clay liner soils, and coarse-grained soils for leachate drainage
systems.
6. A discussion of changes made to the approved design.
7. Copy of the Geosynthetics Installer's CQAQC plan.
8. All QA laboratory testing results for geosynthetics by manufacturer.
9. All Installer's Daily Reports on panel deployment, seaming repairs and
associated testing and calibration data for geomembranes and geotextiles.
10. Geomembrane liner as-built layout plan prepared by the Installer.
11. All QA laboratory test results for geotextiles prepared by the Manufacturer.
12. All shippers’ listing of panel or roll numbers, thickness, and dimensions for
geomembranes and geotextiles.
13. Any installation acceptance forms completed by Owner/Operator and Installers.
14. Correspondence, with Soils Testing Laboratory, regarding clay liner installation.
15. As-built construction drawings.
The as-built construction drawings shall include, but shall not be limited to:
1. Subgrade excavation contour map illustrating constructed grades and elevations.
2. Top of liner foundation contour map illustrating constructed grades and
elevations.
3. Liner seam layout drawings for geomembrane liners.
4. Top of operations layer contour map illustrating constructed grades, elevations,
liner terminations, interim termination berms, and locations of interim diversion
ditches.
5. Maps as necessary illustrating constructed locations of permanent surface water
features, leachate sump risers, haul roads, site wells, gas monitoring probes and
fences.
6. Additionally, as-built drawings will show locations of repairs and destructive seam
tests on geomembrane components, as well as locations of field soils testing and
sampling.
Final construction documentation reports shall be submitted to CDPHE and Eagle
County Landfill.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Eagle Landfill CQAQCP
December 5, 1995
Revised May 10, 1996
Revised January 2020
Page 7
2.0 SURVEY REQUIREMENTS
2.1 SURVEY CONTROL
Vertical and horizontal control has been established for the site as follows:
BASIS OF BEARINGS: Assuming the East line of the N ½ of the Northeast ¼ of
Section 11, Township 4 South, Range 837 West of the 6th Principal Meridian bears
N 00°14'09" W with all bearings herein relative thereto. Said line being monumented
on the North end by an iron rod and 3.25" aluminum cap marked "BUREAU OF
LAND MANAGEMENT, T4S, R83W, S2, S1,S11,S12, 1918" and on the South end
by an 2" iron pipe and 3.25" aluminum cap marked "NICHOLS ASSOCIATES, INC.,
LS 12093, NE 1/16, S11, S12, T4S, R83W, 1995”.
SITE BENCHMARK: A #5 rebar and 1” plastic cap stamped "KRW CONTROL" lying
East of the leachate detention pond. Elevation based on an assumed datum is
7283.87’. Project coordinates being Northing=3941.85, Easting=7441.51.
The CQAE or his subcontractor shall independently verify the accuracy of previously
used control for each construction phase
2.2 REQUIRED AS-BUILT SURVEYS
Surveys performed for inclusion in the construction documentation report shall include,
but not necessarily be limited to:
1. As-built subgrade excavation contours and grades.
2. As-built top of liner foundation contours and grades.
3. As-built top of growth layer contours and grades
4. As-built top of rooting layer contours and grades.
5. As-built locations of all leachate piping, liner penetrations.
6. As-built locations and extent of all liner and cap components.
7. As-built locations, contours and grades of all engineered surface water diversion
features (detention ponds, perimeter channels, culverts, spreaders, etc.).
8. Site boundary location relative to construction. Note that the site boundary survey
must be performed by a Colorado registered professional surveyor.
2.3 EXCAVATION SURVEYING
Grade staking will be performed by surveyors under the supervision of the CQAE to
establish required elevations for the excavation base The CQAE will document
excavation elevations by survey using established vertical control. Vertical elevations of
excavation grades will be documented based on a grid spacing of 50 feet or less, and
the axes of the tops and toes of slopes will be surveyed on a spacing of 50 feet or less
and at changes in direction or grade. Vertical measurements shall be read to the nearest
0.01 foot to establish elevations at a minimum precision of 0.1 foot. Horizontal
measurements shall be read to the nearest 0.1 foot to establish locations at a minimum
precision of 0.5 foot.
2.4 TOP OF LINER FOUNDATION SURVEYING
The CQAE will document top of liner foundation elevations by survey using established
vertical control. Vertical elevations of liner foundation finish grades will be documented
based on a grid spacing of 50 feet or less, and the axes of the tops and toes of slopes
will be surveyed on a spacing of 50 feet or less and at changes in direction or grade.
Vertical survey measurements shall be read to the nearest 0.01-foot to verify that
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Eagle Landfill CQAQCP
December 5, 1995
Revised May 10, 1996
Revised January 2020
Page 8
foundation layer is a minimum of 1.0-foot thick and within a tolerance of ± 0.1 foot.
Horizontal measurements shall be read to the nearest 0.1 foot to establish locations at a
minimum precision of 0.5 foot.
The liner foundation layer will extend several feet beyond the area of any given module
to allow keying of subsequent phases together. The CQAE shall document the extent of
the liner foundation construction beyond the module boundary.
2.5 GEOSYNTHETIC LINER SYSTEM SURVEYING
The horizontal extent of all geosynthetic components for the leachate sump and
Leachate Holding Pond (LHP) shall be surveyed. Survey measurements shall not be
more than 50 feet apart along the edges of the liner system. Survey points shall also be
located at each turning point along the edge of liner. The vertical location of the installed
synthetic liner system will be derived from the top of liner foundation survey.
2.6 FINAL COVER SURVEYING
The CQAE will document final landfill cover elevations. The surveyor under the
supervision of the CQAE will establish vertical elevations of the final cover (top of
foundation layer and top of growth layer) to a tolerance of ± 0.1-foot as measured by
appropriate surveying methods. It should be noted that the finish grades shown on the
final grading plan represent the target for final construction; however, settlement of the
landfill mass will occur before, during, and after placement of final cover. Therefore, the
final contours of the landfill may be lower than or no more than seven feet higher than
the design contours so long as the minimum and maximum design slopes are met. The
final cover slopes for the landfill shall be no less than 5% and no greater than 25%.
The CQAE will verify the proper thickness of the foundation layer and growth/rooting
zone layer, of the final cover. At the discretion of the CQAE, the foundation layer may be
bored to determine thickness, prior to installation of the overlying components. If boring
techniques are used, a minimum of one hole shall be bored every 100 feet on a grid to
document minimum layer thickness. All borings shall be backfilled throughout the entire
depth with bentonite. If the foundation layer thickness is verified by surveying, the survey
shall be completed on a grid spacing of 50 feet or less. The top of the cap (top of the
growth layer) shall be verified by surveying on a grid spacing of 50 feet or less.
Thickness of the landfill cap components shall be measured normal to the final slope
configuration. The required minimum total thickness of these layers is 3.5 feet. Design
thicknesses for the individual layers are:
• Growth layer (measure only composite of growth/rooting zone layers) 0.5 ft.
• Rooting layer 1.0 ft.
• Barrier layer 1.5 ft.
• Foundation layer 0.5 ft.
2.7 PIPING SURVEYING
The horizontal and vertical locations of all permanent piping for leachate collection and
conveyance shall be established by surveyors under the direction of the CQAE. The
piping shall include, but not necessarily be limited to the following:
1. Leachate collection sump risers.
2. Leachate management piping including recirculation system piping, force mains
and toe drains.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Eagle Landfill CQAQCP
December 5, 1995
Revised May 10, 1996
Revised January 2020
Page 9
The top of each pipe shall be surveyed on a spacing of 25 feet. In addition, the
beginning and ending and all turning points (vertical or horizontal) in each pipe run shall
be surveyed. Elevations shall be measured to the nearest 0.01 foot. Horizontal locations
shall be measured to the nearest 0.1 foot.
2.8 SURFACE WATER DRAINAGE SURVEYING
The as-built configuration of all man-made permanent surface water drainage features
shall be measured by surveying. These features include but are not necessarily limited
to the following:
1. Perimeter run on and run off channels.
2. Drainage culverts.
3. Drainage spreader structures.
4. Sedimentation ponds to include topography, inlet riser, spillways, etc.
5. Cap diversion berms.
The flow line of each drainage channel shall be surveyed for horizontal and vertical
location on a spacing of 50 feet or less. All turning points in the channels shall also be
surveyed. Cross sections of the channels shall be surveyed every 200 feet or less of
channel length to verify construction in accordance with the Design Plans and Drawings.
Elevations shall be measured to the nearest 0.01 foot. Horizontal locations shall be
measured to the nearest 0.1 foot.
2.9 ROAD SURVEYING
The as-built road construction for the proposed access road shall be measured by
surveying. For the roads cross-sectional survey, including the center line, each road
edge, and associated drainage shall be surveyed 100 feet or less of road. In addition,
sufficient cross sections of the road curves shall be surveyed to allow preparation of
accurate as-built locations and grades.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Eagle Landfill CQAQCP
December 5, 1995
Revised May 10, 1996
Revised January 2020
Page 10
3.0 EARTHEN MATERIALS
Section 3.0 of this CQAQCP describes the earthen materials used in constructing the
disposal cells for the landfill and surveying requirements for documentation of proper
grades and fill thicknesses.
3.1 LOW HYDRAULIC CONDUCTIVITY SOILS
This section includes the QA/QC requirements for placement, backfilling, and
compaction of low hydraulic conductivity soils used for constructing the landfill cell. Low
hydraulic conductivity soils will generally be select clay soils from excavation within the
landfill area and will be used for the following:
1. Backfilling any areas which are over-excavated.
2. Constructing the floor liner, side slope liner, and leachate sump liner.
3. Constructing the low hydraulic conductivity layer of the final cover for the landfill.
Any field tests, soil sample locations, and survey measurements will be recorded in
reports by the CQAE or his representative including locations (by site grid station) and
elevations of all field tests and laboratory sample points.
In addition to the on-site clay materials, bentonite will be imported to the site for repair of
test probe holes installed in the liner during moisture/density testing.
3.1.1 Pre-construction
Low hydraulic conductivity soil placement will be performed in accordance with the
construction plans and specifications. The Soils Testing Laboratory and/or CQAE shall
document that backfilling and/or recompacting operations are conducted in compliance
with the project plans and specifications, and with this CQAQCP.
3.1.2 Materials of Construction
The foundation for the landfill floor (exclusive of the side slopes) will consist of shale
bedrock excavated to design grades.
Clay soils used for construction of the required clay material components will be taken
from on-site stockpiles or directly from excavation areas for subsequent landfill
construction. All clay soils used in liner construction shall meet the required in place
compacted hydraulic conductivity specification of ≤ 1x10-6 cm/sec.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Eagle Landfill CQAQCP
December 5, 1995
Revised May 10, 1996
Revised January 2020
Page 11
Table 1 Non-Granular Soil Compaction/Moisture Specifications and Minimum
Field Test Frequency
Fill Type Compaction/Moisture
Specification Minimum Test Frequency
Excavation Base
(over-excavation
backfill)
92% ASTM D1557 @ ± 4% of
optimum moisture
1/300 yds3 or 2/acre/lift or at least one
test per discrete area of backfill
whichever is higher
Liner Foundation 92% ASTM D1557 @ ± 4% of
optimum moisture
1/300 yds3 or 2/acre/lift whichever is
higher
Cap Foundation 88% ASTM D1557 @ ± 4% of
optimum moisture
1/300 yds3 or 2/acre/lift whichever is
higher
Cap Diversion
Berms
88% ASTM D1557 @ ± 4% of
optimum moisture 1/lift/100 ft of berm
Sediment Pond
Embankments
90% ASTM D1557 @ ± 4% of
optimum moisture 1/lift of embankment
Culvert Backfill 92% ASTM D1557 @ ± 4% of
optimum moisture 1/lift/culvert
Road 92% ASTM D1557 @ ± 4% of
optimum moisture
1/300 yds3 or 2/acre/lift whichever is
higher
Anchor Trench
Backfill
To be determined by the
Design Engineer on a case-
by-case basis
To be determined by the Design
Engineer on a case-by-case basis
Clay Liner 92% ASTM D1557 @ -2% to
+4% of optimum moisture 4/acre/lift
3.1.3 Field Testing Requirements
The following nuclear moisture/density field testing methods will be used by the Soils
Testing Laboratory during construction:
Table 2 Nuclear Moisture/Density Field Testing
Parameter Method
Moisture Content ASTM D6938
Soil Density ASTM D6938
Test frequencies for performing field moisture/density tests on clay fill for foundation
soils and liner shall be a minimum of two field moisture/density tests per acre per
compacted lift or not less than one test per 300 cubic yards.
3.1.4 Laboratory Testing Requirements
The Soils Testing Laboratory will conduct periodic laboratory testing on samples from
the clay borrow and from the compacted clay liner. The sample method used for
collection of undisturbed samples from the compacted clay liner shall be approved by
the CQAE. Table 3 presents laboratory test types, methods, and frequencies for low
hydraulic conductivity clay fill.
Liner perforations due to nuclear density testing and sampling for hydraulic conductivity
testing, shall be backfilled by using powdered or granular bentonite compacted by hand
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Eagle Landfill CQAQCP
December 5, 1995
Revised May 10, 1996
Revised January 2020
Page 12
to achieve continuity of the compacted clay liner at these locations. The CQAE shall be
advised of and shall approve methods of backfilling prior to conducting backfilling
operations.
Table 3 Laboratory Testing for Compacted Clay
Test Method Minimum Frequency
Standard Proctor or Modified
Proctor
ASTM D698 or
ASTM D1557 1 per 8,000 yds3
Atterberg Limits ASTM D4318 1 per Proctor
Grain Size Analyses ASTM D422 1 per Proctor
Unified Soil Class. ASTM D2487 1 per Proctor
Hydraulic Conductivity (on
remolded Proctor) ASTM D5084 1 per Proctor
Hydraulic Conductivity (Shelby or
drive tube samples) ASTM D5084 1/acre/one-foot of liner
3.1.5 Soils Acceptance Criteria
The following acceptance criteria will apply to low hydraulic conductivity compacted clay
soil for any of the landfill systems:
1. The soils will be compacted to a density to meet the hydraulic conductivity
specification for the system being constructed. Moisture content specifications
will be met for all soils; however, moisture content will not be used as the sole
criterion for failing a density test.
2. Any soils which do not classify as CL or CH by the Unified Soil Classification
system shall be reported immediately to the CQAE.
3. A laboratory determination of hydraulic conductivity greater than 1x10-6 cm/sec
for liners or final cover barrier layer will be reported immediately to the CQAE.
4. If a hydraulic conductivity test fails the specification, at least one additional
sample will be collected from the general area (within 25 feet) of the failing test.
Based on the initial test and the retest results, the CQAE will determine whether
additional tests should be conducted and/or repairs to the liner made to correct
the deficiency.
3.1.6 Placement Criteria
The low hydraulic conductivity soils shall be placed with emphasis on the following:
1. Segregation and removal of unsuitable material.
2. Removal of boulders, cobbles, stumps, and roots.
3. Removal of structurally weak material (i.e., organic debris).
Field densities and moisture contents will be measured in areas where low-hydraulic
conductivity compacted clay soil has been placed in order to document that the in-place
soils are in substantial conformance with the required specifications.
Any backfilling and/or placement of low-hydraulic conductivity soils will be accomplished
in accordance with the following requirements:
1. Observed stones greater than four inches in diameter will be removed from this
material during soil homogenizing and moisture conditioning.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Eagle Landfill CQAQCP
December 5, 1995
Revised May 10, 1996
Revised January 2020
Page 13
2. No frozen soils will be used for backfilling. Any frozen soils in the compaction
work area will be removed.
3. The loose thickness of layers for clay compaction should be eight inches or less.
4. Clay compaction will be performed on properly homogenized and moisture
conditioned soil so as to accomplish continuous and complete layer bonding and
continuity of all soil construction joints.
5. Clay soils will be compacted to achieve a hydraulic conductivity of ≤1x10-6
cm/sec.
6. Unacceptable density or moisture content will be reported immediately to the
Contractor by the Soils Testing Laboratory. The CQAE shall be notified of any
unacceptable densities or moisture contents. Corrective action will consist of
moisture conditioning of the soil and/or additional compactive effort as
necessary.
3.1.7 Excavation Base Requirements
Excavations shall be observed by the CQAE prior to liner or clay fill construction. The
CQAE will document all excavation conditions including but not limited to relative
moisture content, material consistency, stability, slope configuration, and that the base
area is graded, according to the plans and specifications. Proof-rolling with heavy
equipment will be performed to identify any areas of undesirable material or soft
foundation soils and will be observed by the CQAE and/or the Soil Testing Laboratory.
Where unacceptable excavation base surface conditions exist, the surface will be re-
rolled or over-excavated to reduce the impact of such conditions. When over-excavated,
the resulting depression will be backfilled with compacted clay soils. Backfilling will be
accomplished in accordance with the field and laboratory testing provisions of Sections
3.1.3 and 3.1.4.
The completed and/or repaired excavation will be surveyed according to the provisions
of Section 2.3 to determine that the excavation base is in accordance with the plans and
specifications.
3.1.8 Compacted Clay Floor and Side Slope Liner
The final thickness of the compacted clay floor and side slope liner shall be a minimum
of one foot when measured normal to the excavation surface. The liner material shall be
placed in layers of approximately equal thickness (not to exceed 8 inches loose).
Material thicknesses and proper grades shall be verified by surveying as described in
Section 2.4.
The liner for each successive module or sub-module within the landfill shall be integrally
connected to provide a continuous liner across the landfill floor and side slopes.
During extended periods when liner construction is not being conducted, this leading
edge of the compacted clay liner will be covered with a minimum of two feet of loose soil
to prevent liner desiccation. Bonding of subsequent liner sections will be accomplished
by removing the temporary soil liner cover from a strip of the leading edge of the
previous liner and lightly scarifying the surface of the liner. After the surface has been
scarified, it will be observed for signs of desiccation and repaired as necessary. The
Contractor will, if necessary, moisture-condition surfaces to receive clay fill either by
addition of water and additional scarification where desiccated, or by disking to reduce
water content.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Eagle Landfill CQAQCP
December 5, 1995
Revised May 10, 1996
Revised January 2020
Page 14
Prior to placement of the leachate drainage layer, the final surface of the floor and side
slope liner shall be smoothed by compaction with a smooth drum roller or other suitable
compactor in order to provide a well-draining surface.
3.1.9 Final Cover
The final cover will have a minimum thickness of 3.5 feet measured normal to the slope
including a 0.5-foot growth layer overlaying a 1.0-foot rooting zone overlying a 1.5-foot
low hydraulic conductivity clay layer overlying a 0.5-foot foundation layer. The thickness
of each final cover layer shall be verified as specified in Section 2.6.
The foundation layer consists of a 0.5-foot thick compacted lift of soil which will provide a
structural basis for construction of the low hydraulic conductivity layer. No specific
compaction/density specification is set forth; however, the CQAE shall approve the
compaction methods and effort applied to this layer.
All clay soils used in final cover construction shall meet the required in place compacted
hydraulic conductivity specification of ≤ 1x10-6 cm/sec.
3.1.10 Other Structural Fill
3.1.10.1 Cap Diversion Berms and Riprap Drop Chutes
The soil berms used for diversion of surface water on the landfill cover will be
constructed using non-granular soils placed in loose 8-inch maximum lifts and
compacted per the specifications outlined in Table 1. The as-built construction of the
berms shall be verified by surveying as specified in Section 2.8.
Riprap shall be placed in the drop chutes without damaging the underlying geotextile.
Where drop chutes are not parallel to the slope, stones shall be placed at the tops of the
chutes to prevent flow of surface runoff parallel to the chute along the cover surface.
3.1.10.2 Sediment Pond Embankment
The sediment pond embankments will be constructed using non-granular soils placed in
loose 8-inch maximum lifts and compacted/moisture specifications outlined in Table 1.
Prior to constructing the embankments, the area beneath the embankments shall be
scarified and proof-rolled to the satisfaction of the CQAE. Field moisture density tests
shall be conducted at a rate no less than one test per compacted soil lift per
embankment. The as-built construction of the embankments shall be verified by
surveying as specified in Section 2.8.
3.1.10.3 Culvert Backfill
Where non-granular soils are used as the backfill for culverts, the fill shall be placed in
loose 8-inch maximum lifts and compacted/moisture specifications outlined in Table 1.
3.1.10.4 Road
Where non-granular soils are used as structural fill, the soil shall be placed in loose 8-
inch maximum lifts and compacted/moisture specifications outlined in Table 1. The as-
built construction of the road shall be verified by surveying as specified in Section 2.9.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Eagle Landfill CQAQCP
December 5, 1995
Revised May 10, 1996
Revised January 2020
Page 15
3.1.10.5 Anchor Trench Backfill
Non-granular soils used for backfilling of anchor trenches shall be moisture-conditioned
and wheel-rolled or compacted with a hand operated compactor in the anchor trench to
meet design requirements and to the satisfaction of the CQAE. Care shall be taken to
not damage the liner during compaction of the soils. The CQAE shall observe all
compaction operations in the anchor trench. There are no prescribed quantitative tests
for this material; however, at the discretion of the CQAE, laboratory and field testing may
be requested to assess moisture, density, and grain size distribution.
3.1.11 Deficiencies and Resolution
If a deficiency is discovered in the construction work, the CQAE along with the Soils
Testing Laboratory will determine the extent and nature of the defect by additional
testing, observation, review of data, or other appropriate means and will then inform the
Owner/Operator. The Owner/Operator and the CQAE will direct the Contractor to
perform the necessary corrective tasks. The Soils Testing Laboratory will retest the
previously defective area, as appropriate, to document the success of corrective action.
3.1.12 Documentation Report
Upon completion of the low hydraulic conductivity soil component of the landfill
construction, the QA/QC documentation will be gathered, organized, summarized, and
presented as a documentation report to be included in an overall documentation report
as discussed in Section 1.5.3. This report will contain a summary of the following items:
1. Field moisture and density measurements,
2. Laboratory soil tests,
3. Field survey measurements,
4. Daily reports, and
5. Short summary narrative which describes the construction process of each
component.
3.2 GRANULAR SOILS
3.2.1 Pre-Construction
Granular soil placement will be performed in accordance with the construction plans and
specifications. The granular soils will be of sufficient consistency to provide compliance
with the design specifications. These materials will be imported from outside the waste
boundary. Samples of the granular soils will be collected from the supplier for laboratory
testing at least 30 days prior to anticipated use to make certain that the material meets
specifications stated in Section 3.2.2.
3.2.2 Materials of Construction
Granular soils will be used in construction of the leachate collection sump, sediment
pond embankments, spillways, drainage spreaders, drainage channels, pipe bedding,
riprap, and as bedding for riprap. Granular soils are also permitted as one alternative for
the leachate drainage layer, the other being tire shreds.
3.2.2.1 Leachate Drainage Layer Materials
If the granular soils alternative is selected, the leachate drainage layer shall consist of a
sand and/or gravel with and in-place hydraulic conductivity of 1x10-2 cm/sec or greater
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Eagle Landfill CQAQCP
December 5, 1995
Revised May 10, 1996
Revised January 2020
Page 16
and a maximum particle size of two inches. The leachate drainage layer materials will be
poorly graded and be made up of inert stable materials such as silica and quartz. The
material and its particle size distribution shall be approved by the CQAE.
Tire shreds may be substituted for the granular leachate drainage layer. Shreds shall
have an in-place hydraulic conductivity of 1x10-2 cm/sec or greater. Before materials for
this layer are procured, one sample per material source shall be tested under anticipated
construction loads for hydraulic conductivity in substantial conformance to USBR method
5605. Tire shreds must meet the hydraulic conductivity specification under the
anticipated loads while maintaining a minimum in-place thickness of 0.5 feet under
landfill loads.
3.2.2.2 Leachate Sump and LHP Sump Aggregate Materials
The granular material placed in the leachate sump and LHP sump shall be 1.5-inch
concrete aggregate conforming to the ASTM C-33 size #4 specification. This material
shall be made up of inert and stable materials such as silica and quartz. The material
shall be rounded to sub-rounded.
3.2.2.3 Rip Rap Bedding Materials – Type II
The granular bedding material placed below the rip rap shall meet the gradation
requirements specified in Table 4. These specifications shall be verified by a minimum of
one test per source of granular bedding conducted per phase of construction in which
the material is used.
Table 4 Riprap Bedding Materials
Sieve Size Percent Passing By Weight
3 inch 90 - 100
3/4 inch 20 - 90
#4 0 - 20
#200 0 - 3
3.2.2.4 Rip Rap Materials
Riprap material shall be angular to facilitate interlocking of individual stones. The
material shall be inert and have a specific gravity of 2.5 or greater. The rip rap material
placed shall meet the requirements for size designation, gradation and intermediate rock
dimension specified in Table 5.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Eagle Landfill CQAQCP
December 5, 1995
Revised May 10, 1996
Revised January 2020
Page 17
Table 5 Riprap Materials
Rip Rap
Designation
Percent Smaller
Than Given
Size by Weight
Intermediate
Rock
Dimensions
(inches)
d50 (inches)*
Type VL
70 - 100
50 - 70
35- 50
2 - 10
12
9
6
2
6
Type L
70 - 100
50 - 70
35- 50
2 - 10
15
12
9
3
9
Type M
70 - 100
50 - 70
35- 50
2 - 10
21
18
12
4
12
* d50 = mean particle size (intermediate dimension) by weight.
3.2.2.5 Pipe Bedding
Pipe bedding shall be constructed for culverts. Pipe bedding shall consist of granular
material conforming to the specifications in Table 6. These specifications shall be
verified by a minimum of one test per source of pipe bedding conducted per phase of
construction in which the material is used. Pipe bedding material shall be approved by
the CQAE.
Table 6 Pipe Bedding
Sieve Size Mass Percent Passing Square Mesh
Sieves
19 mm (3/4 inch) 100
9.5 mm (3/8 inch) >90
4.75 mm (#4) >45
0.147 mm (#100) <10
0.074 mm (#200) <5
3.2.3 Testing Requirements
The Soils Testing Laboratory and/or CQAE will be responsible for making sufficient
observations of the granular materials during their placement to ensure that materials
specifications are met. All field and laboratory test results plus survey results, including
locations of field tests and laboratory sample points (by grid station and elevations), will
be recorded. The methods and test frequencies for laboratory analyses are presented in
Table 7.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Eagle Landfill CQAQCP
December 5, 1995
Revised May 10, 1996
Revised January 2020
Page 18
Table 7 Minimum Testing Requirements for Granular Materials
Test Method Material Frequency
Grain Size ASTM D422
Leachate Drain Layer
Sump Aggregate
Rip Rap Bedding
Rip Rap
Pipe Bedding
1 per 3 acres & 1/source
1 per sump & 1 per source
None Required
None Required
1 per source
Hydraulic
Conductivity ASTM D2434
Leachate Drain Layer
Sump Aggregate
Rip Rap Bedding
Rip Rap
Pipe Bedding
1 per source
None Required
None Required
None Required
None Required
3.2.3.1 Leachate Drainage Layer Testing
A minimum of one sample shall be collected for grain size analysis for every three acres
of leachate drainage material placed and for every different gravel source. A minimum of
one sample shall be collected and analyzed for hydraulic conductivity for every source of
aggregate used. Grain-size (sieve) and a hydraulic conductivity analyses will be
performed according to the provisions of ASTM D422 and ASTM D2434, respectively.
The analytical results will be sent to the CQAE who will determine if the material meets
the required specifications. The CQAE may require additional testing depending on
routine observations of the material being delivered to the site or placed over the liner.
The thickness of the leachate drainage layer will be measured as described in Section
2.0.
3.2.3.2 Leachate Sump and LHP Sump Aggregate Testing
A minimum of one sample shall be collected for grain size analysis for each sump. In
addition, a minimum of one grain size analysis will be performed on each source of the
sump aggregate. The CQAE may require additional testing depending on routine
observations of the material being delivered to the site or placed over the liner.
3.2.3.3 Rip Rap Bedding, Pipe Bedding and Rip Rap Testing
No tests are required for these materials; however, the CQAE may require grain size
testing based upon physical observations of the materials.
3.2.4 Acceptance Criteria
The acceptance criteria for the granular soils are based on the material specifications,
particle size, visual observation, and hydraulic conductivity testing. In addition, the
granular soils must consist of inert and stable materials. The CQAE will observe the
spreading and grading of the granular material in the leachate sump, LHP sump, and the
leachate drainage layer and document that it meets the project specifications. This
observation will also be conducted to quickly detect potential and/or actual damage to
the underlying geosynthetics upon which the material is being placed. Where damage is
suspected, the underlying component surface will be exposed and observed to
determine its condition. Actual damage will be fully documented as well as corrective
action taken.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Eagle Landfill CQAQCP
December 5, 1995
Revised May 10, 1996
Revised January 2020
Page 19
3.2.5 Placement Criteria
The following placement criteria will be used by the Contractor while installing the
drainage layer or the sump gravel.
1. During placement of the leachate drainage layer over the clay liner, at least 1.5
feet of granular soils shall be maintained between the earth-moving equipment
and underlying liner except for during final spreading when a minimum of 0.5 feet
separation shall be maintained. Final spreading of the leachate drainage layer
shall be conducted using a "light-weight" bulldozer approved by the CQAE.
2. A minimum final thickness of 0.5 feet of drainage material will be placed over the
floor liner.
3. During placement of gravel in the leachate sump, a minimum of 1.5 feet of
granular material shall be maintained between the earth moving equipment and
the underlying liner components.
4. The CQAE will observe the spreading and grading of the granular material in the
leachate sump and document that it meets the project specifications. This
observation will also be conducted to quickly detect potential and/or actual
damage to the underlying geosynthetics upon which the material is being placed.
Where damage is suspected, the underlying component surface will be exposed
and observed to determine its condition. Actual damage will be fully documented
as well as corrective action taken.
3.2.6 Deficiencies and Resolutions
If a deficiency in earthwork is discovered during construction, the Soils Testing
Laboratory will immediately determine the extent and nature of the defect by additional
testing, observation, review of data, or other appropriate means and will then notify the
Contractor and the CQAE of the defect. The Contractor will perform the necessary
corrective tasks. The Soils Testing Laboratory will then retest or re-observe the area, to
document that the defect has been satisfactorily corrected. Additional work shall not be
performed in the area of deficiency until the deficiency is corrected.
3.3.7 Documentation Report
The CQAE will document final elevations and/or thicknesses of the leachate drainage
layer according to the requirements set forth in Section 2.5.
Upon completion of the placement and testing of the granular soils, the documentation
information will be gathered, organized, summarized, and presented for inclusion in the
Final Construction Documentation Report described in Section 1.5.3. The report will
include:
1. Soil testing results.
2. Field survey measurements.
3. Daily reports.
4. Short narrative summary which describes the construction process of this
component.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Eagle Landfill CQAQCP
December 5, 1995
Revised May 10, 1996
Revised January 2020
Page 20
4.0 GEOSYNTHETICS
This section of the CQAQCP applies to geosynthetics used in the construction of the
leachate sump and LHP liner systems. These components are as follows:
Leachate Sump:
1. 60-mil textured high density polyethylene (HDPE) geomembrane for added
containment protection in the leachate sump.
2. 16-oz/yd2 non-woven geotextile fabric for protection of the geosynthetic liner in
the sump.
3. 4-oz/yd2 non-woven geotextile for separation of refuse from the leachate
collection sump gravel.
4. 16-oz/yd2 non-woven geotextile for separation of riprap from the landfill final
cover in drainage drop chutes.
Leachate Holding Pond
1. Geosynthetic clay liner (GCL) as part of the composite liner system.
2. 45-mil reinforced polyethylene (RPE) geomembrane for the primary and
secondary liners in the composite liner system.
3. 200-mil thick HDPE geonet drainage layer to function as the leak detection layer
between the primary and secondary liners.
4. 12-oz/yd2 non-woven geotextile for protection of the secondary and primary liners
in the LHP leak detection sump.
4.1 HDPE CONSTRUCTION
This section deals with the manufacture and installation of the HDPE geomembrane to
be used in the leachate sump liner.
4.1.1 HDPE Manufacturing
The width of the HDPE geomembrane panels shall be optimized to allow for the least
number of seams.
Prior to delivery of any geomembrane rolls to the site, the Manufacturer will provide the
CQAE with the following information:
1. The resin supplier, supplier location, and brand name.
2. Any test results conducted by the geomembrane and/or resin manufacturer to
document the quality of the resin used in the membrane fabrication.
3. The quality control plan that the membrane manufacturer will be using for the
membrane being supplied.
Every roll of HDPE geomembrane delivered to the site must be manufactured and
inspected by the Manufacturer according to the following requirements:
1. The geomembrane must contain no more than one percent by weight additives,
fillers, or extenders, excluding carbon black.
2. The PE resin shall contain no more than two percent recycled polymer by weight.
Recycled polymer shall be limited to material generated within the geomembrane
manufacturer's plant and from the same grade and type defined in this plan.
3. The geomembrane must have no striations or roughness (inconsistent with the
texture), pinholes, or bubbles on the surface.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Eagle Landfill CQAQCP
December 5, 1995
Revised May 10, 1996
Revised January 2020
Page 21
4. The geomembrane must be free of holes, blisters, undispersed raw materials, or
any other sign of contamination by foreign matter.
The geomembrane manufacturer will perform the tests listed in Table 8 at the stated
frequencies and will report the results to the CQAE. The Geomembrane Manufacturer
will provide certification based on tests performed by the Manufacturer's laboratory, or
other outside laboratory contracted by the Manufacturer, that the membrane supplied
under this plan will substantially comply with specifications listed in Table 9.
Table 8 Laboratory Testing of HDPE Resin
Property Method Frequency Requirements
Density ASTM D1505 or D792B one per batch Adequate to meet Table 9
requirement.
Melt Flow index ASTM D1238, Condition E one per batch ≤1.0 g/10 min.
OIT ASTM D3895 or ASTM
D5885 one per batch
Consistent with
geomembrane OIT of 100
min (ASTM D 3895) or 400
min (ASTM D5885)
Table 9 HDPE Geomembrane Specification
Test Method Frequency Requirements
Sheet Thickness ASTM D5199 one per each 2nd roll
(approx. 1/50,000 ft2)
60 mils + 5%; the
average of all
measurements for any
roll, not less than 60
mils
Sheet Density ASTM D792 or D1505 one per each 2nd roll 0.940 - 0.950 g/cm3
Tensile Strength
Yield ASTM D6693 one per roll (approx.
1/25,000 ft2)
min. 126 lb. per in.
width
Elongation at Yield ASTM D6693 one per roll min. 13 percent
Elongation at Break ASTM D6693 one per roll min. 700 percent
Tear Resistance ASTM D1004 one per roll min. 42 lbs.
Puncture Resistance ASTM D4833 one per roll min. 108 lbs.
Stress Crack
Resistance ASTM D5397 300 hr. Per GRI GM10
Carbon Black
Content ASTM D1603 20,000 lb. 2.0-3.0%
Carbon Black
Dispersion ASTM D5596 45,000 lb.
Only near spherical
agglomerates, 10
views, 9 in cat. 1 or 2,
1 in cat. 3
OIT ASTM D3895 or D5885 200,000 lb. 100 minutes (D3895),
400 minutes (D5885)
Oven Aging at 85°C ASTM D5721 each formulation
55% using ASTM
D389, 80% using
ASTM D5885
UV Resistance
percent retained
after 1600 hours
GM 11 each formulation 50% using ASTM
D5885
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Eagle Landfill CQAQCP
December 5, 1995
Revised May 10, 1996
Revised January 2020
Page 22
4.1.2 Delivery, Handling, and Storage of Geomembrane Rolls
Transportation of the geomembrane rolls to the job site is the responsibility of the
Geomembrane Manufacturer. All on site handling is the responsibility of the Installer.
The geomembrane will be protected during shipment from excessive heat or cold,
puncture, cutting, or other damaging or deleterious conditions. Upon arrival, the Installer
shall inspect all materials for defects in the manufacturing process and for damage
during transportation. Materials judged by the CQAE to be severely damaged shall be
rejected and removed from the site. Minor damage and defects shall be repaired by the
Installer.
Geomembrane rolls will be stored on site in a manner, which prevents excessive
ultraviolet exposure prior to installation.
The CQAE will be responsible throughout the pre-construction, construction, and post
construction periods for observing and documenting that the Installer provides adequate
handling equipment for use in moving geomembrane rolls and that the equipment for the
moving of the geomembrane rolls preserves the integrity of the geomembrane.
The Installer will be responsible for making certain that the manufacturer, type, and
thickness of each roll in a shipment are correct. The CQAE will also maintain a log of
geomembrane roll deliveries throughout the construction process. This log shall include,
at a minimum, the following:
1. Manufacture date.
2. Date of receipt at the site.
3. Roll and lot batch numbers.
4.1.3 Foundation
The Earthwork Contractor will be responsible for preparing the subgrade according to
the Design Plans and Drawings and this CQAQCP.
After the underlying surface has been accepted by the CQAE, it will be the Installer's
responsibility to report to the CQAE any change in that surface that may require repair
work. The supporting surface will be examined by the Installer and the CQAE to evaluate
the surface conditions immediately prior to placement of the HDPE geomembrane. The
CQAE and Geosynthetic Installer shall document in the daily report that the foundation
layer surface condition is compatible with the geosynthetics to be installed. All
observations by the CQAE and Geosynthetics Installer shall be documented in writing.
4.1.4 Placement Criteria
A panel layout drawing will be prepared by the Installer and provided to the CQAE at
least three days prior to installation of the geomembrane.
Geomembrane placement will not be conducted at ambient temperatures below 40ºF
(unless approved by the manufacturer and the CQAE), during precipitation or fog, in
ponded water, or during excessive winds. Where adjacent or transverse panels are
seamed, temperature effects on these panels should be taken into account to reduce the
problem of "fish mouths" which may be encountered in the seaming process.
The CQAE will document the following:
1. The prepared soil surface for the geomembrane has not deteriorated since
previous acceptance.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Eagle Landfill CQAQCP
December 5, 1995
Revised May 10, 1996
Revised January 2020
Page 23
2. The equipment used does not damage the geomembrane by handling, heat,
leakage of hydrocarbons, or by any other means.
3. Personnel working on geomembranes do not smoke, wear damaging clothing, or
engage in activities that would damage the geomembrane.
4. The method of unrolling the geomembrane does not cause scratches or crimps in
the geomembrane.
5. The method and sequencing used to place the rolls minimizes wrinkles and
seaming problems.
6. Adequate means are used to prevent uplift by wind while preventing damage to
the geomembrane or supporting earthen foundation.
7. Direct contact with the geomembrane will be minimized. The geomembrane will
be protected by geotextiles or extra geomembrane materials in areas where
excessive traffic is anticipated.
8. Heavy construction equipment shall not be allowed to move directly on any
deployed geomembrane. This includes rubber-tired vehicles such as automobiles
and pickup trucks but does not include light weight equipment like all-terrain
vehicles.
9. The minimum initial lift height of soil placed over geosynthetics shall be no less
than 6 inches.
10. Between this value and 12.0 inches, low ground pressure placement equipment
shall be used. Ground contact pressure equipment of less than 5.0 psi is
required.
11. For lift heights of greater than 12.0 inches, proportionately heavier placement
equipment may be used.
12. Construction machinery must not perform sudden starts, stops or sharp turns
over the geomembrane.
13. Cover material must be placed from the bottom of slopes to the top.
14. Cover material must be placed in such a manner as not to induce wrinkles in the
underlying geomembrane.
15. All equipment that the contractor proposes to use within the geomembrane
footprint must be approved by the CQAE.
4.1.5 Construction Field Seams
This section covers quality assurance/quality control procedures for seaming rolls of
geomembrane into a continuous liner. This plan requires 100 percent non-destructive
testing of all field seams. All seams must be logged by the CQAE or the Installer.
The Installer will provide the CQAE with seam layout drawings for each panel showing
each expected seam. The CQAE will review the seam layout drawing and document that
it is consistent with accepted practice and the Design Plans and Drawings. No seaming
will be performed without the CQAE's approval.
In general, seams should be oriented parallel to the line of maximum slope, so they are
oriented along, not across, the slope. In corners and at other odd geometric
intersections, the number of seams should be minimized. All horizontal seams across
the slope must be approved by the CQAE. Only end-of-panel seams may be approved.
A seam numbering system, that is compatible with the geomembrane roll numbering
system, will be agreed upon by the Installer and the CQAE.
Prior to seaming, the seam area shall be clean, free of moisture, dust, dirt, debris of any
kind, and foreign material. If seam overlap grinding is required, it shall be performed ac-
cording to the Manufacturer's instruction within one hour of the seaming operation and in
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Eagle Landfill CQAQCP
December 5, 1995
Revised May 10, 1996
Revised January 2020
Page 24
a way that does not damage the geomembrane. Seams shall be aligned with the fewest
possible wrinkles.
4.1.6 Seaming Equipment
Approved processes for field seaming are double-fusion welding and extrusion welding.
Double-fusion welding shall be used for all seams except where space and access
constraints prohibit its use. Fusion welding application may be impractical where space
is limited in some parts of the site. Only apparatus, which have been specifically
approved by the CQAE, shall be used. Proposed alternate processes shall be
documented and submitted for approval to the CQAE.
Double-fusion welding using a hot wedge seaming device is the preferred method of
seaming HDPE geomembrane. The fusion welding apparatus shall be equipped with
gauges giving the applicable temperatures and pressures. Prior to installation of any
geomembrane material, the Installer shall submit seaming quality control records,
including ambient temperatures and applicable apparatus temperatures and pressures
and trial seam results to the CQAE. Trial seam results shall be logged by the Installer or
the CQAE.
The Installer shall meet the following requirements regarding use, availability, and
cleaning of extrusion welding equipment to be used at the site:
1. At least one spare operable double-fusion and extrusion seaming device will be
maintained on site at all times.
2. The welding apparatus will be equipped with a continuous temperature monitor in
the barrel and at the nozzle.
3. Equipment used for seaming shall not damage the geomembrane.
4. The extruder will be cleaned and purged prior to beginning seaming, and at any
time that seaming operations are stopped, until all heat-degraded extrudate has
been removed from the barrel.
5. The electric generator for the equipment will be placed on a smooth base in such
a way that no damage occurs to the geomembrane.
6. A smooth insulating plate or fabric will be placed beneath hot equipment to
protect the geomembrane.
The Installer, and if applicable the Manufacturer, will provide documentation to the
CQAE regarding the quality of extrudate used in the welding apparatus. At a minimum,
the extrudate should be compatible with the base liner material and contain the same
grade and quality of PE resin as used in the base material.
4.1.7 Seamer Qualifications
All personnel performing seaming operations will be qualified by experience and by
successfully passing seaming tests for the type of seaming equipment to be used. All
seamers must have seaming experience of a minimum of 500,000 ft2 of polyethylene
geomembrane using the same type of equipment to be used on this project. The most
experienced on site seamer, the "master seamer" (a seamer that has successfully
seamed a minimum of 2,000,000 ft2 of polyethylene geomembrane using the same type
of equipment to be used on this project) will have direct supervisory responsibility at the
site over less experienced seamers. The Installer shall provide documentation of the
qualifications of the seaming crew to the CQAE.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Eagle Landfill CQAQCP
December 5, 1995
Revised May 10, 1996
Revised January 2020
Page 25
4.1.8 Weather Conditions During Seaming
The range of weather conditions under which geomembrane seaming can be performed
are as follows:
1. Between ambient temperatures of 40oF and 50oF, as measured 6-inches above
the sheet, seaming will be performed only if the geomembrane is preheated by
either the sun or hot air device, provided there is no excessive ambient cooling
resulting from wind conditions.
2. Unless otherwise authorized in writing by the CQAE, no seaming will be
attempted at an air temperature colder than 40ºF or warmer than 104ºF as
measured 6-inches above the sheet.
3. The geomembrane will be dry and protected from the wind.
4. Seaming will not be performed during any precipitation event.
5. Seaming will not be performed in areas where ponded water has collected be-
neath the surface of the geomembrane.
The CQAE will document that these requirements are met by the Installer and will
document the actual weather conditions during the installation.
4.1.9 Overlapping and Temporary Bond
The CQAE or installer will document the following:
1. The length of the geomembrane overlap.
2. The geomembrane overlap is adequate for the seaming process that is used.
3. Procedures used to temporarily bond adjacent geomembrane rolls shall not
damage the geomembrane.
4.1.10 Trial Seams
Trial seams will be made on fragment pieces of membrane to document that the
seaming conditions are adequate. Such trial seams will be made at the beginning of
each seaming period, and at least once every four hours thereafter, for each seaming
apparatus used that day. Each seamer will make at least one trial seam each day. All
trial seams will be made under the same conditions as actual seaming work. Trial seams
will be logged and documented in the Certification Report.
The trial seams will first be examined for squeeze out, foot print, pressure, and general
appearance by the Installer. If a seam fails any of these examinations, a new trial seam
will be performed until satisfactory seams are obtained.
The trial seam samples will be a minimum of 3-feet long by 1-foot wide after seaming,
with the seam oriented lengthwise and with the overlap described previously.
A minimum of four, 1-inch wide specimens will be cut from each end of each trial seam
sample by the Installer. The specimens or "coupons" will be tested for "peel" and “shear”
in the field using a calibrated tensiometer. A passing test is when the break is ductile and
occurs at the edge or outside the seam but not in the seam. A failure is defined as the
seam or weld peeling. Strength values used in the trial seams shall be the same as
those used for destructive seams (refer to Table 10 in Section 4.1.13.3). If a specimen
fails, the entire trial seam shall be repeated. If the additional specimen fails, the seaming
apparatus or seamer shall not be accepted until corrective measures are performed and
two successive trail seams are successfully completed. After completion of these tests,
the remaining portion of the passing trial seam will be logged and retained for reference
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Eagle Landfill CQAQCP
December 5, 1995
Revised May 10, 1996
Revised January 2020
Page 26
if any further information might be required. The results of all test seams shall be
forwarded to the CQAE.
4.1.11 General Seaming Procedures
The general seaming procedures are as follows:
1. Large "fish mouths" (Large fish mouths are of a size that will prevent airtight
bonding between geomembrane panels.) or wrinkles at the seam overlaps will be
cut along the ridge of the wrinkle in order to achieve a flat overlap. The cut “fish
mouths” or wrinkles shall be seamed, and any portion where the overlap is
inadequate will then be patched with an oval patch of the same membrane,
extending a minimum of six inches beyond the cut in all directions.
2. For double fusion welding, each overlap and the sheet below the overlap shall be
hand-wiped clean immediately prior to welding.
3. On the side slopes seaming will extend into the anchor trenches.
4. At locations where the initial seam cannot be nondestructively tested, the seam
will be cap stripped with the same geomembrane material. The CQAE will ob-
serve the cap stripping to document the uniformity and completeness of the work.
4.1.12 Nondestructive Testing
Each field seam will be nondestructively tested over the full length of the seam to the
extent practical. Any seams, which cannot be effectively tested, will be reported to the
CQAE. The purpose of the nondestructive testing is to determine the continuity of the
seams.
The method for conducting nondestructive seam testing is pressure testing the open
channel between the double fusion welds. GRI method GM6 shall be used to test double
fusion welded seams. This method requires the pressurization of the open channel at 27
to 30 psi with a maximum pressure drop of 3 psi over five minutes for 60-mil HDPE.
The vacuum box or the ultrasonic shadow method may be used on extrusion welds in
accordance with GRI specifications. Other test methods may be used only upon
approval by the CQAE.
The CQAE will perform the following tasks related to seam testing:
1. Observe nondestructive seam testing and examine all seams for squeeze-out,
footprint, pressure, and general appearance. Failure of these criteria will be
considered as failure of the seam, and repair or reconstruction will be required.
2. Document the location, date, test unit number, name of tester, and outcome of all
testing.
3. Inform the Installer of any required repairs.
4.1.13 Destructive Testing
Destructive seam tests shall be conducted throughout the seaming project at locations
selected by the CQAE. The tests shall be conducted so that results are obtained prior to
covering the geomembrane with another material. The purpose of the tests is to ensure
that welds are fully integrated and to evaluate seam strength.
At a minimum, the CQAE or installer shall document, in the daily report, the following
information related to all destructive seam samples:
1. The location by seam and sample number of the samples.
2. The results of all field testing of destructive samples
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Eagle Landfill CQAQCP
December 5, 1995
Revised May 10, 1996
Revised January 2020
Page 27
3. Actions taken as a result of testing.
4. Repairs of the sampled seams.
4.1.13.1 Test Location and Frequency
Destructive samples shall be collected at locations specified by the CQAE at a minimum
rate of one sample for every 500 feet of seam. The seaming technician shall not be
informed in advance of the time when, or locations where, seam samples will be taken.
4.1.13.2 Sampling Procedure
Samples shall be cut by Installer at locations specified by the CQAE. A number shall be
assigned to each sample based on the seam number and sample sequence. The
sample location and identifier shall be recorded in the daily report.
At each sampling location, two types of samples will be collected. Two sample coupons
will be collected for field testing. Each of these coupons shall be 1 inch wide by 12
inches long with the seam centered parallel to the length. The minimum distance
between these two coupons shall be 42 inches. If both sample coupons pass the field
test described in Section 4.1.13.3, a sample shall be cut from the seam between the
locations of the two coupons. This sample shall be cut into three parts and distributed as
follows:
1. One portion to the Geosynthetic Quality Assurance Laboratory for testing (12
inches wide by 12 inches long)
2. One portion to the Installer for testing (12 inches wide by 18 inches long)
3. One portion to the CQAE for archive storage (12 inches wide by 12 inches long).
Sample size may vary slightly depending on the needs of each party in the distribution
list. Final sizes shall be determined at a Pre-construction meeting.
4.1.13.3 Testing Procedure
Testing shall be conducted for shear and peel. Shear testing applies a tensile stress
from the top sheet through the weld and into the bottom sheet. Peel testing peels the top
sheet back against the overlapped edge of the bottom sheet in order to observe how
separation occurs. The peel test indicates whether or not the sheets are continuously
and homogeneously connected through the seam. The specifications for seam strength
are presented in Table 10.
Table 10 Seam Strength (ppi) for 60-mil HDPE
Test Number of
Coupons Method* Fusion Weld
Strength
Extrusion Weld
Strength
Peel 2 ASTM D6392 98 70
Shear 1 ASTM D6392 126 126
* As modified by NSF 54
4.1.13.4 Procedures Following Destructive Test Failure
All acceptable seams must be bounded by two locations from which samples passing
destructive tests have been taken. There are two options for mitigation of a failed
destructive test:
1. Reconstruct the seam between any two passed test locations; or
2. Trace the welding path to an intermediate location (10 feet maximum from the
point of the failed test in each direction) and take a small sample coupon for an
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Eagle Landfill CQAQCP
December 5, 1995
Revised May 10, 1996
Revised January 2020
Page 28
additional field test at each location. If these additional samples pass the tests,
then full samples (as described in Section 4.1.13.2) are taken. If these samples
pass the tests, then the seam is reconstructed between these locations. If either
sample fails, the process is repeated to establish a zone in which the field seam
will be reconstructed.
4.1.14 Defects and Repairs
This section applies to all defects including damage during placement and repairs from
examinations, tests, or visual observations performed on the geomembrane material and
on seams used in joining rolls in the field.
The CQAE will examine each roll for damage after placement but prior to seaming and
will determine which rolls or portions of rolls should be rejected, repaired or accepted.
Damaged rolls or portions of rolls, which have been rejected, will be marked, and their
removal from the site will be recorded by the CQAE.
All seam and non-seam areas of the geomembrane will be examined and documented
by the CQAE for identification of defects, holes, blisters, undispersed raw materials,
large wrinkles, and any signs of contamination by foreign matter. The surface of the
geomembrane will be clean at the time of examination. Each location, which fails
examination, will be marked by the CQAE and repaired by the Installer. Work will not
proceed in any area where defects are identified until suitable repairs are made.
Several procedures exist for the repair of flawed areas. The final decision as to the
appropriate repair procedure will be agreed upon between the Installer and the CQAE
prior to commencement of the repair. The following procedures are available:
1. Spot Seaming - used to repair small tears, pinholes, or other minor localized
flaws.
2. Patching - used to repair large holes, tears, undispersed raw materials, and con-
tamination by foreign matter.
3. Capping - used to repair large lengths of failed seams.
4. Removing the Bad Seam and Replacing with a Strip of New Material Seamed in
Place - used for repairing large lengths of fusion seams.
5. Other - as agreed upon by the Installer and the CQAE.
At a minimum the following provisions will be provided for repairs:
1. The geomembrane below large caps shall be appropriately cut to avoid water or
gas collection between the two sheets.
2. Patches or caps will extend at least six inches beyond the edge of the defect,
and all corners of patches will be rounded with a radius of three inches minimum.
Each repair will be examined, numbered, and logged by the CQAE.
4.1.15 Placement of Leachate Collection and Drainage Materials
Placement of 16 oz. nonwoven geotextile and granular soils on top of the HDPE
geomembranes will be conducted by the Contractor in such a manner as to confirm the
following:
1. Slippage of the geosynthetics on the underlying clay liner is minimal.
2. No damage of the geomembrane or underlying clay liner occurs.
3. No excess tensile stresses are imposed on the geosynthetics.
4. Heavy construction equipment shall not be allowed to move directly on any
deployed geomembrane. This includes rubber-tired vehicles such as automobiles
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Eagle Landfill CQAQCP
December 5, 1995
Revised May 10, 1996
Revised January 2020
Page 29
and pickup trucks but does not include light weight equipment like all-terrain
vehicles.
5. The minimum initial lift height of soil placed over geosynthetics shall be no less
than 6 inches.
6. Between this value and 12 inches, low ground pressure placement equipment
shall be used. Ground contact pressure equipment of less than 5.0 psi is
required.
7. For lift heights of greater than 12 inches, proportionately heavier placement
equipment may be used.
8. Construction machinery must not perform sudden starts, stops or sharp turns
over the geomembrane.
9. Cover material must be placed from the bottom of slopes to the top.
10. Cover material must be placed in such a manner as not to induce wrinkles in the
underlying geomembrane.
11. All equipment that the contractor proposes to use within the geomembrane
footprint must be approved by the CQAE.
4.1.16 Anchor Trench System Construction and Backfilling
A trench will be used for anchoring the geosynthetics as indicated on the design plans
and drawings. The anchor trench will be excavated to the specifications shown on the
Design Plans and Drawings unless otherwise specified by the CQAE. Note that the
anchor trench is used for the convenience of construction and securing the liner during
construction. The anchor trench is not a required element of the post-construction liner
stability.
The anchor trench shall be backfilled with non-granular soil (SC or CL) as approved by
the CQAE. The soil shall be placed in maximum 8-inch lifts, moisture conditioned and
wheel-rolled with a rubber tire machine or other method approved by the CQAE.
4.2 GEOSYNTHETIC CLAY LINER (GCL)
The GCL used on this project shall be Bentomat ® ST or equal. The GCL shall consist of
a layer of natural sodium bentonite clay encapsulated between two geotextiles and shall
comply with all of the criteria listed in this section. Only reinforced GCL shall be used.
Prior to using an alternate GCL, the Installer must furnish independent test results
demonstrating that the proposed alternate material meets all requirements of this
specification. The Installer also must obtain prior approval of the alternative GCL by the
CQAE.
4.2.1 GCL Properties
The GCL shall substantially comply with the properties shown in Table 11. The minimum
acceptable dimensions of full-size GCL panels shall be 150 feet long by 15 feet wide.
Short rolls (less than 150 feet but greater than 70 feet) may be supplied at a rate no
greater than three rolls per truckload or three rolls per 36,000 ft2 of GCL, whichever is
less. The length of all short rolls shall be clearly marked on the outer packaging.
A 6-inch overlap guideline shall be imprinted on both edges of the upper geotextile
component of the GCL as a means of facilitating quality assurance during seaming.
Lines shall be printed in easily visible, non-toxic ink that does not negatively impact the
performance of the GCL.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Eagle Landfill CQAQCP
December 5, 1995
Revised May 10, 1996
Revised January 2020
Page 30
Table 11 GCL Properties
Material Property Test Method Test Frequency Required Values
Bentonite Swell Index ASTM D5890 1 per 50 tons 24 mL/2g min.
Bentonite Fluid Loss ASTM D5891 1 per 50 tons 18 mL max.
Bentonite Mass/Area ASTM D5993 40,000 ft2 0.75 lb/ft2
GCL Grab Strength ASTM D4632 200,000 ft2 90 lbs
GCL Peel Strength ASTM D4632 40,000 ft2 15 lbs
GCL Index Flux ASTM D5887 Weekly 1 x 10-8 m3/m2/sec
GCL Permeability ASTM D5084 Weekly 5 x 10-9 cm/sec
GCL Hydrated Internal
Shear Strength ASTM D5321 Periodic 500 lb/ft2
4.2.2 GCL Materials, Manufacturing, and Installation
The GCL Installer shall provide the CQAE with the following:
1. A conceptual description of the proposed placement of GCL panels over the area
of installation.
2. GCL Manufacturer’s quality control plan for documenting compliance with this
document.
3. A representative sample of the GCL material.
4. A project reference list for GCL construction (upon request).
5. Manufacturer’s QAQC certifications to verify that the materials supplied are in
accordance with the Design Plans and Drawings and this CQAQCP (upon
shipment).
The GCL Manufacturer shall provide the Contractor or other designated party with
manufacturing QAQC certifications for each shipment of GCL. The certifications shall be
signed by a responsible party employed by the GCL Manufacturer and shall include:
1. Certificates of analysis for the bentonite clay used in GCL production
demonstrating compliance with the swell index and fluid loss specifications in
Table 11.
2. Manufacturer’s test data for the finished GCL product of bentonite mass/area,
GCL tensile and peel strength demonstrating compliance with the specifications
in Table 11.
3. GCL lot and roll numbers supplied for the project and corresponding shipping
information.
4. Manufacturer’s test data for finished GCL product for index flux, permeability, and
hydrated internal shear strength showing compliance with the specifications in
Table 11.
4.2.3 GCL Product Labeling
Prior to shipment, the GCL Manufacturer shall label each roll in a manner that clearly
identifies the following information:
1. Product identification including Manufacturer’s name, address, brand name, and
product code.
2. Lot number and roll number.
3. Roll length, width, and height.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Eagle Landfill CQAQCP
December 5, 1995
Revised May 10, 1996
Revised January 2020
Page 31
4.2.4 GCL Product Packaging
The GCL shall be wound around a rigid core whose diameter is sufficient to facilitate
handling with mechanized equipment. The core is not necessarily intended to support
the roll for lifting but shall be sufficiently strong to prevent collapse during transit.
All rolls shall be labeled and packaged in materials that are resistant to photo
degradation by ultraviolet light.
4.2.5 Accessory Bentonite
The granular bentonite used for seaming and penetration sealing shall be made from the
same natural sodium bentonite material as used in the manufacture of the GCL.
4.2.6 GCL Shipping and Handling
The Manufacturer assumes responsibility for initial loading of the GCL. Shipping will be
the responsibility of the party arranging for the freight transportation. Unloading, on site
handling, and storage of the GCL are the responsibility of the Installer or the Installer’s
designated representative.
A visual inspection of each roll shall be made during unloading to identify if any
packaging has been damaged. Rolls with damaged packaging shall be marked and set
aside for further inspection. The packaging shall be repaired as necessary to protect the
GCL from damage during storage and handling.
The party responsible for unloading the GCL shall contact the Manufacturer prior to
shipment to ascertain the appropriateness of proposed unloading methods and
equipment.
4.2.7 GCL Storage
Storage of the GCL rolls shall be the responsibility of the Installer. A level, dry, well-
drained, and dedicated storage area shall be selected at the job site outside of high
traffic areas. Rolls shall be stored in a manner that prevents sliding or rolling from the
stacks. Stacks shall be no higher than four rolls. All stored GCL and accessory bentonite
shall be covered with plastic sheeting or tarpaulins until their installation. The integrity
and legality of the roll labels shall be preserved during storage.
4.2.8 GCL Installation
GCL rolls shall be delivered to the working area of the site in their original packaging.
Immediately prior to deployment, the packaging shall be carefully removed without
damaging the GCL. The non-woven side of the GCL shall be placed up.
Equipment that could potentially damage the GCL or subgrade shall not be allowed to
travel directly on it. Care shall be taken to minimize dragging GCL across the subgrade.
At the direction of the CQAE, a temporary geosynthetic slip sheet shall be used when
necessary to reduce friction during GCL placement.
The GCL shall be placed so that longitudinal panel seams are parallel to the direction of
the slope. Seams shall be located at least three feet from the toe and crest of slopes
steeper than 5:1. All GCL panels shall lie flat on the underlying surface with no wrinkles
or folds.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Eagle Landfill CQAQCP
December 5, 1995
Revised May 10, 1996
Revised January 2020
Page 32
Only as much GCL shall be deployed as can be covered with geomembrane at the end
of the working day unless otherwise approved by the CQAE. If premature hydration of
the GCL occurs, (i.e., prior to covering the GCL), the CQAE shall determine whether or
not the GCL shall be replaced.
The GCL Installer must have installed at least 500,000 ft2 of GCL or must provide the
CQAE with satisfactory evidence that the GCL will be installed in a competent and
professional manner.
4.2.9 GCL Seaming
The GCL seams are constructed by overlapping their adjacent edges. Care should be
taken to ensure that the overlap zone is not contaminated with loose soil or other debris.
The minimum dimension of the longitudinal panel overlap shall be six inches for the
finished (i.e. bentonite enhanced) seam. The minimum overlap at the end of roll seams
shall be 24 inches. The panel seams shall be shingled in the direction of the grade.
Granular bentonite shall be used to enhance the seams. The underlying edge of the
overlap panel shall be exposed, and a continuous fillet of granular sodium bentonite
shall be applied along a zone defined by the edge of the underlying panel and the 6-inch
line. The bentonite shall be applied by the Installer at a minimum rate of 0.25 pound per
linear foot of seam.
In the leachate sump areas where two thicknesses of GCL are placed, the seams of the
top layer shall be offset from underlying layer seams by at least 24 inches. The
contractor shall use a smooth HDPE slip sheet as necessary to facilitate positioning the
top GCL layer over the underlying later. The GCL shall be cut with a sharp utility knife.
Cuts shall be smooth and clean.
4.2.10 GCL Damage Repair
If a GCL panel is torn, punctured, perforated, etc. during installation, it shall be replaced
or repaired per the direction of the CQAE. Patches shall be sized so that a minimum 12-
inch overlap is achieved around the damaged area. Prior to placement of the patch, dry
bentonite shall be placed around the damaged area. If there is no potential for dislodging
the patch during covering operations, the patch shall be secured to the damaged area
using appropriate adhesive per CQAE approval.
4.2.11 Field Reporting and Documentation
Documenting and reporting methods will be implemented to systematically record results
of on-site monitoring. A photo log will be created containing photos of all phases of the
GCL installation.
4.3 REINFORCED POLYETHYLENE GEOMEMBRANE
The reinforced polyethylene geomembrane (RPE) used on this project shall be 45-mil or
equal.
4.3.1 RPE Manufacturing
1. Prior to delivery of any RPE geomembrane panels to the site, the Manufacturer
will provide the CQAE with the following information: The resin supplier, supplier
location, and brand name
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Eagle Landfill CQAQCP
December 5, 1995
Revised May 10, 1996
Revised January 2020
Page 33
2. Any test results conducted by the geomembrane and/or resin manufacturer to
document the quality of the resin used in the membrane fabrication
3. The QC plan that the geomembrane manufacturer will be using for the
geomembrane being supplied.
Every panel of RPE geomembrane delivered to the site must be manufactured and
inspected by the Manufacturer according to the following requirements:
1. The materials used for the geomembrane must consist of first-quality 100% virgin
products designed and manufactured specifically for the purpose of this work,
which must have been satisfactorily demonstrated to be suitable and durable for
such purposes.
2. The geomembrane must be free from holes, pin holes, bubbles, blisters,
excessive gels, undispersed resins, and/or carbon black, or contamination by
foreign matter.
3. The geomembrane must be composed of a heavy encapsulated 1300 denier
polyester bi-directional reinforcement.
4. All factory seams must have a minimum seam width of 1.5 inch scrim to scrim.
The RPE Geomembrane Manufacturer will perform the tests listed in Table 12 at the
frequency of one test per every 100,000 feet of material and will report the results to the
CQAE. The RPE Geomembrane Manufacturer will provide certification based on tests
performed by the Manufacturer’s laboratory, or other outside laboratory contracted by
the Manufacturer, that the membrane supplied under this plan will substantially comply
with specifications listed in Table 12.
4.3.2 Delivery, Handling, and Storage of RPE Geomembrane Rolls
1. Transportation of the RPE geomembrane panels to the job site is the
responsibility of the Geomembrane Manufacturer. All on site handling is the
responsibility of the Installer. The geomembrane will be protected during
shipment from excessive heat or cold, puncture, cutting, or other damaging or
deleterious conditions. Upon arrival, the Installer shall inspect all materials for
defects in the manufacturing process and for damage during transportation.
Materials judged by the CQAE to be severely damaged shall be rejected and
removed from the site. Minor damage and defects shall be repaired by the
Installer.
2. The Installer will be responsible for making certain that the Manufacturer,
geomembrane type, and thickness of each panel in a shipment are correct. The
CQAE will also maintain a log of geomembrane panel deliveries throughout the
construction process. This log shall include, at a minimum, the following:
3. Manufacture date
4. Date of receipt at the site
5. Panel and lot batch numbers.
6. The CQAE will be responsible throughout the pre-construction, construction, and
post construction periods for observing and documenting the handling and
storage of the RPE geomembrane to ensure that the integrity of the material is
preserved. The CQAE will ensure the following:
7. Fabricated panels (accordion-folded in one direction, rolled in the other direction)
will be unloaded from trucks in such a way that no damage occurs to the
geomembrane.
8. Fabricated panels accordion folded in both directions will not be used.
9. Fabricated panels on pallets will be moved by forklifts.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Eagle Landfill CQAQCP
December 5, 1995
Revised May 10, 1996
Revised January 2020
Page 34
10. Folds of fabricated panels shall be examined for damage, particularly at kinks in
the folds.
11. All material will be stored on smooth clean dry level surfaces such that it will not
be damaged, become dirty, or get wet internally.
12. Depending on the timeline of the project, material shall be stored in a safe central
location then staged at appropriate intermediate locations for deployment.
13. Fabricated panels will ultimately be placed in the correct location and in the
correct orientation for deployment as shown on the protective packaging or in
contained deployment instructions.
4.3.3 Foundation
The Earthwork Contractor will be responsible for preparing the subgrade according to
the Design Plans and Drawings and this CQAQCP.
After the underlying surface has been accepted by the CQAE, it will be the Installer's
responsibility to report to the CQAE any change in that surface that may require repair
work. The supporting surface will be examined by the Installer and the CQAE to
evaluate the surface conditions immediately prior to placement of the RPE
geomembrane. The CQAE and Installer shall document in the daily report that the
subgrade surface condition is compatible with the geosynthetics to be installed. All
observations by the CQAE and Geomembrane Installer shall be documented. It is the
Earthwork Contractor’s responsibility to maintain the subgrade surface in a condition
acceptable to the CQAE and Geomembrane Installer for geomembrane installation.
The RPE geomembrane must not be susceptible to differential settlement and there
shall be no standing water on the subgrade when the liner is placed.
4.3.4 Placement Criteria
A panel layout and deployment instructions will be prepared by the Installer and provided
to the CQAE at least ten calendar days prior to installation of the RPE geomembrane.
Panels shall by unrolled and unfolded as indicated in the instructions. Unfolding shall be
done with a person every 15 to 30 feet, depending on the size/weight of the panel.
RPE geomembrane placement must not be conducted during strong or gusty winds or
during precipitation events and lightning storms. The CQAE will perform/document the
following:
1. Evaluate and document weather conditions for geomembrane placement and
inform MCSWM and the Installer when weather conditions do not meet
specifications, so a determination of installation can be made.
2. Monitor and document geomembrane placement as well as conditions of panels
as placed:
3. Noting panel defects, tears, or other deformities
4. Measuring in-place panel dimensions
5. Recording panel numbers.
6. Document that the equipment used does not damage the geomembrane by
handling, heat, leakage of hydrocarbons, or by any other means.
7. Document that the prepared soil surface for the geomembrane has not
deteriorated since previous acceptance.
8. Document that personnel working on geomembranes do not smoke, wear
damaging clothing, or engage in activities that would damage the geomembrane.
9. Document that adequate means are used to prevent uplift by wind while
preventing damage to the geomembrane or supporting earthen foundation.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Eagle Landfill CQAQCP
December 5, 1995
Revised May 10, 1996
Revised January 2020
Page 35
10. Document that the direct contact with the geomembrane will be minimized.
The geomembrane will be protected by geotextiles or extra geomembrane
materials in areas where excessive traffic is anticipated.
11. Document that the heavy construction equipment shall not be allowed to move
directly on any deployed geomembrane. This includes rubber tired vehicles such
as automobiles and pickup trucks but does not include lightweight equipment like
all-terrain vehicles.
12. Document that the construction machinery must not perform sudden starts,
stops, or sharp turns over the geomembrane.
13. Document that the cover material, if applicable, must be placed from the bottom
of slopes to the top.
14. Document that the cover material must be placed in such a manner as not to
induce wrinkles in the underlying geomembrane.
15. Document all equipment that the contractor proposes to use within the
geomembrane footprint is approved by the CQAE.
4.3.5 Geomembrane Seaming
All welding shall be completed by the Geosynthetic Manufacturer prior to delivery of the
geomembrane on site.
Welding should be done as uniformly and consistently as possible. The objective is to
melt the two surfaces and to allow them to cool and solidify as one integral body. When
the weld is sectioned there should not be a well-defined interface, nor should there be
any particulates or voids along the weld line. There should be no crimps due to
overheating. The adjacent geomembrane should not be overheated and oxidized such
that it becomes brittle. The cross sections of welds shall be examined for symmetry,
lack of crimping (overheating), and the presence of voids and foreign particulates. If
voids and particulates are present, the weld will be rejected.
The Geosynthetic Manufacturer is responsible to complete their own fabrication seam
QA/QC during manufacturing. The contractor shall submit the Geosynthetic
Manufacturer’s QA/QC procedures to the CQAE. The contractor must submit the
Geosynthetic Manufacturers QA/QC seam test results, certifications, and test reports for
all welds completed by the Geosynthetic Manufacturers to the CQAE.
If field seaming is necessary, all personnel performing seaming operations must be
qualified by experience and by successfully passing seaming tests for the type of
seaming equipment to be used. All seamers must have seaming experience of a
minimum of 500,000 ft2 of RPE geomembrane using the same type of equipment to be
used on this project. The most experience on-site seamer, the “master seamer” (a
seamer who has successfully seamed a minimum of 2,000,000 ft2 of RPE geomembrane
using the same type of equipment to be used on this project) will have direct supervisory
responsibility at the site over less experienced seamers. The Installer shall provide
documentation of the qualifications of the seaming crew to the CQAE.
4.3.6 Defects and Repairs
This section applies to all defects including damage during placement and repairs from
examinations, tests, or visual observations performed on the RPE geomembrane
material and on field seams.
All areas of the RPE geomembrane will be visually observed and documented by the
CQAE for identification of defects, holes, blisters, undispersed raw materials, large
wrinkles, and any signs of contamination by foreign matter. The surface of the
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Eagle Landfill CQAQCP
December 5, 1995
Revised May 10, 1996
Revised January 2020
Page 36
geomembrane will be clean at the time of visual observation. Each location that fails
visual observation will be marked by the CQAE and repaired by the Installer. Work will
not proceed in any area where defects are identified until suitable repairs are made.
Several procedures exist for the repair of flawed areas. The final decision as to the
appropriate repair procedure will be agreed upon between the Installer and the CQAE
prior to commencement of the repair. The following procedures are available:
1. All non-penetrating linear flaws less than 0.125 inches wide may be repaired with
no more than one extrusion bead of the same base polymer as the
geomembrane.
2. Penetrating holes less than 0.125 inches in diameter that do not expose scrim
yarns may also be repaired with no more than one bead application.
3. Holes that expose scrim yarns and those that are more than 0.125 inches in
diameter shall be patched with the same geomembrane with patch yards
oriented in the same direction as in the geomembrane. The patch shall extend at
least three inches from the edge of the nearest damage if the damaged area is
less than one inch in diameter. When damage exceeds one inch in diameter, the
patch shall extend at least six inches from the nearest damage.
Under no circumstances will parallel and overlapping beads be used to fill in a flawed
area or a gap. All patch extrusion welds shall be vacuum box tested and hot air patches
can be either air lanced or vacuum tested and the results recorded.
Each repair will be examined, numbered, and logged by the CQAE following these
procedures:
1. Performing systematic visual observation of the entire surface of the RPE
geomembrane to locate and document defects and indicate for each defect the
type of repair that is required
2. Monitoring and recording the repair of defects and the non-destructive testing of
all repairs
3. Recording the location and the nature of all defect repairs.
4.3.7 RPE Geomembrane Electronic Leak Location Survey
An electronic leak location survey of the geomembrane may be performed at the option
of the Owner and CQAE. QA associated with an electronic leak location survey would
include the following:
1. Determination of the suitability of site conditions for the survey
2. Performance of the survey in accordance with ASTM D 7007 (water and soil-
covered liners) to identify potential leak locations of the installed geomembrane
3. Potential leak locations would be marked with flags, paint, or other means to
clearly locate the areas. Location coordinates would be recorded
4. Observation and documentation of repairs in accordance with project
specifications, as applicable
5. Following repairs to initially identified perforations, the area at and generally
around the repair will be re-surveyed to determine repair success. This process
will be repeated until all identified perforations have been repaired and
successfully re-tested.
4.3.8 Field Reporting and Documentation
Documenting and reporting methods will be implemented to allow the systematic
recording of results of on-site monitoring and testing. Reporting forms will be used for
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Eagle Landfill CQAQCP
December 5, 1995
Revised May 10, 1996
Revised January 2020
Page 37
panel placement. Unique identifying numbers will be assigned to each panel and used to
reference panel location.
An Installer’s certificate of subgrade acceptance will be obtained prior to panel
placement. Panel location diagrams will be kept showing locations of all panels. These
diagrams will be updated on a daily basis.
Table 12 Material Properties - 45 mil RPE Geomembrane
Property Test Method Minimum Roll
Averages
Typical Roll
Averages
Thickness ASTM D5199 40 mil 45 mil
Weight ASTM D751 190 lbf/msf
27.4 oz/yd2
202 lbf/msf
29.1 oz/yd2
Construction
Ply Adhesion ASTM D6636 24 lbf/in
or FTB
43 lbf/in
Or FTB
Tensile Strength – lbf/in ASTM D7003 182 MD
180 TD
202 MD
200 TD
Tensile Elongation at
Break % (Film Break) ASTM D7003 312 MD
278 TD
347 MD
309 TD
Tensile Elongation at
Break % (Scrim Break) ASTM D7003 30 MD
30 TD
32 MD
35 TD
Tongue Tear Strength –
lbf ASTM D5884 104 MD
99 TD
116 MD
110 TD
Grab Tensile – lbf
(Scrim Break) ASTM D7004 307 MD
296 TD
341 MD
329 TD
Grab Tensile Elongation
at Break % (Scrim
Break)
ASTM D7004 25 MD
25TD
27 MD
28 TD
High Pressure OIT
(HPOIT) ASTM D5885 400 min > 2200 min
Puncture Resistance ASTM D4833 130 lbf 145 lbf
Oven Aging at 85°C2
Standard OIT
High Pressure OIT
ASTM D 7238 35%
60% each formulation
UV Resistance2
High Pressure OIT ASTM D 7238 35% each formulation
Maximum Static Use
Temperature 180 °F
Minimum Static Use
Temperature -70 °F
Manufacturer Seam Testing
Peel Strength (ppi)1 ASTM D 7747 100 Per 750 feet of lineal
seam Shear Strength (ppi)1 ASTM D 7747 20
Air Lance Test1 ASTM D4437 Apparent failure 100% of seam
1 No more than 2 patches per 100 feet of seam
2 Derived from Geosynthetic Research Institute Test Method GM25
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Eagle Landfill CQAQCP
December 5, 1995
Revised May 10, 1996
Revised January 2020
Page 38
4.4 HDPE GEONET (LEAK DETECTION LAYER)
The leak detection layer in the LHP shall consist of HDPE bi-planer 200-mil thick geonet
placed between the secondary and primary liners. The following sections summarize the
quality assurance plan for the geogrid installation.
4.4.1 HDPE Geonet Rolls and Panels
CQA monitoring for the rolls and panels includes:
1. Monitoring and documenting the unloading of trucks delivering geonet rolls to the
site
2. Monitoring and documenting the handling and onsite storage procedures and
location of geonet rolls
3. Review of the Manufacturer’s quality assurance testing for conformance with
specifications summarized in Table 13.
4. Visual review and marking of the geonet as it is unrolled and deployed at the job
site for uniformity, damage, and imperfections.
4.4.2 Geonet Placement
Quality assurance monitoring for geonet placement includes:
1. Monitoring and documenting geonet placement as well as condition of material
as placed, including the following:
2. Noting defects, tears, or other deformities;
3. Orientation of panels as placed;
4. Anchorage procedures;
5. Documentation that cover materials are placed in a manner that prevents
damage to the geonet; and
6. Documentation that each component of the geonet is secured to like components
of adjacent panels.
7. Adjacent panels shall be overlapped a minimum of 4-inches and the geonet
fastened together with contrasting color plastic fasteners, placed at 5-foot
intervals.
8. Adjoining geonet rolls (end to end) along the roll width shall be shingled down in
the direction of the slope, with the up-gradient roll overlapping the down-gradient
roll a minimum of 12-inches across the roll width. The geonet shall be tied every
12-inches across the roll width and every 6-inches in the anchor trench or as
specified by the CQAE.
Table 13 Geonet Material Properties
Property Test Method Required Value Minimum Test
Frequency
Density ASTM D1505 0.94 g/cm3 min.
1/50,000 ft2, min. 1
per resin batch
Thickness ASTM D5199 250 mil
Carbon Black Content ASTM D4218 2% - 3%
Tensile Strength ASTM D7179 55 ppi
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Eagle Landfill CQAQCP
December 5, 1995
Revised May 10, 1996
Revised January 2020
Page 39
4.5 GEOTEXTILES
Geotextiles covered under this section will be used in the following applications:
1. 4-oz/yd2 (minimum) nonwoven geotextile for filtration/separation layer on top of
the leachate sump.
2. 12-oz/yd2 non-woven geotextile for protection of the secondary and primary liners
in the LHP leak detection sump.
3. 16-oz/yd2 nonwoven geotextile for protective layer over the geomembrane.
4. 16-oz/yd2 (minimum) nonwoven geotextile for a separation layer between riprap
and landfill final cover for drainage drop chutes.
4.5.1 Manufacturing
The geotextiles shall be manufactured from polypropylene resin. The geotextiles will be
supplied to the site in factory rolls. The minimum requirements for the geotextiles are
presented in Table 14.
Table 14 Minimum Properties for Non-Woven Geotextiles
Property Test Method 4 oz/sy 12 oz/sy 16 oz/sy Minimum Test
Frequency
Mass per Unit Area
(oz/sy) ASTM D5261 4 12 16 1/100,000 ft2,
min. 1 per resin
lot
Grab Strength (lb.) ASTM D4632 100 320 390
UV Resistance (%
retained after 500
hrs.)
ASTM D4355 >70 >70 >70
Quality control testing will be performed by the Geotextile Manufacturer to demonstrate
compliance with the stated test methods. Prior to delivery of any geotextile rolls to the
site, the Geotextile Manufacturer will provide the CQAE with the following information:
1. Test results conducted by the geotextile and/or resin manufacturer to document
the quality of the resin used in geotextile fabrication.
2. The resin supplier, supplier location, and brand name.
3. The quality control plan that the Geotextile Manufacturer will be using for the
geotextile being supplied.
Every roll delivered to the site must be manufactured and inspected by the Geotextile
Manufacturer according to the following requirements:
1. First quality resins must be used containing no more than two percent recycled
material by weight as determined by thermo-gravimetric analysis. Recycled
polymer will be limited to material generated within the Geotextile Manufacturer's
plant and from the same grade and type resin defined in this plan.
2. The geotextile must contain no needles used in punching.
3. The geotextile must be free of holes and any other signs of contamination by
foreign matter.
The Geotextile Manufacturer will provide certification, based on tests performed by the
Manufacturer's laboratory or other outside laboratory contracted by the Manufacturer,
that the geotextile supplied under this plan meets the stated specifications.
4.5.2 Delivery, Handling, and Storage of Geotextile Rolls
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Eagle Landfill CQAQCP
December 5, 1995
Revised May 10, 1996
Revised January 2020
Page 40
Transportation of the geotextile rolls to the job site is the responsibility of the Geotextile
Manufacturer. All on site handling is the responsibility of the Installer. The geotextile will
be protected during shipment from excessive heat or cold, puncture, cutting, or other
damaging or deleterious conditions. Upon receipt of material shipments at the site, the
Installer shall inspect all materials for defects in the manufacturing process and for
damage during transportation. Materials judged to be severely damaged shall be
rejected and removed from the site. Minor damage and defects shall be repaired by the
Installer. The geotextile rolls will be stored on site in a manner, which prevents excessive
ultraviolet exposure prior to installation.
The CQAE will be responsible throughout the pre-construction and construction periods
for observing and documenting that the Installer uses adequate handling equipment for
moving the geotextile rolls.
The CQAE will be responsible for making certain that the manufacturer, type, and
thickness of each roll in a shipment is correct. The CQAE will also maintain a log of the
geotextile roll delivered throughout the construction process. This log shall include, at a
minimum the following:
1. Manufacture date.
2. Date of receipt at the site.
3. Roll and lot batch numbers.
4.5.3 Placement Criteria
The Installer will handle all geotextiles in such a manner to ensure that they are not
damaged in any way. The CQAE will observe and document that all of the following
steps are performed by the Installer.
1. In the presence of wind, all geotextiles will be secured by suitable methods,
which are protective of the geotextile and the underlying geomembrane.
2. On side slopes, the geotextile shall be rolled down the slope in such a manner as
to continually keep the geotextile in tension.
3. Geotextiles will be cut using only approved geotextile cutters. If the geotextile is
already in place at the time of cutting, special care shall be taken to prevent
damage to the underlying geomembrane.
4. The Installer will take necessary precautions to prevent damage to the GCL and
geomembrane liners during placement of the geotextile.
5. During placement of the geotextile over the geomembrane, care will be taken not
to entrap foreign matter or excessive moisture between the geotextile and
geomembrane.
6. A visual inspection of the geotextile will be carried out over the entire surface
after installation by the Installer, to ensure that no potentially harmful foreign
objects such as needles are present. In addition, the CQAE may undertake a
sweep of the entire surface after installation using a metal detector. All such
foreign objects or material shall be removed.
4.5.4 Seams and Overlaps
The following requirements will be used with regard to seaming and overlapping of
geotextile rolls:
1. Geotextile seams will be continuously welded or sewn and will be overlapped a
minimum of three inches prior to seaming. Spot seaming will not be allowed.
2. Horizontal seams on the landfill side slopes (except as part of a patch) will be
allowed only at the approval of the CQAE.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Eagle Landfill CQAQCP
December 5, 1995
Revised May 10, 1996
Revised January 2020
Page 41
3. The Installer will pay particular attention to seams to ensure that no earthen
materials are inadvertently trapped beneath the geotextile.
4. Any sewing will be performed using polypropylene thread manufactured of the
same base material as the geotextile. The thread shall be resistant to
degradation by ultraviolet radiation.
The CQAE will observe and document that the Installer follows all of the seaming and
overlapping protocol. The CQAE will perform a final geotextile examination after
installation of the geotextile layer has been completed to detect the presence of holes or
tears and to examine seams for tension due to excessive stretching of the fabric during
installation. Repairs will be made for areas not conforming to acceptable practices.
4.5.5 Defects and Repairs
This section applies to all defects including damage during placement and repairs
undertaken based on defects detected during examinations, tests, or visual observations
performed on the geotextile material and on seams used in joining rolls in the field.
The CQAE will examine each roll for damage after placement, but prior to seaming, and
will determine which rolls or portions of rolls should be rejected, repaired, or accepted.
Damaged rolls or portions of rolls, which have been rejected, will be marked, and their
removal from the site will be recorded by the CQAE.
All seam and non-seam areas of the geotextiles will be examined and documented by
the CQAE for identification of defects, holes, undispersed raw materials, large wrinkles,
and any signs of contamination by foreign matter. The surface of the geotextiles will be
clean at the time of examination.
Each location, which fails examination, will be marked by the CQAE and repaired by the
Installer. Work will not proceed in an area where defects are identified until suitable
repairs are made. Each repair will be examined, numbered, and logged by the CQAE.
Any holes or tears in the geotextile will be reported to the CQAE and repaired as follows:
1. A patch made from the same geotextile will be sewed, welded or heat-bonded in
place, with a 3-inch minimum overlap in all directions.
2. Care will be taken to remove any soil or other material, which may have
penetrated a torn geotextile.
4.5.6 Placement of Soil Materials
Placement of soil materials on top of the geotextile will be performed by the Contractor in
such a manner as to confirm the following:
1. Damage of the underlying geotextile or geomembrane does not occur.
2. Slippage of the geotextile on the underlying geomembrane is minimal.
3. No excess tensile stresses are imposed on the geotextile or geomembrane.
If there will be an extended time delay between placement of the geotextiles and the
start of the installation of the overlying material, the Owner/Operator shall make
provisions, approved in advance, to protect the geotextile against excessive exposure to
ultraviolet radiation.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Eagle Landfill CQAQCP
December 5, 1995
Revised May 10, 1996
Revised January 2020
Page 42
5.0 PIPE
This section of the CQAQCP applies to High Density Polyethylene (HDPE) pipes used at
the landfill. Generally, specifications (i.e., material, size, etc.) for pipe and/or culvert used
at the landfill are noted in the construction drawings. The CQAE will be responsible to
ensure that all pipes and/or culverts meet the requirements of the Design Plans and
Drawings and this CQAQCP.
5.1 HDPE PIPE
HDPE pipe manufacture and workmanship shall comply with ASTM D3035 and F714.
Pipe joining shall be by butt fusion welding or by electro-fusion coupling. The HDPE pipe
coupling system shall be approved by the CQAE prior to installation of the pipe. The pipe
shall be leak tested to a minimum of 45 psi for at least ten minutes. The maximum
allowable pressure drop is 3 psi over 10 minutes. The testing procedures shall be
previously approved by the CQAE.
HDPE Pipe installed in the leachate collection sump shall be placed on two, 60-mil
HDPE rub sheets. The pipe shall be backfilled in the sump area with 1 1/2 –inch
concrete aggregate. Local grades are to be adjusted to support the pipe at the bends. At
the access point, the pipe is to be encased in a 36” galvanized CMP pipe with the
annulus filled with hydrated bentonite.
5.2 SMOOTH INTERIOR CORRUGATED POLYETHYLENE PIPE
5.2.1 Culvert Manufacturing
Culvert pipe used on the project shall be high-density polyethylene corrugated pipe with
an integrally formed smooth interior and hydraulic characteristics as specified in the
Design and Construction drawings.
Requirements for test methods, dimensions, and markings are those found in AASHTO
Designations M252 and M294.
Pipe and fittings shall be made of polyethylene compounds, which meet or exceed the
requirements of Type 111, Category 4 or 5, Grade P33 or P34, Class C per ASTM
D1248 with the applicable requirements defined in ASTM D1248. Clean reworked
material may be used.
Minimum parallel plate pipe stiffness values, per ASTM test Method D2412, shall be as
indicated in Table 15.
Table 15 Minimum HDPE Culvert Pipe Stiffness
Diameter (inches) Pipe Stiffness (psi)
18 56
24 50
30 46
36 40
42 35
48 35
60 30
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Eagle Landfill CQAQCP
December 5, 1995
Revised May 10, 1996
Revised January 2020
Page 43
The nominal size for the pipe and fittings is based on the nominal inside diameter of the
pipe. Corrugated fittings shall be either molded or fabricated by the manufacturer.
Fittings supplied by manufacturers other than the supplier of the pipe shall not be
permitted without the approval of the CQAE.
Joints shall be made with split couplings, corrugated to engage the pipe corrugations,
and shall engage a minimum of four corrugations, two on each side of the pipe joint. A
neoprene gasket shall be utilized with each coupling to provide a soil-tight joint.
A manufacturers' certification that the product was manufactured, tested, and supplied in
accordance with this specification shall be furnished to the CQAE.
5.2.2 Culvert Placement
Installation shall be in accordance with ASTM Recommended Practice D2321 or as
specified by the CQAE.
Pipe bedding (see Section 3.2.2.5) shall be used as the bedding and envelope material
around the culvert. Testing requirements for the pipe bedding are also provided in
Section 3.2.3.3. Soil used as the backfill material above the bedding shall be approved
by the CQAE and shall be compacted to a minimum of 92% of maximum modified
Proctor density at ± 4% of optimum moisture content. The soil shall be compacted in lifts
not greater than eight inches thick (loose). The soil shall extend above the pipe to the
recommended minimum height of cover. At least one moisture density test shall be
conducted per lift of soil per culvert installation.
Culverts shall be placed based on elevations specified on the Construction Drawings or
as otherwise indicated by the CQAE based on field conditions.
5.2.3 Acceptance Criteria
The pipe and fittings shall be free of foreign inclusions and visible defects. Holes in the
corrugation crests or sidewalls shall be considered unacceptable. The ends of the pipe
shall be cut squarely and cleanly so as not to adversely affect joining. All joints shall be
observed and accepted by the CQAE prior to backfilling around the culvert.
Survey of the inlet and outlet inverts of the culverts shall be conducted to the nearest 0.1
foot vertical and 0.5 foot horizontal. Survey of the cover thickness (as specified on the
Design and Construction Drawings) shall verify conformance to the same tolerance as
the inlet and outlet survey.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Eagle Landfill CQAQCP
December 5, 1995
Revised May 10, 1996
Revised January 2020
Page 44
6.0 CONCRETE
This section of the CQAQCP applies to concrete used at the landfill. Generally,
specifications (i.e., material, size, etc.) for concrete used at the landfill are noted in the
construction drawings. The CQAE will be responsible to ensure that all concrete and
concrete structures meet the requirements of the Design Plans and Drawings and this
CQAQCP.
6.1 CONCRETE STRUCTURES
This section covers cast-in-place concrete, including furnishing materials, transporting,
placing, finishing, curing, and other appurtenant items of construction. Concrete,
concrete structures and workmanship shall comply with ACI standard specifications 301,
304-309 and 318.
6.2 SUBMITTALS
A proposed mix design shall be submitted to the CQAE prior to commencing concrete
work and obtain CQAE approval. Certified test reports describing proposed concrete mix
design, including:
1. Fine aggregates - Source, type, gradation, deleterious substances, and bulk
specific gravity on the basis of weight of saturated surface - dry aggregate
(ASTM C128).
2. Coarse aggregate - Source, type, gradation, deleterious substances, and bulk
specific gravity on the basis of weight of saturated surface-dry aggregate (ASTM
C217).
3. Ratio of fine to total aggregates.
4. Weight (surface dry) of each aggregate per cubic yard.
5. Total water content in gallons per cubic yard and proposed source.
6. Slump on which design is based.
7. Brand, type, and quantity of cement.
8. Brand, type, and quantity of admixtures.
9. Air content.
10. Two (2) sets of compression test cylinders, two (2) cylinders per set, Shall be
made for each proposed mix. Test one (1) set of two (2) cylinders at age seven
(7) days and other set at twenty-eight (28) days.
6.3. JOB CONDITIONS
Do not place concrete during rain, sleet, or snow unless adequate protection is provided
and CQAE approval is obtained. Do not allow rainwater to increase mixing water or
damage surface finish.
Cold Weather Concreting: Conform to ACI 306, "Cold Weather Concreting".
Temperature of concrete when placed shall not be less than following:
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Eagle Landfill CQAQCP
December 5, 1995
Revised May 10, 1996
Revised January 2020
Page 45
Table 16: Required Concrete Temperature for Cold Weather Concrete Placement
Air Temp. oF.
Concrete Temperature oF.
Sections with least
dimensions under 12”
Sections with least dimension
12” and over
30 to 45 600F 50oF
0 to 30 650F 550F
Below 0 700F 600F
When placed, heated concrete shall not be warmer than eighty degrees Fahrenheit
(800F). Prior to placing concrete, all ice, snow, and surface and subsurface frost shall be
removed; and the temperature of the surfaces to be in contact with the new concrete
shall be raised above thirty-five degrees Fahrenheit (350F). Protect concrete from
freezing during specified curing period.
Hot Weather Concreting - Conform to ACI 305," Hot Weather Concreting". Temperature
of concrete, when placed, shall not exceed eighty-five degrees Fahrenheit. Do not use
cement which has reached a temperature of one hundred seventy degrees Fahrenheit
(1700F) or more.
6.4 INSTALLATION
Remove any hardened concrete and foreign material from inner surface of conveying
equipment. Prepare subgrades in accordance with ACI 301, Chapter 11. Moisten
subgrade prior to placement but do not cause water to pond, muddy conditions, or cause
soft spots to appear.
On all surfaces not exposed to view such as surfaces in contact with earth, remove all
fins and other surface projections and fill all tie holes with patching mortar. On all
exposed surfaces use form facing to produce a smooth, hard, uniform surface, keep
number of seams to a minimum, remove all fins and projections, fill all tie holes with
patching mortar and repair and patch all defects.
6.5 ACCEPTANCE CRITERIA
The concrete structures shall be free of foreign inclusions and visible defects. Holes in
the surface shall be considered unacceptable. All faces of the structure shall be
observed and accepted by the CQAE prior to backfilling.
Survey of all critical design points shall be conducted to the nearest 0.1 foot vertical and
horizontal.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL
LEACHATE HOLDING POND CONSTRUCTION TECHNICAL
SPECIFICATIONS
PREPARED FOR:
EAGLE COUNTY SOLID WASTE & RECYCLING
815 UTE CREEK RD.
WOLCOTT, CO 81655
PREPARED BY:
SOUDER, MILLER & ASSOCIATES
Michael J. Pretti, P.E. Winn Cowman
Senior Engineer III Senior Scientist
Date: January 2020
Project No.: 4D25803
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
TABLE OF CONTENTS
SECTION 01 00 00 – BASIC REQUIREMENTS ............................................................................. 1
SECTION 31 05 16 – GRANULAR MATERIALS .......................................................................... 13
SECTION 31 05 19.13 ‐ GEOTEXTILE ........................................................................................ 18
SECTION 31 05 19.15 ‐ GEOSYNTHETIC CLAY LINER ................................................................ 22
SECTION 31 05 19.16 ‐ REINFORCED POLYETHYLENE (RPE) LINER CONSTRUCTION ................. 28
SECTION 31 05 19.18 ‐ GEONET .............................................................................................. 33
SECTION 31 10 00 – SITE CLEARING ........................................................................................ 38
SECTION 31 22 13 – ROUGH GRADING ................................................................................... 40
SECTION 31 23 17 – TRENCHING ............................................................................................ 44
SECTION 31 23 23 – BACKFILL ................................................................................................ 48
SECTION 32 11 23 ‐ AGGREGATE ............................................................................................ 53
SECTION 32 31 13 ‐ CHAIN LINK FENCES AND GATES .............................................................. 54
SECTION 32 92 19 – SEEDING ................................................................................................. 58
SECTION 33 42 13 – PIPE CULVERT ......................................................................................... 63
SECTION 33 47 30 ‐ HDPE PIPE AND FITTINGS ........................................................................ 66
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Basic Requirements – 01 00 00
Page 1
SECTION 01 00 00 – BASIC REQUIREMENTS
PART 1 GENERAL
1.1 SUMMARY
1.1.1 CONTRACT DESCRIPTION
A. Work of the Project includes the construction of solid waste disposal Phase 7B & 7C including
excavation, grading, installation of a clay liner, HDPE geomembrane liner, geocomposite
drainage layer, and operations layer and construction of perimeter earthwork. An access road
and site drainage will also be constructed.
B. Perform Work of Contract under a stipulated price basis with the Owner in accordance with the
Contract.
1.1.2 SPECIAL CONSIDERATION
A. Earthwork will be completed by the Contractor, including finishing cells, roads, and drainage to
grade and fine grading.
B. Contractor is responsible for the excavation and backfilling of anchor trenches, if required.
C. Contractor is required to place the operations layer over liner materials.
D. Contractor, or Contractor’s subconsultant, is required to provide and place all geosynthetic
materials.
E. Contractor is responsible for cell dewatering and cleanup if rainfall occurs during the
construction period.
F. The geosynthetics pay quantities will not include liner material in an anchor trench, overlap, or
waste. Measurement will be from the inside edge of the anchor trench, edge of liner at interim
termination berm, and/or edge of liner at tie‐in to existing clay liner and existing geosynthetic
liner tie‐in. The cost for material not included in the measured pay quantity (overlap, waste,
material in anchor trench, etc.) must be included in the unit price.
G. Water for construction is available for use on site, as presented on Sheet 2 of the Construction
Drawings.
H. Contractor shall prepare record drawing information under the direction of a Licensed
Professional Surveyor. Refer to Article 1.8.7 Project Record Documents below for specific
requirements related to As‐Built Drawings.
I. Contractor must maintain a full set of Construction Drawings, Technical Specifications, and the
Construction Quality Assurance/Quality Control (CQAQC) Plan at the construction site at all
times throughout the construction process. All subcontractors must possess at least all
Construction Drawings and Technical Specifications pertaining to their portion of the work while
on the construction site at all times.
1.1.3 WORK BY OWNER
A. Not applicable.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Basic Requirements – 01 00 00
Page 2
1.1.4 CONTRACTOR’S USE OF PREMISES
A. Campus hours of operation are Monday through Friday from 7:00 AM to 4:30 PM and 8:00 AM
to 3:00 PM on Saturday. If the Contractor needs to work outside of these hours, arrangements
shall be made with the Owner at least three (3) days in advance. During such work, the
Contractor shall be responsible for all site security.
B. The Contractor shall resist operations as nearly as possible to the immediate site. Unnecessary
cutting of vegetation adjacent to the site is prohibited. Every effort shall be made to minimize
erosion during and after construction and the site shall be returned to its original condition,
except where improvements are indicated or required.
C. The Contractor shall take affirmative action to prevent the misuse of the natural environment,
wasting of natural resources, or destruction of natural values.
1.2 PRICE AND PAYMENT PROCEDURES
1.2.1 UNIT PRICES
A. Engineer or Engineer’s representative will take measurements and compute quantities
accordingly; all quantities will be in‐place. The Contractor will assist in taking of measurements
and determination of work prior to preparation of corresponding Application for Payment.
B. As indicated on the Bill of Quantities, all payments shall be based on in‐place surveyed
quantities or lump sum. No payment will be made for pipe wastage or soil consolidation. The bid
price should include installed quantities for all items unless identified differently in the Bill of
Quantities.
C. The geosynthetics pay quantities will not include liner material in an anchor trench, overlap, or
waste. Measurement will be from the inside edge of the anchor trench, edge of liner at interim
termination berm, and/or edge of liner at tie‐in to existing clay liner and existing geosynthetic
liner tie‐in. The cost for material not included in the measured pay quantity (overlap, waste,
material in anchor trench, etc.) must be included in the unit price.
1.2.2 GENERAL WORK ITEMS
A. Include, when appropriate, costs for the following work items which are common to all items on
the Bill of Quantities:
1. Maintenance, protection, replacement, and/or repair of damaged facilities outside the
area identified for payment in a separate item
2. Site access requirements including temporary soil material as required for the
Contractor to access the work and equipment
3. Dust control, including watering of grades and construction access/haul roads
4. Traffic control
5. Erosion control construction
6. Right‐of‐way requirements
7. Construction staking and other survey work not provided by the Owner
8. Location of existing utilities and piping
9. Protection of existing underground piping, utilities, and site groundwater monitoring
wells (that are not already scheduled to be abandoned)
10. Quality assurance and quality control testing and inspections not provided by the Owner
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Basic Requirements – 01 00 00
Page 3
11. All safety‐related costs
12. Attendance at construction meetings
13. Shop drawings and other submittals
1.3 ADMINISTRATIVE REQUIREMENTS
1.3.1 COORDINATION
A. Coordinate scheduling, submittals, and Work of various sections of specifications to ensure
efficient and orderly sequence of installation of interdependent construction elements.
B. The Contractor is responsible for obtaining all necessary permits from regulatory agencies
having jurisdiction.
C. The Contractor is responsible for timely scheduling of any pertinent inspections with local,
county and state agencies with jurisdiction, and as required by the permits.
D. All notices, demands, requests, instructions, approvals, proposals and claims must be in writing.
E. Any notice or demand upon the Contractor shall be sufficiently given if delivered at the office of
the Contractor stated on the signature page of the Contract Documents.
F. All papers required to be delivered to the Owner shall, unless otherwise specified in writing to
the Contractor, be delivered to the Owner at the address stated in the Contract Documents.
G. Any such notice shall be deemed to have been given as of the time of actual deliver, in the case
of mailing, when the same should have been received in due course of post, or in the case of
certified mail, or telephone facsimiles, at the time of actual receipt as the case may be.
1.3.2 SUSPENSION OF WORK
A. The Owner may order suspension of work due to seasonal or other conditions unsuitable for
construction work.
B. Maintenance during suspension: Prior to suspension for any cause, the Contractor shall take
necessary precautions to protect the work during the period of suspension from any factors
which would contribute to its deterioration.
C. Time elapsed during suspension of the work shall not count as contract time. The contractor
shall make no claim for damages due to delay, additional mobilization charges, nor any
additional costs that may be incurred solely due to suspension of work.
D. Requests for additional time to be added after the “contract completion date” due to delays or
extra work shall be made to the Owner in writing by the Contractor within ten (10) days after
the time of the occurrence of the delay or receipt of a Change Order for extra work. Such
requests shall set forth the justification for the additional time.
E. Upon approval, the additional contract time shall then be in full force and effect, the same as
though it were the original date for completion and will be shown as the completion date plus
an amount of additional working days. Any time required to complete the work beyond the
contract time or additional contract time will result in the assessment of liquidated damages, as
specified in the Contract Documents. Failure to make such requests within the above limits will
be considered as a waiver on the part of the Contractor as to the need for additional contract
time.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Basic Requirements – 01 00 00
Page 4
1.3.3 FIELD ENGINEERING
A. Establish elevations, lines, and levels and certify and confirm elevations and locations of the
Work, conforming with the Contract Documents, with the Engineer prior to performing any
excavation.
B. Verify field measurements are as indicated on shop drawings or as instructed by manufacturer.
C. From the information provided by the Owner, the Contractor shall develop and make all detail
surveys needed for construction such as slope stakes, batter boards, easement alignments,
stakes for pipe locations and other working points, lines, elevations and cut sheets.
1.3.4 PRE‐CONSTRUCTION MEETING
A. The Engineer will schedule a Pre‐Construction meeting after the Notice of Award for affected
parties.
B. The Contractor, or his duly authorized representative, and subcontractor representatives will
attend the meeting.
1.3.5 PROGRESS MEETINGS
A. Schedule in coordination with the Engineer as necessary and attend all Progress Meetings
throughout progress of the Work.
B. The purpose of the meetings will be to review the following:
1. Work progress since previous meetings.
2. Field observations, problems, conflicts.
3. Problems which impede construction schedule.
4. Corrective measures and procedures to regain projected schedule.
5. Revisions to construction schedule.
6. Plan progress and schedule during succeeding work period.
7. Coordination of schedules.
8. Off‐site fabrication and delivery schedules.
9. Maintenance of quality standards.
10. Proposed changes, construction schedule and completion date.
11. Coordination of separate contracts.
12. Record or “as‐built” drawings of completed work.
13. Other business as required.
14. Regulatory requirements.
15. Funding requirements.
C. During each meeting, the Contractor is required to present any issues which may impact the
Work, with a plan to resolve these issues expeditiously.
D. Together with each payment application, the Contractor must present the current as‐built
drawings reflecting all work performed to date.
1.4 SUBMITTALS
1.4.1 SUBMITTAL PROCEDURES
A. Identify Project, Contractor, subcontractors and suppliers; pertinent drawing and detail number,
and specification section number, appropriate to submittal.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Basic Requirements – 01 00 00
Page 5
B. Apply Contractor’s stamp as applicable, signed or initialed, certifying that review, verification of
Products required, field dimensions and elevations, adjacent construction Work, and
coordination of information is in accordance with requirements of the Work and Contract
Documents.
C. Identify variations from the Contract Documents or system limitations which may be
detrimental to successful performance of completed Work.
D. Revise and resubmit submittals as required by the Engineer; identify changes made since
previous submittal.
E. Prior to commencing construction activities, the Contractor must submit a safety plan for
approval by the Engineer.
1.4.2 CONSTRUCTION PROGRESS SCHEDULES
A. Submit initial progress schedule after Owner‐Contractor Agreement for Engineer review.
B. Submit revised schedules with each Application for Payment, identifying changes since previous
version. Indicate estimated percentage of completion for each item of Work at each submission.
C. Distribute copies of reviewed schedules to Project site file, subcontractors, suppliers, and other
concerned parties.
D. Show complete sequence of construction by activity, identifying Work of separate stages and
other logically grouped activities. Indicate early and late start, early and late finish, float dates,
and duration.
E. Indicate delivery dates for Owner furnished products and products identified in the Bill of
Quantities.
1.4.3 PROPOSED PRODUCTS LIST
A. Unless required as an attachment to Bid, after date of Owner‐Contractor Agreement, submit list
of major products proposed for use, with name of manufacturer, trade name, and model
number of each product per the CQAQC Plan.
B. For products specified only be reference standards, give manufacturer, trade name, model or
catalog designation, and reference standards.
1.4.4 PRODUCT DATA
A. Product Data: Submit to Engineer for review, per CQAQC Plan, for limited purpose of checking
for conformance with information given and design concept expressed in Contract Documents.
B. Submit copies and distribute in accordance with Submittal Procedures article.
C. Mark each copy to identify applicable products, models, options, and other data. Supplement
manufacturers' standard data to provide information specific to this Project.
D. Indicate product utility and electrical characteristics, utility connection requirements, and
location of utility outlets for service for functional equipment and appliances.
1.4.5 SHOP DRAWINGS
A. Shop Drawings:
1. Submitted to Engineer, per CQAQC Plan, for review for limited purpose of checking for
conformance with information given and design concept expressed in Contract
Documents.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Basic Requirements – 01 00 00
Page 6
2. Include detail design calculations, shop drawings, fabrication, installation drawings,
erection drawings, list, graphs, catalog sheets, data sheets, and similar items.
3. Design calculations shall bear the signature and seal of an engineer registered in the
appropriate branch and in the state wherein the project is to be built, unless otherwise
directed.
4. After review, provide copies and distribute in accordance with Submittal Procedures
article and for record documents purposes as specified.
5. Except as may otherwise be indicated herein, the Engineer will return copies of each
submittal to the Contractor with comments noted thereon, within 30 calendar days
following their receipt by the Engineer.
B. Indicate special utility and electrical characteristics, utility connection requirements, and
location of utility outlets for service for functional equipment and appliances.
C. Submit number of opaque reproductions Contractor requires, plus two copies Engineer will
retain.
1.4.6 TEST REPORTS
A. Submit for Engineer's knowledge as contract administrator or for Owner.
B. Submit test reports, per CQAQC Plan, for information for limited purpose of assessing
conformance with information given and design concept expressed in Contract Documents.
1.4.7 MANUFACTURER’S INSTRUCTIONS AND CERTIFICATES
A. When specified in individual specification sections, submit manufacturer printed instructions for
delivery, storage, assembly, installation, start‐up, adjusting, and finishing, to Engineer for
delivery to Owner in quantities specified for Product Data.
B. Indicate special procedures, perimeter conditions requiring special attention, and special
environmental criteria required for application or installation.
C. When specified in individual specifications sections, submit certifications by manufacturer to
Engineer, in quantities specified for Product Data.
D. Indicate material or Product conforms to or exceeds specified requirements. Submit supporting
reference data, affidavits, and certifications as appropriate.
E. Certificates may be recent or previous test results on material or Product but must be
acceptable to Engineer.
1.5 QUALITY REQUIREMENTS
1.5.1 QUALITY CONTROL
A. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and
workmanship, to produce Work of specified quality, per CQAQC Plan.
B. Comply with manufacturer’s instructions.
C. Comply with specified standards as minimum quality for the Work except when more stringent
tolerances, codes, or specified requirements indicate higher standards or more precise
workmanship.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Basic Requirements – 01 00 00
Page 7
1.5.2 TOLERANCES
A. Monitor fabrication and installation tolerance control of installed products over suppliers,
manufacturers, products, site conditions, and workmanship, to produce acceptable Work, per
CQAQC Plan. Do not permit tolerances to accumulate.
B. Comply fully with manufacturer’s tolerances.
1.5.3 REFERENCES
A. Conform to reference standards by date of issue current as of date of Contract Documents.
B. When specified reference standard conflict with Contract Documents, request clarification from
Engineer before proceeding.
1.5.4 MANUFACTURER’S FIELD SERVICES AND REPORTS
A. Per CQAQC Plan, when specified in individual specification sections, require material or product
suppliers or manufacturers to furnish qualified staff personnel to observe site conditions and to
initiate instructions when necessary.
B. Report observations and site decisions or instructions that are supplemental or contrary to
manufacturer’s written instructions.
1.5.5 EXAMINATION
A. Per CQAQC Plan, verify existing site conditions and substrate surfaces are acceptable for
subsequent Work. Beginning new Work means acceptance of existing conditions.
B. Verify utility services are available, of correct characteristics, and in correct location.
C. Contractor is solely responsible for utility location, protection and verification.
D. It shall be the responsibility of the Contractor to become acquainted with the location of all
underground structures which may be encountered, or which may affect the Work hereunder.
1.6 TEMPORARY FACILITIES AND CONTROLS
1.6.1 TEMPORARY SERVICES
A. Maintain uninterrupted water and electric service to all properties adjoining the Work, except
where specifically approved by the authority having jurisdiction. Services damaged by the
Contractor shall be immediately and permanently repaired or replaced at the expense of the
Contractor. Give a minimum of 48‐hour advance notice to occupants of adjacent properties
before interrupting any service. Any interruption of service shall be kept to the minimum length
of time possible.
B. Until final inspection and approval of the Work and issuance of the Certificate of Substantial
Completion, the Contractor is responsible for all Work directly or indirectly affected by the
Contractor’s activities. Such responsibility continues for all Work detailed on the punch list that
may accompany the Certificate of Substantial Completion, until satisfactorily completed by the
Contractor and approved by the Owner and Engineer.
C. Furnish, install and maintain any temporary water storage structures, electrical connections,
meters, wiring, outlets, switches, lamps, etc., as necessary for the work. The Contractor shall
provide such temporary heat as may be necessary for the prevention of injury to the work or
material through dampness or cold. All temporary connections, installations, facilities and
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Basic Requirements – 01 00 00
Page 8
supplies furnished or installed as specified in this paragraph, shall be removed prior to the
completion of the Contract, and the premises left perfectly clean and satisfactory to the Owner.
D. Maintain ambient temperature above freezing in enclosed/occupied areas where construction is
in progress, unless indicated otherwise in specifications.
E. Provide temporary electricity and power outlets for construction operations, connections,
branch wiring, distribution boxes, and flexible power cords as required. Do not disrupt Owner's
need for continuous service.
F. Provide and maintain required sanitary facilities and enclosures in clean and sanitary condition.
1.6.2 ACCESS ROADS
A. Construct and maintain temporary roads accessing public thoroughfares to serve construction
area.
B. Existing on‐site roads, designated by the Owner, may be used for construction traffic.
1.6.3 PROGRESS CLEANING AND WASTE REMOVAL
A. Collect and maintain areas free of waste materials, debris, and rubbish. Maintain site in clean
and orderly condition.
B. Remove waste and surplus materials, rubbish, and construction facilities from site. Restore all
job sites and adjoining areas, including roads and driveways, to a condition equal to or better
than the original status. Special attention will be made to not disturb unimproved roads by
placing any excavated material to the sides of these roads when water lines are located along
the right‐of‐way.
C. Brush and trees shall be felled parallel to the right‐of‐way to minimize damage to trees and
structures on adjacent property. All brush, tree tops, stumps and other debris shall be removed
from the right‐of‐way and disposed of by the Contractor, subject to and in conformity with the
special provisions applying to the tract of land involved (if any). The Contractor shall not destroy
nor remove any trees, shrubbery, nor any other improvements, without permission of the
Owner.
D. The Contractor shall not dispose of debris, refuse or sanitary wastes in an open dump or in a
natural watercourse, whether on public or private property, or in such places that undesirable
wastes can eventually be exposed or carried to a natural watercourse.
1.6.4 PROTECTION OF INSTALLED WORK
A. Protect installed Work and provide special protection where specified in individual specification
sections.
1.6.5 SECURITY
A. Provide security and facilities to protect Work and existing facilities, and Owner’s operations
from unauthorized entry, vandalism, or theft.
1.6.6 WATER CONTROL
A. Provide erosion control.
B. Maintain excavations free of water. Provide, operate, and maintain pumping equipment.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Basic Requirements – 01 00 00
Page 9
C. The Contractor shall submit to the Owner’s Representative a Storm Water Pollution Prevention
Plan (SWPPP) that will address all construction phases and the proposed pollution prevention
and sediment control measures. This shall be done in accordance with the National Pollution
Discharge Elimination System (NPDES) general permit requirements for all construction activities
and shall include all required reporting.
D. The Contractor shall conduct his operations to minimize damage to natural watercourses, and
shall not permit petroleum products, volatile fluid wastes, or any other wastes which are
prohibited by local ordinances, or excessive amounts of silt, clay, or mud to enter any drainage
system. The bed of natural watercourses or man‐made irrigation ditches shall be restored to
normal gradient and cross‐section after being disturbed.
1.6.7 POLLUTION AND ENVIRONMENTAL CONTROL
A. Provide methods, means, and facilities to prevent contamination of soil, water, and atmosphere
from discharge of noxious, toxic substances, and pollutants produced by construction
operations.
B. Provide dust control, erosion and sediment control, noise control, pest control and rodent
control to allow for proper execution of the Work. Short term effects of dust produced by
equipment will be mitigated by sprinkling traffic areas with water. Motor equipment shall be
kept in repair and equipped with anti‐pollution devices, if possible, to cut down on exhaust
emissions. Burning as a method of cleaning or disposal will not be permitted without approval of
the proper authorities.
C. Comply with all applicable standards, orders, or regulations issued pursuant to the applicable
regulatory agencies. Violations will be reported as necessary.
D. The Contractor shall be responsible for the reporting and the cleanup of spills associated with
project construction and shall report and respond to spills of hazardous materials such as
gasoline, diesel, motor oil, solvents, chemicals, toxic and corrosive substances, and other
materials which may be a threat to the public health or the environment. The Contractor shall
be responsible for reporting past spills encountered during construction and of current spills not
associated with construction. The Contractor shall clean up any unreported spills associated
with project construction identified after construction.
1.6.8 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS
A. Remove temporary utilities, equipment, facilities, and materials, prior to Substantial Completion
review.
B. Clean and repair damage caused by installation or use of temporary work.
C. Restore existing facilities used during construction to original condition. Restore permanent
facilities used during construction to specified condition.
1.7 PRODUCT REQUIREMENTS
1.7.1 PRODUCTS
A. Products: Means new material, machinery, components, equipment, fixtures, and systems
forming the Work, but does not include machinery and equipment used for preparation,
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Basic Requirements – 01 00 00
Page 10
fabrication, conveying and erection of the Work. Products may also include existing materials or
components specifically identified for reuse.
B. Do not use materials and equipment removed from existing premises, except as specifically
identified or allowed by the Contract Documents.
C. Provide interchangeable components of same manufacturer for components being replaced.
1.7.2 DELIVERY, HANDLING, STORAGE, AND PREPARATION
A. Per CQAQC Plan, deliver, handle, store, and protect Products in accordance with manufacturer's
instructions.
1.7.3 SUBSTITUTIONS
A. Substitutions will only be considered when Product becomes unavailable through no fault of
Contractor, or where an “approved equal” is specifically allowed elsewhere in the Technical
Specifications or noted on the Construction Drawings.
B. Specific manufacturers may be required for certain items in order to maintain consistency with
the Owner’s existing inventory. In such cases, substitutions will not be allowed as indicated in
each specification section where applicable.
C. Document each request with complete data substantiating compliance of proposed Substitution
with Contract Documents.
1.8 EXECUTION REQUIREMENTS
1.8.1 CLOSEOUT PROCEDURES
A. Submit written certification Contract Documents have been reviewed, Work has been inspected,
and Work is complete in accordance with Contract Documents and ready for Engineer's
inspection.
B. Submit final Application for Payment identifying total adjusted Contract Price, previous
payments, and amount remaining due.
1.8.2 FINAL CLEANING
A. Execute final cleaning prior to final inspection.
B. Upon completion of the work under this contract, thoroughly clean and make any needed
repairs caused by damage during construction to any existing utilities or other structures on the
site.
C. Notify the Engineer in writing once final cleaning is complete. The final estimate will not be
prepared until the Contractor has complied with all requirements set forth and the Engineer has
made a final inspection of the entire work and is satisfied that it is properly constructed and the
site properly cleaned.
1.8.3 STARTING OF SYSTEMS
A. Provide seven [7] days notification prior to start‐up of each item.
B. Ensure each piece of equipment or system is ready for operation.
C. Execute start‐up under supervision of responsible persons in accordance with manufacturer’s
instructions.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Basic Requirements – 01 00 00
Page 11
D. Submit written report stating equipment or system has been properly installed and is
functioning correctly.
1.8.4 DEMONSTRATION AND INSTRUCTIONS
A. Demonstrate operation and maintenance of Products to Owner’s personnel prior to the date of
Substantial Completion.
B. Demonstrate start‐up, operation, control, adjustment, trouble‐shooting, servicing, maintenance,
and shutdown of each item of equipment at agreed‐upon times, at designated location.
1.8.5 TESTING, ADJUSTING, AND BALANCING
A. Adjust operating products and equipment to ensure smooth and unhindered operation.
B. Owner retains the right to appoint, employ, and pay for services of independent firm to perform
testing, adjusting, and balancing. Reports will be submitted by independent firm to Engineer
indicating observations and results of tests and indicating compliance or non‐compliance with
specified requirements and with requirements of Contract Documents.
C. Contractor will cooperate with independent firm; furnish assistance as requested.
D. Re‐testing required because of non‐conformance to specified requirements will be charged to
Contractor.
1.8.6 PROTECTING INSTALLED CONSTRUCTION
A. Provide temporary and removable protection for installed products. Control activity in
immediate work area to prevent damage.
B. Protect finished floors, stairs, and other surfaces from traffic, dirt, wear, damage, or movement
of heavy objects, by protecting with durable sheet materials.
C. Prohibit traffic or storage upon waterproofed or roofed surfaces. When traffic or activity is
necessary, obtain recommendations for protection from waterproofing or roofing material
manufacturer.
D. Prohibit traffic from landscaped areas.
1.8.7 PROJECT RECORD DOCUMENTS
A. Maintain on site one set of Contract Documents to be utilized for record documents.
B. Record actual revisions to the Work. Record information concurrent with construction progress.
C. Specifications: Legibly mark and record at each Product section description of actual Products
installed.
D. Record Documents and Shop Drawings (As‐Built Drawings): Legibly mark each item to record
actual construction. Deliver As‐Built Drawings with redlines to the Owner upon completion of
the Project. The As‐Built Drawings will be submitted to the Engineer prior to processing of final
payment to the Contractor.
E. Contractor shall prepare record drawing information under the direction of a Licensed
Professional Surveyor. As‐Built Record Drawings shall include elevation at top of pipe, northing
and easting of top of waterline or new utility at intervals not to exceed 100 feet and at all
fittings, valves and transitions and other appurtenances as well as finished grade elevations at
same and at the top of flange or top of nut (specify on drawing point description) of all hydrants.
Ties to surface features for triangulation purposes in the field shall also be included. Final As‐
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Basic Requirements – 01 00 00
Page 12
Built Record Drawings shall be stamped by a Licensed Professional Surveyor, tied to established
control monuments and other reference points, stating combined ground‐to‐grid scale factor
used, equipment used and date of completion of survey.
F. Submit documents to Engineer together with claim for final Application for Payment.
1.8.8 WARRANTIES
A. Execute and assemble transferable warranty documents from subcontractors, suppliers, and
manufacturers for all products with extended warranties beyond one (1) year.
B. Submit prior to final Application for Payment.
PART 2 PRODUCTS
Not Used.
PART 3 EXECUTION
Not Used.
END OF SECTION
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Granular Materials – 31 05 16
Page 13
SECTION 31 05 16 – GRANULAR MATERIALS
PART 1 GENERAL
1.1 SCOPE OF WORK
A. Furnish all labor, materials, equipment and incidentals required to install granular fill materials
as shown on the Construction Drawings and as specified herein. Associated work includes
screening and washing, excavation, loading, shipping, delivering, stockpiling, placement and
installation of granular fill materials.
B. The granular soils will be used for the following:
1. Culvert pipe bedding
2. Road Base
1.2 UNIT PRICES – MEASUREMENT AND PAYMENT
A. Culvert Pipe Bedding
1. Basis of Measurement: Included with Culvert Pipe installation.
2. Basis of Payment: Included with Culvert Pipe installation.
B. Road Base
1. Basis of Measurement: Cubic Yards.
2. Basis of Payment: Payment will be based on volume as measured in‐place.
1.3 SUBMITTALS
A. Contractor shall submit information on material to be utilized for culvert pipe bedding and road
base, including grain size analysis (ASTM D422) results.
B. If Contractor elects to utilize on‐site granular material, Contractor must submit information on
how material will be processed and layout of processing area.
1.4 EXCAVATION AND STORAGE
A. If the Contractor elects to utilize on‐site materials during excavation activities, Contractor will
identify those materials that will be utilized for the granular material. The Contractor shall
remove this material and store properly until the granular material is installed. Screening and
washing of the material may be required and will be accomplished by the Contractor at no
additional cost to the project. Provision shall be implemented to minimize surface water impact
on the stockpile. Removal and placement of granular material shall be done in a manner to
minimize intrusion of soils adjacent to and beneath the stockpile.
B. If the Contractor elects to import the granular material, the Contractor shall designate a location
to stockpile material and provide information on how materials will be protected and kept free
of contamination.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Granular Materials – 31 05 16
Page 14
PART 2 PRODUCTS
2.1 CULVERT PIPE BEDDING
A. The culvert bedding shall consist of granular material conforming to the specifications in Table
31 05 16 ‐ 1.
Table 31 05 16 ‐ 1 Pipe Bedding Specifications
Sieve Size Mass Percent Passing Square Mesh Sieves
¾‐inch 100
3/8‐inch > 90
No. 4 > 45
No. 100 < 10
No. 200 < 5
2.2 CLASS 6 ROAD BASE
A. Road base, whether from an on‐site source or an imported material, must meet the following
specification:
1. Material must be 6‐inch minimum thickness CDOT Class 6 road base.
2. Material must be reasonably free of roots, sticks, or any other foreign materials to the
extent practical.
3. The culvert bedding shall consist of granular material conforming to the specifications in
Table 31 05 16 ‐ 2.
Table 31 05 16 ‐ 2 CDOT Class 6 Road Base Specifications
Sieve Size Mass Percent Passing Square Mesh Sieves
1‐inch 100
¾‐inch 95‐100
No. 4 30‐65
No. 8 25‐55
No. 200 3‐12
2.3 RIPRAP
A. Riprap shall comply with the specifications detailed in Table 31 05 16 ‐ 3 . No specific testing of
this material is required. However, the CQAE shall require testing of the material as appropriate
in the event that there is any indication that the material does not meet the specifications. The
performance of these materials is assured by post‐closure financial assurance and their
performance is readily judged by surface inspection. The stone shall have a minimum specific
gravity of 2.5. Material used for riprap may be approved by the Design Engineer, if, by visual
inspection, it is determined to be sound and durable. The Design Engineer may require the
Contractor to furnish laboratory results, if, in the Design Engineer’s opinion, the material is
marginal or unacceptable. At the request of the Design Engineer, the Contractor shall furnish
laboratory test results indicating that the material meets the requirements of this specification.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Granular Materials – 31 05 16
Page 15
Riprap and bedding materials used shall be the type designated on the Plans and Design
Drawings and shall conform to the following:
Table 31 05 16 – 3 Riprap Requirements
Rip Rap
Designation
% Smaller by
Weight
Intermediate Rock
Dimension (in) D50 (in)*
Type VL
70‐100
50‐70
35‐50
2‐10
12
9
6
2
6
*D50 = Mean equivalent spherical diameter
The riprap designation and total thickness of riprap shall be as shown on the Plans and Design
Drawings. The maximum stone size shall not be larger than the thickness of the riprap. Neither
width nor thickness of a single stone of riprap shall be less than 1/2 of its length. Each load of
riprap shall be reasonably well graded from the smallest to the largest size specified. Stones
smaller than the 2 to 10 percent size will not be permitted in an amount exceeding 10 percent
by weight of each load. Control of gradation will be by visual inspection by the CQAE.
Broken concrete pavement shall be acceptable for use in the work, with approval by the
Engineer. Rounded river rock may be used if sized up at the Design Engineer’s direction.
2.4 TYPE II BEDDING
A. A thickness of 12‐inches of Type II granular bedding shall be installed for all riprap. Granular
bedding for riprap shall conform to the specification detailed in Table 31 05 16 ‐ 4. These
specifications shall be verified by conducting a minimum of one test per source of granular
bedding used in this construction.
Table 31 05 16 – 4 Type II Riprap Bedding
Sieve Size Mass Percent Passing Square Mesh Sieves
3‐inch 90‐100
¾‐inch 20‐90
No. 4 0‐20
No. 200 0‐3
Granular bedding designation and total thickness of bedding shall be as shown on the Plans and Design
Drawings.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Granular Materials – 31 05 16
Page 16
PART 3 EXECUTION
3.1 CULVERT PIPE BEDDING MATERIAL PLACEMENT
A. The Engineer will observe the spreading and grading of the pipe bedding and document that it
meets the specifications.
B. A 6‐inch minimum layer of pipe bedding shall be placed in the culvert trench prior to placing the
culvert. After placement of the culvert, the trench shall be filled with pipe bedding to the spring
line of the pipe.
C. Care should be taken to prevent damage to the culvert during placement of pipe bedding.
Actual damage, as well as corrective action taken, will be fully documented.
3.2 ROAD BASE MATERIAL PLACEMENT
A. The Engineer will observe the spreading and grading of the road base and document that it
meets the specification.
B. A 6‐inch minimum layer of road base shall be placed over the road subgrade.
C. The material shall be compacted to 92% of maximum modified Proctor dry density at ±4% of
optimum moisture content (ASTM D1557).
3.3 RIPRAP
3.3.1 INSTALLATION PREPARATION
A. Channel slopes or channel bottoms that are to be protected with riprap shall be free of brush,
trees, stumps, and other objectionable material and be graded to a smooth compacted surface
and proof‐rolled to the CQAE’s satisfaction. The Contractor shall excavate areas to receive
riprap to the subgrade for granular bedding. After an acceptable subgrade for granular bedding
material is established, the bedding shall be immediately placed, compacted to the CQAE’s
satisfaction with vibratory compaction equipment, and leveled to the subgrade elevation.
Immediately following compaction, the riprap shall be placed. In place bedding materials shall
not be contaminated with soils, debris, or vegetation before the riprap is placed. If
contaminated, the bedding material shall be removed and replaced at the Contractor’s expense.
3.3.2 PLACEMENT
Following acceptable placement of granular bedding, riprap placement shall commence as follows:
A. Machine Placed Riprap: Riprap shall be placed on the prepared slope or channel bottom areas
in a manner which will produce a reasonably well‐graded mass of stone with the minimum
practicable percentage of voids. Riprap shall be machine placed unless otherwise stipulated in
the Plans and Design Drawings or Specifications.
B. When riprap is placed on slopes, placement shall commence at the bottom of the slopes
working up the slope. Place the riprap in a stepped fashion with the bottom of the uphill riprap
below the top of the downhill riprap by half of the height of the riprap minimum.
C. The entire mass of riprap shall be placed on either channel slopes or bottoms so as to be in
conformance with the required gradation mixtures and to lines, grades, and thickness shown on
the Plans and Design Drawings. Riprap shall be placed to its full course thickness at one
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Granular Materials – 31 05 16
Page 17
operation and in such a manner as to avoid displacing the underlying filter material. Placing of
riprap in layers, or by dumping into chutes, or by similar methods shall not be permitted.
D. All material going into riprap protection for channel slopes or bottoms shall be so placed and
distributed that there will be no large accumulations of either the larger or smaller sizes of
stone. Some hand placement may be required to achieve this distribution.
E. It is the intent of these Specifications to produce a fairly compact riprap protection in which all
sizes of material are placed in their proper proportions. Unless otherwise authorized by the
County or CQAE, the riprap protection shall be placed in conjunction with the construction of
the embankment or channel bottoms with only sufficient delay in construction of the riprap
protection, as may be necessary, to allow for proper construction of the portion of the
embankment and channel bottom which is to be protected. The Contractor shall maintain the
riprap protection until accepted. Any material displaced for any reason shall be replaced to the
lines and grades shown on the Plans and Design Drawings at no additional cost to the County. If
the bedding materials are removed or disturbed, such material shall be replaced prior to
replacing the displaced riprap.
F. Hand Placed Riprap: Hand placed riprap shall be performed during machine placement of riprap
and shall conform to all the requirements of the letter and intent of this Specification. Hand
placed riprap may also be required when the depth of riprap is less than 2 times the nominal
stone size, or when required by the Plans and Design Drawings or Specifications.
G. After the riprap has been placed, hand placing or rearranging of individual stones by mechanical
equipment shall be required to the extent necessary to secure a flat uniform surface and the
specified depth of riprap, to the lines and grades as shown on the Drawings.
3.4 FIELD QUALITY CONTROL
A. Samples shall be taken and measured for grain size analysis every 2,620 cubic yards of in‐place
granular material used for pipe bedding.
B. The samples shall be taken by the qualified inspector or his/her designated representative and
the material will be tested to determine if the material meets specifications as outlined in Part 2
of this section.
C. Any sample or area tested shall be rejected, removed, and replaced if it does not meet the
requirements of the Specifications. Reconstructed areas shall have feathered, overlapping edges
that tie into adjacent fill material.
END OF SECTION
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Geotextile – 31 05 19.13
Page 18
SECTION 31 05 19.13 ‐ GEOTEXTILE
PART 1 – GENERAL
1.1 SCOPE OF WORK
1. This specification covers the technical requirements for the furnishing and installation of the
geotextile described herein. All materials used shall meet the requirements of this
specification, and all work shall be performed in accordance with the procedures provided
herein and the Design Plans and Drawings. The geotextile to be used for this project is a 12
oz/yd2 nonwoven geotextile surrounding the leak detection sump gravel.
1.2 REFERENCES AND DEFINITIONS
A. “Construction Quality Assurance/Quality Control Plan for Eagle County Landfill,” KRW
Consulting, May 1996 (CQAQC Plan).
For the purposes of this specification guideline, the following terms are defined below:
Geotextile: Any permeable textile used with foundation, soil, rock, earth, or any other
geotechnical engineering‐related material as an integral part of a human‐made
project, structure, or system.
Overlap: Where two adjacent geotextile panels contact, the distance measuring
perpendicular from the overlying edge of one panel to the underlying edge of
the other.
CQAE: Construction Quality Assurance Engineer.
1.3 SUBMITTALS
A. Quality control testing will be performed by the Manufacturer to demonstrate compliance with
the stated test methods. Prior to delivery of any geotextile rolls to the site, the Manufacturer
will provide the CQAE with the following information:
1. The resin supplier, supplier location, and brand name.
2. Test results conducted by the geotextile and/or resin manufacturer to document the quality
of the resin used in geotextile fabrication.
3. The quality control plan that the Manufacturer will be using for the geotextile being
supplied.
The Manufacturer will provide certification, based on test performed by the Manufacturer’s
laboratory or other outside laboratory contracted by the Manufacturer, that the geotextile
supplied under the CQAQC Plan meets the stated specifications.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Geotextile – 31 05 19.13
Page 19
PART 2 – MATERIALS
2.1 GEOTEXTILES
A. The geotextiles shall be manufactured from polypropylene resin. The geotextile will be supplied
to the site in factory rolls. The minimum requirements for the geotextile are presented in Table
31 05 19.13 ‐1.
Table 31 05 19.13 ‐1 Geotextile Material Properties
Property Text Method 12 oz/yd2
Geotextile
Minimum Test
Frequency
Mass/Unit Area
(nominal) ASTM D5261 12 oz/yd2
1/100,000 ft2
min. 1 per lot Grab Strength
(min.) ASTM D4632 320 lbs
UV Resistance ASTM D4355 ≥70% strength
Every roll delivered to the site must be manufactured and inspected by the Manufacturer according
to the following requirements:
1. First quality resins must be used and contain no more than two percent recycled material by
weight as determined by thermos‐gravimetric analysis
2. Recycled polymer will be limited to material generated within the Geotextile Manufacturer’s
plant and from the same grade and type of resin defined herein
3. The geotextile must contain no needles used in punching
4. The geotextile must be free of holes and any other signs of contamination by foreign matter.
2.2 PRODUCT LABELING
Each roll delivered to the site shall be labeled with the following information:
1. Manufacture date.
2. Date of receipt at the site.
3. Roll and lot batch numbers.
PART 3 – EXECUTION
3.1 SHIPPING AND HANDLING
Transportation of the geotextile rolls to the job site is the responsibility of the Manufacturer. All onsite
handling is the responsibility of the Installer. The geotextile will be protected during shipment from
excessive heat or cold, puncture, cutting, or other damaging or deleterious conditions. Upon receipt of
material shipments at the site, the Installer shall inspect all materials for defects in the manufacturing
process and for damage during transportation. Materials judged to be severely damaged shall be
rejected and removed from the site. Minor damage and defects shall be repaired by the Installer. The
geotextile rolls will be stored on site in a manner to prevent excessive ultraviolet exposure prior to
installation.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Geotextile – 31 05 19.13
Page 20
3.2 PLACEMENT
The Installer will handle all geotextiles in such a manner to ensure that they are not damaged in any
way.
Placement criteria include:
On side slopes, the geotextile shall be rolled down the slope in such a manner as two continually
keep the geotextile in tension.
In the presence of wind, all geotextiles will be secured by suitable methods, which are
protective of the geotextile and the underlying components.
Geotextiles will be cut using only approved geotextile cutters. If the geotextile is already in
place at the time of cutting, special care shall be taken to prevent damage to the underlying
components.
The Installer will take necessary precautions to prevent damage to any underlying components
during placement of the geotextile.
During placement of the geotextile over a geomembrane, care will be taken not to entrap
foreign matter or excessive moisture between the geotextile and geomembrane.
A visual inspection of the geotextile will be carried out over the entire surface after installation
to ensure that no potentially harmful foreign objects such as needles are present. In addition,
the CQAE may undertake a sweep of the entire surface after installation using a metal detector.
All such foreign objects or material shall be removed.
3.3 SEAMING
The following requirements will be used with regard to seaming and overlapping of geotextile rolls:
Geotextile seams will be continuously welded or sewn and will be overlapped a minimum of
three inches prior to seaming. Spot seaming will not be allowed.
Horizontal seams on the landfill side slopes (except as part of a patch) will be allowed only at the
approval of the CQAE.
The Installer will pay particular attention to seams to ensure that no earthen materials are
inadvertently trapped beneath any overlying geotextile.
Any sewing will be performed using polypropylene thread manufactured of the same base
material as the geotextile. The thread shall be resistant to degradation by ultraviolet radiation.
The CQAE will observe and document that the Installer follows all of the seaming and overlapping
protocol. The CQAE will perform a final geotextile observation after installation of the geotextile layer
has been completed to detect the presence of holes or tears and to examine seams for tension due to
excessive stretching of the fabric during installation. Repairs will be made for areas not conforming to
acceptable practices.
3.4 DAMAGE REPAIR
This Section applies to all defects including damage during placement and repairs undertaken based on
defects detected during examinations, tests, or visual observations performed on the geotextile material
and on seams using in joining rolls in the field.
The CQAE will examine each roll for damage after placement, but prior to seaming, and will determined
which rolls or portions of rolls should be rejected, repaired, or accepted. Damaged rolls or portions of
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Geotextile – 31 05 19.13
Page 21
rolls which have been rejected will be marked, and their removal from the site will be recorded by the
CQAE.
All seam and non‐seam areas of the geotextiles will be examined and documented by the CQAE for
identification of defects, holes, undispersed raw materials, large wrinkles, and any signs of
contamination by foreign matter. The surface of the geotextiles will be clean at the time of
examination.
Each location, which fails observation, will be marked by the CQAE and repaired by the Installer. Work
will not proceed in an area where defects are identified until suitable repairs are made. Each repair will
be examined, numbered, and logged by the CQAE.
Any holes or tears in the geotextile will be reported to the CQAE and repaired as follows:
A patch made from the same geotextile will be sewed, welded or heat‐bonded in place, with a 3‐
inch minimum overlap in all directions.
Care will be taken to remove any soil or other material, which may have penetrated a torn
geotextile.
3.5 COVER PLACEMENT
Placement of overlying materials on the geotextile will be performed by the Contractor to prevent the
following:
Damage of the underlying components
Slipping of the geotextile
Imposition of excessive tensile stresses on the geotextile or other underlying material.
If there will be an extended time delay between placement of the geotextile and the start of the
installation of the overlying components, the Contractor shall make provisions, approved in advance, to
protect the geotextile against excessive exposure to ultraviolet radiation.
END OF SECTION
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Geosynthetic Clay Liner – 31 05 19.15
Page 22
SECTION 31 05 19.15 ‐ GEOSYNTHETIC CLAY LINER
PART 1 – GENERAL
1.1 SCOPE OF WORK
A. This specification covers the technical requirements for the furnishing and installation of the
geosynthetic clay liner described herein. All materials used shall meet the requirements of this
specification, and all work shall be performed in accordance with the procedures provided
herein and on the Design Plans and Drawings.
1.2 REFERENCES AND DEFINITIONS
A. “Construction Quality Assurance/Quality Control Plan for Eagle County Landfill,” KRW
Consulting, May 1996 (CQAQC Plan).
For the purposes of this specification guideline, the following terms are defined below:
Geosynthetic Clay Liner (GCL): A manufactured hydraulic barrier consisting of clay bonded to a
layer or layers of geosynthetics.
Overlap: Where two adjacent GCL panels contact, the distance measuring perpendicular from
the overlying edge of one panel to the underlying edge of the other.
1.3 SUBMITTALS
A. The GCL Manufacturer shall provide the Contractor or other designated party with
manufacturing QAQC certifications for each shipment of GCL. The certifications shall be signed
by a responsible party employed by the Manufacturer and shall include:
1. Certificates of analysis for the bentonite clay used in GCL production demonstrating
compliance with the swell index and fluid loss specifications in Table 31 05 19.15‐1.
2. Manufacturer’s test data for the finished GCL product of bentonite mass/area, GCL tensile
and peel strength demonstrating compliance with the specifications in Table 31 05 19.15‐1.
3. GCL lot and roll numbers supplied for the project and corresponding shipping information.
4. Manufacturer’s test data for finished GCL product for index flux, permeability and hydrated
internal sheer strength showing compliance with the specifications in Table 31 05 19.15‐1.
At the CQAE’s or MCSWM’s request the Contractor shall furnish:
1. A representative sample of the GCL.
2. A project reference list for the GCL consisting of the principal details of projects totaling of
at least 500,000 ft2 in size.
Upon shipment, the Contractor shall furnish the Manufacturer’s QAQC certifications to verify
that the materials supplied for the project are in accordance with the requirements of this
specification.
As installation proceeds, the Contractor shall submit certificates of subgrade acceptance, signed
by the Contractor and CQAE for each area that is covered by the GCL.
The Installer shall provide the CQAE with the following:
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Geosynthetic Clay Liner – 31 05 19.15
Page 23
1. A conceptual description of the proposed placement of GCL panels over the area of
installation.
2. Manufacturer’s quality control plan for documenting compliance with this specification.
3. A representative sample of the GCL material.
4. A project reference list for GCL construction (upon request).
5. Manufacturer’s QAQC certifications to verify that the materials supplied are in accordance
with the Design Plans and Drawings, this specification, and the CQAQC Plan (upon
shipment).
1.4 QUALIFICATIONS
A. The Manufacturer must have produced at least 10 million ft2 of GCL, with at least 8 million ft2
installed.
The Installer must have installed at least 500,000 ft2 of GCL, or must provide the CQAE with
satisfactory evidence that the GCL installed will be installed in a competent and professional
manner.
1.5 CONSTRUCTION QUALITY ASSURANCE (CQA)
A. The CQAE shall provide an inspector for CQA of the GCL installation. The inspector shall be an
individual or company who is independent from the Manufacturer and Installer, who shall be
responsible for monitoring and documenting activities related to the CQA of the GCL,
throughout manufacturing and installation. The inspector shall have provided CQA services for
the installation of not less than 500,000 ft2.
CQA shall be provided in accordance with the CQAQC Plan provided by the Design Engineer.
PART 2 – MATERIALS
2.1 MATERIALS
A. The GCL shall consist of a layer of natural sodium bentonite clay encapsulated between two
geotextiles and shall comply with all of the criteria listed in this section. Prior to using an
alternate GCL, the Contractor must furnish independent test results demonstrating that the
proposed alternate material meets all requirements of this specification. The Contractor also
must obtain prior approval of the alternative GCL by the Design Engineer.
B. All GCL used on the project shall be Reinforced GCL. Acceptable GCL products are Bentomat®
ST, or an engineer‐approved equal. The GCL and its components shall have the properties
shown in Table 31 05 19.15 ‐1.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Geosynthetic Clay Liner – 31 05 19.15
Page 24
Table 31 05 19.15 ‐1 GCL Properties
Material Property Test Method Test Frequency Required Values
Bentonite Swell Index ASTM D5890 1 per 50 tons 24 mL/2g min.
Bentonite Fluid Loss ASTM D5891 1 per 50 tons 18 mL max.
Bentonite Mass/Area ASTM D5993 40,000 ft2 0.75 lb/ft2
GCL Grab Strength ASTM D4632 200,000 ft2 90 lbs
GCL Peel Strength ASTM D4632 40,000 ft2 15 lbs
GCL Index Flux ASTM D5887 Weekly 1 x 10‐8 m3/m2/sec
GCL Permeability ASTM D5084 Weekly 5 x 10‐9 cm/sec
GCL Hydrated Internal Shear Strength ASTM D5321 Periodic 500 lb/ft2
C. The minimum acceptable dimensions of full‐size GCL panels shall be 150 feet in length and 15
feet (4.6m) in width. Short rolls (those manufactured to a length greater than 70 feet but less
than a full‐length roll) may be supplied at a rate no greater than three (3) per truckload or three
(3) rolls every 36,000 square feet of GCL, whichever is less.
D. A 6‐inch overlap guideline shall be imprinted on both edges of the upper geotextile component
of the GCL as a means for providing quality assurance of the overlap dimension. Lines shall be
printed in easily visible, non‐toxic ink that does not negatively impact the performance of the
GCL.
2.2 PRODUCT LABELING
A. Prior to shipment, the Manufacturer shall label each roll, identifying:
1. Product identification information (Manufacturer’s name and address, brand product code).
2. Lot number and roll number.
3. Roll length, width, and weight.
2.3 PACKAGING
A. The GCL shall be wound around a rigid core whose diameter is sufficient to facilitate handling.
The core is not necessarily intended to support the roll for lifting but should be sufficiently
strong to prevent collapse during transit.
B. All rolls shall be labeled and bagged in packaging that is resistant to photo‐degradation by
ultraviolet light.
2.4 ACCESSORY BENTONITE
A. The granular bentonite used for seaming and penetration sealing shall be made from the same
natural sodium bentonite material as used in the manufacture of the GCL.
PART 3 – EXECUTION
3.1 DELIVERY, HANDLING AND STORAGE
A. The Manufacturer assumes responsibility for initial loading of the GCL. Shipping will be the
responsibility of the party arranging for the freight transportation. Unloading, on site handling,
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Geosynthetic Clay Liner – 31 05 19.15
Page 25
and storage of the GCL are the responsibility of the Installer or the Installer’s designated
representative.
B. A visual inspection of each roll shall be made during unloading to identify if any packaging has
been damaged. Rolls with damaged packaging shall be marked and set aside for further
inspection. The packaging shall be repaired as necessary to protect the GCL from damage
during storage and handling.
C. The party responsible for unloading the GCL shall contact the Manufacturer prior to shipment to
ascertain the appropriateness of proposed unloading methods and equipment.
D. Storage of the GCL rolls shall be the responsibility of the Installer. A level, dry, well‐drained, and
dedicated storage area shall be selected at the job site outside of high traffic areas. Rolls shall
be stored in a manner that prevents sliding or rolling from the stacks. Stacks shall be no higher
than 4 rolls. All stored GCL and accessory bentonite shall be covered with plastic sheeting or
tarpaulins until their installation. The integrity and legibility of the roll labels shall be preserved
during storage.
3.2 EARTHWORK
A. The Contractor will be responsible for preparing the liner foundation, according to the Design
Plans and Drawings and the CQAQC Plan. Any earthen surface upon which the GCL is installed
shall be prepared and compacted in accordance with the project specifications, Design Plans and
Drawings. The surface shall be smooth, firm, and unyielding, and free of:
1. Vegetation.
2. Construction debris.
3. Sticks.
4. Sharp rocks.
5. Void spaces.
6. Ice.
7. Abrupt elevation changes.
8. Standing water.
B. Immediately prior to GCL deployment, the subgrade shall be final graded to fill in all voids or
cracks and then smooth‐rolled to provide the best practicable surface for the GCL. At the
completion of this activity, no wheel ruts, footprints, or other irregularities shall exist in the
subgrade. Furthermore, all protrusions extending more than one‐half inch (12 mm) from the
surface shall either be removed, crushed, or pushed into the surface with a smooth‐drum
compactor.
C. On a continuing basis, the CQAE shall certify acceptance of the subgrade before GCL placement.
D. It shall be the Installer’s responsibility thereafter to indicate to the CQAE any change in the
condition of the subgrade that could cause the subgrade to be out of compliance with any of the
requirements listed in this section.
3.3 PLACEMENT
A. GCL rolls shall be delivered to the working area of the site in their original packaging.
Immediately prior to deployment, the packaging shall be carefully removed without damaging
the GCL. The non‐woven side of the GCL shall be placed up.
B. Equipment that could potentially damage the GCL or subgrade shall not be allowed to travel
directly on it. Care shall be taken to minimize dragging GCL across the subgrade. At the
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Geosynthetic Clay Liner – 31 05 19.15
Page 26
direction of the CQAE, a temporary geosynthetic slip sheet shall be used when necessary to
reduce friction during GCL placement.
C. The GCL shall be placed so that longitudinal panel seams are parallel to the direction of the
slope. Seams shall be located at least five feet from the toe and crest of slopes steeper than 4:1.
All GCL panels shall lie flat on the underlying surface with no wrinkles or folds.
D. Only as much GCL shall be deployed as can be covered by the end of the working day unless
otherwise approved by the CQAE. If premature hydration of the GCL occurs (i.e., prior to
covering the GCL), the CQAE shall determine whether or not the GCL shall be replaced.
Replacement shall be at the sole cost of the Contractor and Installer.
3.4 ANCHORAGE
A. As directed by the Design Plans, Drawings, and these specifications, the end of the GCL shall be
placed in an anchor trench at the top of the slope or an equivalent runout design shall be
utilized. When utilizing an anchor trench design, the front edge of the trench should be
rounded so as to eliminate any sharp corners. Loose soil should be removed from the floor of
the trench. The GCL should cover the entire trench floor but not the rear trench wall.
3.5 SEAMING
B. The GCL seams are constructed by overlapping their adjacent edges. The overlap shall be free of
loose soil or other debris. The minimum dimension of the longitudinal panel overlap shall be six
(6) inches for the finished (i.e. bentonite enhanced) seam. The minimum overlap at the end of
the roll seams shall be 24 inches. The panel seams shall be shingled in the direction of the
grade.
C. Granular bentonite shall be used to enhance the seams. The underlying edge of the overlap
panel shall be exposed, and a continuous fillet of granular sodium bentonite shall be applied
along a zone defined by the edge of the underlying panel and the 6‐inch line. The bentonite
shall be applied at a minimum rate of 0.25 pound per linear foot of seam.
D. The GCL shall be cut with a sharp utility knife. Cuts shall be smooth and clean.
3.6 DETAIL WORK
A. The GCL shall be sealed around penetrations and embedded structures in accordance with the
Design Plans and Drawings and the recommendations of the Manufacturer.
B. Cutting the GCL should be performed using a sharp utility knife. Frequent blade changes are
recommended to avoid damage to the geotextile components of the GCL during the cutting
process.
3.7 DEFECTS AND REPAIRS
A. If a GCL panel is torn, punctured, perforated, etc. during installation, it shall be replaced or
repair per the direction of the CQAE. Patches shall be sized so that a minimum 12‐inch overlap
is achieved around the damaged area. Prior to placement of the patch, dry bentonite shall be
placed around the damaged area. If there is potential for dislodging the patch during covering
operations, the patch shall be secured to the damaged area using appropriate adhesive per
CQAE approval.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Geosynthetic Clay Liner – 31 05 19.15
Page 27
3.8 COVER PLACEMENT
A. If there will be an extended time delay between placement of the GCL and the start of the
installation of the overlying material, the Contractor shall make provisions, approved in advance
by the CQAE, to protect the GCL against exposure to the elements of nature.
B. Although direct vehicular contact with the GCL is to be avoided, lightweight, low ground
pressure vehicles (such as 4‐wheel all‐terrain vehicles) may be used to facilitate the installation
of geosynthetic material placed over the GCL. The CQAE should be contacted with specific
recommendations on the appropriate procedures in this situation.
END OF SECTION
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Reinforced Polyethylene (RPE) Liner Construction – 31 05 19.16
Page 28
SECTION 31 05 19.16 ‐ REINFORCED POLYETHYLENE (RPE) LINER CONSTRUCTION
PART 1 – GENERAL
1.1 SCOPE OF WORK
A. The section deals with the manufacture and installation of the 45‐mil thick RPE geomembrane
to be used in the leachate holding pond liner system. The RPE will be installed over the
prepared foundation layer and again over the geocomposite drainage layer.
1.2 REFERENCES AND DEFINITONS
A. “Construction Quality Assurance/Quality Control Plan for Eagle County Landfill,” KRW
Consulting, May 1996 (CQAQC Plan).
B. “Reinforced Polyethylene Geomembrane Specification,” Raven Engineered Films.
C. “Reinforced Polyethylene Product Data Sheet,” Colorado Lining.
1.3 SUBMITTALS
A. Prior to the delivery of any RPE geomembrane panels to the site, the Manufacturer will provide
the CQAE with the following information:
1. The resin supplier, supplier location, and brand name.
2. Any test results conducted by the Manufacturer to document the quality of the resin used in
the RPE geomembrane fabrication.
3. The quality control plan that the Manufacturer will be using for the RPE geomembrane
being supplied.
4. A panel layout and deployment instructions will be prepared by the Installer and provided to
the CQAE at least ten calendar days prior to installation of the RPE geomembrane.
1.4 QUALIFICATIONS
A. The Manufacturer must have produced at least 10 million ft2 of RPE, with at least 8 million ft2
installed.
B. The Installer must have installed at least 500,000 ft2 of RPE or must provide the CQAE with
satisfactory evidence that the RPE installed will be installed in a competent and professional
manner.
PART 2 – MATERIALS
2.1 MATERIALS
A. Every panel of RPE geomembrane delivered to the site must be manufactured and inspected by
the Manufacturer according to the following requirements:
1. The materials used for the RPE geomembrane must consist of first‐quality 100% virgin
products designed and manufactured specifically for the purpose of this work, which must
have been satisfactorily demonstrated to be suitable and durable for such purposes.
2. The RPE geomembrane must be free from holes, pin holes, bubbles, blisters, excessive gels,
undispersed resins, and/or carbon black, or contamination by foreign matter.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Reinforced Polyethylene (RPE) Liner Construction – 31 05 19.16
Page 29
3. The RPE geomembrane must be composed of a heavy encapsulated 1,300 denier polyester
bi‐directional reinforcement.
4. All factory seams must have a minimum seam width of 1.5 inch scrim to scrim.
B. The Manufacturer will perform the tests listed in Table 31 05 19.16 ‐1 at the frequency of one
test per every 100,000 ft2 of material and will report the results to the CQAE. The Manufacturer
will provide certification based on tests performed by the Manufacturer’s laboratory, or other
outside laboratory contracted by the Manufacturer, that the membrane supplied will comply
with the specifications listed in Table 31 05 19.16‐1.
Table 31 05 19.16 – 1 45 mil RPE Geomembrane Material Properties
Property Test Method Minimum Roll
Averages
Typical Roll
Averages
Thickness ASTM D5199 40 mil 45 mil
Weight ASTM D751 190 lbf/msf
27.4 oz/yd2
202 lbf/msf
29.1 oz/yd2
Construction
Ply Adhesion ASTM D6636 24 lbf/in
or FTB
43 lbf/in
Or FTB
Tensile Strength – lbf/in ASTM D7003 182 MD
180 TD
202 MD
200 TD
Tensile Elongation at Break % (Film
Break) ASTM D7003 312 MD
278 TD
347 MD
309 TD
Tensile Elongation at Break % (Scrim
Break) ASTM D7003 30 MD
30 TD
32 MD
35 TD
Tongue Tear Strength – lbf ASTM D5884 104 MD
99 TD
116 MD
110 TD
Grab Tensile – lbf (Scrim Break) ASTM D7004 307 MD
296 TD
341 MD
329 TD
Grab Tensile Elongation at Break %
(Scrim Break) ASTM D7004 25 MD
25TD
27 MD
28 TD
High Pressure OIT (HPOIT) ASTM D5885 1000 min > 2200 min
Puncture Resistance ASTM D4833 130 lbf 145 lbf
Maximum Static Use Temperature 180 °F
Minimum Static Use Temperature ‐70 °F
PART 3 – EXECUTION
3.1 SHIPPING AND HANDLING
A. Transportation of the RPE geomembrane panels to the job site is the responsibility of the
Manufacturer. All on site handling is the responsibility of the Installer. The geomembrane will
be protected during shipment from excessive heat or cold, puncture, cutting, or other damaging
deleterious conditions. Upon arrival, the Installer shall inspect all materials for defects in the
manufacturing process and for damage during transportation. Materials judged by the CQAE to
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Reinforced Polyethylene (RPE) Liner Construction – 31 05 19.16
Page 30
be severely damaged shall be rejected and removed from the site. Minor damage and defects
shall be repaired by the Installer.
B. The Installer will be responsible for making certain that the Manufacturer, geomembrane type,
and thickness of each panel in a shipment are correct. The CQAE will also maintain a log of RPE
geomembrane deliveries throughout the construction process. This log shall include, at a
minimum, the following:
1. Manufacture date
2. Date of receipt at the site
3. Panel and lot batch numbers
3.2 PLACEMENT
A. The Contractor will be responsible for preparing the subgrade (clay liner) according to the
Design Plans and Drawings and the CQAQC Plan.
B. After the underlying surface has been accepted by the CQAE, it will be the Installer's
responsibility to report to the CQAE any change in that surface that may require repair work.
The supporting surface will be examined by the Installer and the CQAE to evaluate the surface
conditions immediately prior to placement of the RPE geomembrane. The CQAE and Installer
shall document in the daily report that the subgrade surface condition is compatible with the
geomembrane to be installed. All observations by the CQAE and Geomembrane Installer shall
be documented. It is the Contractor’s responsibility to maintain the clay liner surface in a
condition acceptable to the CQAE and Installer for geomembrane installation.
C. The RPE geomembrane must not be susceptible to differential settlement and there shall be no
standing water on the subgrade when the liner is placed. Geomembrane placement will not be
conducted at ambient temperatures below 40°F (unless approved by the Manufacturer and the
CQAE), during precipitation or fog, or during excessive winds.
D. Panels shall be unrolled and unfolded as indicated in the instructions. Unfolding shall be done
with a person every 15 to 30 feet, depending on the size/weight of the panel.
E. The CQAE will perform/document the following:
1. Evaluate and document the weather conditions for RPE geomembrane placement and
inform MCSWM and the Installer when weather conditions do not meet specifications,
so a determination of installation can be made.
2. Monitor and document geomembrane placement as well as conditions of panels as
placed:
a. Noting panel defects, tears, or other deformities
b. Measuring in‐place panel dimensions
c. Recording panel numbers
3. Document that the equipment used does not damage the geomembrane by handling,
heat, leakage of hydrocarbons, or by any other means.
4. Document that the prepared soil surface has not deteriorated since previous
acceptance.
5. Document that personnel working on geomembranes do not smoke, wear damaging
clothing, or engage in activities that would damage the geomembrane.
6. Document that adequate means are used to prevent uplift by wind while preventing
damage to the geomembrane or supporting earthen foundation.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Reinforced Polyethylene (RPE) Liner Construction – 31 05 19.16
Page 31
7. Document that the direct contact with the geomembrane will be minimized.
The geomembrane will be protected by geotextiles or extra geomembrane materials in
areas where excessive traffic is anticipated.
8. Document that the heavy construction equipment shall not be allowed to move directly
on any deployed geomembrane. This includes rubber tired vehicles such as automobiles
and pickup trucks but does not include lightweight equipment like all‐terrain vehicles.
9. Document that the construction machinery must not perform sudden starts, stops, or
sharp turns over the geomembrane.
10. Document that the cover material, if applicable, must be placed from the bottom of the
slopes to the top.
11. Document that the cover material must be placed in such a manner as to not induce
wrinkles in the underlying geomembrane.
12. Document all equipment that the contractor proposes to use within the geomembrane
footprint is approved by the CQAE.
3.3 SEAMING
A. All welding shall be completed by the Manufacturer prior to delivery of the geomembrane on
site.
B. Welding should be done as uniformly and consistently as possible. The objective is to melt the
two surfaces and to allow them to cool and solidify as one integral body. When the weld is
sectioned there should not be a well‐defined interface, nor should there be any particulates or
voids along the weld line. There should be no crimps due to overheating. The adjacent
geomembrane should not be overheated and oxidized such that it becomes brittle. The cross
sections of welds shall be examined for symmetry, lack of crimping (overheating), and the
presence of voids and foreign particulates. If voids and particulates are present, the weld will be
rejected.
C. The Manufacturer is responsible to complete their own fabrication seam QA/QC during
manufacturing. The contractor shall submit the Manufacturer’s QA/QC procedures to the CQAE.
The contractor must submit the Manufacturers QA/QC seam test results, certifications, and test
reports for all welds completed by the Manufacturers to the CQAE.
3.4 DAMAGE REPAIR
A. This section applies to all defects including damage during placement and repairs from
examinations, tests, or visual observations performed on the RPE geomembrane material and
on field seams.
B. All areas of the RPE geomembrane will be visually observed and documented by the CQAE for
identification of defects, holes, blisters, undispersed raw materials, large wrinkles, and any signs
of contamination by foreign matter. The surface of the geomembrane will be clean at the time
of visual observation. Each location that fails visual observation will be marked by the CQAE and
repaired by the Installer. Work will not proceed in any area where defects are identified until
suitable repairs are made.
C. Several procedures exist for the repair of flawed areas. The final decision as to the appropriate
repair procedure will be agreed upon between the Installer and the CQAE prior to
commencement of the repair. The following procedures are available:
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Reinforced Polyethylene (RPE) Liner Construction – 31 05 19.16
Page 32
1. All non‐penetrating linear flaws less than 0.125 inches wide may be repaired with no more
than one extrusion bead of the same base polymer as the geomembrane.
2. Penetrating holes less than 0.125 inches in diameter that do not expose scrim yarns may
also be repaired with no more than one bead application.
3. Holes that expose scrim yarns and those that are more than 0.125 inches in diameter shall
be patched with the same geomembrane with patch yards oriented in the same direction as
in the geomembrane. The patch shall extend at least three inches from the edge of the
nearest damage if the damaged area is less than one inch in diameter. When damage
exceeds one inch in diameter, the patch shall extend at least six inches from the nearest
damage.
D. Under no circumstances will parallel and overlapping beads be used to fill in a flawed area or a
gap. All patch extrusion welds shall be vacuum box tested and hot air patches can be either air
lanced or vacuum tested and the results recorded.
E. Each repair will be examined, numbered, and logged by the CQAE following these procedures:
1. Performing systematic visual observation of the entire surface of the RPE geomembrane to
locate and document defects and indicate for each defect the type of repair that is required
2. Monitoring and recording the repair of defects and the non‐destructive testing of all repairs
3. Recording the location and the nature of all defect repairs.
3.5 ANCHOR TRENCH CONSTRUCTION AND BACKFILLING
A. A trench will be used for anchoring the geosynthetics at the top of excavation slopes. The
anchor trench will be excavated to the specifications shown on the Design Plans and Drawings
unless otherwise specified by the CQAE.
B. The length of the open trench shall not exceed the amount of liner to be placed in one day. The
depth of a typical anchor trench shall be documented to conform to approved project drawings.
C. The anchor trench shall be backfilled with non‐granular soil (SC or CL) as approved by the CQAE.
The soil shall be placed in maximum 8‐inch lifts, moisture conditioned, and wheel rolled with a
rubber tire machine or other method approved by the CQAE.
END OF SECTION
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Geonet – Section 31 05 19.18
Page 33
SECTION 31 05 19.18 ‐ GEONET
1.0 GENERAL
1.1 SUMMARY
A. This specification covers the requirements for the manufacture, fabrication, supply, and
installation of the geonet for the leak detection layer. The geonet and its individual
components shall meet or exceed the requirements of this specification. The
manufacture, handling, storage, and installation shall be performed in accordance with
the procedures provided in this specification.
B. Related Sections:
1. Section 31 05 19.16 ‐ Polyethylene Geomembrane Liner.
1.2 REFERENCES
A. American Society for Testing and Materials (ASTM):
1. ASTM D 1238 Standard Test Method for Melt Flow Rates of Thermoplastics by
Extrusion Plastometer
2. ASTM D 1505 Standard Test Method for Density of Plastics by the Density‐
Gradient Technique.
3. ASTM D 4218 Standard Test Method for Determination of Carbon Black Content
in Polyethylene Compounds by the Muffle Furnace Technique
4. ASTM D 4716 Standard Test Method for Determining the (In‐Plane) Flow Rate
Per Unit Width and Hydraulic Transmissivity of a Geosynthetic Using a Constant
Head
5. ASTM D 7179 Standard Test Method for Determining Geonet Breaking Force
6. ASTM D 5199 Standard Test Method for Measuring Nominal Thickness of
Geotextiles and Geomembranes
B. Relevant publications from the Environmental Protection Agency (EPA):
1. Daniel, D.E. and R.M. Koerner, (1993), Technical Guidance Document: Quality
Assurance and Quality Control for Waste Containment Facilities, EPA/600/R‐
93/182.
1.3 DEFINITIONS
A. Construction Quality Assurance Consultant (Consultant) ‐ Party, independent from
Manufacturer and Installer that is responsible for observing and documenting activities
related to quality assurance during the lining system construction.
B. Engineer‐ The individual or firm responsible for the design and preparation of the
project’s Contract Drawings and Specifications.
C. Geonet Manufacturer (Manufacturer) ‐ The party responsible for manufacturing the
geonet rolls.
D. Geosynthetic Quality Assurance Laboratory (Testing Laboratory)‐ Party, independent
from the Manufacturer and Installer, responsible for conducting laboratory tests on
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Geonet – Section 31 05 19.18
Page 34
samples of geosynthetics obtained at the site or during manufacturing, usually under
the direction of the Owner.
E. Installer‐ Party responsible for field handling, transporting, storing and deploying the
geonet.
F. Lot‐ A quantity of resin (usually the capacity of one rail car) used to manufacture
polyethylene geonet rolls. The finished rolls will be identified by a roll number traceable
to the resin lot.
1.4 QUALIFICATIONS
A. Manufacturer:
1. Geonet shall be manufactured by the following:
a. GSE Lining Technology, Inc.
b. Engineer Approved Equal
2. Manufacturer shall have manufactured a minimum of 10,000,000 square feet of
polyethylene geonet material during the last year.
B. Installer:
1. Installer shall have installed a minimum of 500,000 square feet of geonet
2. Installer shall have worked in a similar capacity on at least three (3) projects
similar in complexity to the project described in the Contract Documents.
3. The Installation Supervisor shall have worked in a similar capacity on projects
similar in size and complexity to the project described in the Contract
Documents within the past three (3) years.
1.5 MATERIAL LABELING, DELIVERY, STORAGE AND HANDLING
A. Labeling ‐ Each roll of geonet delivered to the site shall be labeled by the Manufacturer.
The label will identify:
1. Manufacturer’s name
2. Product identification
3. Length
4. Width
5. Roll number
B. Delivery ‐ Rolls of geonet will be prepared to ship by appropriate means to prevent
damage to the material and to facilitate off‐loading.
C. Storage ‐ The on‐site storage location for the geonet, provided by the Contractor to
protect the geonet from abrasions, excessive dirt and moisture shall have the following
characteristics:
1. Level (no wooden pallets)
2. Smooth
3. Protected from theft and vandalism
4. Adjacent to the area being lined.
D. Handling:
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Geonet – Section 31 05 19.18
Page 35
1. The Contractor and Installer shall handle all geonet in such a manner as to
ensure it is not damaged in any way.
2. The Installer shall take any necessary precautions to prevent damage to
underlying layers during placement of the geonet.
1.6 WARRANTY
A. Material shall be warranted, on a pro‐rata basis against defects for a period of 1‐year
from the date of the geonet installation.
B. Installation shall be warranted against defects in workmanship for a period of 1‐year
from the date of geonet completion.
2.0 PRODUCTS
2.1 GEONET PROPERTIES
A. A geonet shall be manufactured by extruding two crossing strands to form a bi‐planar
drainage net structure
B. The geonet specified shall have properties that meet or exceed the values listed in Table
31 05 19.18 ‐ 1 below.
Table 31 05 19.18‐ 1 Geonet Properties
Property Test Method Test Frequency Value
Geonet Thickness, mil(1) ASTM D 5199 1/50,000 ft2 200
Transmissivity(2), gal/min/ft (m2/sec) ASTM D 4716 1/540,000 ft2 9.6 (2 x 10‐3)
Density, g/cm(3) ASTM D 1505 1/50,000 ft2 0.94
Tensile Strength (MD), lb/in ASTM D 7179 1/50,000 ft2 45
Carbon Black Content, % ASTM D 4218 1/50,000 ft2 2.0
Nominal Roll Dimensions(3)
Roll Width, ft 15
Roll Length, ft 330
Roll Area, ft2 4,950
(1) Geonet thickness is nominal value
(2) Gradient of 0.3 normal load of 10,000 psf, water at 70°F, between steel plates for 15 minutes. Contact
manufacturer for performance transmissivity value for use in design.
(3) Roll widths and lengths have a tolerance of ±1%
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Geonet – Section 31 05 19.18
Page 36
Table 31 05 19.18 ‐ 2 Raw Material Properties
Property Test Method(1) Testing Frequencies Value
Density (g/cm3) ASTM D 1505 Once Per Resin Lot >0.94
Melt Flow Index (g/10
min) ASTM D 1238 Once Per Resin Lot ≤1.0
(1) GSE utilizes test equipment and procedures that enable effective and economical confirmation that the product
will conform to specifications based on the noted procedures. Some test procedures have been modified for
application to geosynthetics. All procedures and values are subject to change without prior notification.
2.2 MANUFACTURING QUALITY ASSURANCE/CONTROL
A. The geonet shall be manufactured in accordance with the Manufacturer’s Quality
Control Plan submitted to and approved by the Engineer.
B. The geonet shall be tested according to the test methods and frequencies listed in Table
31 05 19.18‐1.
C. A representative of the Engineer shall observe and document the unloading, storage,
deployment, and installation of the geonet.
3.0 EXECUTION
3.1 FAMILIARIZATION
A. Inspection:
1. Prior to implementing any of the work in the Section to be lined, the Installer
shall carefully inspect the installed work of all other Sections and verify that all
work is complete to the point where the installation of the Section may properly
commence without adverse impact.
2. If the Installer has any concerns regarding the installed work of other Sections,
he shall notify the Project Engineer.
3.2 MATERIAL PLACEMENT
A. The geonet is placed between the primary liner and the secondary liner and is used as
the leak detection layer allowing any fluids to flow to the fluid removal pit.
B. The geonet roll should be installed in the direction of the slope and in the intended
direction of flow unless otherwise specified by the Engineer.
C. If the project contains long, steep slopes, special care should be taken so that only full‐
length rolls are used at the top of the slope.
D. In the presence of wind, all geonets shall be weighted down with sandbags or the
equivalent. Such sandbags shall be used during placement and remain until replaced
with cover material.
E. If the project includes an anchor trench at the top of the slopes, the geonet shall be
properly anchored to resist sliding. Anchor trench compacting equipment shall not
come into direct contact with the geonet.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Geonet – Section 31 05 19.18
Page 37
F. In applying fill material, no equipment can drive directly across the geonet. The
specified fill material shall be placed and spread utilizing vehicles with a low ground
pressure.
G. The overlying material shall be placed in the geonet in a manner that prevents damage
to the geonet. Placement of the overlying material shall proceed immediately following
the placement and inspection of the geonet.
3.3 SEAMS AND OVERLAPS
A. Each component of the geonet will be secured to the like component at overlaps.
B. Geonet Components
1. Adjacent edges along the length of the geonet roll shall be overlapped a
minimum of six (6) inches or as recommended by the Engineer.
2. The overlapped edges shall be joined by tying the geonet structure with cable
ties. These ties shall be spaced every five (5) feet along the roll length.
3. Adjoining rolls across the roll width should be shingled down in the direction of
the slope and joined together with cable ties spaced every foot along the roll
width.
3.4 REPAIR
A. Prior to covering the deployed geonet, each roll shall be inspected for damage resulting
from construction.
B. Any rips, tears or damaged areas on the deployed geonet shall be removed and
patched. The patch shall be secured to the original geonet by tying every 6 inches with
the approved tying devices. If the area to be repaired is more than 50 percent of the
width of the panel, the damaged area shall be cut out and the two portions of the
geonet shall be cut out and the two portions of the geonet shall be joined in accordance
with Article 3.3.
END OF SECTION
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Site Clearing – Section 31 10 00
Page 38
SECTION 31 10 00 – SITE CLEARING
PART 1 GENERAL
1.1 SUMMARY
A. This Section Includes:
1. Removing surface debris.
2. Removing designated paving, curbs, and other obstructions.
3. Removing designated trees, shrubs, and other plant life.
4. Removing abandoned utilities.
5. Excavating topsoil.
1.2 UNIT PRICES – MEASUREMENT AND PAYMENT
A. Site Clearing
1. Basis of Measurement: Acres.
2. Basis of Payment: Payment is based on area in Plans that requires clearing.
PART 2 PRODUCTS
Not Used.
PART 3 EXECUTION
3.1 EXAMINATION
A. Verify existing plant life designated to remain is tagged or identified.
B. Identify waste area and/or salvage area for placing removed materials.
3.2 PREPARATION
A. Call Colorado “One Call” at 811 and local utility companies at least three (3) days before
performing Work.
1. Request that underground utilities be located and marked within and surrounding
construction areas.
3.3 PROTECTION
A. Locate, identify, and protect utilities indicated to remain, from damage.
B. Protect trees, plant growth, and features designated to remain, as final landscaping.
C. Protect benchmarks, survey control points, and existing structures from damage or
displacement.
3.4 REMOVAL
A. Remove debris, rock, and extracted plant life from the site.
B. Continuously clean up and remove waste materials from the site. Do not allow materials to
accumulate on site.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Site Clearing – Section 31 10 00
Page 39
C. The Engineer will indicate to the Contractor which obstructions are to be removed, disposed of,
or salvaged, and will required special documentation.
D. Do not burn or bury materials on site. Leave site in clean condition.
3.5 TOPSOIL EXCAVATION
A. Excavate topsoil from areas to be further excavated, re‐landscaped, or regraded, without mixing
with foreign materials for use in finish grading.
B. Do not excavate wet topsoil.
C. Stockpile in an area designated on site to depth no exceeding 8 feet and protect from erosion.
Stockpile material on impervious material and cover over with same material, until disposal.
D. Remove excess topsoil not intended for reuse, from the site.
E. All equipment shall be properly maintained and with proper safety devices.
F. The Contractor must maintain control of dust and minimize blowing debris.
G. All equipment shall be operated as to not interfere with the operation of the landfill or patrons.
END OF SECTION
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Rough Grading – Section 31 22 13
Page 40
SECTION 31 22 13 – ROUGH GRADING
PART 1 GENERAL
1.1 SUMMARY
A. Section Includes:
1. Excavating subsoil.
2. Cutting, grading, filling, rough contouring, and compacting site for liners, access roads,
and site drainage.
1.2 UNIT PRICE – MEASUREMENT AND PAYMENT
A. Rough Grading
1. Basis of Measurement: Cubic Yards
2. Basis of Payment: Payment will be based on topographic surveys to be completed
before and after grading to verify quantity of material cut. No allowances will be made
for shrinking or swelling.
1.3 REFERENCES
A. American Society for Testing and Materials International (ASTM):
1. ASTM C136 ‐ Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates.
2. ASTM D422 ‐ Particle ‐Size Analysis of Soils.
3. ASTM D653 ‐ Terminology Relating to Soil, Rock, and Contained Fluids.
4. ASTM D698 ‐ Standard Test Method for Laboratory Compaction Characteristics of Soil
Using Standard Effort 12,400 ft‐lbf/ft3.
5. ASTM D1140 ‐ Amount of Material in Soils Finer than the No. 200 Sieve.
6. ASTM D1557 ‐ Standard Test Method for Laboratory Compaction Characteristics of Soil
Using Modified Effort 56,000 ft‐lbf/ft3.
7. ASTM D1633 ‐ Test Method for Compressive Strength of Molded Soil ‐ Cement
Cylinders.
8. ASTM D2216 ‐ Laboratory Determination of Water (Moisture) Content of Soil and Rock
by Mass.
9. ASTM D2419 ‐ Standard Test Method for Sand Equivalent Value of Soils and Fine
Aggregate.
10. ASTM D2434 ‐ Standard Test Method for Permeability of Granular Soils Constant Head.
11. ASTM D2487 ‐ Classifications of Soils for Engineering Purposes (Unified Soil Classification
System).
12. ASTM D2488 ‐ Description and Identification of Soils (Visual‐Manual Procedure).
13. ASTM D2774 ‐ Standard Practice for Underground Installation of Thermoplastic Pressure
Piping.
14. ASTM D2901 ‐ Test Method for Cement Content of Freshly Mixed Soil Cement.
15. ASTM D4253 ‐ Standard Test Methods for Maximum Index Density and Unit Weight of
Soils Using a Vibratory Table.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Rough Grading – Section 31 22 13
Page 41
16. ASTM D4254 ‐ Minimum Index Density and Unit Weight of Sols and Calculation of
Relative Density.
17. ASTM D4318 ‐ Liquid Limit, Plastic Limit, and Plasticity Index of Soils.
18. ASTM D4564 ‐ Density of Soil in Place by the Sleeve Method.
19. ASTM D4643 ‐ Determination of Water (Moisture) Content of Soil by the Microwave
Oven Heating.
20. ASTM D4718 ‐ Correction of Unit Weight and Water Content for Soils Containing
Oversize Particles.
21. ASTM D4832 ‐ Compressive Strength of Controlled Low Strength Material.
22. ASTM D4914 ‐ Density of Soil and Rock in Place by the Sand Replacement Method in a
Test Pit.
23. ASTM D4959 ‐ Determination of Water (Moisture) Content of Soil by Direct Heating.
24. ASTM D5030 ‐ Density of Soil and Rock in Place by the Water Replacement Method in a
Test Pit.
25. ASTM D5080 ‐ Rapid Determination of Percent Compaction.
26. ASTM D6938 ‐ Standard Test Method for In‐Place Density and Water Content of Soil and
Soil‐Aggregate by Nuclear Methods (Shallow Depth).
1.4 SUBMITTALS
A. Density testing as required for compaction of liner or access road subgrade.
B. Materials Source: Submit name of imported materials suppliers.
C. Materials testing as required for gradation and uniformity of subgrade.
D. Manufacturer’s Certificate: Certify Products meet or exceed specified requirements.
1.5 CLOSEOUT SUBMITTALS
A. Project Record Documents:
1. Density test results and locations.
2. Final grade topographic survey prior to placement of liner.
PART 2 PRODUCTS
2.1 MATERIALS
Not Used.
PART 3 EXECUTION
3.1 EXAMINATION
A. Verify survey benchmark and intended elevations for the Work are as indicated on the
Construction Drawings.
3.2 PREPARATION
A. Call Colorado “One Call” at 811 and local utility companies at least three (3) days before
performing Work.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Rough Grading – Section 31 22 13
Page 42
1. Request underground utilities to be located and marked within and surrounding
construction areas.
B. Identify required lines, levels, contours, and datum.
C. Notify utility company to remove and relocate utilities.
D. Protect remaining utilities from damage.
E. Protect plant life, lawns, and other features remaining as portion of final landscaping.
F. Protect benchmarks, survey control point, existing structures, fences, sidewalks, paving, and
curbs from excavating equipment and vehicular traffic.
3.3 SUBSOIL EXCAVATION
A. Excavate subsoil from areas to be further excavated, re‐landscaped, or re‐graded.
B. Do not excavate wet subsoil or excavate and process wet material to obtain optimum moisture
content.
C. Remove excess subsoil not intended for reuse, and store at location specified by Owner.
D. Stability: Replace damaged or displaced subsoil as specified for fill.
E. Notify Owner of any utility damage at once to emergency measures can be taken. The
Contractor will be financially responsible for any required repairs.
F. Intercept and divert surface drainage and precipitation away from excavation through use of
dikes, curb walls, ditches, pipes, or other means.
G. Remove and exclude water, including storm water, groundwater, irrigation water, and/or other
waters, from all excavations. Dewatering wells, well‐points, sump pumps, or other means shall
be used to remove water and continuously maintain groundwater at a level below the bottom
of excavations. Water shall be removed and excluded until backfilling is complete and all field
soils testing have been completed.
H. Comply with Colorado state standards and requirements for dewatering to any watercourse,
prevention of stream degradation, and erosion and sediment control.
I. Excavation below Fills and Embankments: The subgrade areas beneath embankments shall be
excavated to remove not less than the top one‐foot of native material and, where such
subgrade is sloped, the native material shall be benched. After the required excavation or over‐
excavation has been completed, the top 12‐inches of material shall be scarified and moisture
added or material dried to optimum moisture and the exposed surface shall be proof rolled.
J. Material beyond prescribed lines which is loosened by the Contractor’s operations shall be
removed, replaced and/or compacted, as directed by the Engineer, at no additional cost to the
Owner.
3.4 FILLING
A. See Section 31 23 23 – Backfill.
3.5 DISPOSAL OF EXCAVATED MATERIALS
A. Excess excavated material or excavated material not suitable for backfill may be disposed of on‐
site, provided that:
1. The finished grade substantially conforms with the Construction Drawings, or any
deviation therefrom is approved by the Engineer.
a. Blend with natural terrain.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Rough Grading – Section 31 22 13
Page 43
b. Minimum slope: 2%.
c. Maximum slope: 4:1.
2. All excess excavated material spread on the right‐of‐way is compacted to the same
specifications as final backfill, as set for in Section 31 23 23 – Backfill and the
Construction Drawings, and
3. All on‐site disposal of material is approved by the Engineer.
B. Do not dispose of waste material by dumping from tops of slopes.
C. Do not dispose of excess material within 15 feet of any wash, drainage or waterway.
3.6 TOLERANCES
A. Top Surface of Subgrade: Vertical measurements shall be read to the nearest 0.01 foot to
establish elevations at a minimum precision of 0.1 foot. Horizontal measurements shall be read
to the nearest 0.1 foot to establish locations at a minimum precision of 0.5 foot.
3.7 FIELD QUALITY CONTROL
A. Perform laboratory material tests in accordance with ASTM D1557, ASTM D4318, ASTM
D422/1140, ASTM D2487
B. Perform in‐place compaction tests in accordance with the following:
1. Density Tests: ASTM D6938.
2. Moisture Tests: ASTM D6938.
C. When tests indicate Work does not meet specified requirements, remove Work, replace and
retest.
D. Compaction testing shall be done to the extent such that the Owner and Engineer can be
reasonably assured that the backfill has been placed in accordance with the requirements of the
Contract Documents. When a testing allowance is established on the Bill of Quantities, the
Owner and Engineer will determine the testing frequency to be used throughout the project.
END OF SECTION
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Trenching – Section 31 23 17
Page 44
SECTION 31 23 17 – TRENCHING
PART 1 GENERAL
1.1 SUMMARY
A. Section Includes:
1. Excavating trenches for culverts.
2. Compacted fill from top of culvert bedding to finished grade.
3. Backfilling and compaction.
1.2 UNIT PRICES – MEASUREMENT AND PAYMENT
A. Trenching and Backfill:
1. Basis of Measurement: Liner Feet.
2. Basis of Payment: Measurement for payment will be based on linear feet of culvert
placed.
1.3 REFERENCES
A. American Society for Testing and Materials International (ASTM):
1. ASTM C136 ‐ Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates.
2. ASTM D422 ‐ Particle ‐Size Analysis of Soils.
3. ASTM D653 ‐ Terminology Relating to Soil, Rock, and Contained Fluids.
4. ASTM D698 ‐ Standard Test Method for Laboratory Compaction Characteristics of Soil
Using Standard Effort (12,400 ft‐lbf/ft3).
5. ASTM D1140 ‐ Amount of Material in Soils Finer than the No. 200 Sieve.
6. ASTM D1557 ‐ Standard Test Method for Laboratory Compaction Characteristics of Soil
Using Modified Effort (6,000 ft‐lbf/ft3).
7. ASTM D1633 ‐ Test Method for Compressive Strength of Molded Soil ‐ Cement
Cylinders.
8. ASTM D2216 ‐ Laboratory Determination of Water (Moisture) Content of Soil and Rock
by Mass.
9. ASTM D2487 ‐ Classifications of Soils for Engineering Purposes (Unified Soil Classification
System).
10. ASTM D2488 ‐ Description and Identification of Soils (Visual‐Manual Procedure).
11. ASTM D2774 ‐ Standard Practice for Underground Installation of Thermoplastic Pressure
Piping.
12. ASTM D2901 ‐ Test Method for Cement Content of Freshly Mixed Soil Cement.
13. ASTM D4253 ‐ Standard Test Methods for Maximum Index Density and Unit Weight of
Soils Using a Vibratory Table.
14. ASTM D4254 ‐ Minimum Index Density and Unit Weight of Sols and Calculation of
Relative Density.
15. ASTM D4318 ‐ Liquid Limit, Plastic Limit, and Plasticity Index of Soils.
16. ASTM D4564 ‐ Density of Soil in Place by the Sleeve Method.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Trenching – Section 31 23 17
Page 45
17. ASTM D4643 ‐ Determination of Water (Moisture) Content of Soil by the Microwave
Oven Heating.
18. ASTM D4718 ‐ Correction of Unit Weight and Water Content for Soils Containing
Oversize Particles.
19. ASTM D4832 ‐ Compressive Strength of Controlled Low Strength Material.
20. ASTM D4914 ‐ Density of Soil and Rock in Place by the Sand Replacement Method in a
Test Pit.
21. ASTM D4959 ‐ Determination of Water (Moisture) Content of Soil by Direct Heating.
22. ASTM D5030 ‐ Density of Soil and Rock in Place by the Water Replacement Method in a
Test Pit.
23. ASTM D5080 ‐ Rapid Determination of Percent Compaction.
24. ASTM D6938 ‐ Standard Test Method for In‐Place Density and Water Content of Soil and
Soil‐Aggregate by Nuclear Methods (Shallow Depth).
1.4 SUBMITTAL
A. Materials Source: Submit name of imported fill materials suppliers.
B. Manufacturer’s Certificate: Certify Products meet or exceed specified requirements.
1.5 QUALITY ASSURANCE
A. Perform Work in accordance with applicable state standards.
B. Perform Work in accordance with applicable Occupational Safety and Health Administration
(OSHA) trench safety standards.
1.6 FIELD MEASUREMENTS
A. Verify field trench locations.
PART 2 PRODUCTS
2.1 FILL MATERIALS
A. Suitable materials for culvert bedding are described in Section 31 05 16, Granular Materials, Part
2 Products, 2.1 Culvert Pipe Bedding.
B. Backfill: Same Material as Liner Subgrade.
PART 3 EXECUTION
3.1 LINES AND GRADES
A. Excavate culvert trench to lines and grades indicated on Construction Drawings.
1. The Engineer reserves the right to make changes in lines, grades, and depths of culverts
when changes are required for Project conditions.
3.2 PREPARATION
A. Call Colorado “One Call” at 811 and local utilities not less than three (3) working days before
performing Work.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Trenching – Section 31 23 17
Page 46
1. Request underground utilities to be located and marked within and surrounding
construction areas.
B. Identify required lines, levels, contours, and datum locations.
C. Protect benchmarks and existing structures from excavating equipment and vehicular traffic.
D. Maintain and protect above and below grade utilities indicated to remain.
E. Establish temporary traffic control and detours when trenching is performed in public right‐of‐
way. Relocate controls and reroute traffic as required during progress of Work.
3.3 LINES, GRADES, AND DIMENSIONS
A. Excavate trench to lines and grades indicated on Construction Drawings.
1. The Engineer reserves the right to make changes in lines, grades, and depths of culverts
when changes are required based on field conditions.
2. When the bottom of the trench is rocky, over‐excavate and fill as specified in Section 31
23 23.
B. Excavate trench to minimum width as indicated on Construction Drawings.
1. Cut trenches to width indicated on Construction Drawings. Permission in writing to use a
greater width shall be obtained from the Engineer.
2. Increase the trench width as required to meet embedment compaction requirements.
Increased trench width, if needed to meet these requirements, shall be provided at no
additional cost to the Owner.
3.4 TRENCHING
A. Excavate subsoil required for culverts.
B. Remove lumped subsoil, boulders, and rock up to the size that would require special equipment
beyond conventional machinery used for trenching, in which case the Engineer should be
notified immediately.
C. The Contractor is solely responsible for safety of all open trenches and bears sole liability for any
incidents or accidents arising from open trenches.
D. The Owner may restrict the amount of open trench as needed due to safety, land use or
environmental considerations.
E. Intercept and divert surface drainage and precipitation away from excavation through use of
dikes, curb walls, ditches, pipes, or other means.
F. Dewater and maintain substantially dry subgrade during culvert installation.
1. Remove groundwater by pumping to keep excavations dry.
2. Comply with state standards and requirements for dewatering to any watercourse,
prevention of stream degradation, and erosion and sediment control.
3. If a separate bid item is not included on the Bill of Quantities for dewatering, the cost
thereof will be considered incidental to the cost of trenching and culvert installation.
G. When subsurface materials at the bottom of the trench are loose or soft, excavate to a greater
depth as directed by the Engineer until suitable material is encountered. Backfill and compact to
reach specified or directed line and grade. Refer to the specifications for backfill, as set forth in
Section 31 23 23.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Trenching – Section 31 23 17
Page 47
H. Cut out soft areas of subgrade not capable of compaction in place. Backfill and compact to
specified or directed line and grade. Refer to specifications for backfill, as set forth in Section 31
23 23.
I. Correct over excavated areas with compacted backfill as specified for authorized excavation as
directed by the Engineer.
J. Store excess subsoil not intended for reuse as directed by Owner.
K. Protect open trench at all times to prevent danger to the public and to wildlife. Any safety
requirements imposed by agencies or entities with jurisdiction must be met.
3.5 BACKFILLING OF TRENCHES
A. See Section 31 23 23 – Backfill for general backfill requirements, as well as trench backfill and
bedding requirements around pipelines.
B. Compact to 92% of the maximum dry density as determined by the modified Proctor procedure
(ASTM D1557) for culverts.
C. Compact trench backfill in 8‐inch lifts.
3.6 DISPOSAL OF EXCAVATED MATERIALS
A. Excess excavated material or excavated material not suitable for backfill may be disposed of on‐
site, provided that:
1. The finished grade substantially conforms with the Construction Drawings, or any
deviation therefrom is approved by the Engineer.
a. Blend with natural terrain.
b. Minimum slope: 2%.
c. Maximum slope: 4:1.
2. All excess excavated material spread on the right‐of‐way is compacted to the same
specifications as final backfill, as set forth in Section 31 23 23 – Backfill and the
Construction Drawings, and
3. All on‐site disposal of material is approved by the Engineer.
3.7 TOLERANCES
A. Survey of the inlet and outlet inverts of culverts shall be conducted to the nearest 0.1 foot
vertical and 0.5 foot horizontal. Survey of the cover thickness (as specified on the Construction
Drawings) shall verify conformance to the same tolerance as the inlet and outlet survey.
3.8 FIELD QUALITY CONTROL
A. Refer to compaction and laboratory testing requirements in Section 31 23 23 – Backfill, as
applicable.
3.9 PROTECTION OF FINISHED WORK
A. Reshape and re‐compact fills subjected to vehicular traffic during construction.
END OF SECTION
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Backfill – Section 31 23 23
Page 48
SECTION 31 23 23 – BACKFILL
PART 1 GENERAL
1.1 SUMMARY
A. Section Includes:
1. Filling and compacting site for liners, access roads, and site drainage.
2. Backfilling for culvert trenches.
1.2 UNIT PRICES – MEASUREMENT AND PAYMENT
A. Culvert Pipe Bedding
1. Basis of Measurement: Included with Culvert Pipe installation.
2. Basis of Payment: Included with Culvert Pipe installation.
B. Road Base
1. Basis of Measurement: Cubic Yards.
2. Basis of Payment: Payment will be based on volume as measured in‐place.
1.3 REFERENCES
A. American Society for Testing and Materials International (ASTM):
1. ASTM C136 ‐ Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates.
2. ASTM D422 ‐ Particle ‐Size Analysis of Soils.
3. ASTM D653 ‐ Terminology Relating to Soil, Rock, and Contained Fluids.
4. ASTM D698 ‐ Standard Test Method for Laboratory Compaction Characteristics of Soil
Using Standard Effort (12,400 ft‐lbf/ft3 (600 kN‐m/m3)).
5. ASTM D1140 ‐ Amount of Material in Soils Finer than the No. 200 Sieve.
6. ASTM D1557 ‐ Standard Test Method for Laboratory Compaction Characteristics of Soil
Using Modified Effort (56,000 ft‐lbf/ft3, 2,700 kN‐m/m3).
7. ASTM D1633 ‐ Test Method for Compressive Strength of Molded Soil ‐ Cement
Cylinders.
8. ASTM D2216 ‐ Laboratory Determination of Water (Moisture) Content of Soil and Rock
by Mass.
9. ASTM D2487 ‐ Classifications of Soils for Engineering Purposes (Unified Soil Classification
System).
10. ASTM D2488 ‐ Description and Identification of Soils (Visual‐Manual Procedure).
11. ASTM D2774 ‐ Standard Practice for Underground Installation of Thermoplastic Pressure
Piping.
12. ASTM D2901 ‐ Test Method for Cement Content of Freshly Mixed Soil Cement.
13. ASTM D4253 ‐ Standard Test Methods for Maximum Index Density and Unit Weight of
Soils Using a Vibratory Table.
14. ASTM D4254 ‐ Minimum Index Density and Unit Weight of Sols and Calculation of
Relative Density.
15. ASTM D4564 ‐ Density of Soil in Place by the Sleeve Method.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Backfill – Section 31 23 23
Page 49
16. ASTM D4643 ‐ Determination of Water (Moisture) Content of Soil by the Microwave
Oven Heating.
17. ASTM D4718 ‐ Correction of Unit Weight and Water Content for Soils Containing
Oversize Particles.
18. ASTM D4832 ‐ Compressive Strength of Controlled Low Strength Material.
19. ASTM D4914 ‐ Density of Soil and Rock in Place by the Sand Replacement Method in a
Test Pit.
20. ASTM D4959 ‐ Determination of Water (Moisture) Content of Soil by Direct Heating.
21. ASTM D5030 ‐ Density of Soil and Rock in Place by the Water Replacement Method in a
Test Pit.
22. ASTM D5080 ‐ Rapid Determination of Percent Compaction.
23. ASTM D6938 ‐ Standard Test Method for In‐Place Density and Water Content of Soil and
Soil‐Aggregate by Nuclear Methods (Shallow Depth).
1.4 DEFINITIONS
A. Percentage Compaction: Ratio, expressed as percentage, of actual density of material compared
with maximum dry density based on modified Proctor (ASTM D1557).
B. Optimum Moisture Content: Based on modified Proctor (ASTM D1557).
C. Grain Size Analysis: Based on ASTM D422/1140.
D. Unified Soil Classification: Based on ASTM D2487.
1.5 SUBMITTALS
A. Submit samples and certified test documentation of all materials to be used.
B. Materials Source: Submit name of imported fill materials suppliers.
C. Manufacturer’s Certificate: Certify Products meet or exceed specified requirements.
D. Submit field soil test on material in place as backfill.
PART 2 PRODUCTS
2.1 NON‐GRANULAR FILL MATERIALS
A. Suitable materials may be processed on‐site or may be imported. Regardless if materials are
imported or processed on site, they are required to meet the quantity requirements of the
project and will be provided at no additional expense to the Owner. Table 31 23 23 – 1 presents
the minimum laboratory test types, methods, and frequencies for all non‐granular soils used at
the site. Non‐granular fill materials include the following:
1. Fill soil for subgrade construction
2. Construction of other structural fill, including site drainage and access roads
3. Backfill for culvert trenches
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Backfill – Section 31 23 23
Page 50
Table 31 23 23 ‐ 1 Non‐Granular Soil Minimum Laboratory Test Frequencies
Test Method Minimum Frequency Criteria
Modified Proctor ASTM D1557 1 test/6,540 cy or change in
material type N/A
Atterberg Limits ASTM D4318 1/Proctor or change in material
type LL ≥ 30, PI ≥ 15
Grain Size Analysis ASTM
D422/1140
1/Proctor or change in material
type
≥ 50% P200, 2‐in
max size
Unified Soil
Classification ASTM D2487 1/Proctor or change in material
type SC or CL
Hydraulic
Conductivity ASTM D5084 1 test/13,000 cy or change in
material type ≤ 1x10‐7 cm/sec
PART 3 EXECUTION
3.1 BACKFILLING FOR STRUCTURES, SITE WORK AND APPURTENANCES
A. Backfill areas to contours and elevations with unfrozen materials as indicated on the
Construction Drawings or as directed by the Engineer.
B. Systematically backfill to allow maximum time for natural settlement. Do not backfill over
porous, wet, frozen or spongy subgrade surfaces.
C. Each layer shall be thoroughly mixed as necessary to promote uniformity of material in each
layer.
D. Employ placement method that does not disturb or damage other work.
E. Maintain optimum moisture content of backfill materials to attain required compaction density.
F. Shape and drain embankments and excavations, maintain ditches and drains to provide
drainage at all times. Protect graded areas against action of elements prior to acceptance of
work and reestablish grade where settlement or erosion occurs.
G. Place surplus backfill materials at the location indicated by the Owner.
H. Leave fill material stockpile areas free of excess fill materials.
3.2 COMPACTION OF NON‐GRANULAR SOILS
A. Do not place and compact soil under the following conditions:
1. Ambient air temperature below freezing.
2. Rain that creates puddles in clayey or silty materials.
3. Ice or snow pockets visible in material being placed.
B. Surface Preparation:
1. Prepare surface so that first compacted lift will be placed on firm, stable base. Compact
surface to specified percent compaction, if necessary.
2. For water‐retaining compacted fill, scarify and moisten surface to provide satisfactory
bonding surface before placing first layer of material to be compacted.
3. Do not place material to be compacted on frozen surface.
C. Placement:
1. Place soil to be compacted in horizontal layers.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Backfill – Section 31 23 23
Page 51
2. Blend materials as needed to ensure compacted fill is homogenous and free form
lenses, pockets, streaks, voids, laminations and other imperfections.
D. Compaction Procedures:
1. Cohesionless Free‐Draining Material: Compact in horizontal layers to maximum
compacted thickness of:
a. Tampers and rollers: 6 inches
b. Crawler‐type tractors, vibrating drum rollers, surface vibrators or similar
equipment: 12 inches
c. Saturation and internal vibration: Penetrating depth of vibrator.
2. Demonstration: Lift thicknesses may vary depending on equipment and methods. Field
adjustments to the specified lift thicknesses may be allowed or required. The Contractor
shall demonstrate that proposed equipment and methods will meet required
compaction for the proposed lift thicknesses. Typically, lifts should be no greater than 8‐
inches.
3. Flooding and jetting are not allowed unless specifically approved by the Engineer.
E. Moisture Content:
1. Optimum moisture content for each soil type, whether native soil or imported material,
shall be determined by the modified Proctor method, ASTM D1557.
2. Moisture content during compaction shall be within ±4% percentage points of optimum
moisture content for structural fill and culvert trench backfill.
3. Moisten or aerate material, as necessary, to provide specified moisture content. Add
water to soil in increments that will permit moisture content to be uniform and
homogenous through each layer after mixing.
4. Add no more than two (2) percent water to fill by sprinkling just prior to compaction
when fill is clayey and contains dry clods of clay.
a. If clayey soil is more than four (4) percent below optimum moisture, pre‐
conditioning and curing may be required to obtain uniform and homogenous
distribution of moisture in clods.
b. Use of disks, harrows, or rakes may be required to blend moisture prior to
placement and compaction.
5. For cohesionless soils, add water as necessary during compaction, as these soils are
free‐draining.
F. Minimum Percent Compaction:
1. Structural Fill: Compact to ≥ 90%, as directed by the Engineer.
2. Access Roads, Culvert Backfill, and Site Drainage: Compact to ≥ 92%, as directed by the
Engineer.
3. Note that all percent compaction values in these Specifications and Construction
Drawings are based on modified Proctor, ASTM D1557, unless otherwise noted.
3.3 TOLERANCES
A. Top Surface of Subgrade and Structural Fill: Vertical measurements shall be read to the nearest
0.01 foot to establish elevations at a minimum precision of 0.1 foot. Horizontal measurements
shall be read to the nearest 0.1 foot to establish locations at a minimum precision of 0.5 foot.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Backfill – Section 31 23 23
Page 52
B. Percent Compaction: Shall meet minimum required compaction as set forth in these
specifications.
C. Moisture Content: As set forth in these specifications.
3.4 FIELD QUALITY CONTROL
A. When tests indicate Work does not meet specified requirements, remove material, replace,
recompact, and retest.
B. Compaction testing shall be done to the extent such that the Owner and Engineer can be
reasonably assured that the backfill has been placed in accordance with the requirements of the
Contract Documents, or as required by the utility for which the trenching is being provided,
whichever is more stringent.
C. Correction of Substandard Work: All fill and backfill represented by tests that fail to meet
compaction, moisture content, soil classification or other specifications shall be uncovered as
needed, replaced as needed, re‐compacted and re‐tested until all specifications are met, at no
additional expense to the Owner.
1. Elevations, lines and grades of replaced material, as well as of pipe and other structures
resting against such material, shall be re‐surveyed at the direction of the Engineer. The
Contractor shall correct elevations, lines and grades as needed, at no additional expense
to the Owner.
3.5 PROTECTION OF FINISHED WORK
A. Reshape and re‐compact fills subject to vehicular traffic.
END OF SECTION
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Aggregate – Section 32 11 23
Page 53
SECTION 32 11 23 ‐ AGGREGATE
PART 1 – GENERAL
1.1 SCOPE OF WORK
A. Furnish and install leak detection sump gravel material.
1.2 REFERENCES
A. “Construction Quality Assurance/Quality Control Plan for Eagle County Landfill,” KRW
Consulting, May 1996 (CQAQC Plan).
B. ASTM C136: “Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates”
1.3 SUBMITTALS
A. Contractor shall submit 5‐gallon samples to the CQAE of each material to be used. Samples shall
be submitted 15 days before aggregates are to be installed.
PART 2‐ MATERIALS
2.1 LEAK DETECTION SUMP GRAVEL
A. The granular material placed in the leak detection sump shall be 1.5‐inch washed stone
conforming to the ASTM C33 size #4 specification (refer to Table 32 11 23‐1). These
specifications shall be verified by testing of at least one sample per source per construction
phase in which the material is used. This material shall be made up of inert and stable materials
such as silica and quartz.
Table 32 11 23 ‐ 1 Sump Gravel Specifications (ASTM C33, Size #4)
Sieve Size Mass Percent Passing Square Mesh Sieves
2‐inch 100
1 1/2‐inch 90‐100
1‐inch 20‐55
3/4‐inch 0‐15
3/8‐inch 0‐5
PART 3 – EXECUTION
3.1 LEAK DETECTION SUMP GRAVEL
A. The Contractor must protect the underlying liner components from damage during placement of
the leak detection sump gravel.
B. The Contractor shall propose to the CQAE a means of placing and spreading gravel in the leak
detection sump. The CQAE shall approve a method of placing and spreading the materials prior
to their placement. The methods used shall be protective of the underlying components.
END OF SECTION
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Chain Link Fences and Gates – Section 32 31 13
Page 54
SECTION 32 31 13 ‐ CHAIN LINK FENCES AND GATES
PART 1 – GENERAL
1.1 SCOPE OF WORK
Work under this section includes the technical requirements for furnishing and installing the required
fencing and gate in connection with the construction of the leachate holding pond. All materials used
shall meet the requirements of this specification, and all work shall be performed in accordance with the
procedures provided herein and the Design Plans and Drawings.
Fencing to be used for this project shall include the following:
Fence framework, fabric, and accessories
Excavation for post bases
Concrete foundation for posts
Manual gate and related hardware
1.2 REFERENCES
ASTM A121: Standard Specification for Zinc‐Coated (Galvanized) Steel Barbed Wire.
ASTM A123/A123M: Standard Specification for Zinc (Hot‐Dip Galvanized) Coatings on Iron and Steel
Products.
ASTM A153/A153M: Standard Specification for Zinc Coating (Hot‐Dip) on Iron and Steel Hardware.
ASTM A392: Standard Specification for Zinc‐Coated Steel Chain‐Link Fence Fabric.
ASTM A491: Standard Specification for Aluminum‐Coated Steel Chain‐Link Fence Fabric.
ASTM A585: Standard Specification for Aluminum‐Coated Steel Barbed Wire.
ASTM A792/A792M: Standard Specification for Steel Sheet, 55% Aluminum‐Zinc Alloy‐Coated by the
Hot‐Dip Process.
ASTM A1011/A1011M: Standard Specification for Steel, Sheet and Strip, Hot‐Rolled, Carbon, Structural,
High‐Strength Low‐Alloy and High‐Strength Low‐Alloy with Improved Formability.
ASTM B429: Standard Specification for Aluminum‐Alloy Extruded Structural Pipe and Tube.
ASTM C94: Standard Specification for Ready‐Mixed Concrete.
ASTM F567: Standard Practice for Installation of Chain‐Link Fence.
ASTM F668: Standard Specification for Poly (Vinyl Chloride) (PVC)‐Coated Steel Chain Link Fence
Fabric.
ASTM F900: Standard Specification for Industrial and Commercial Swing Gates.
ASTM F934: Standard Specification for Standard Colors for Polymer‐Coated Chain Link Fence
Materials.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Chain Link Fences and Gates – Section 32 31 13
Page 55
ASTM F1043: Standard Specification for Strength and Protective Coatings on Metal Industrial Chain
Link Fence Framework.
ASTM F1083: Standard Specification for Pipe, Steel, Hot‐Dipped Zinc‐Coated (Galvanized) Welded, for
Fence Structures.
ASTM F1184: Standard Specification for Industrial and Commercial Horizontal Slide Gates.
Chain Link Fence Manufacturers Institute (CLFMI) ‐ Product Manual.
1.3 SUBMITTALS
Shop drawings: Indicate plan layout, spacing of components, post foundation dimensions,
hardware anchorage, gates, and schedule of components.
Product data: Submit data on fabric, posts, accessories, fittings, and hardware.
Operation and maintenance data.
1.4 QUALITY ASSURANCE
Supply material in accordance with the Chain Link Manufacturer’s Institute (CLFMI) Product
Manual
Perform installation in accordance with ASTM F567.
1.5 QUALIFICATIONS
The Manufacturer shall be a company specializing in manufacturing products specified in this section
with a minimum of three years documented experience. The Installer shall specialize in performing the
work in this section with a minimum of three years documented experience.
1.6 DELIVERY, STORAGE AND HANDLING
Fence fabric and accessories shall be delivered in packed cartons or firmly tied rolls. The Manufacturer’s
name must be clearly identified on each package. The fence fabric and accessories will be stored on site
in secure and dry place.
PART 2 – MATERIALS
2.1 MATERIALS AND DESCRIPTION
The nominal fence height shall be six (6) feet and the spacing between line posts will not exceed ten (10)
feet. Framing steel will be welded ASTM F1083 Schedule 40 galvanized steel pipe with coating
conforming to ASTM F1043 Type A on the pipe exterior and interior. Fabric wire sheet will be ASTM
A392 zinc‐coasted wire fabric and the foundation will be 3,000 psi concrete.
2.2 COMPONENTS
The following components will make up the chain link fences and gates:
2.38‐inch diameter line posts
2.88‐inch corner and terminal posts
3.5‐inch diameter gate posts
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Chain Link Fences and Gates – Section 32 31 13
Page 56
1.66‐inch diameter plain end, sleeve couple top and brace rails
Gate frame with 1.66‐inch diameter for fittings and truss rod fabrication.
2‐inch diamond‐mesh interwoven wire, 9‐gauge thick, top selvage twisted tight, bottom selvage
knuckle end closed
7‐gauge thick steel, single strand, galvanized tension wire
Aluminum allow steel tie wire
2.3 ACCESSORIES
Caps shall be galvanized cast steel, pressed steel, or malleable iron. They will be sized to post diameter
and set screw retainer. Fittings will be sleeves, bands, clips, rail ends, tension bars, fasteners, and
fittings made of galvanized steel. Hardware for the gate will be a center gate stop and drop rod with
two 180‐degree gate hinges for each leaf.
2.4 GATES
The gate type, opening width, and direction of operation will be as indicated in the Design Plans and
Drawings or by the CQAE in the field. The gate will be factory‐assembled, designed for operation by one
person, and fabricated to permit 180‐degree swing. The gate will be constructed in accordance with
ASTM F900 with welded corners. The use of corner fittings is not permitted. The components, fabric,
and hardware will be galvanized in accordance with ASTM A123/A123M. Components and hardware
will be constructed in accordance with ASTM A153/A153M and fabric will be constructed in accordance
with ASTM A392. A 2.0 oz/ft2 coating will be utilized for components, fabric, and hardware. All
accessories will have the same finish as the framing.
PART 3 – EXECUTION
3.1 INSTALLATION
The following requirements will be met during installation of the fence and gate:
Install framework, fabric, accessories, and gates in accordance with ASTM F567.
Install posts with six (6) inches maximum clear opening from end posts to buildings, fences, and
other structures.
Excavate holes for posts to diameter and spacing indicated on Design Plans and Drawings
without disturbing underlying materials.
Center and align posts. Place concrete around posts, and vibrate or tamp for consolidation.
Verify vertical and top alignment of posts and make necessary corrections.
Set intermediate, terminal, and gateposts plumb, in concrete footings with top of footing two
(2) inches above finished grade. Slope top of concrete for water runoff.
Line post footing depth below finished grade: ASTM F567.
Corner, gate, and terminal post footing depth below finished grade: ASTM F567.
Allow footings to cure minimum seven (7) days before installing fabric and other materials
attached to posts.
Brace each gate and corner post to adjacent line post with horizontal center brace rail and
diagonal truss rods. Install brace rail one bay from end and gateposts.
Install top rail through line post tops and splice with 6‐inch long rail sleeves.
Install center and bottom brace rail on corner gate leaves.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Chain Link Fences and Gates – Section 32 31 13
Page 57
Place fabric on outside of posts and rails.
Stretch fabric on outside of posts and rails.
Stretch fabric between terminal posts or at intervals of 1200 feet maximum, whichever is less.
Position the bottom of fabric two (2) inches above finished grade.
Fasten fabric to top rail, line posts, braces, and bottom tension wire with tie wire at maximum
15 inches on centers.
Attach fabric to end, corner, and gateposts with tension bars and tension bar clips.
Install bottom tension wire stretched taut between terminal posts.
Install support arms sloped outward and attach barbed wire; tension and secure, with barbed
wire installed with lowest strand not less than eight (8) feet from ground level.
Support gates from gateposts. Do not attach hinged side of gate from building wall.
Install gate with fabric and barbed wire overhang to match fence. Install three (3) hinges on
each gate leaf.
Provide concrete center drop to footing depth and drop rod retainers at center of double gate
openings, if double gates are called for on the Design Plans and Drawings.
3.2 ERECTION TOLERANCES
Maximum variation from plumb: 1/4 inch
Maximum offset from indicated position: 1 inch
END OF SECTION
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Seeding – Section 32 92 19
Page 58
SECTION 32 92 19 – SEEDING
PART 1 GENERAL
1.1 SUMMARY
A. Section Includes:
1. Preparation of subsoil.
2. Placing topsoil.
3. Seeding, Hydroseeding, Seed Drilling.
4. Mulching.
5. Maintenance.
B. Related Sections:
1. Section 31 22 13 – Rough Grading
1.2 UNIT PRICE – MEASUREMENT AND PAYMENT
A. Grassed Areas:
1. Basis of Measurement: By acre.
2. Basis of Payment: Includes preparation of subsoil, topsoil, placing topsoil, seeding,
watering and maintenance to specified time limit.
1.3 REFERENCES
A. Federal Specifications:
1. OF‐241 – Fertilizers, Mixed, Commercial.
B. ASTM International:
1. ASTM C602 – Standard Specification for Agricultural Liming Materials.
1.4 DEFINITIONS
A. Weeds: Vegetative species other than specified species to be established in given area.
1.5 SUBMITTALS
A. Section 01 00 00 – Submittal Procedures: Requirements for submittals.
B. Product Data: Submit data for seed mix, fertilizer, mulch, and other accessories.
1.6 QUALITY ASSURANCE
A. Provide seed mixture in containers showing percentage of seed mix, germination percentage,
inert matter percentage, weed percentage, year of production, net weight, date of packaging,
and location of packaging.
B. Perform Work in accordance with NRCS standards.
1.7 DELIVERY, STORAGE, AND HANDLING
A. Product storage and handling requirements shall be as specified in applicable sections of these
Specifications and in accordance with recommendations of the supplier.
B. Deliver grass seed mixture in sealed containers. Seed in damaged packaging is not acceptable.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Seeding – Section 32 92 19
Page 59
C. Deliver fertilizer in waterproof bags showing weight, chemical analysis, and name of
manufacturer.
1.8 COORDINATION
A. Section 01 00 00 ‐ Administrative Requirements: Requirements for coordination.
B. Coordinate seeding dates to October 15th through April 15th, or July 1st through August 15th to
take advantage of the time of best moisture availability. Other dates to be approved by Owner
and Engineer. Final seeding shall occur 4‐6 weeks after the last killing frost.
C. Dates of seeding will correspond to the high probability (60 percent or more) of receiving
effective precipitation (0.6 to 1.0 inch during any three‐week period) for seeding establishment.
1.9 MAINTENANCE SERVICE
A. Section 01 00 00 ‐ Execution Requirements: Requirements for maintenance service.
B. The cover will be maintained by occasional mowing, spot spraying, reseeding weak areas, or by
controlled burns. Maintain seeded areas for three months from Date of Substantial Completion.
Maintenance shall include weekly watering.
C. If after the first full season of growth (not the first year) the cover should be mowed or grazed to
control annual weeds to encourage good growth. Timing of mowing should avoid nesting times
of birds (March ‐ June).
PART 2 PRODUCTS
2.1 FERTILIZER
A. Fertilizer shall conform to applicable Colorado fertilizer laws. It shall be uniform in composition,
dry, and free flowing, and shall be delivered to the site in the original, unopened containers,
each bearing the Fertilizer Manufacturer’s guaranteed analysis. Fertilizer which becomes caked
or damaged will not be accepted.
2.2 SEED MIXTURE
A. All seed shall be furnished in bags or containers clearly labeled to show the following:
1. Name and address of supplier
2. Seed mixture name
3. Lot number
4. Net weight
5. Origin
6. Percent of weed seed content
7. Guaranteed percentage of purity and germination
8. Pounds of pure live seed (PLS) of each seed species
9. Total pounds of PLS in container
B. All seeds shall be free from noxious weed seeds in accordance with current state and local lists.
The Contractor shall furnish to the Engineer a signed statement certifying that the seed is from a
lot that has been tested by a recognized laboratory for seed testing within thirteen months prior
to the date of seeding. The Engineer may obtain seed samples from the seed equipment,
furnished bags, or containers to test seed for species identification, purity, and germination.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Seeding – Section 32 92 19
Page 60
Seed tested and found to be less than 10% of the labeled certified PLS and different than the
specified species will not be accepted. Seed which has become wet, moldy, or damaged in
transit or storage will not be accepted.
C. Seed types and amount of PLS required per acre shall be as presented in Table 32 92 19 ‐ 1:
Table 32 92 19 ‐ 1 Seeding Mixture for Native Seeding
Common Name Scientific Name Percent of Mixture Drilled Rate
Pounds PLS/Acre
Canada Wildrye Elymus canadensis 10 1
Forage Kochia Kochia prostrata 10 0.75
Indian Ricegrass Achnatherum
hymenoides 20 1.6
Sand Dropseed Sporobolus
cryptandrus 10 0.1
Switchgrass Panicum virgatum 5 0.5
Thickspike
Wheatgrass Elymus lanceleolatus 20 1.2
Western Wheatgrass Pascopyrum smithii 20 2
Western Yarrow Achillea millefolium 5 0.025
*PLS = Pure Live Seed, calculated by multiplying the % germination X% purity for given lot of seed. Example: a bag of
smooth brome grass with 90% purity and 93% germination (shown on seed tag) would require (0.9 X 0.93) = 0.837,
(5.2 pounds PLS required/0.837) = 6.2 pounds, 6.2 pounds per acre of smooth brome seed would need to be
purchased.
2.3 MULCH
A. Mulch shall be applied by hydraulic mulching (wood cellulose fiber mulch with mulch tackifier
added to water to form a homogenous slurry).
B. Wood cellulose fiber mulch shall consist of virgin wood fibers manufactured expressly from
clean whole wood chips. The chips shall be processed in such a manner as to contain no growth
or germination inhibiting factors. Fiber shall not be produced from recycled materials such as
sawdust, paper, cardboard, or residue from pulp and paper plants. The wood cellulose fiber
mulch shall be packaged in units containing current labels, with the Mulch Manufacturer’s
name, the net weight, and certification that the material meets all requirements.
C. Material for mulch tackifier shall consist of a free‐flowing, noncorrosive powder produced from
pre‐gelatinized 100 percent natural corn starch polymer. All fibers shall be colored green or
yellow with a biodegradable dye. The material used for mulch tackifier shall not contain any
mineral filler, recycled cellulose fiber, clays, or other substances which may inhibit germination
or growth of plants.
2.4 SOIL MATERIALS
A. Topsoil: Excavated from site and free of weeds.
2.5 ACCESSORIES
A. Water: Clean, fresh and free of substances or matter capable of inhibiting vigorous growth of
grass.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Seeding – Section 32 92 19
Page 61
B. Erosion Fabric: Jute matting, open weave.
C. Herbicide: If required, Owner and Engineer’s approval must be obtained prior to use.
D. Stakes: Softwood lumber, chisel pointed.
E. String: Inorganic fiber.
PART 3 EXECUTION
3.1 EXAMINATION
A. Verify prepared soil base is ready to receive the Work of this section.
3.2 PREPARATION OF SUBSOIL
A. Prepare sub‐soil to eliminate uneven areas and low spots. Maintain lines, levels, profiles and
contours. Make changes in grade gradual. Blend slopes into level areas. The heel of a boot
should not sink in more than ½ to 1 inch.
B. Remove foreign materials, weeds and undesirable plants and their roots. Remove contaminated
sub‐soil.
C. Topsoil removed from the right‐of‐way must not be mixed with sagebrush debris which may
impede seed germination during the revegetation process.
D. Areas needing reseeding need the top layer of soil softened by ripping and disking prior to
seeding to create the soil structure necessary to allow for seed germination.
E. Scarify subsoil to depth of 6 inches where topsoil is to be placed. Repeat cultivation in areas
where equipment, used for hauling and spreading topsoil, has compacted sub‐soil.
3.3 PLACING TOPSOIL
A. Spread topsoil to minimum depth of 6 inches over area to be seeded. Rake until smooth.
B. Place topsoil during dry weather and on dry unfrozen subgrade.
C. Remove vegetable matter and foreign non‐organic material from topsoil while spreading.
D. Grade topsoil to eliminate rough, low or soft areas, and to ensure positive drainage.
3.4 SEEDING
A. Apply seed at rates specified in 2.2.C of this Section. Rake in lightly and use a light harrow or log
chain to drag over area to incorporate seed approximately ½ inch to ¾ inch deep.
B. Do not seed areas in excess of that which can be mulched on same day.
C. Planting Season: See 1.8.B of this Section.
D. Do not sow immediately following rain, when ground is too dry, or when winds are over 15 mph.
E. Immediately following seeding and dragging, apply mulch to thickness of 1/8 inch. Maintain
clear of shrubs and trees.
F. Apply water with a fine spray immediately after each area has been mulched. Saturate to 4
inches of soil.
3.5 HYDROSEEDING
A. Apply fertilizer, mulch and seeded slurry with hydraulic seeder at an approved rate evenly in one
pass.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Seeding – Section 32 92 19
Page 62
B. After application, apply water with fine spray immediately after each area has been
hydroseeded. Saturate to 4 inches of soil and maintain moisture levels two to four inches.
3.6 SEED DRILLING
A. If a seed drill (planter) is used; the specified rates of application should be reduced by one‐half
of those listed in 2.2.C of this Section.
3.7 SEED PROTECTION
A. The mulch will be anchored to the soil immediately following application by mechanically
crimping it to the soil using a heavy disk implement with dull blades or other suitable equipment
traversing the side slope. Crimping will be conducted so that it generally does not sever the
mulch and mulching shall not be conducted when wind velocities at the site exceed 15 miles per
hour. Where crimping is not practical or possible, the mulch shall be anchored with commercial
netting.
3.8 MAINTENANCE
A. Immediately reseed areas showing bare spots.
B. Repair washouts or gullies.
C. Protect seeded areas with warning signs during maintenance period.
3.9 SCHEDULE
A. All utility routes, disturbed areas, vault areas, and non‐traveled areas in road rights‐of‐way to be
reseeded when Work is completed in affected areas.
END OF SECTION
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Pipe Culvert – Section 33 42 13
Page 63
SECTION 33 42 13 – PIPE CULVERT
PART 1 GENERAL
1.1 SUMMARY
A. Section Includes:
1. Smooth interior corrugated polyethylene culvert.
2. Joints and accessories.
3. Bedding.
4. Slope protection at pipe end.
1.2 UNIT PRICE – MEASUREMENT AND PAYMENT
A. Pipe Culvert:
1. Basis of Measurement: By linear foot invert length of pipe, including tapered ends.
2. Basis of Payment: Includes hand trimming, excavating; removing soft subsoil, bedding
fill, compacting; backfill; pipe, fittings and accessories assembled; repair of damaged
coating.
1.3 REFERENCES
A. American Association of State Highway and Transportation Officials:
1. AASHTO M252 – Standard Specification for Corrugated Polyethylene Drainage Pipe.
2. AASHTO M294 – Standard Specification for Corrugated Polyethylene Pipe, 300‐ to 1500‐
mm (12‐ to 60‐in.) Diameter.
B. ASTM International:
1. ASTM D3350 – Standard Specification for Polyethylene Plastics Pipe and Fittings
Materials.
2. ASTM D2412 – Standard Test Method for Determination of External Loading
Characteristics of Plastic Pipe by Parallel‐Plate Loading.
1.4 SUBMITTALS
A. A manufacturer’s certification that the product was manufactured, tested, and supplied in
accordance with this specification shall be furnished to the Engineer.
B. Project Record Documents:
1. Accurately record actual locations of pipe runs, connections, and invert elevations.
2. Identify and describe unexpected variations to subsoil conditions or discovery of
uncharted utilities.
PART 2 PRODUCTS
2.1 SMOOTH INTERIOR CORRUGATED POLYETHYLENE PIPE
A. Culvert pipe used on the project shall be high‐density polyethylene (HDPE) corrugated pipe with
an internally formed smooth interior and hydraulic characteristics as specified in the
Construction Drawings.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Pipe Culvert – Section 33 42 13
Page 64
B. Requirements for test methods, dimensions, and markings are those found in AASHTO
Designations M252 and M294.
C. Pipe and fittings shall be made of polyethylene compounds, which meet or exceed the
requirements of Type 111, Category 4 or 5, Grade P33 or P34, Class C per ASTM D3350 with the
applicable requirements defined in ASTM D3350. Clean, reworked material may be used.
D. Minimum parallel plate pipe stiffness values, per ASTM test Method D2412, shall be as indicated
in Table 33 42 13 ‐ 1.
Table 33 42 13 ‐ 1 Minimum HDPE Culvert Pipe Stiffness
Pipe Diameter (inches) Pipe Stiffness (psi)
18 56
24 50
30 46
36 40
42 35
48 35
60 30
2.2 BEDDING AND COVER MATERIALS
A. Bedding: As defined in Section 31 05 16.
B. Backfill: As defined in Section 31 23 23.
PART 3 EXECUTION
3.1 EXAMINATION
A. Verify excavation base is ready to receive work and excavations, dimensions, and elevations are
as indicated on the Construction Drawings.
3.2 PREPARATION
A. Remove large stones or other hard matter which could damage piping or impede consistent
backfilling or compaction.
3.3 EXCAVATION AND BEDDING
A. Excavate culvert trench to at least 6‐inches below pipe invert, in accordance with Section 31 23
17 of this Specification. Hand trim excavation for accurate placement of pipe to elevations
indicated.
B. Place bedding material at trench bottom, level fill materials in one continuous layer not
exceeding 6‐inches compacted depth.
3.4 INSTALLATION – PIPE
A. Lift or roll pipe into position. Do not drop or drag pipe over prepared bedding.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
Pipe Culvert – Section 33 42 13
Page 65
B. Shore pipe to required position; retain in place until after compaction of adjacent fills. Ensure
pipe remains in correct position and to required slope.
C. Repair surface damage to pipe protective coating with two (2) coats of compatible bituminous
paint coating.
D. Install pipe bedding to spring line of pipe.
E. Install culvert end gratings as necessary.
F. Refer to Section 31 23 17 for backfilling and compacting requirements. Do not displace or
damage pipe when compacting.
3.5 PIPE ENDS
A. Place fill at pipe ends, embankment slopes, concrete aprons, adjacent construction, as indicated
on Construction Drawings.
3.6 ERECTION TOLERANCES
A. Lay pipe to alignment and slope gradients noted on Construction Drawings; with maximum
variation from indicated slope of 1/8‐inch in 10 feet.
B. Maximum variation from intended elevation of culvert invert: ½‐inch.
C. Maximum offset of pipe from indicated alignment: 1‐inch.
D. Maximum variation in profile of structure from intended position: 1 percent.
3.7 FIELD QUALITY CONTROL
A. Request inspection prior to and immediately after placing pipe bedding.
B. When tests indicate Work does not meet specified requirements, remove Work, replace and
retest.
3.8 PROTECTION OF INSTALLED CONSTRUCTION
A. Protect pipe and bedding from damage or displacement until backfilling operation is in progress.
END OF SECTION
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
HDPE Pipe and Fittings – Section 33 47 30
Page 66
SECTION 33 47 30 ‐ HDPE PIPE AND FITTINGS
PART 1 GENERAL
1.1 SCOPE OF WORK
A. Specifications (i.e., material size, etc.) for pipe used at the site are noted on the Design Plans and
Drawings.
1.2 REFERENCES
A. ASTM D1248: “Specification for Polyethylene Plastics Molding and Extrusion Materials”.
B. ASTM D3261: “Standard Specification for Butt Heat Fusion Polyethylene (PE) Plastic Fittings for
Polyethylene (PE) Plastic Pipe and Tubing”
C. ASTM D3350: “Standard Specification for Polyethylene Plastics Pipe and Fittings Materials”
D. “Construction Quality Assurance/Quality Control Plan for Eagle County Landfill,” KRW
Consulting, May 1996 (CQAQC Plan).
1.3 MANUFACTURER’S QUALITY ASSURANCE
A. The Manufacturer shall have an established quality assurance program responsible for
inspecting incoming and outgoing materials. At a minimum, incoming PE materials shall be
inspected for density per ASTM D1505, melt flow rate per ASTM D1238, and contamination. All
incoming PE materials shall be certified by the PE Supplier. Certification shall be verified by
Quality Assurance. Incoming materials shall be approved by quality assurance before processing
into finished goods.
B. The Manufacturer shall have an established quality assurance program responsible for assuring
the long‐term performance of materials and products. Representative samples of PE materials
shall be tested against the physical property requirements of this specification. Each extrusion
line and molding machine shall be qualified to produce pressure rated products by taking
representative production samples and performing sustained pressure tests in accordance with
ASTM D1598.
C. All outgoing materials shall be inspected for diameter, wall thickness, length, straightness, out‐
of‐roundness, concentricity, toe‐in, inside and outside surface finish, markings, and end cut. PE
Manufacturer’s quality control shall perform tests of density, melt flow rate, carbon content,
and carbon dispersion. In addition, samples of the pipe provided shall be tested for hoop tensile
strength and ductility by either quick burst testing per ASTM D1599 or ring tensile strength per
ASTM D2290. Molded fittings shall be subject to x‐ray for voids, and tests for knit line strength.
All fabricated fittings shall be inspected for fusion quality alignment.
D. The Manufacturer shall maintain permanent QAQC records.
1.4 MATERIAL PACKAGING DELIVERY AND HANDLING
A. The Manufacturer shall package products for shipment in a manner suitable for safe transport
by commercial carrier. When delivered, a receiving inspection shall be performed by the
Contractor and CQAE, and the Contractor shall report any shipping damage to the
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
HDPE Pipe and Fittings – Section 33 47 30
Page 67
Manufacturer. Pipe and fittings shall be handled, installed, and tested in accordance with the
Manufacturer’s recommendations, and the requirements of this specification.
PART 2 – MATERIALS
2.1 HDPE PIPE PHYSICAL PROPERTIES
A. The pipe and fittings shall be homogenous throughout and free from visible cracks, holes,
foreign inclusions, or other injurious defects. The pipe shall be as uniform as commercially
practical in color, opacity, density, and other physical properties. Clean rework or recycled
material generated by the PE Manufacturer’s own production may be used so long as the pipe
or fittings produced meet all the requirements of this section of the specification.
2.2 PIPE AND FITTINGS
A. HDPE pipe manufacture and workmanship shall comply with ASTM D3035 for F714. Pipe joining
shall be by butt fusion welding or by electro‐fusion coupling. The HDPE pipe coupling system
shall be approved by the CQAE prior to installation of the pipe. The nominal inside diameter of
the pipe shall be true to the specified pipe size in accordance with ASTM D2513. Standard
installation and/or laying lengths shall be 40 feet ±2 inches. Fittings such as coupling, wyes,
tees, adaptors, etc. for use in pipe connections shall have standard dimensions that conform to
ASTM D3261.
B. Where possible, pipe and fittings should be produced by the same PE Manufacturer and from
identical materials meeting the requirements of this specification. Special or custom fittings
may be exempted from this requirement.
C. Pipe and fittings shall be pressure‐rated to meet the service pressure requirements specified by
the Design Engineer. Whether molded or fabricated, fittings shall be fully pressure rated to at
least the same service pressure rating as the pipe to which joining is intended.
D. Molded fittings shall meet the requirements of ASTM D3261 and this specification. At the point
of fusion, the outside diameter and minimum wall thickness of fitting butt fusion outlets shall
meet the diameter and wall thickness specifications of the mating system pipe. Fitting markings
shall include a production code from which the location and date of manufacture can be
determined. Upon request, the Manufacturer shall provide an explanation of the production
code.
E. Each standard and random length of pipe and fitting in compliance with this standard shall be
clearly marked with the following information:
1. ASTM standard designation
2. Pipe size
3. Class and profile number
4. Production code
5. Standard dimension ratio
PART 3 – EXECUTION
3.1 FIELD QUALITY CONTROL
A. The pipe and fittings shall be free of foreign inclusions and visible defects. Unintended holes in
sidewalls shall be considered unacceptable. The ends of the pipe shall be cut squarely and
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
HDPE Pipe and Fittings – Section 33 47 30
Page 68
cleanly so as not to adversely affect joining. All joints shall be observed and accepted by the
CQAE prior to backfilling around the pipe.
3.2 INSTALLATION
A. All HDPE pipe placement areas shall be prepared and constructed in accordance with applicable
sections of these specifications. The following construction and installation specifications are
applicable to this project:
1. Fusion welding of pipe
2. Butt fusion weld in accordance with the PE Manufacturer’s recommendation for butt fusion
methods.
B. Butt fusion equipment for joining procedures shall be capable of meeting conditions
recommended by the Manufacturer including, but not limited to, temperature requirements,
alignment, and fusion pressures. For cleaning pipe ends, solutions such as detergents and
solvents, when required, shall be used in accordance with the PE Manufacturer’s
recommendations.
C. Pipe shall not be bent to a greater degree than the minimum radius recommended by the
Manufacturer for type and grade.
D. Pipe shall not be subject to strains that will overstress or buckle piping or impose excessive
stress on joints.
E. Branch saddle fusions shall be joined in accordance with the PE Manufacturer’s
recommendations and procedures. Branch saddle fusion equipment shall be of size to facilitate
saddle fusion within the trench. Before butt fusing the pipe, inspect each length for presence of
dirt, sand, mud, shavings, and other debris or animals. Remove debris from pipe and cover
open ends of fused pipe at the end of each working day with a cap to prevent entry by animals
or debris. Use compatible fusion techniques when polyethylenes of different melt indexes are
fused together. Refer to the PE Manufacturer’s specifications for compatible fusion.
F. The following steps shall be observed during flange jointing:
1. Use only on flanged pipe connection sections.
2. Connect slip‐on carbon steel backup flanges with galvanized, stainless steel nuts and bolts.
3. Butt fuse or fusion weld fabricated flange adapters to pipe.
4. Align flanges or flange/valve connections to provide a tight seal. Use nitrile‐butadiene
gaskets if needed to achieve seal. Gaskets are required for flange/valve connections.
5. Place U.S. Standard round washers as may be required on some flanges in accordance with
the Manufacturer’s recommendations. Bolts shall be lubricated in accordance with the
Manufacturer’s recommendations.
6. Tighten flange bolts in sequence and accordance with the Manufacturer’s
recommendations. Do not over‐torque bolts.
7. Pull bolt down by degrees to uniform torque in accordance with the Manufacturer’s
recommendation.
8. Protect below‐grade bolts and flanges by covering with a 5‐mil polyethylene wrap. Duct
tape the wrap to the HDPE pipe. Electrofusion couplers, where used, shall be installed per
the Manufacturer’s specifications.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL January 2020
Leachate Holding Pond Construction
Technical Specifications
HDPE Pipe and Fittings – Section 33 47 30
Page 69
3.3 PIPE PLACEMENT
A. Grade control equipment shall be of type to accurately maintain design grades, elevations, and
slopes during installation of pipe.
B. Remove any standing water in trench before pipe installation. Unless otherwise specifically
stated, install pipe in accordance with the Manufacturer’s recommendations. Maximum lengths
of fused pipe to be handled as one section shall be placed according to the Manufacturer’s
recommendations as to pipe size, pipe SDR, and topography so as to not cause excessive
gouging or surface abrasion; but not to exceed 400 feet in length. Cap pipe sections longer than
single joining (usually 40 feet) on both ends during placement except during fusing operations.
C. Notify the CQAE prior to installing pipe and allow time for the CQAE’s observation. The
Contractor will correct irregularities found during inspection in a timely manner as to not slow
down field operations or pipe installation. Corrections shall be completed prior to the
installation of additional pipe. Complete tie‐ins within the trench whenever possible to prevent
overstressed connections. Allow pipe sufficient time to adjust to trench temperature prior to
testing, segment tie‐ins, or backfilling activity.
D. Where relevant, pipe shall be installed in trenches and backfilled with granular placed to the
spring line of the pipe in accordance with these specifications and section 3.3.3 of the CQAQC
Plan. Initial bedding installation and backfill shall be accomplished prior to leak testing. Utility
burial tape shall be placed at the top of the bedding layer. Compactable soil, free of rocks (over
4‐inches in their longest dimension) and organic material, shall be installed in the trench to
within two (2) feet of the ground surface and mechanically compacted using a method or
methods proposed by the Contractor and approved by the CQAE. Note that the density of this
material shall be adequate to prevent slumping in the trench and to allow attainment of the
density specification for the top two (2) feet of backfill in the trench. The top two feet of the
trench shall be backfilled with non‐granular soil (SC to CL). The general compaction specification
for the top two feet of backfill is 92% of maximum modified Proctor dry density (ASTM D1557)
at ±4% of optimum moisture content.
3.4 PIPE BEDDING
A. Pipe bedding material shall be placed in all pipe trenches in a manner proposed by the
Contractor and approved by the CQAE. Initial pipe bedding shall be placed prior to pipe leak
testing. Trench backfilling shall be completed following satisfactory pipe testing.
3.5 BACKFILL
A. Backfill shall be placed in loose 8‐inch maximum lifts and compacted to a minimum of 92% of
maximum modified Proctor dry density at ±4% of optimum moisture content. Field moisture
density tests shall be conducted at a rate no less than one test per compacted soil lift per 100
feet of trench.
END OF SECTION
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
Exhibit F
Addenda
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL
LEACHATE HOLDING POND CONSTRUCTION PROJECT
EAGLE COUNTY LANDFILL
815 UTE CREEK RD.
WOLCOTT, CO 81655
Addendum No. 1
1. Q: Is there a soils report for this project? If no soils report, what type of material is on
site?
A: There is no specific soils report for the leachate holding pond. However, in the
facility’s EDOP, it is stated that “Surficial sediments at the site generally consist of
silty clays immediately underlain by weathered bedrock. These unconsolidated
sediments range in thickness from as little as 6 inches to 45 feet.” Previous
investigation at the site “indicates that unconsolidated clays are generally silty,
brown to brownish-gray, and slightly damp. Previous investigation completed by Fox
(White and Watermolen, 1985), which included geotechnical laboratory testing,
described these surficial sediments as being high plasticity soils.”
2. Q: Will there be adequate material on site for the clay liner installation?
Q: I just did a takeoff for the pond liner to remove the existing holding pond to the
west side. You will need about an import volume of 1,284 cy to borrow for this fill
area. Will this material be on site to be relocated to the fill area?
A: There is no clay liner required for this project. The liner consists of geosynthetic
components. There is adequate fill material on site for subgrade grading.
3. Q: If there is any excess material, will this material stay on site?
A: Any excess material will remain on site.
4. Q: If there is an earlier snowfall in August thru October time frame, how will this be
handled?
A: Weather will be taken into account regarding schedule and completion date.
5. Q: How will the existing liner be handled regarding disposal on site - will this need to
be folded up or laid out flat?
A: The existing liner will be disposed of on site in the active area of the landfill. The
Contractor will transport the existing liner to the area directed by Landfill personnel; it
does not need to be folded or flattened.
6. Q: What is in the existing holding pond: sludge material or will this be an empty
holding pond?
A: The holding pond will be empty at the start of construction. All existing liner
material and potential sludge in the pond shall be removed by the Contractor and
transported to the active area of the landfill, as directed by Landfill personnel.
7. Q: If this is not an empty holding pond, what is to be done with the existing material
that is within the pond area?
A: See answer to question 6.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
8. Q: Will the material need to be spread on site to dry out?
A: See answer to question 6.
9. Q: What is to be done with the fence material? Is it to be removed from the site or
turned over to the owner on site?
A: All fencing material removed from the perimeter of the LHP during construction
shall be reused. Contractor shall exercise care to prevent damage during fence
removal so that it can be reused.
10. Q: Are we able to have a CAD file for this project?
A: CAD files will be available to the bidders via an ftp site set up following the March
10, 2020 pre-bid meeting.
11. Q: Does the 45 mil Reinforced Polyethylene (RPE) geomembrane quantity of
46,926 sf include the material in the anchor trench or do we need to add this
material for the anchor trench?
A: The 46,926 estimated quantity of RPE in the bid form does not include any
material in the anchor trench. The 46,926 sf is an estimated quantity from the inside
edge of anchor trench. The material in the anchor trench (595 feet by 2 feet or 1,190
sf) is to be accounted for in the Contractor bid under Item No. 6. This also applies to
Items No. 5 and No. 7 (GCL and HDPE geonet, respectively) which will also extend
into the anchor trench. Payment for Bid Items No. 5 through No.7 will be as stated in
the Bid Documents:
Measurement for payment will be based on the actual plan view area of
geosynthetics installed as measured by survey. Measurement for the
geosynthetics will be from the inside edge of the anchor trench. The cost for
material not included in the measured pay quantity (overlap, waste, material in
anchor trench, etc.) must be included in the unit price.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL
LEACHATE HOLDING POND CONSTRUCTION PROJECT
EAGLE COUNTY LANDFILL
815 UTE CREEK RD.
WOLCOTT, CO 81655
Addendum No. 2
1. Q: Can fence posts be reused (reference to Bid Item No. 21)?
A: Existing fence posts will have concrete on them; therefore they will not be
reusable. Contractor should plan on replacing fence posts for the indicated linear
feet of fencing in Bid Item No. 21. Existing fence posts will be disposed of by the
Contractor in the active area of the landfill.
2. A revision to the fence detail should be noted. Attached to this Addendum No. 2 is a
revised detail and revised specification Section 32 31 13, Chain Link Fences and
Gates. The revised new fence components to be supplied for this project are:
• Chain Link Fabric: 2-inch diamond-mesh interwoven wire, 9-gauge thick, top selvage
twisted tight, bottom selvage knuckle end closed
• Line Posts: 2-3/8 inch diameter
• Corner and Terminal Posts: 2-7/8 inch diameter
• Top and Brace Rails: 1-5/8 inch diameter
• Tie Wire: 9 gauge aluminum alloy
3. Q: What is the roundtrip distance for the LHP work area to the working face of the
landfill in which the Contractor shall dispose of materials?
A: The roundtrip distance from the LHP work area to the working face of the landfill
is 1.6 miles.
4. Q: Will there be any shale excavation?
A: There is a potential for shale excavation. A revised Bid Form is attached to this
Addendum No. 2 with new Bid Item 27.0: Shale Excavation.
5. Q: Line item 3.2 lists fill at 5178 cy. Is this the correct amount of fill?
A: The fill amount listed in Bid Item 3.2 is correct. This estimated fill quantity was
calculated by comparing existing ground elevations from current topo information
with the design final subgrade elevations.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B
EAGLE COUNTY LANDFILL
LEACHATE HOLDING POND CONSTRUCTION PROJECT
EAGLE COUNTY LANDFILL
815 UTE CREEK RD.
WOLCOTT, CO 81655
Addendum No. 3
1. Q: I have a question concerning the above project. I am not able to get a quote on
the HDPE SDR-21, pipe or fittings, that is being called out on the bid form, but I am
able to get a quote for SDR-17. Is it possible to quote the SDR-17 for this project?
A: SDR-17 HDPE pipe and fittings as a substitute for SDR-21 HDPE will be
acceptable.
2. The date questions regarding bid documents will be accepted has been extended to
April 14, 2020, 5:00 p.m., by email only at kristin.degenhardt@eaglecounty.us
3. The date bids are due has been extended to April 23, 2020, 4:00 p.m.
4. Bids may be delivered via email at josh.miller@eaglecounty.us by the due date and
time noted in Item No. 3 herein.
DocuSign Envelope ID: 83DC56FB-E259-415A-8D15-50BB511FAA7B