Loading...
HomeMy Public PortalAbout041-2020 - ATC - environmental servicesORIGINAL AGREEMENT THIS AGREEMENT is made and entered into this 21 day of April , 2020, by and between the City of Richmond, Indiana, a municipal corporation acting by and through its Board of Sanitary Commissioners, with its office at 50,North 5' Street, Richmond, Indiana, 47374 (hereinafter referred to as the "City") and ATC Group Services LLC, 7988 Centerpoint Drive, Suite 100, Indianapolis, Indiana 46256 (hereinafter referred to as the "Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby retains Contractor for professional services related to the design, construction engineering and related services pertaining to the constructions of new cells at the New Paris Pike Landfill of the Richmond Sanitary District (hereinafter referred to as the "District"), located in Richmond, Indiana. The new cells will be part of un-constructed portions of cells 4A and 413, totaling approximately 11.89 acres. The design and construction of the new cells is necessary to provide adequate airspace for future trash disposal. City sent a Contractor a Request for Quotes on February 11, 2020, seeking its assistance for the design, construction engineering and related services for the construction of new cells at the New Paris Landfill of the District. The scope of the project includes, at a minimum, the following: cell design, cell construction, cell modification (if needed), borrow site issues, material testing, soil inventory, regulatory assistance, permitting and or permit modifications and other cell related issues. A copy of said Request is attached hereto and incorporated herein by reference as Exhibit "A,5 The response of Contractor, Proposal for Services for Cells 4A and 4B, is contained in Exhibit "B", dated February 28, 2020, is Fifty -Four (54) pages in length, and it is hereby incorporated by reference and made a part of this Agreement. Contractor is to provide, among other things, services relating to the cell construction project, including work for the design, construction engineering and related services for cells 4A and 4B. Contractor shall provide all professional engineering services set forth in Exhibit "B" for City and at the rates set forth therein. Professional Services to be provided by this Agreement for this project shall be performed within generally accepted standards of professional care as practiced by professionals in the same profession, in the same locality, in similar circumstances and at the same time. Should any provisions, terms, or conditions contained in any of the documents attached hereto as Exhibits, or in any of the documents incorporated by reference herein, conflict with any of the provisions, terms, or conditions of this Agreement, this Agreement shall be controlling. The Contractor shall furnish all labor, material, equipment, and services necessary for the proper completion of all work specified. No performance of services shall commence until the following has been met: 1. The City is in receipt of any required certificates of insurance and/or warranties; 2. The City is in receipt of any required affidavit signed by Contractor in accordance with Indiana Code 22-5-1.7-11(a)(2); and 3. A purchase order has been issued by the Purchasing Department. Contract No. 41-2020 Page 1 of 6 Al i i a i)c j o SECTION II. STATUS OF CONTRACTOR Contractor shall be deemed to be an independent contractor and is not an employee or agent of the City of Richmond. The Contractor shall provide, at its own expense, competent supervision of the work. SECTION III. COMPENSATION City shall pay Contractor a sum not to exceed Three Hundred Thirty. -Six Thousand Nine Hundred Ten Dollars and Ninety -Seven Cents ($336,910.97) for complete and satisfactory performance of the work required hereunder and as set forth in Exhibit `B". This total of $336,910.97 is broken down as follows in not -to -exceed amounts: Prepare construction plans and specifications: $47,250.00; Perform construction quality assurance: $206,532.72; Soil inventory and borrow source evaluation: $19,514.50; Survey services and test pad: $45,970.00; and Regulatory assistance and permitting: $17,823.75. The monies to be paid to Contractor are based upon the information submitted by Contractor, which is set forth in Exhibit `B", and attached with this Agreement and made a part hereof. SECTION IV. TERM OF AGREEMENT This Agreement shall become effective when signed by all parties and shall continue in effect until final completion of all work. Notwithstanding the tcnn of this Agreement, City may terminate this Agreement in whole or in part, for cause, at any time by giving at least five (5) working days written notice specifying the effective date and the reasons for termination which shall include but not be limited to the following: a. failure, for any reason of the Contractor to fulfill in a timely manner its obligations under this Agreement; b. submission of a report, other work product, or advice, whether oral or written, by the Contractor to the City that is incorrect, incomplete, or does not meet reasonable professional standards in any material respect; c. ineffective or improper use of funds provided under this Agreement; d. suspension or termination of the grant funding to the City under which this Agreement is made; or e. unavailability of sufficient funds to make payment on this Agreement. In the event of such termination, the City shall be required to make payment for all work performed prior to the date this Agreement is terminated, but shall be relieved of any other responsibility herein. This Agreement may also be terminated, in whole or in part, by mutual Agreement of the parties by setting forth the reasons for such termination, the effective date, and in the case of partial termination, the portion to be terminated. SECTION V. INDEMNIFICATION AND INSURANCE Contractor agrees to obtain insurance and to indemnify the City for damage or injury to person or property or other claims which may arise from the Contractor's willful misconduct or negligent Page 2 of 6 performance of this Agreement; provided, however, that nothing contained in this Agreement shall be construed as rendering the Contractor liable for acts of the City, its officers, agents, or employees. As a prerequisite to this Agreement, Contractor shall purchase and thereafter maintain such insurance as set forth in Vendor's Certificate of Liability Insurance with Accord Corporation, which Certificate is attached hereto and incorporated herein as Exhibit "C", which insurance will protect Contractor from the claims which may arise out of or result from the Contractor's operations under this Agreement, whether such operations by the Contractor or by any sub -contractors or by anyone directly or indirectly employed by any of them, or by anyone for whose acts the Contractor may be held responsible. SECTION VI. COMPLIANCE WITH WORKER'S COMPENSATION LAW Contractor shall comply with all provisions of the Indiana Worker's Compensation law, and shall, before commencing work under this Agreement, provide the City a certificate of insurance, or a certificate from the industrial board showing that the Contractor has complied with Indiana Code Sections 22-3-2-5, 22-3-5-1 and 22-3-5-2. If Contractor is an out of state employer and therefore subject to another state's worker's compensation law, Contractor may choose to comply with all provisions of its home state's worker's compensation law and provide the City proof of such compliance in lieu of complying with the provisions of the Indiana Worker's Compensation Law. SECTION VII. COMPLIANCE WITH INDIANA E-VERIFY PROGRAM REQUIREMENTS Pursuant to Indiana Code 22-5-1.7, Contractor is required to enroll in and verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program. Contractor is not required to verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program if the Indiana E-Verify program no longer exists. Prior to the performance of this Agreement, Contractor shall provide to the City its signed Affidavit affirming that Contractor does not knowingly employ an unauthorized alien in accordance with IC 22-5-1.7-11 (a) (2). In the event Contractor violates IC 22-5-1.7 the Contractor shall be required to remedy the violation not later than thirty (30) days after the City notifies the Contractor of the violation. If Contractor fails to remedy the violation within the thirty (30) day period provided above, the City shall consider the Contractor to be in breach of this Agreement and this Agreement will be terminated. If the City determines that terminating this Agreement would be detrimental to the public interest or public property, the City may allow this Agreement to remain in effect until the City procures a new contractor. If this Agreement is terminated under this section, then pursuant to IC 22-5-1.7-13 (c) the Contractor will remain liable to the City for actual damages. SECTION VIII. IRAN INVESTMENT ACTIVITIES Pursuant to Indiana Code (IC) 5-22-16.5, Contractor certifies that Contractor is not engaged in investment activities in Iran. In the event City determines during the course of this Agreement that this certification is no longer valid, City shall notify Contractor in writing of said determination and shall give contractor ninety (90) days within which to respond to the written notice. In the event Contractor fails to demonstrate to the City that the Contractor has ceased investment activities in Iran within ninety (90) days after the written notice is given to the Contractor, the City may proceed with any remedies it may have pursuant to IC 5-22- 16.5. In the event the City determines during the course of this Agreement that this certification is no longer valid and said determination is not refuted by Contractor in the manner set forth in IC 5-22-16.5, the City reserves the right to consider the Contractor to be Page 3 of 6 in breach of this Agreement and terminate the agreement upon the expiration of the ninety (90) day period set forth above. SECTION IX. PROHIBITION AGAINST DISCRIMINATION A. Pursuant to Indiana Code 22-9-1-10, Contractor, any sub -contractor, or any person acting on behalf of Contractor or any sub -contractor shall not discriminate against any employee or applicant for employment to be employed in the performance of this Agreement, with respect to hire, tenure, terms, conditions or privileges of employment or any matter directly or indirectly related to employment, because of race, -religion, color, sex, disability, national origin, or ancestry. B. Pursuant to Indiana Code 5-16-6-1, the Contractor agrees: That in the hiring of employees for the performance of work under this Agreement of any subcontract hereunder, Contractor, any subcontractor, or any person acting on behalf of Contractor or any sub -contractor, shall not discriminate by reason of race, religion, color, sex, national origin or ancestry against any citizen of the State of Indiana who is qualified and available to perform the work to which the employment relates; 2. That Contractor, any sub -contractor, or any person action on behalf of Contractor or any sub -contractor shall in no manner discriminate against or intimidate any employee hired for the performance of work under this Agreement on account of race, religion, color, sex, national origin or ancestry; 3. That there may be deducted from the amount payable to Contractor by the City under this Agreement, a penalty of five dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of the Agreement; and 4. That this Agreement may be canceled or terminated by the City and all money due or to become due hereunder may be forfeited, for a second or any subsequent violation of the terms or conditions of this section of the Agreement. C. Violation of the terms or conditions of this Agreement relating to discrimination or intimidation shall be considered a material breach of this Agreement. SECTION X. RELEASE OF LIABILITY Contractor hereby agrees to release and hold harmless the City and all officers, employees, or agents of the same from all liability which may arise in the course of Contractor's performance of its obligations pursuant to this Agreement. The City hereby agrees to release and hold harmless the Contractor- and all officers, employees or agents of the same from all liability which may arise in the course of City's performance of its obligations pursuant to this Agreement. SECTION XI. MISCELLANEOUS This Agreement is personal to the parties hereto and neither party may assign or delegate any of its rights or obligations hereunder without the prior written consent of the other party. Any such delegation or assignment, without the prior written consent of the other party, shall be null and void. This Agreement shall be controlled by and interpreted according to Indiana law and shall be binding upon the parties, their successors and assigns. This document constitutes the entire Page 4 of 6 Agreement between the parties, although it may be altered or amended in whole or in part at any time by filing with the Agreement a written instrument setting forth such changes signed by both parties. By executing this Agreement the parties agree that this document supersedes any previous discussion, negotiation, or conversation relating to the subject matter contained herein. This Agreement may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. The parties hereto submit to jurisdiction of the courts of Wayne County, Indiana, and any suit arising out of this Contract must be filed in said courts. The parties specifically agree that no arbitration or mediation shall be required prior to the commencement of legal proceedings in said Courts. By executing this Agreement, Contractor is estopped from bringing suit or any other action in any alternative forum, venue, or in front of any other tribunal, court, or administrative body other than the Circuit or Superior Courts of Wayne County, Indiana, regardless of any light Contractor may have to bring such suit in front of other tribunals or in other venues. In the event of any breach of this Agreement by Contractor, and in addition to any other damages or remedies, Contractor shall be liable for all costs incurred by City in its efforts to enforce this Agreement against Contractor, including but not limited to, City's reasonable attorney's fees. In the event that an ambiguity, question of intent, or a need for interpretation of this Agreement arises, this Agreement shall be construed as if drafted jointly by the parties, and no presumption or burden of proof shall arise favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. Any person executing this Contract in a representative capacity hereby warrants that he or she has authorization, in writing, by his or her principal to execute this Contract on behalf of the Contractor and that such authorization has not been revoked or rescinded. Page 5 of 6 February 11, 2020 Cardno ATC Attn: Dave Stelzer 7988 Centerpoint Drive, Suite 100 Indianapolis, IN 46256 Re: Request for Proposals - Professional Engineering Services for Landfill Cell Construction and Design at the City of Richmond, New Paris Pike Landfill 5242 New Paris Pike, Richmond, IN 47374 Mr. Stelzer, The Richmond Sanitary District was been pleased with the services we were provided by your company through previous cell construction contracts. We wish to have you provide pricing for similar services which would be considered for a new contract. The new contract would be for design, construction engineering and related services pertaining to the construction of new cells at the New Paris Pike Landfill. The new cells shall approximately consist of the un-constructed portions of cells 4A and 4B, totaling approximately 11.89 acres +/- as shown on the attached drawing. Please provide an updated proposal which shall include a scope and pricing similar to the scope and pricing included in previous contracts 43-2008 and 27-2014. Your updated proposal shall include all appropriate work expected during the design and construction of the new cells mentioned above. The scope shall include, at a minimum, the following: o Cell Design (including preparing bid documents, construction oversight, all surveying and QA/QC) o Cell Construction o Cell Modification (if needed) © Borrow Site Issues (including the additional evaluation of test pits as needed) o Material Testing o Soil Inventory m Regulatory Assistance, Permitting and/or Permit Modifications o Other Cell Related Issues EXHIBIT'N Page 1 of Please also include the following in your proposal: • Qualifications and personnel that would complete the work on this project © 1 ee Schedule o Anticipated estimate of project schedule and availability to complete this work The Richmond Sanitary District will require insurance in the amounts listed on the attached sheet and a copy of a signed L-verify affidavit before a new contract could be issued, if approved by the Board of Sanitary Commissioners. Please submit your proposal electronically (via email) to me by February 19111, or by a different mutually acceptable date. We would be happy to schedule a meeting or conference call before that time to discuss any questions or comments you may have. If you have any questions, please contact me at (765) 983-7483 or by e-mail at ewelchta�richnrondindiana.pov. Sincerely, Elijah W. Welch, P.D. District Engineer CC: Darren Duncan Attachments EXHIBIT'N Page 2 of 6 Required Insurance Coverage Limits A. Worker's Compensation & Statutory Disability Requirements B. Employer's Liability $100,000 C. Comprehensive General Liability Section 1. Bodily Injury $1,000,000 each occurrence $2,000,000 aggregate Section 2. Property Damage $1,000,000 each occurrence D. Comprehensive Auto Liability Section 1. Bodily Injury $1,000,000 each person $1,000,000 each occurrence Section 2. Property Damage $1,000,000 each occurrence E. Comprehensive Umbrella Liability $1,000,000 each occurrence $2,000,000 each aggregate F. Malpractice(Errors & Omissions $1,000,000 per claim Insurance $2,000,000 each aggregate EXHIBIT'N Page 4 of 6 CERTIFICATE OF LIABILITY INSURANCE DATE(MWODIYYYY) 06/10/2020 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 pollcy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER AOn Risk services Southwest, Inc. Houston TX Office CONTACT NAME: PHONE FAX (AIC. No. EXt): (866) 283-7122 (AIC. No.): (800) 363-0105 E-MAIL 5555 San Felipe suite 1500 ADDRESS: Houston TX 77056 USA INSURER(S) AFFORDING COVERAGE NAIC S INSURED INSURERA: steadfast insurance Company 26387 ATC Group Services LLC An Atlas Company 7988 Centerpoint Drive Indianapolis IN 46256 USA INSURERS: Zurich American Ins Co 16535 INSURER C: INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 570082239884 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, Limits shown are as requested INSR LTR TYPE OF INSURANCE ADOL INSD SUER —0 POLICY NUMBER POLICY EFF (POLICYYY`TY) POLICY EXP ,POLICY LIMITS A X COMMERCIAL GENERALLIABILITYGPLO21708504 11 13 2019 11/13/2020 EACH OCCURRENCE $2,000,003 I X I OCCUR �L ORENTED$100,000 DAMACLAIMS-MADE PREMISES (Ea occurrence) PREMISES MED EXP (Any one person) $ 5 , 000 PERSONAL&ADV INJURY $2,000,000 GEN'LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $6,000,000 POLICY [X]JECT ❑X LOC PRODUCTS -COMPIOP AGG $4,000,000 OTHER: B AUTOMOBILE LIABILITY BAP 0217109-04 11/13/2019 11/13/2020 COMBINED SINGLE LIMB (Ea accident) $S,000, OOO BODILY INJURY ( Per person) X ANY AUTO BODILY INJURY (Par accident) OWNED SCHEDULED AUTOS ONLY AUTOS PROPERTY DAMAGE HIREDAUTOS NON -OWNED AUTOS ONLY (Peraccident) ONLY A U�LLALL,,B X OCCUR sXs021707704 11/13/2019 11/13/2020 EACH OCCURRENCE $1,000,000 X E CLAIMS-MADE AGGREGATE $2,000,000 ON B WORKERS COMPENSATION AND WCO21711104 11/13/2019 11/13/2020 X PER STATUTEETIi- RR EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/ YIN E.L. EACH ACCIDENT $1,000,000 EXECUTIVE OFFICERIMEMBER (Mandatory in NH) NIA E.L OISEASE-EA EMPLOYEE $1,000,000 If yyes describe under DES(:RIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT $1,000,000 A E&O-PL-Primary GPL021708504 11/13/2019 11/13/2020 Each Incident .$2,000,000 CLAIMS MADE Policy Aggregate $6,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached N more apace is required) CERTIFICATE HOLDER CANCELLATION _" SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City Of Richmond I AUTHORIIED REPRESENTATIVE Attn: Elijah w. welch 2380 Liberty Ave. 7C /� Richmond IN 47374 USA V._ �1t SYL ©1988-2015 ACORD CORPORATION. All rights reserved ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD E-Verify Requirements: Definitions: E-Verify Program — A electronic verification of work authorization program of the Illegal Immigration Reform and Immigration Responsibility Act of 1996 (P.L. 104-208), Division C, Title IV, s.403 (a), as amended, operated by the United States Department of Homeland Security or successor work authorization program designated by the United States Department of Homeland Security or other federal agency authorized to verify the work authorization status of newly hired employees under the Immigration Reform and Control Act of 1986 (P.L. 99-603). No perfomance of services shall commence until the following has been met: 1. The City is in receipt of any required certificates of insurance; 2. The City is in receipt of any required affidavit signed by Contractor in accordance with Indiana Code 22-5-1.7-11 (a) (2); and 3. A purchase order has been issued by the Purchasing Department. COMPLIANCE WITH INDIANA E-VERIFY PROGRAM REQUIRMCENTS Pursuant to Indiana Code 22.5.1.7, Contractor is required to enroll in and verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program. Contractor is not required to verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program if the Indiana E-Verify program no longer exists. Prior to the performance of the Agreement, Contractor shall provide to the City its signed Affidavit affirming that Contractor does not knowingly employ and unauthorized alien in accordance with IC 22-5-1.7 (a) (2). In the event Contractor violates IC 22-5-1.7 the Contractor shall be required to remedy the violation no later than thirty (30) days after the City notifies the Contractor of the violation. If the Contractor fails to remedy the violation with the thirty (30) day period provided above, the City shall consider the Contractor to be in breach of this Agreement and Agreement will be terminated. If the City determines that terminating this Agreement would be detrimental to the public interest or public property, the City may allow this Agreement to remain in effect until the City procures a new contractor. If this Agreement is terminated under this section, then pursuant to IC 22-5-1.7-13 (c) the Contractor will remain liable to the City for actual damages. EXHIBIT'N Page 5 of Affidavit of Employment Eligibility Verification (E-Verify) The Contractor, i Ltc affirms under the penalties of perjury that Contractor does not knowingly employ an unauthorized alien. If Contractor is self-employed and does not employ any employees, Contractor verifies he or she is a United States citizen or qualified alien. The Contractor has not knowingly employed or contracted with an unauthorized alien and shall not retain an employee or contract with a person that the Contractor subsequently learns is an unauthorized alien. Pursuant to Indiana Code 22-5-1.7, Contractor has enrolled in and verified the work eligibility status of all newly hired employees of the contractor through the Indiana E- Verify program. The Contractor has required Contractor's subcontractors to certify to the Contractor that the subcontractor does not knowingly employ or contract with an unauthorized alien and that the subcontractor has enrolled and is participating in the E-Verify program. The Contractor will maintain this certification throughout the duration of the term of a contract with a subcontractor. I hereby verify under the penalty of perjury that the foregoing statement is true. Dated this e day of une 20 ZO (Signature) 1ji/1,AM ���/cam✓Y (Printed Name) EXHIBIT'N Page 6 of 6 February 28, 2020 Mr. Elijah W. Welch, P.E. District Engineer Richmond Sanitary District 2380 Liberty Avenue Richmond, IN 47374 Re: Proposals for Services for Cells 4A and 4B New Paris Pike Landfill Richmond Sanitary District Richmond, Indiana ATC Proposal No. LF-20-1053 Dear Mr. Welch: y ENVIRONMENTAL GEOTECNNICAL BUILDING SCIENCES • MATERIALS TESTING ATC Group Services LLC 7988 Cenlerpoint Dr. Suite 100 Indianapolis, IN 46256 Phone +1 317 849 4990 Fax +1 317 849 4278 www.atcg roupservices.com ATC is pleased to submit five proposals to provide the Richmond Sanitary District (RSD) with services related to construction planning and construction quality assurance for New Paris Pike Landfill Cells 4A and 4B. All work listed under these proposals will be performed under the direction of William Paraskevas, who will serve as Project Coordinator and Certifying Engineer for the construction of the cells. David Stelzer will manage the design and permitting for this work. Dan McVay will direct the CQA work on the construction of these cells. Resumes for these individuals are included with this letter. ATC meets the insurance requirements listed in your February 11, 2020 Request for Proposals. We will submit a Certificate of Insurance listing our insurance coverages and naming the Richmond Sanitary District as additional insured once the District indicates that our proposals are acceptable and prior to signing a new contract. A signed copy of the E-Verify affidavit will be submitted with the Certificate of Insurance. We note that our previous contract with the District was signed when ATC was part Cardno. Since then, Cardno and ATC have separated, and ATC has become part of Atlas Technical Consultants. As such, it will be necessary sign a new contract for work with the District. We are prepared to work on agreement for a new contract once the District indicates that our proposals are acceptable. The proposals that are included with this letter are as follows: 2020 Prepare Construction Plans and Specifications $47,250.00 2021 Perform Construction Quality Assurance $206,532.72 2020 Soil Inventory and Borrow Source Evaluation $19,514.50 EXHIBIT V 1 of 54 New Paris Pike Landfill Proposal Cover Letter ATC Proposal No. LF-20-1053 Richmond, IN 2020-21 Survey Services and Test Pad $45,790.00 2020 Regulatory Assistance and Permitting $17,823.75 Total of Five Proposals $336,910.97 This work will be performed in accordance with the new Professional Services Agreement between the Richmond Sanitary District and ATC discussed above. The estimated costs for our services for this project will be invoiced in accordance with the unit rates presented in the attached fee schedules, and as presented on the attached Estimated Costs of Services" spreadsheets included with each proposal. Therefore, we propose to perform the work described above for a not -to -exceed cost of $336,910.97 to be billed on a time and materials basis. This amount will not be exceeded without your approval, and all significant changes to the scope of work or project budget will require a written Change Order. Invoices will be issued monthly unless other arrangements are made with our office. We appreciate the opportunity to assist you with this project. If you have any questions concerning information contained in this letter, please do not hesitate to call either of the undersigned at 317.849.4990. Sincerely, l David L. Stelzer Senior Project Engineer Copies: Elijah Welch, P.E. (RSD) Darren Duncan (RSD) r William Paraskevas, P.E. Principal Engineer EXHIBIT V 2 of 54 2020 ATC Fee Schedule ATC Group Services LLC Estimated Unit Quantity Unit Price Extension ENVIRONMENTAL ENGINEERING PROFESSIONAL SERVICES 1. PROFESSIONAL STAFF Hr 77.25 0.00 1) Engineer/ScienlisUAHERA Building Inspector Hr 101.00 0.00 2) Staff Engineer/Scientist Hr 120.50 0.00 3) Project EngineedScientisUCoMroller Hr 137.50 0.00 4) Senior Registered(Certified Engineer/Sclenlist 0,00 5) Principal EngineedScientist Hr 160.00 II. SUPPORT STAFF Hr 55.00 0.00 1) Project Administrator Hr 55.00 0.00 2) Clerical Services Hr 85.00 0.00 3) Senior Draftsperson Hr 58.00 0.00 4) Draftsperson Hr 56.00 0.00 5) Engineering Technician Hr 64.00 0.00 6) Senior Engineering Technician Hr 63.50 0.00 7) Soils Technician Hr 64.00 0.00 8 Lead QA Monitor Hr 53,50 0.00 9) QA Monitor i Environmental Engineering Personnel Subtotal $0.00 Professional Services Notes; 1. Scientist designation Includes geologist, hydrogeologisl, environmental scientist, industrial hygienist, biologist, and chemist. 2. Charges for Professional and Support Staff will be made for administration of projects, sample collection, supervision of technician services, field inspection and evaluation, review and analysis of field and laboratory data, report preparation and review, travel time, consultation and meetings related to the project, etc. 3. Time spent in portal -to portal travel in the interest of the job will be charged at the appropriate hourly rate. 4. Personnel services requiring a higher safety protection level (other than Level "D") will be charged at a higher unit rate based on the project level of difficulty. 5. Time spent under section 11, items 6 thru 9 will be billed at a 1.4 premium to the above rates for hours worked in excess of 40 per week. The weekly period begins on Saturday and ends on Friday. EXHIBIT'B' 3 of 54 Estimated quantityUnit Unit Price Extension ENVIRONMENTAL ENGINEERING EXPENSES I. GENERAL EXPENSES MI 0.58 - O.C-0 1) Automobile Transportation - IRS Rota Mr 0.65 0.00 2) Heavy Truck Transportation Cost+10% 1.10 0.00 3) Subcontract Service or Rental Cost+ 10% 1.10 0.00 4) Report Preparation (outside services) s) Special Outside Services (e.g., photographer, Cost + 10% 1.10 0.00 film, film processing. overnight delivery, eta) Day 35.00 0.00 6) Per Diem 7) Transportation by Commercial Carrier or Rental Car Cost + 10% 1.10 1.10 0.00 0.00 8) Out of Town Lodging Cost +10% LS 26.CO 0.00 9) Camera Ea 3.00 0.00 10) Color plats (24 in. x36 in.) Ea 4.00 0.00 11) Color plots (36 in. x 48 in.) Day 184.58 0.00 12) Global Position System (Survey Grade) Wk 553.73 0.00 13) Global Position System (Survey Grade) Day 47.60 0.00 14) Nuclear Density Machine Wk 117.00 0.00 15) Nuclear Density Machine Wk 274.50 0.00 16) Geemembrane Destructive Testing Equip (Field) Cost + 10% 1.10 0.00 17) Field Supplies (i,e., tubes, benicnile, eta) Cost + 10% 1.10 0.00 18) Conformance Testing of Geosynthetics (Subcontracted) II. EQUIPMENT & SUPPLIES SolllAfr Monitoring Day 74.00 0.00 1) Photo -ionization Defector Day 85.G0 0•00 2) Flame -ionization Detector Day 41.40 0.00 3) Gastechlor Day 41.40 0.00 4) Explosimeler Day g7.40 0.00 5) Oxygen Defector Day 54.00 0.00 6) Anderson Impactor & VelociCalc Day 109.00 O.OD 7) Personal Sampling Pumps Groundwater Measurement Event 43.00 0.00 1) pHlremp./Conductivity ORPID.O. Equipment Event 27.00 0.00 2) Water Level Meter Day 56.00 0.00 3) OilrWater Interface Probe Soil/Groundwater Sampling Ea 10.60 0.00 1) Monitoring Well Bailer (disposable) Day 26.50 0.00 2) Monitoring Well Bailer Rental (2 in. Teflon) Day 17.00 0.00 3) Soil/Sludge Sampler Day 32-00 0.00 4) Stainless Steel Hand Auger Day 138 0D 0.00 5) Power Auger (Little Beaver) Ea 21.25 0.00 6) Soil Gas Sampling Bags (tedlar) Ea 4.00 0.00 7) Sample Bottles - Plastic Ea 5.00 0.00 8) Sample Bottles - Glass Ea 26.50 0.00 9) Filter in -line Product/GroundwaterRecovery Day 5500 0.00 1) Peristaltic Pump (or Sampling/Filtering Day 66.75 0.00 2) ORS Product Recovery Skimmer System Day 66.75 0.00 3) Grundfes 4 in. Submersible Pump System Day 82.75 0.00 4) Gnlndfos 2 in. Submersible Pump System Day 82.75 0.00 5) Hermit Data Logger Protective Clothing and Equipment Quoted per occurrence 0.00 1) EPA Level A Protection or Equivalent Quoted per occurrence 0.00 2) EPA Level B Protection or Equivalent ManlDay 170.00 0.00 3) EPA Level C Protection or Equivalent No added charge 4) EPA Level D Protection or Equivalent Ea 9.00 0.00 5) Tyvek Disposable Suit Day 28.00 0.00 6) Respirators wl one set of or9anlclacid cartridges Sal 14.00 0.00 7) Organiclacid gas cartridges Ea 0.80 O.GO 8) Disposable Sample Gloves -inner (Nitrite) Ea 7.00 0.00 9) Disposable Sample Gloves -outer Ea 1.75 0.00 10) Disposable Sample Gloves -cotton inner Ea 6.25 0.00 11) Disposable Latex Outer Boots Miscellaneous Equipment/Materials Needed Day 54.00 0.00 1) Generator (single phase) Day 54.00 0.00 2) Survey Equiomertt Day 40.00 0.00 3) Shop -Vac 4) Decontamination Equipment (bucket, brushes, detergent) Day 16.60 1.10 0.00 0.00 5) Visqueen Cost+ 10% Ea 10.00 0.00 6) Master Locks Ea 125 0,00 7) Absorbent Pads Ea 50.00 0.00 8) Absorbent Booms (8 in. x 10 fl.) Ea 5.25 0.00 9) Absorbent Booms (1 in. x 12 in.) Ea 45.00 0.00 10) 17H DOT approved 55-gallon Drum Cost 1.00 0.00 11) Miscellaneous Materials and Supplies for Field Services EXHIBIT'B' 4 of 54 Estimated Unit uantitY Unit Price Extension Expenses and Equipment Subtotal Equipment Notes: 1. Standard non -disposable protective wear and equipment are billed at cost plus 5%. 2. Rates quoted are for short term rental of equipment. 3. Product/Groundwater Recovery Equipment (e.g, skimmer and drawdown pumps, interface probes, etc.) and groundwater treatment equipment (e.g., air strippers, carbon canisters, etc.) are charged al rates dependent on the equipment requirements and duration of the remediation activities. Actual rates are calculated on a cost plus basis and will be determined on a case per case 4. Other equipment not specifically quoted is available upon request. $0.00 EXHIBIT'B' 5 of54 MATERIALS LABORATORY 1. SOIL TESTING PROCEDURES Grain Size Distribution 1) sieve analyses with decantation 2) Decanting over 8200 sieve only 3) Hydrometer 4) Sieve analysis and hydrometer Characterization Tests 1) Atterberg limits (LL and PQ 2) Water contents (oven dry) 3) Water contents (microwave dry) 4) Specific Gravity 5) Natural density 6) Organic content 7) Shrinkage limit 8) Melding sample to specific moisture -density 9) Extrude and log Shelby tube samples Hydraulic Conductivity Tests 1) Constant head 2) Triacial cell method with back -pressure saturation Compaction Tests 1) Modified Proctor 2) Standard Proctor 3) CSR test Consolidation tests 1) Standard 12 load increment test 2) Additional load increments Strength tests 1) Unconfined compression tests on soil (includes moisture & density) Triaxlal tests on soil 1) Unconsolidated-undrained 2) Consolidated-undrained with pore pressure measurements and back -pressure saturation Materials Laboratory Subtotal: Additional laboratory testing fees available upon request Estimated Cluantity Unit Unit Price Extension Ea 50.00 0•Go Ea 30.00 0.00 Ea 75.00 0.00 Ea 90.00 0.00 Ea 60.00 0.00 En 7.00 0.00 Ea 13.00 0.00 Ea 45.00 0.00 Ea 23.00 0.00 Ea 29.00 0.00 Ea 70.00 0.00 Ea 90.00 0.00 Ea 24.00 0.00 Ea 185.00 0.00 Ea 255.00 0.00 Ea 135.00 000 Ea 125.00 0.00 Ea/Pt 110.00 0.00 Ea 325.00 0.00 Ea 21.00 0.00 Ea 53.00 0.00 Pt 130.00 0.00 Pt 355.00 0.00 $0.00 EXHIBIT'& 6 of 54 Estimated Unit QuantityunitPrice Extension GEOTECHNICAL I ENVIRONMENTAL DRILLING SERVICES GENERAL DRILLING SERVICES i) Mobilization of drill rig, crew, and LS 660.00 0.00 equipment to site and return Ft 7.70 0.00 2) 3-1/4 in I.D. HSA (050 it deep) Ft 10.00 0.00 3) 3-114 in I.D. HSA (50-100 0 deep) Fl. 8.00 0.00 4) 44/4 in I.D. HSA (0-50 it deep) Ft 10.25 0.00 5) 4-1/4 in I.D. HSA (50-100 0 deep) Ft 15.00 0.00 6) 4-1/4 in I.D. HSA (100-150 it deep) Ft 10.00 0.00 7) 6-114 in HSA Ream (0-50 R deep) F1 17.00 0.00 8) 8.1/4 in HSA Ream (0-50 it deep) Ft 21.25 0,00 9) 10.114 in HSA Ream (0-50 it deep) Ft 12.25 0.00 10) Ream Carehole to 4 in Diameter Ea 14.75 0.00 11) 2 in O.D. Split Spoon (Driven 18 in) Ea 20.00 0.00 12) 2 in O.D. Split Spoon (Driven 24 in) (0-50 f l En 20.50 0.00 13) 2 in O.D. Split Spoon (Driven 24 in) (50.100 it) Ea 26.00 0.00 14) 21n O.D. Split Spoon (Driven 24 in) (100-150 it) Ea 32.00 0.00 15) 2 in O.D. Split Spoon (Driven 24 in) (>iso 8) Ea 30.75 0.00 16) 3 in O.D. Split Spoon (Driven 18 in) Es 60.01) 0.00 17) 3 in Shelby Tubes Ea 60_00 0.00 18) California Sampler Ft 33.50 0.00 19) NX Rock Core (3 in Borehole Diameter) Ea 109.00 0.00 20) Rock Coring Setup Ea 24.50 0.00 21) Concrete plug for boreholes W/o wells Ft 12.25 0.00 22) 3 in I.D. Rotary Wash Drill inch 14.25 0.00 23) Cutting through pavement Ft 26.00 0.00 24) Casing advancer (0.50 it) Ft 31.25 0.00 25) Casing advancer (50-1DO R) F1 36.76 o.CO 26) Casing advancer (100-150 it) Ft 47.20 0.00 27) Casing advancer (150.200 it) Ea 36.00 0.00 28) Bulk Samples (50lbs) Ea 106.50 0.00 29) 3 IN O.D. Stationary Piston Sample IL DIRECT PUSH SERVICES Day 12D0 C0 0.00 1) Direct Push Rig & Crew Ft 6.50 0.00 2) Direct Push Sol[ Sampling footage charge, Ea 123.00 0,00 3) Cone Pentrometer (CPT) Set-up Ft 17,00 0.00 4) CPT Subsurface Profiling - Standard Ft 25.CO 0,00 5) CPT Profiling xvilhshearwavevelocity Ill. MATERIALS AND SUPPLIES Monitoring Well Materials Ft 220 0.00 1) 1 in Flush Sch 40 PVC Riser Ft 4.00 0.00 2) 1 in Flush Sch 40 PVC Screen Ea 5,00 0.00 3) 1 in Bottom plug/lop cap Ft 3.25 0.00 4) 2 in Flush Sch. 40 PVC Riser Ft 6.60 0.00 5) 2 in Flush Sch. 40 PVC Screen Ea 9.50 0.00 6) Top Caps or Bottom Plugs En 24.50 0.00 7) 2 in Lockable Top Caps Ea 246.00 0.00 8) 4 in Aluminum Protective Cover Ft 6.15 0.00 9) 4 In Flush Sch 40 PVC Riser Ft 11.00 0.00 10) 4 in Flush Sch 40 PVC Screen Ea 19.50 0.00 11) 4 in Top Caps or Bottom Plugs Ea 32.25 0.00 12) 4 In Lockable Top Caps Ea 396.00 0.00 13) 61n Aluminum Protective Cover Ea 123.00 0.00 14) Steel Bollards (3 in dia x 6 it long) Ea 145.00 0.00 15) Steel Bollards (4 in dia x 6 it long) Ft 30.00 0.00 16) 5 in Flush Sch 40 PVC Riser Ea 235.00 0.00 17) 9 in HD Water Resistant Flush Mount Cover Ea 396.00 0.00 18) 6 in Steel Water Resistant Protective cover EXHIBIT'B' 7 of 54 Estimated Unit Quantity Unit Price Extension Miscellaneous Monitoring Well Materials Ea 8,50 D.00 1) Filter Pack Sand (50 lb. gags) Ea 10.00 0.00 2) Cement (94lb. Bags) Ea 15.0O 0.00 3) Bentonite Powder/Granutes (50lb. Bags) Ea 69.00 0.00 4) Bentonite Pellets (50lb. Bucket) Ea 1.00 0.00 5) Standard Flush Mount Wall Cover Ea 10 0.00 6) Concrete (40lb. Bag) Ea 3.00 2 .00 O.OD 7) High Solids Bentonite Grout (50 lb. Bag) Ea 48.00 O.OD 6) 55 gallon drums IV. MISCELLANEOUS RATES Hr 1 0•00 1) Well Installation Hr 131.00 .D0 0-00 2) Well Development 160.00 00 3) Decontamination of Equipment F1 0.50 00..0000 4) Borehole Grouting 5) Non -Operation Time: hauling water, staging cuttings and/or drums, rig standby time, excess moving, utility Hr 130 DO O.CO clearances, boring layout, eta FI 7.75 0.00 6) Abandon 2 in. Monitoring Well In -place FI . O.CO 7) Abandon 2 in. Monitoring Well by Overdriliing Ea .0 0 24 O.CO B) State Well installation/Abandonment Forms V. EQUIPMENT RENTAL AND CREW EXPENSES 185.50 0.00 1) Use of AN Mounted Drill Rig Day 2) Special Decontamination materials, sample containers, other special supplies, or equipment rental, Personnel protective clothing and equipment in excess of normal work attire, Traffic control, Silo restitution, or Cost + 10 % 1.10 0.00 Necessary Fees and Permits 3) Bull Dozer assistance for site preparations or moving Cost + 10% 1 Ao 0-00 equipment under adverse site conditions Man -Day 35.00 0.00 4) Par Diem (Meals) - Drill Crew Casl + 10 % 1.10 0.00 51 Out of Town Lodging - Drill Crow $0.00 Drilling Subtotal: Drilling Notes: 1. These unit rates are for work under EPA "Level D" safety conditions. 2. All work to be performed on a non -union basis. S0.00 PROJECT TOTAL EXHIBIT'B' 8 of 54 tkTc Wifflam G. Paraskevas RE�f PROFESSIONAL SUMMARY Mr. Paraskevas is a senior project engineer in ATC's Environmental Engineering Division in Indianapolis, Indiana. He has been employed with ATC since 2018 and has over 40 years of experience in environmental compliance and construction management. Mr. Paraskevas managed or performed engineering work for permitting, compliance, and construction on solid and hazardous waste, air quality and water quality projects. Additionally, he has served as project manager for civil site development work for the construction of new facilities. PROJECT EXPERIENCE Solid Waste Project Management, Various Clients, Indiana and Illinois As Project Manager, Mr. Paraskevas has provided solid waste services including the design, permitting, construction inspection, and operations assistance for RCRA Subtitle D landfills and transfer stations. He has also provided UST closure certifications, compost operation registration and permitting, and oil spill clean-up monitoring and reporting. Hazardous Waste Project Management, Various Clients, Indiana, Illinois and New York As Project Manager, Mr. Paraskevas has provided hazardous waste services including CERCLA remedial investigation and feasibility studies, RCRA facility investigations, as well as the design, permitting, and construction inspection of Subtitle C landfills. Additional work includes Environmental Site Assessments and studies. • Water Quality Plan Development and Compliance, Various Clients, Indiana Mr. Paraskevas has provided assistance with inspection and review of facilities for the process of creating and updating Spill Prevention, Control, and Countermeasure (SPCC) Plans, Storm Water Pollution Prevention (SWPP) Plans, and National Pollutant Discharge Elimination System (NPDES) Permitting. • Air Quality Project Management, Various Clients, Indiana and Illinois Mr. Paraskevas has provided air quality services including Title V permitting and compliance reporting, Potential to Emit calculations, air registration applications, portable source permitting, and greenhouse gas reporting. He has also provided oversight of stack testing and landfill gas to energy projects. 13 Coal Combustion Residuals Management, Various Clients, Indiana Mr. Paraskevas has prepared construction plans and specifications for closures of coal ash impoundments and landfills, including plans for re -use of old ash impoundment areas. PROFESSIONAL REGISTRATIONS • Professional Engineer — New Jersey (24GE02907500), Indiana (PE60020880), Illinois (062.047906) • National Society of Professional Engineers ri Solid Waste Association of North America — serves on board of directors for the Indiana Chapter 93 Water Environment Federation EDUCATION a B.S., Chemical Engineering, Rutgers University, New Brunswick, N.J., 1974 Graduate courses in Environmental Engineering, Rutgers University, New Brunswick, N.J., TRAINING AND CERTIFICATIONS HAZWOPER40 Hour Training ATC hire date: Ju1y/2018 Branch office: Indianapolis, IN EXHIBIT'B' 9 of 54 David L. Stelzer, Ph.®., P.E. 91 Senior Project Engineer ® PROFESSIONAL SUMMARY Dr. Stelzer has over 28 years of landfill engineering experience with municipal, industrial, and construction - demolition landfills that includes: site selection, landfill configuration, geotechnical investigations, stormwater system designs, and construction quality assurance. This experience includes preparation of permit applications, bidding and cost estimates, construction quality assurance reports, closure/post-closure plans, and financial assurance letters. Other landfill -related work includes landfill gas extraction system designs, participation in hydrogeological investigations, and participation in groundwater sampling and reporting. More recently, he has worked on conceptual planning, designing, and permitting for closures of coal ash ponds. David's geotechnical work includes investigations for structure foundations and review of geotechnical failures. Water management projects have included and renovation and design of small dams, stream restoration planning, and dam safety inspections. PROJECT EXPERIENCE Minor Modification Applications for Landfill Permit Changes, Various Clients, Indiana, Illinois, and Kentucky Permit modifications were prepared to revise designs of hundreds of acres of landfill liners and final covers. These designs included stability estimates, leachate prediction/recirculation plans, and piggyback liners. ■ Landfill Construction Quality Assurance of Liner and Final Cover, Various Clients, Indiana, Illinois, and Kentucky Provided CQA services for more than hundreds of acres of liners and final covers at landfill sites in Kentucky, Indiana, and Illinois. Responsibilities included coordinating on -site monitoring, reviewing CQA documents, and investigating soil borrow sources. ■ Major Modification Application for Horizontal Expansion, Northern Kentucky Landfill, Kentucky Prepared a major permit modification application to add a 28-acre horizontal expansion to an existing landfill in Northern Kentucky. This design work included stability and settlement estimates. 13 Conceptual Design of an On -Site Demolition Landfill for low-level nuclear waste, Government Facility, Midwest US Reviewed and utilized existing site information to determine potential landfill footprints at four on -site locations. Typical permit drawings and potential operation methods were imates were prepared for typical landfill practices. completed for future planning discussions. Cost est Sanitary Landfill Expansion, Kentucky Prepared design plans for a 45-acre landfill expansion, which included a geosynthetic composite liner and a piggyb ack liner design, in Union County, Kentucky. Major Modification Application for Expansion of a Sanitary Landfill, Southern Indiana Prepared the design for an 80-acre horizontal expansion to a landfill in Evansville, Indiana. The geocomposite liner included a sideslope piggyback section onto the existing landfill. Landfill Final Cover Rehabilitation to restore use as a Sports Field, Illinois Reviewed previous site investigations which described the 7-acre, 200-ft deep -below -ground, quarry -fill and construction - demolition landfill that that currently lies under approximately 10 feet of soil cover that currently supports a city park that has drainage problems. Prepared conceptual designs for drainage and grade -control improvements and also provided approximate construction cost estimates. ■ Review of a Proposed Landfill Expansion Pcon,I Wisconsin opinion Reviewed the landfill-expansion of the permit that was prepared by another engineering su geotechnical documentation was described to a law firm. Branch office: Indianapolis, IN EXHI BIT 'B' 10 of 54 David L. Stelzer, Ph.D., P.E. TC APage 2 Landfill Permit Application for a New Landfill Site, Southern Indiana Assisted with permit preparation for a 40-acre sanitary landfill for the captive use by an industrial facility in Mt. Vernon, Indiana. The design plans included a composite liner, a leachate collection system and stormwater management. ■ Technical Reviewer of Landfill Permit and Modification Applications, Indiana Department of Environment Management, Indiana Provided technical review of three sanitary landfill permit applications, two major permit modifications and five closure/post-closure plans for IDEM. The geological and engineering components of these permits were checked for completeness and technical accuracy. Major Modification Application for Conversion to Subtitle-D Landfill Design, Northern Indiana Prepared additional design plans and updated a pending permit application to reflect Subtitle D regulations for a 100-acre site in Newton County, Indiana. These revisions included a composite liner, a composite final cover, a leachate collection system, and stormwater management structures along with excavating and moving a small existing landfill. 13 Preliminary Investigation for a New Sanitary Landfill, Northern Indiana Contributed to the investigation of a proposed 100-acre sanitary landfill in Lake County, Indiana. This report included soil borings, a hydrogeology review, waste boundary setbacks, and a preliminary grading plan to provide volume estimates. Landfill Site Selection Studies, Southern Indiana County and Central Indiana Potential sites were identified for a sanitary landfill in a southern Indiana county and for an industrial landfill near a central Indiana business. These reports considered geology, water resources and flood prone areas, zoning, and accessibility for the entire county and recommended additional consideration of a few sites for each client. Plans for Landfill Closure and Post -Closure, Indiana Prepared closure and post -closure plans for several sanitary landfills and also prepared partial -closure certification reports for some sites. These projects included the development of closure and post -closure cost estimates in accordance with the Indiana Solid Waste Regulations. Landfill Permit Application for a New Site, Western Indiana Assisted with preparation of design plans for a landfill in Fulton County, Indiana. The investigation included test -drilling, laboratory testing, preparing a geologic and hydrogeologic study, the design of a leachate collection system and the development of closure and post -closure plans. 13 Landfill Exploratory Borings and Monitoring Wells, Indiana and Kentucky Conducted field inspections during exploratory boring and monitoring well installation at several landfill sites in Indiana and Kentucky. • Borrow Source Evaluations Prior to Final Cover or Liner Construction, Indiana, Kentucky, and Illinois Landfills Collected samples and evaluated soil testing of borrow soils for use as a cover or liner at several landfill sites in Indiana, Illinois, and Kentucky. • Final Cover Construction Quality Control and Assurance, Ft Wayne, Indiana Prepared a Construction Quality Control Plan for the construction of a clay cap over an old landfill near Fort Wayne, Indiana. This document was reviewed and approved by the IDEM, U.S. Army COE, and the U.S. EPA - Region V. • Final Cover Rehabilitation for a Closed Landfill, Southern Indiana Investigated a closed landfill site near Mt. Vernon, Indiana and prepared plans for new final cover. • Groundwater Sampling and Analysis Plans, Statistical Evaluation Plans, and Statistical Evaluations of Groundwater Parameters, Two Southern Indiana Landfills Prepared plans for these sites and implemented their statistical monitoring programs. Directed subsequent groundwater sampling events and added the results of these events into statistical models to determine and report on any statistically -significant deviations in ground water parameters. EXHIBIT'B' &ATCGroupServicd 166M David L. Stelzer, Ph.D., P.E. Page 3 AV, ■ Hydrogeological Investigation for a Proposed Landfill Expansion, Eastern Kentucky Assisted with preparation of a hydrogeological investigation of a proposed 90-acre landfill expansion near Irving, Kentucky. The study included field sampling, laboratory testing, installation of observation wells and a review of published literature to determine the suitability of the site of development as a sanitary landfill. Landfill Gas Extraction System and Flare, Northern Kentucky Landfill Prepared an air permit, developed an extraction system and flare design, prepared construction specifications, and performed CQA services for a landfill in Northern Kentucky. ■ Landfill Gas System Designs, Two Indiana Landfills Prepared permits for a 95-acre landfill gas extraction system and a 90-acre landfill gas extraction system for landfills in northern Indiana. These designs included gas extraction_ wells, a vacuum -collection piping system, and construction details. Final Cover Design for RCRA Closures of Portions of Industrial Sites, Tippecanoe County, ■ Indiana Conceptual designs were prepared for a portion of an industrial site in Tippecanoe County, Indiana to reduce rainfall infiltration through contaminated soils. Proposed Change of Waste Classification, Construction -Demolition Landfill, Central Indiana Investigated a construction/demolition site near Anderson, Indiana to consider a change in the operating permit to allow disposal of restricted waste. Proposed Coal Ash Landfill, Southern Indiana Assisted with preparation of the design for a 40-acre restricted waste landfill in Warrick County, Indiana. The project included use of mine spoil for landfill development. G Engineering Services for a Sanitary Landfill Expansion, Southern Indiana Contributed to a Engin Engin geological investigation and stability analyses for a 25-acre landfill expansion in Clark County, hydroIndiana. ■ Leachate Production Estimates for Two Sanitary Landfills, Kentucky Evaluated leachate production and depth above the base of sanitary landfill sites in Union and Springfield Counties in Kentucky, using the "Hydrologic Evaluation of Landfill Performance" (HELP) Model. m Transfer Station Draft Permit Preparation, Central Indiana Site Prepared a draft permit for a solid waste transfer station in Marion County, Indiana. ■ Preparation of Construction Quality Assurance Plans for Landfills Prepared liner and final cover Quality Assurance Plans for several landfill sites. ■ Road Sideslope Failure Repair, Northwestern Indiana Prepared design plans, estimated costs, and prepared specifications for the repair of a failure of a road built on a sand dune ridge located just inland of Lake Michigan. The completed face of the mechanically -stabilized -earth structure was planted with native dune grasses. Aircraft Deicing Pad and Glycol -Storage Tanks, New York Prepared preliminary designs for shallow foundations for the tanks and evaluated the suitability of subgrade soils for aircraft pavement designs at the Westchester Airport. ' over a Peat Deposit, Northern Indiana Evaluation of Differential Settlement of a Building Built Reviewed existing geotechnical investigations and other site information which had experienced up to 12 inches of differential settlement. Conclusions and limited recommendations were provided to a law firm. Foundation Designs for Proposed Buildings, Indiana Conducted geotechnical investigations for numerous proposed buildings in Indiana. Proposed Power Plant Geotechnical Investigation, Western Indiana Performed a field inspection and assisted with geotechnical recommendations for a power generation plant in Western Indiana. The geotechnical report included seismic design parameters and deep foundation recommendations. EXHIBIT'& ff ATCGroup9erviC9!QiVm David L. Stelzer, Ph.D., P.E. ATC Page14 ■ Soil Resistivity, Indianapolis, Indiana Conducted a soil -resistivity study across an area of an expansion at the Indianapolis International Airport. Abandoned Mine Lands Project, Indiana Assisted with preparation of a grading plan, along with a material volume balance, for an abandoned mine lands site in southern Indiana. The plan included grading plans for constructed wetlands. Stormwater System Evaluation, Northwestern Indiana Conducted a field investigation of an existing stormwater system and recommended remedial measures for an industrial facility in Whiting, Indiana. ■ Groundwater Remediation Project, Northwestern Indiana Designed and prepared construction specifications for a 1000-gpm infiltration pond for the effluent of a ground water treatment process at an industrial site in Elkhart, Indiana. Small Dam Projects, Muncie, Indiana Conducted geotechnical investigations and designed two small dams for area -wide stormwater detention purposes. Small Dam Rehabilitation with Height Increase, Rushville, Indiana Conducted a geotechnical investigation and designed a height increase for a small dam. ■ Small Dam Rehabilitation, Carmel, Indiana Conducted a geotechnical investigation and designed restorations for a small dam. ■ Geotechnical, Regional Detention Basin Improvements, Michigan Assisted with specification and construction questions during the multiple -staged construction process of converting a conventional detention basin to a multiple -use area compatible with a surrounding county -owned park. Streambank Restoration along the Perimeter of a Landfill, Austin, Texas Reviewed previous investigations at this site, provided conceptual designs for toe -of -slope restorations, and performed stability analyses on these conceptual designs. Streambank Restoration, Joliet, Illinois Reviewed existing information for this site, provided conceptual designs for restorations, and performed preliminary stability analyses on these conceptual designs. Hydraulic models of the existing and proposed conditions (provided by others) were compared to determine the changes caused by the proposed conditions. Evaluation of a Partial -Failure of Articulated -Block -Mat Streambank Protection, Milwaukee, Wisconsin Performed a limited geotechnical investigation of both failed and remaining -intact portions of ABM and provided limited recommendations. Dam Safety Inspections, Massachusetts Assisted with dam safety inspections for nine water supply dams and three recreational dams. Damage Inspection of Industrial Waste Pond Liner During Clean Closure of Pond, Indiana Identification of liner damage that occurred prior to and during desludging and liner cleaning was needed by original owner of pond. 13 stormwater and Sewer System Maintenance, Genesee County, Michigan Supervised this county's repair and maintenance crews. Designed and implemented minor system repairs and conducted a preventative maintenance program. PROFESSIONAL REGISTRATIONS Professional Engineer (Michigan #31409, (Ohio #E-64783, 2001) PROFESSIONAL AFFILIATIONS American Society of Civil Engineers 1985) (Indiana #PE60910144,1990) (Kentucky #19584, 1995) EXHIBIT V 9rATCGroupServic69.2f6ft1 David L. Stelzer, Ph.D., P.E. kTc Page1S EDUCATION ki Ph.D., Civil Engineering (Civil Engineering - Geotechnical) ■ M.S., Civil Engineering (Civil Engineering — Hydrology and Fluid Mechanics) is B.S., Civil Engineering (Civil Engineering - Environmental) TRAINING AND CERTIFICATIONS • Dr. Stelzer is health and safety trained in accordance with OSHA 29 CFR 1910.120. • Geosynthetic Research Institute, Designing with Geosynthetics, Drexel University • QA/QC for Waste Containment Facilities, USEPA 13 Landfill Closures, 4th Geosynthetic Research Institute Seminar, Drexel University • Geosynthetic Clay Workshop, USEPA • Geosynthetics (R.Koerner) and Hydraulic Conductivity Seminars (B.DeGoff) - ATEC ■ Assessment, Control, and Remediation of LNAPL Contaminated Sites - APIIUSEPA • Environmental Chemistry to Investigate/Remediate Soil and Groundwater, U of WI • Subsurface Investigation and Remediation for Contaminated Sites, U of WI Design of Underground Stormwater Detention Systems - NCSPA Open Channel Drain Workshop, Michigan DNR Buried Pipes Design, ASCE Seminar • Trenchless Technology Symposium, Purdue University -Indianapolis Stormwater Drainage Workshop, HERPICC/Purdue U niversity-W. Lafayette Advanced Mini -Directional Drilling, Trenchless Technology/NASTT/NASSCO Design/Selection Erosion Control BMPs, International Erosion Control Association Hydraulic Modelling using HEC-RAS by R.J. Houghtalen Augered Cast -In -Place Piles, Deep Foundation Institute ■ Landfill Technology Conference -- NSWMA, San Diego Landfill Gas Symposium — SWANA, Tampa Visible Emissions, Field Training and Certification — 9/2003 Landfill Gas System Design — Landtec, Chicago Geosynthetics for Success - Columbus Landfill Fire Workshop, Indiana DEM, Indianapolis • Geomembrane Workshop, Indiana DEM, Indianapolis • Constructing With Fabricated Geomembranes, Tim Stark - Indianapolis • World of Coal Ash - Lexington and Nashville 12 Central Indiana Stormwater Quality Workshop — Indianapolis PUBLICATIONS Wallace, R.B. and Stelzer, D.L. (1985), "Michigan Water Resources Data: An Inventory of Existing Data and a Collection of Identified Data Needs," Water Management in Michigan, Michigan Department of Natural Resources. Stelzer, D.L. and Andersland, O.B. (1988). "Dynamic Load Effect on Settlement of Model Piles in Frozen Sand," Permafrost, Proceedings Fifth. International Conf., Tapir Publishers, Trondheim, Norway, V2, pp.1165-1170. EXHIBIT'B' AY AI UUroUpServlcE-s:etavji David L. Stelzer, Ph.D., P.E. ATC Page 1 6 b. 13 Stelzer, D.L. and Andersland, O.B. (1988). "Creep Parameters for Pile Settlement Equations", Offshore and Arctic Operations Symposium -1989, ed. by A. Ertas, D. Hui, and R.G. Urquhart, American Society of Mechanical Engineers, New York, pp. 133-138. Stelzer, D.L. and Andersland, O.B. (1989). "Pile Roughness and Load Capacity in Frozen Soils", Cold Regions Engineering, ed. by R.L. Michalowski, Proceedings of the Fifth International Conference, American Society of Civil Engineers, New York, pp. 226-235. ■ Stelzer, D.L. and Andersland, O.B. (1989). "Creep Parameters for Pile Settlement Equations," Journal of Energy Resources Technology, Transactions of the American Society of Mechanical Engineers, Vol. 111, No. 4, pp. 258-263. Stelzer, D.L. and Andersland, O.B. (1991). "Model Pile -Settlement Behavior in Frozen Sand," Journal of Cold Regions Engineering, American Society of Civil Engineers, Volume 5, No. 1, pp. 1-13. Bryenton, D.L. and Stelzer, D.L. (1993). The Low -Hydraulic -Conductivity Soil Compaction Envelope in Practice", Engineering of Landfills in Glacial Soils, Proceedings of the First Annual Great Lakes Geotechnical/ Geoenviron mental Conference, Toledo ASCE, Toledo, Ohio, pp. 68-82. Furlong, C.; Wilson, T.R.; Hartz, B.S.; and Stelzer, D.L. (2001). "Landfill Liner Replacement — A Case Study", WASTE TECH 2O01, Proceedings of the NSWMA Landfill Technology Conference, San Diego, California, pp. 50 EXHIBITS' filATCGroup5ervicc§.Q-f(5h C�kTc Senior Project Manag PROFESSIONAL SUMMARY Mr. McVay is a senior project manager in ATC's Environmental Engineering Division in Indianapolis, Indiana. He has been employed with ATC since 1991 and has over 25 years of experience. Mr. McVay currently serves as Senior Project Manager in the Landfill Design Group. Mr. McVay manages the Construction Quality Assurance (CQA) group and provides proposal and budget preparation, project coordination and management and certification report preparation services for Construction Quality Assurance projects for new and existing municipal and restricted waste landfill construction. Mr. McVay has provided construction quality assurance services for approximately 1,000 acres of soil and composite base liner and final cover systems in the states of Indiana and Kentucky. Services have also included assistance in permitting, expansions, and modifications of new and existing municipal and restricted waste facilities. During his tenure at ATC, he has been involved in several areas of civil and environmental engineering consulting services including geotechnical and environmental investigations and evaluations, Storm Water Pollution Prevention (SWPP) Plan development and stormwater sampling and report preparation services, Spill Prevention Control and Countermeasures (SPSS) Plan development and assistance in Abandoned Mined Land (AML) reclamation projects. PROJECT EXPERIENCE Landfill Design and Construction Quality Assurance, Duke Energy Indiana, Gibson County, Indiana Provided Construction Quality Assurance including project management and certification reporting for soil liner, geosynthetic liner and leachate collection system for approximately 14,900,000 square feet of landfill cell, final cover system and retention pond construction at the Gibson Generating Station — Restricted Waste Type I landfill. Services included test pad construction, monitoring and Boutwell testing on constructed test pad at this landfill site. Services include assistance on permitting and modification to new and existing permits and project specifications. Landfill Design and Construction Quality Assurance, Duke Energy Indiana, Cayuga, Indiana Provided Construction Quality Assurance including project management and certification reporting for soil liner, geosynthetic liner and leachate collection system for approximately 1,311,156 square feet of landfill cell and retention pond construction at the Cayuga Generating Station — Restricted Waste Type I landfill. Services included test pad construction, monitoring and Boutwell testing on constructed test pad at this landfill site. Services include assistance on permitting and modification to new and existing permits and project specifications. ■ Landfill Design and Construction Quality Assurance, Duke Energy Indiana, New Albany, Indiana Provided Construction Quality Assurance including project management and certification reporting for soil liner, geosynthetic liner and leachate collection system for 850,000 square feet of landfill cell construction at the Gallagher Generating Station — Restricted Waste Type I landfill. Services include assistance on permitting and modification to new and existing permits and project specifications. 13 Landfill Design and Construction Quality Assurance, Hoosier Energy, Sullivan County, Indiana Provided Construction Quality Assurance including project management and certification reporting for soil liner and leachate collection system for 1,398,276 square feet of landfill cell construction at the Merom Generating Station Coal Combustion By -Products Landfill. Services include assistance on permitting and modification to new and existing permits and project specifications. n Landfill Design and Construction Quality Assurance, American Electric Power Service Corporation, Lawrenceburg, Indiana Provided Construction Quality Assurance including project management and certification reporting for soil liner, geosynthetic liner and leachate collection system for 1,498,464 square feet of Restricted Waste landfill cell, retention pond and sediment pond construction at the Tanners Creek Plant — Fly Ash Landfill. Services include assistance on permitting and modification to existing permits and project specifications. ATC hire date: June/1991 Branch office: Indianapolis, IN EXHIBIT T' 16 of 54 Dan A. McVay TC Page 12 ■ Landfill Design and Construction Quality Assurance, Vectren Power Supply, Mount Vernon, Indiana Provided Construction Quality Assurance including project management and certification reporting for soil liner, geosynthetic liner systems for approximately 2,200,000 square feet of landfill cell and final cover system construction at the A.B. Brown Generating Station — Restricted Waste Type III landfill. Services include assistance on permitting and modification to new and existing permits and project specifications. ■ Landfill Design and Construction Quality Assurance, Harrison Steel Casting Company, Attica, Indiana Provided Construction Quality Assurance including project management and certification reporting for soil liner and leachate collection system for 204,732 square feet of landfill cell construction for the Type III Restricted Waste Disposal Facility at the Harrison Steel Facility. Services include assistance on permitting and modification to new and existing permits and project specifications. Landfill Design and Construction Quality Assurance, Waste Management, Buffalo, Indiana Provided Construction Quality Assurance, project management and certification reporting for soil liner, geosynthetic liner and leachate collection system for 4,904,856 square feet of sanitary landfill cell, piggyback and infiltration barrier construction at the Liberty Landfill. Services include assistance on permitting and modification to existing permits. ■ Landfill Design and Construction Quality Assurance, Waste Management, Danville, Indiana Provided Construction Quality Assurance including project management and certification reporting for soil liner, geosynthetic liner and leachate collection system for approximately 5,300,000 square feet of sanitary landfill cell and piggyback construction at Twin Bridges RDF. Provided Construction Quality Assurance, project management and certification reporting for soil liner, geosynthetic liner, geocomposite drainage system and protective cover for 1,224,036 square feet of sanitary landfill final cover construction. Services include assistance on permitting and modification to existing permits. ■ Landfill Design and Construction Quality Assurance, Waste Management, Logansport, Indiana Provided Construction Quality Assurance, project management and certification reporting for soil liner, geosynthetic liner and leachate collection system for 1,019,304 square feet of new sanitary landfill cell at Oakridge RDF. Services included test pad construction, monitoring and Boutwell testing on constructed test pad at this landfill site. Services include assistance on permitting and modification to existing permits. a Landfill Design and Construction Quality Assurance, Waste Management, Portland, Indiana Provided Construction Quality Assurance, project management and certification reporting for soil liner, geosynthetic liner and leachate collection system for approximately 1,500,000 square feet of sanitary landfill cell and piggyback construction at Jay County Landfill. Provided CQA and reporting services for the construction of wetland treatment cells. Services include assistance on permitting and modification to existing permits_ ■ Landfill Design and Construction Quality Assurance, Waste Management, Wyatt, Indiana Provided Construction Quality Assurance, project management and certification reporting for soil liner, geosynthetic liner and leachate collection system for 670,636 square feet of sanitary landfill cell construction at the Prairie View RDF. Services include assistance on permitting and modification to existing permits. ■ Landfill Design and Construction Quality Assurance, Waste Management, Elkhart, Indiana Provided Construction Quality Assurance, project management and certification reporting for soil liner, geosynthetic liner and leachate collection system for 370,260 square feet of sanitary landfill cell construction at the Earthmovers Landfill. Services include assistance on permitting and modification to existing permits. Q Landfill Design and Construction Quality Assurance, Clark County, Indiana Provided Construction Quality Assurance, project management and certification reporting for soil liner, EXHIBITS' LY ATCGroupServicasmom Dan A. McVay ®ffC Page �p3 geosynthetic liner and leachate collection system for 1,049,796 square feet of sanitary landfill cell construction at Clark -Floyd Landfill. • Mine Reclamation, Indiana Division of Reclamation, Pike County, Indiana Assisted with field sampling, data reduction and evaluation for the Midwestern Abandoned Mined Land (AML) reclamation project in south-western Indiana. ■ Mine Reclamation, Ohio Department of Mines and Reclamation, Ohio Assisted with the collection of field data for the Kyger Creek Reclamation Project, Snake Hollow Reclamation Project and S.R. 124 Reclamation Project in south-eastern Ohio. Storm Water Drainage, K-T Corporation, Shelbyville, Indiana Prepared Spill Prevention Control and Countermeasures (SPCC) Plan and NPDES Storm Water Pollution Prevention Plan (SWPPP). Storm Water Drainage, Seymour Tubing Co., Shelbyville, Indiana Prepared Spill Prevention Control and Countermeasures (SPCC) Plan and NPDES Storm Water Pollution Prevention Plan (SWPPP). Storm Water Drainage, Waste Management, Fort Wayne, Indiana Prepared NPDES Storm Water Pollution Prevention Plan (SWPPP). Storm Water Drainage, Fort Wayne Foundry Corporation Machining Division, Fort Wayne, Indiana Conducted NPDES storm water sampling and discharge measurements. Storm Water Drainage, Fort Wayne Foundry Pontiac Division, Ft. Wayne, Indiana Conducted NPDES storm water sampling and discharge. Storm Water Drainage, United States Postal Service, Various, Indiana Conducted NPDES storm water site evaluation, stormwater sampling, and discharge measurements for the United States Postal Service facilities at Bacon Station, Park Fletcher, Castleton, New Augusta, Eagle Creek, Kokomo, Bloomington and Southport. Storm Water Drainage, NAVISTAR International Transportation Corp., Indianapolis, Indiana Conducted NPDES storm water sampling and discharge measurements for NAVISTAR International Transportation Corporation in Indianapolis. ■ Storm Water Drainage, PSI Energy, Indiana Conducted NPDES storm water and discharge measurements at the PSI Energy Edwardsport Generating Station in compliance with the Indiana General Permit Rule Program. © Storm Water Drainage, Cargill, Inc., Lafayette, Indiana Conducted storm water sampling and semi-annual visual inspections at the Cargill, Inc. industrial facility in Lafayette in compliance with the Indiana General Permit Rule Program. Storm Water Drainage, Essex Group, Franklin, Indiana Assisted in NPDES storm water training session for the Essex Group in Franklin, IN. Trained facility personnel to gather discharge information and retrieve stormwater samples at two outfall locations in compliance with the Indiana General Permit Rule for Storm Water Discharge Associated with Industrial Activity. Storm Water Drainage, Clark -Floyd Landfill, Clarksville, Indiana Conducted storm water sampling and discharge measurement for two storm events for the Clark -Floyd Landfill in Clarksville, Indiana, in compliance with the Indiana General Permit Rule for Storm Water Discharge Associated with Industrial Activity. ■ Storm Water Drainage, Southern Indiana Gas and Electric Co., Evansville, Indiana Conducted NPDES storm water sampling and discharge measurement for the Southern Indiana Gas and Electric Company (SIGECO) at their A.B. Brown Generating Station near Evansville, IN. Project involved sampling two outfall locations to complete the facility's quarterly reporting requirements associated with the Indiana General Permit Rule for Storm Water Discharge Associated with Industrial Activity. EXHIBIT V /V ATCGroupServicapt&n ® Dan A. McVay NQ Page 14 MC ■ Storm Water Drainage, Greenwood Municipal Airport, Greenwood, Indiana Conducted NPDES storm water sampling and discharge measurement for Greenwood Municipal Airport in Greenwood, Indiana, in compliance with 327 IAC 15-6, at one outfall location. ■ Storm Water Drainage, Haynes International, Kokomo, Indiana Conducted NPDES storm water sampling and discharge measurement Haynes International in Kokomo in compliance with 327 IAC 15-6. Assisted in training Haynes personnel to conduct sampling at three (3) outfall locations while ATC employees sampled three other outfall locations at this site. ■ Storm Water Drainage, United States Postal Service, South Bend, Indiana Conducted NPDES storm water and discharge measurement for the United States Postal Service Vehicle Maintenance Facility in compliance with the Indiana General Permit Rule Program for Stormwater Discharge Associated with Industrial Activity (327 IAC 15-6). ■ Storm Water Drainage, CTS Corporation, Lafayette, Indiana Conducted NPDES storm water sampling and discharge measurement for CTS Corporation in Lafayette. Project involved two outfall locations to complete the quarterly reporting requirements associated with the Indiana General Permit Rule for Stormwater Discharge Associated with Industrial Activity. ■ Storm Water Drainage, Target Distribution Center, Indianapolis, Indiana Conducted NPDES storm water sampling, discharge measurement, and semi-annual visual inspections for the Target Distribution Center #T559 in Indianapolis at one outfall location to complete the facility's quarterly reporting requirements associated with the Indiana General Permit Rule for Stormwater Discharge Associated with Industrial Activity. • Storm Water Drainage, PSI Energy, Inc., Terre Haute, Indiana Conducted storm water sampling and discharge measurement for PSI Energy, Inc., Wabash River Generating Station near Terre Haute in compliance with Indiana's General Permit Rule for Storm Water Discharge Associated with Industrial Activity. ■ Geotechnical Engineering, United States Cellular and Sprint PCS, Indiana, Illinois, Kentucky, Michigan and Wisconsin Performed geotechnical investigations and report preparation for numerous cellular facilities. Geotechnical Engineering, Mason and Hangar Engineering, Crane, Indiana Performed geotechnical investigations and report preparation for several facilities at Crane Naval Surface Warfare Center. Geotechnical Engineering, Paul 1. Gripe, New Castle, Indiana Performed geotechnical investigation and report preparation for New Castle Correctional Facility. n Geotechnical Engineering, Various Clients, Plainfield, Indiana Performed geotechnical investigations and report preparation for several industrial facilities at Airwest Business Park. Geotechnical Engineering, Eaton & Lauth, Indiana and Ohio Performed geotechnical investigations and report preparation for several USF Holland Transportation facilities. Geotechnical Engineering, Eli Lilly and Company, Indianapolis, Indiana Performed geotechnical investigation and report preparation for proposed buildings at Eli Lilly and Company in Indianapolis and Greenfield. Geotechnical Engineering, Various Clients, Indiana Performed geotechnical investigations and report preparation for school facilities for Hamilton Southeastern School Corporation in Hamilton County, Park Tudor School in Indianapolis, Vincennes University Jasper Campus, various buildings at I.U.P.U.I. in Indianapolis, Indiana University in Kokomo, and Danville Elementary School in Danville. Geotechnical Engineering, Toyota, Princeton, Indiana Assisted with geotechnical investigation for Toyota Plant in Princeton, IN. EXHIBIT'B' MY ATCGroupServiceW 6% Dan A. McVay Tc Page 15 13 Geotechnical Engineering, Kite Development Corp., Indiana and Illinois Performed geotechnical investigations for proposed Lowes stores in Indiana and Illinois. ■ Geotechnical Engineering, Meijer Inc., Indiana and Ohio Participated in geotechnical investigations for several Meijer stores in Indiana and Ohio. ■ Geotechnical Engineering, Various Clients, Indiana Performed geotechnical investigations for numerous apartment complexes, hotel facilities and medical facilities. Geotechnical Engineering, INDOT, Indiana Participated in geotechnical investigation for several INDOT road and highway projects in various Indiana locations. ■ Geotechnical Engineering, Various Clients, Indiana Participated in geotechnical investigations for several sewer projects in Indianapolis, Fort Wayne and Daylight, IN. Phase I Site Assessment, Various Clients, Fishers and Indianapolis, Indiana Performed Phase I ESA studies for several proposed and existing facilities in Fishers and Indianapolis. PROFESSIONAL AFFILIATIONS ■ American Society of Civil Engineers EDUCATION ■ B.S., Construction Technology, Indiana University Purdue University, Indianapolis, IN, 1994 TRAINING AND CERTIFICATIONS ■ 40-hour HAZWOPER EXHIBIT V fDIATCCsroupServicMst&n ENVIRONMENTAL GEOTECHNICAL BUILDING SCIENCES MATERIALS TESTING PROPOSAL TO PREPARE CONSTRUCTION PLANS AND SPECIFICATIONS FOR CELLS 4A AND 413 NEW PARIS PIKE LANDFILL RICHMOND SANITARY DISTRICT RICHMOND, INDIANA ATC PROPOSAL NO. LF-20-1053 FEBRUARY 28, 2020 PREPARED FOR: RICHMOND SANITARY DISTRICT 2380 LIBERTY AVENUE RICHMOND, IN 47374 ATTENTION: MR. ELIJAH WELCH, P.E. EXHIBIT'& 21 of 54 February 28, 2020 Mr. Elijah W. Welch, P.E. District Engineer Richmond Sanitary District 2380 Liberty Avenue Richmond, IN 47374 Re: Proposal to Prepare Construction Plans and Specifications for Cells 4A and 4B New Paris Pike Landfill Richmond Sanitary District Richmond, Indiana ATC Proposal No. LF-20-1053 Dear Mr. Welch: kT RV ENVIRONMENTAL • GEOTECRNICAL BUILDING SCIENCES • MATERIALS TESTING ATC Group Services LLC 7988 Centerpoint Dr. Suite 100 Indianapolis, IN 46256 Phone +1 317 849 4990 Fax +1317 849 4278 www.atcg roupservices.com ATC is pleased to provide the Richmond Sanitary District (RSD) with this proposal to prepare the construction plans and specifications for the 2021 construction of the municipal solid waste Cells 4A and 4B of the New Paris Pike Landfill in Richmond, Indiana. Our Understanding of the scope of work, planned project staffing, and the estimated cost for our services are presented herein. We appreciate the opportunity to assist you with this project. If you have any questions concerning information contained in this letter, please do not hesitate to call either of the undersigned at 317,849.4990. Sincerely, David L. Stelzer. P.E. Senior Project Engineer Copies: Elijah Welch, P.E. (RSD) Darren Duncan (RSD) Bill Paraskevas, P.E. Principal Engineer EXHIBIT'& 22 of 54 New Paris Pike Landfill Proposal to Prepare Cell 4A and 4B Construction Plans Richmond, IN ATC Proposal No. LF-20-1053 Proposal to Prepare Construction Plans and Specifications for Cells 4A and 4B New Paris Pike Landfill Richmond Sanitary District Richmond, Indiana ATC Proposal No. LF-20-1053 The scope of work for this project includes the following general tasks related to preparation of construction plans and specifications: Task 1: Plans and specifications for leachate transfer pipes that drain from Cell 4A to a connection to the existing sanitary sewer. Design modifications may include the addition of a metering station and revisions to the alignment of the pipeline. An initial project planning meeting is included in Task 6 below to discuss these and other pipeline modifications. We will assume that typical RSD sewer and manhole drawings and specifications will be provided by RSD. We will revise our drawings and specifications tc be consistent with RSD's standards. Task 2: Preparation of construction plans and specifications for excavation and construction of Cells 4A and 4B. The scope of work does not include the design of dewatering methods that may be needed during construction. An initial project planning meeting is included in Task 6 below to discuss the staging of cell development and its impact on the landfill haul road, leachate transfer piping, future cell development and soil requirements. Plans and details will also be prepared as necessary for reconstruction of the haul road, as necessary. • Task 3: Preparation of an engineer's cost estimate for the construction work included in the plans and specifications prepared in Tasks 1 and 2. • Task 4: Assistance with the bid evaluations. This will include attendance at the pre -bid meeting and a bid review meeting and an allowance for preparation of two addenda to the bid package based on bidders' questions. o Task 5: Attendance at six design/progress meetings to be held at the landfill office. This includes the initial project planning meeting described in Tasks 1 and 2 above. ATC will be responsible for preparing meeting agendas and meeting minutes for all project meetings. Task 6: An allowance has been included in this proposal for miscellaneous engineering services related to cell development but not specifically identified in this proposal. EXHIBITS' 23 of 54 New Paris Pike Landfill Proposal to Prepare Cell 4A and 4B Construction Plans Richmond, IN ATC Proposal No. LF-20-1053 Cost Estimate The cost associated with preparation of the construction plans and specifications for the landfill project are outlined on the attached spread sheet and are estimated to be $47,250. This total will not be exceeded without additional approval from you. If changes in the program are required, we will consult with you', and with your approval, make the changes that are considered necessary. Any additional work authorized by RSD during this project will be performed in accordance with the unit prices included in the attached fee schedule. This work will be performed in accordance with the existing agreement between RSD and ATC. EXHIBITS' 24 of 54 Prepare Construction Plans and Specifications - Proposal No. LF-20-1053 Cells 4A and 4B New Paris Pike Landfill - Richmond Sanitary District EXHIBIT'B' 25 of 54 ENVIRONMENTAL e GEOTECHNICAL BUILDING SCIENCES • MATERIALS TESTING PROPOSAL FOR REGULATORY ASSISTANCE AND PERMITTING NEW PARIS PIKE LANDFILL RICHMOND SANITARY DISTRICT RICHMOND, INDIANA ATC PROPOSAL NO. LF-20-1053 FEBRUARY 28, 2020 PREPARED FOR: RICHMOND SANITARY DISTRICT 2380 LIBERTY AVENUE RICHMOND, IN 47374 ATTENTION: MR. ELIJAH WELCH, P.E. DCHIBIT'B' 26 of 54 February 28, 2020 Mr. Elijah W. Welch, P.E. District Engineer Richmond Sanitary District 2380 Liberty Avenue Richmond, IN 47374 Re: Proposal for Regulatory Assistance and Permitting New Paris Pike Landfill Richmond Sanitary District Richmond, Indiana ATC Proposal No. LF-20-1053 Dear Mr. Welch: k.Tc AW ENVIRONMENTAL • GEOTECNNICAL BUILDING SCIENCES • MATERIALS TESTING ATC Group Services LLC 7988 Centerpoinl Dr. Suite 100 Indianapolis, IN 46256 Phone +1317 849 4990 Fax +1317 849 4278 www.atcg roupservices.com ATC is pleased to submit this proposal to provide the Richmond Sanitary District (RSD) with regulatory assistance and permitting for Cells 4A and 4B at the New Paris Pike Landfill in Richmond, Indiana. Our understanding of the scope of work, planned project staffing, and the estimated cost for our services are presented herein. We appreciate the opportunity to assist you with this project. If you have any questions concerning information contained in this letter, please do not hesitate to call either of the undersigned at 317,849.4990. Sincerely, David L. Stelzer Senior Project Engineer Copies: Elijah Welch, P.E. (RSD) Darren Duncan (RSD) William Paraskevas, P.E. Principal Engineer EXHIBIT'B' 27 of 54 New Paris Pike Landfill Proposal for Regulatory Assistance and Permitting Richmond, IN - ATC Proposal No. LF-20-1053 Proposal for Regulatory Assistance and Permitting New Paris Pike Landfill Richmond Sanitary District Richmond, Indiana ATC Proposal No. LF-20-1053 This proposal specifically addresses the provision of regulatory assistance and permitting services for Cells 4A and 48 for the New Paris Pike Landfill. Our services for this project include: • Project Planning. • Preparation of Draft Application. • Prepare and Submit Final Application. • Respond to IDEM's comments. • Meetings. Task 1: Project Planning — ATC's proposal for preparation of plans and specifications for Cells 4A and 4B includes an initial project planning meeting with landfill and District personnel. This meeting will also cover any permit changes or regulatory coordination needed for the design and construction of these cells. The costs for that meeting are not included in this proposal. We will review the landfill permit and approved plans, specifications and CQA manual in preparation for that meeting. The costs for that review are included in this proposal. Task 2: Preparation of Draft Application — Project planning may result in changes to the approved landfill plans or supporting documents. It is anticipated that these changes will require either an insignificant modification or a minor modification to the permit. Our budget for this task assumes the preparation of a minor modification permit application and a preliminary meeting with the District and IDEM to review the proposed changes. Meeting costs are included in Task 5 below. However, actual charges for this task will depend on the required permit changes and associated level of effort and will be invoiced accordingly. A draft of any permit application will be prepared and submitted to you for review and comment. Task 3: Prepare and Submit Final Application -- After making the changes that you request in your final review of the draft application, ATC will prepare a final version of the permit application and submit four copies to IDEM and two copies to you. We have assumed that the RSD will provide the required permit application fee. Task 4• Provide Responses to IDEM's Comments — Although the preliminary meeting with IDEM usually resolves all large issues, IDEM typically makes some minor requests regarding each application. While this proposal includes an allowance for time and expenses to resolve IDEM's comments, the effort needed will depend on the IDEM reviewers' requests. The budget for this task includes one follow-up meeting with IDEM. Meeting costs are included in Task 5 below. Task 5: Meetings — We have budgeted for one meeting each for Tasks 2, 3 and 4. The meetings with IDEM are assumed to be held in Indianapolis. The meeting to review the draft permit EXHIBIT'B' 28 of 54 New Paris Pike Landfill Richmond, IN Proposal for Regulatory Assistance and Permitting ATC Proposal No. LF-20-1053 application in Task 3 is assumed to be held at the landfill. As noted in the description of services for Task 1 above, the costs for the project planning meeting are included in the budget for preparation of Cell 4A and 4B plans and specifications. COST ESTIMATE The estimated costs for our services for this project will be invoiced in accordance with the unit rates presented in the attached fee schedule, and as presented on the attached "Estimated Costs of Services" spreadsheets. Further, no allowance has been included in this cost estimate for extra meetings beyond those described in the preceding paragraphs. If additional meetings are required, they will be performed in accordance with the unit prices attached to this proposal. Therefore, we propose to perform the work described above for a not -to -exceed cost of $17,823.75 to be billed on a time and materials basis in accordance with the attached Fee Schedule. This amount will not be exceeded without your approval, and all significant changes to the scope of work or project budget will require a written Change Order. Invoices will be issued monthly unless other arrangements are made with our office. Our professional services will be performed, our findings obtained and our recommendations prepared in accordance with customary principles and practices in the fields of environmental science and engineering. This warranty is in lieu of all other warranties either express or implied and no other warranties will be given. EXHIBIT V 29 of 54 - Costs of Services By Task - Project Name: 2020 Regulatory Assistance and Permitting New Paris Pike Landfill ATC Proposal No.: LF-20-1053 Date: February 2020 Principal Senior Drafting Clerical Labor Cost Expenses Total Cost Engineer Project (from pg.2) Engineer RATE: $160.00 $137.50 $85.00 $55.00 1. Project Planning wlClient 1 8 $1.260.00 $7,520.00 $25.00E$7,620.00 $100.003. 2. Prepare Draft Application 2 40 8 20 8 4 $2,160.00 $200.004. Prepare Final A lication 1 8 4 $1,760.00 $100.005. Res onse to IDEM Review 2 4 $4,506.00 $193.75 Meetin s 14 14 TOTAL HOURS TOTAL COST 20 $3,200.00 78 $10,725.00 36 $3,060.00 4 $220.00 $17,205.00 $618.75 $17,823.75 30 of 54 EXHIBITS' - Direct Costs (Expenses) By Task - Project Name: 2020 Regulatory Assistance and Permitting New Paris Pike Landfill ATC Proposal No.: LF-20-1053 Date: February 2020 Per Diem Motel Soil Shipping Mileage Sub- Sub- Outside Expenses Total Cost Meals Only Lab contractors contractor & Supplies (per day) Testing (per mile) Survey (Shelby tubes., RATE: $30.00 $70.00 (at cost) (Cost+10%) $0.575 Cost+10%) (Cost+10%) bentonite, etc.) Tasks 1. Project Planning 0 0 w/Client $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $25.00 $25.00 2. Prepare Draft 0 0 Application $0.00 $0.00 $0.00 $0.00 $0.00 1 $0.00 $0.00 $100.00 $100.00 3. Prepare Final 0 0 0 Application $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $200.00 $200.00 4. Response to IDEM 0 0 0 Review $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $100.00 $100.00 5. Meetings 0 0 250 $0.00 $0.00 $0.00 $0.00 $143.75 $0.00 $0.00 $50.00 $193.75 SUBTOTAL 0 0 250 TOTAL COST $0.00 $0.00 $0.00 $0.00 $143.75 $0.00 $0.00 $475.00 $618.75 EXHIBITS' 31 of 54 ENVIRONMENTAL o GEOTECHNICAL BUILDING SCIENCES • MATERIALS TESTING PROPOSALFOR SOIL INVENTORY AND BORROW SOURCE EVALUATION NEW PARIS PIKE LANDFILL RICHMOND SANITARY DISTRICT RICHMOND, INDIANA ATC PROPOSAL NO. LF-20-1053 FEBRUARY 28, 2020 PREPARED FOR: RICHMOND SANITARY DISTRICT 2380 LIBERTY AVENUE RICHMOND, IN 47374 ATTENTION: MR. ELIJAH WELCH, P.E. EXHIBIT B' 32 of 54 February 28, 2020 Mr. Elijah W. Welch, P.E. District Engineer Richmond Sanitary District 2380 Liberty Avenue Richmond, IN 47374 Re: Proposal for Soil Inventory and Borrow Source Evaluation New Paris Pike Landfill Richmond Sanitary District Richmond, Indiana ATC Proposal No. LF-20-1053 Dear Mr. Welch: AV ®r kTc ENVIRONMENTAL • GEOTECHNICAL BUILDING SCIENCES • MATERIALS TESTING ATC Group Services LLC 7988 Centerpoint Dr. Suite 100 Indianapolis, IN 46256 Phone +1 317 849 4990 Fax +1317 849 4278 www.atcgro upservices.com ATC is pleased to submit this proposal to provide the Richmond Sanitary District (RSD) to evaluate soil needs at the New Paris Pike Landfill in Richmond, Indiana. Our understanding of the scope of work, planned project staffing, and the estimated cost for our services are presented herein. We appreciate the opportunity to assist you with this project. If you have any questions concerning information contained in this letter, please do not hesitate to call either of the undersigned at 317.849.4990. Sincerely, 1 David L. Stelzer, P.E. Senior Project Engineer Copies: Elijah Welch, P,E. (RSD) Darren Duncan (RSD) Bill Paraskevas, P.E. Principal Engineer EXHIBIT'B' 33 of 54 New Paris Pike Landfill Proposal for Soil Inventory and Borrow Source Evaluation Richmond, IN ATC Proposal No. LF-20-1053 Proposal for Soil Inventory and Borrow Source Evaluation New Paris Pike Landfill Richmond Sanitary District Richmond, Indiana ATC Proposal No. LF-20-1053 This proposal specifically addresses the provision of services relating to an evaluation of soil needs and source(s) for the New Paris Pike Landfill. Our services for this project include sampling, testing, and documentation of the following general activities: Review Site Documents; s Excavate Test Pits and Collect Samples; o Perform Laboratory Testing on the Samples; and • Compile Information and Make Recommendations. Task 1: Review Site Documents - ATC will prepare a summary of required soil quantities for construction of cells 4A and 413 and available soil quantities from sites currently owned or available to the District. We assume the District will provide ATC with site survey data and information on soil depths and characteristics from previous field and laboratory work for the assessment of available soils. The summary will identify additional types and quantities of soil needed for cell construction, as well as an estimate of daily cover soil needed for landfill operations in cells 4A and 413. Task 2: Excavate Test Pits and Collect Samples — After potential borrow sources are identified, a backhoe will be utilized to excavate test pits at potential borrow sources. This task is expected to take one day per borrow site, and our budget assumes two borrow sites will be evaluated. Samples will be collected for laboratory. At this time it will be assumed that a drill rig is not needed and costs for drilling are not included in this proposal. Further, it has been assumed that the District will provide the backhoe and operator needed to excavate the test pits, at no cost to ATC. Task 3- Perform Laboratory Tests — Tests performed on selected soil samples are expected to include: Grain Size Distribution (16) • Atterberg Limits (16) • Moisture/Density Relationship (16) a Moisture Content (16) Hydraulic Conductivity on Remolded Samples (10) We have also included a limited amount of testing of gravel samples for the leachate collection layer that the District may provide to us. The costs of surveying to locate the test pits and sample locations have not been included in this cost estimate. EXHIBIT'B' 34 of 54 New Paris Pike Landrill Proposal for Soil Inventory and Borrow Source Evaluation Richmond, IN ATC Proposal No. LF-20-1053 Task 4: Compile Information and Make Recommendations - Following soil testing, the laboratory data will be summarized. Recommendations regarding the use of the investigated borrow areas will be provided. This task includes one follow-up meeting. COST ESTIMATE The estimated costs for our services for this project will be invoiced in accordance with the unit rates presented in the attached fee schedule, and as presented on the attached "Estimated Costs of Services" spreadsheets. Further, no allowance has been included in this cost estimate for extra meetings beyond those described in the preceding paragraphs. If additional meetings are required, they will be performed in accordance with the unit prices attached to this proposal. Therefore, we propose to perform the work described above for a not -to -exceed cost of $19,736.25 to be billed on a time and materials basis in accordance with the attached Fee Schedule. This amount will not be exceeded without your approval, and all significant changes to the scope of work or project budget will require a written Change Order. Invoices will be issued monthly unless other arrangements are made with our office. Our professional services will be performed, our findings obtained and our recommendations prepared in accordance with customary principles and practices in the fields of environmental science and engineering. This warranty is in lieu of all other warranties either express or implied and no other warranties will be given. EXHIBIT U 35 of 54 - Costs of Services By Task - Project Name: 2020 Soil Borrow Evaluation New Paris Pike Landfill ATG Proposal No.: LF-20-1053 Date: February 2020 Principal Senior Project Drafting Clerical Labor Cost Expenses Total Cost Engineer Project Engineer (from pg.2) Engineer RATE: $160.00 $137.50 $120.50 $85.00 $55.00 1 4 4 $1.050.00 $25.00 $1,075,00 1. Review Site Documents 2. Excavate Test Pits & Collect $3,460.00 $280.00 $3,740.00 sites) Samples (2 sites) 1 24 8 $1,100.00 $8,198.00 $9,298.00 3_ Perform to Tests 4. Compile Information &Make 4 4 $5.487.00 $136.25 $5,623.25 Recommendations 2 30 4 TOTAL HOURS TOTAL COST 4 $640.00 66 $9,075.00 4 $482.00 8 $680.00 4 $220.00 $11,097.00 $8,639.25 $19,736.25 36 of 54 EXHIBIT'B' Direct Costs (Expenses) By Task - Project Name; 2020 Soil Borrow Evaluation New Paris Pike Landfill ATC Proposal No.: LF-20-1053 Date: February 2020 Per Diem Motel Soil Shipping Mileage Sub- Sub- Outside Expense Total Cost Meals Only Lab contractors contractor & Supplies (per day) Testing (per mile) Survey (Shelby tubes., RATE: $35.00 $110.00 at cost Cost+10% $0.575 Cost+10% Cost+10 % bentonite, etc. Tasks 1. Review Site Documents 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $25.00 $25.00 2. Excavate Test Pits & 0 0 400 $50.00 Collect Samples (2 sites) $0.00 $0.00 $0.00 $0.00 1 $230.00 $0.00 $0.00 $50.00 $280.00 3. Perform Laboratory Tests 0 0 8198 0 $0.00 $0.00 $8,198.00 $0.00 $0.00 $0.00 $0.00 $0.00 $8,198.00 4. Compile Information & 0 0 150 $50.00 Make Recommendations $0.00 $0.00 $0.00 $0.00 $85.25 1 $0.00 $0.00 $50.00 $136.25 SUBTOTAL 0 0 550 TOTAL COST $0.00 $0.00 $8.198.00 $0.00 $316.25 1 $0.00 $0.00 $126.00 $8,639.25 EXHIBIT'B' 37 of 54 ENVIRONMENTAL • GEOTECHNICAL BUILDING SCIENCES • MATERIALS TESTING PROPOSAL TO PERFORM CONSTRUCTION QUALITY ASSURANCE FOR CELLS 4A AND 413 DURING 2021 NEW PARIS PIKE LANDFILL RICHMOND SANITARY DISTRICT RICHMOND, INDIANA ATC PROPOSAL NO. LF-20-1053 FEBRUARY 28, 2020 PREPARED FOR: RICHMOND SANITARY DISTRICT 2380 LIBERTY AVENUE RICHMOND, IN 47374 ATTENTION: MR. ELIJAH WELCH, P.E. EXHIBIT'B' 38 of54 February 28, 2020 Mr. Elijah Welch, P.E. Richmond Sanitary District 2380 Liberty Avenue Richmond, IN 47374 Re: Proposal to Perform Construction Quality Assurance for Cells 4A and 413 During 2021 New Paris Pike Landfill Richmond Sanitary District Richmond, Indiana ATC Proposal No. LF-20-1053 Dear Mr. Welch: ENVIRONMENTAL • GEOTECHNICAL BUILDING SCIENCES • MATERIALS TESTING ATC Group Services LLC 7988 Centerpoint Dr. Suite 100 Indianapolis, IN 46256 Phone +13178494990 Fax +1317 849 4278 www.atcgroupservices.com ATC is pleased to provide the Richmond Sanitary District (RSD) with this proposal to provide Construction Quality Assurance for the construction of approximately 12 acres of municipal solid waste landfill liner for Cells 4A and 413 of the New Paris Pike Landfill in Richmond, Indiana. Our understanding of the scope of work, planned project staffing, and the estimated cost for our services are presented herein. We appreciate the opportunity to assist you with this project. If you have any questions concerning information contained in this letter, please do not hesitate to call either of the undersigned at 317.849.4990. Sincerely, David L. Stelzer, P.E. Senior Project Engineer Copies: Elijah Welch, P.E. (RSD) Darren Duncan (RSD) William Paraskevas, P.E. Principal Engineer Australia • Belgium • Canada ^ Columbia - Ecuador - Germany • Indonesia • Italy • Kenya • New Zealand • Papua New Guinea - Peru • Tanzan1 2 - BIT g Arab Emirates 39 of 54 United Kingdom • United States • Operations in 35 countries New Paris Pike Landfill Proposal for COA Services for Cells 4A and 46 Richmond, IN ATC Proposal No. LF-20-1053 PROPOSAL TO PERFORM CONSTRUCTION QUALITY ASSURANCE FOR CELLS 4A AND 413 DURING 2021 NEW PARIS PIKE LANDFILL RICHMOND SANITARY DISTRICT RICHMOND, INDIANA ATC PROPOSAL NUMBER LF-20-1053 Introduction This proposal addresses the provision of services relating to Construction Quality Assurance (CQA) monitoring activities at the New Paris Pike Landfill. These services will be provided in accordance with the Construction Quality Assurance Manual for this project. This proposal includes estimates of time and expenses related to Construction Quality Assurance Monitoring for the construction and installation of approximately 12 acres of soil and geosynthetic components of landfill liner for Cells 4A and 4B. A detailed description of the anticipated services for each of these tasks is provided in subsequent sections of this proposal. It is assumed that CQA of the pipelines to be constructed outside of the landfill liner of Cells 4A and 413 will be performed by Richmond Sanitary District (RSD) staff. ATC proposes to provide construction quality assurance and certification report services in accordance with the referenced project documents. ATC will establish a CQA team for on -site monitoring and documentation of construction activity and progress. Our team will consist of a soil technician and specialized geomembrane monitors working under the direction of our engineering staff. Bill Paraskevas will perform as the project manager and certifying engineer, Dan McVay will perform the duties of the project engineer. Messrs. McVay and Paraskevas have served in similar roles on CQA services for landfills across Indiana for approximately thirty years. ATC has provided CQA services for over 700 acres of soil liner and over 600. acres of geomembrane liner on projects in Indiana that have been reviewed and approved by the Indana Department of Environmental Management. To support the field CQA efforts, a CQA office will be established in either an on -site trailer or on -site office that we assume you will provide at no cost to ATC. It should also be noted that our cost estimate includes the performance of routine geomembrane destructive testing at an offsite geosynthetics laboratory and onsite using our own calibrated equipment as needed. Conformance testing and interface friction testing performed on the geosynthetic materials will be completed by TRI/Environmental, Inc of Austin, Texas. Upon completion of the project, ATC will provide a certification report for the liner construction that is signed by a professional engineer registered in the State of Indiana and suitable for submission to the Indiana Department of Environmental Management (IDEM). Unless otherwise noted, our proposal addresses the scope of work as outlined in the CQA plan and is based upon the construction durations as noted herein. The following assumptions were utilized during preparation of this proposal: EXHIBIT'B' 40 of 54 New Paris Pike Landfill Richmond, IN Proposal for CQA Services for Cells 4A and 413 ATC Proposal No. LF-20-1053 Surveying services for as -built drawing preparation for the subgrade, the liner and the leachate collection layer will be provided in another proposal. Field office, electricity, water, phone, fax and copier to be provided by others. Weather delay days during construction, when no construction project related work can be accomplished, will be invoiced at four (4) hours per day per individual for ATC field personnel who have already been mobilized to the site but are not required to be on site. The following sections present the scope of work and our estimated costs. We understand that, in general, ATC will be responsible for monitoring and documenting the activities and workmanship of the contractors, suppliers, and installers to confirm that the construction of the various components of this project are in accordance with the project drawings, specifications and CQA Plan. CQA Services for Cells 4A and 413 This phase of development will consist of performing CQA services during the construction of Cells 4A and 4B. It is assumed that CQA of the pipelines to be constructed outside the landfill liner of Cells 4A and 4B will be performed by RSD staff. Task I - Preconstruction Testing This proposal includes time to review the Contractor submittals related to material specifications and attendance at the first preconstruction meeting by the soils technician and the senior project engineer. It has been assumed that a second preconstruction meeting will be attended by the senior project engineer and the quality assurance technician prior to geomembrane deployment. This task also includes one field trip by the senior project engineer to observe the site conditions and to coordinate the collection of bulk samples for the performance of preconstruction laboratory testing of the materials proposed for use in the construction of the soil liner and the drainage layer. In accordance with the CQA Plan and typical Indiana landfill liner requirements, conformance testing will be performed on the geomembrane prior to construction at a rate of one sample per 50,000 sq ft (eleven samples) to determine: • Carbon Black Content (ASTM D1603). • Carbon Black Dispersion (ASTM D5596). • Tensile Properties (ASTM D6693). • Asperity Height (ASTM D7466). and for all rolls (approximately 46 samples) to determine: o Thickness (ASTM D5994). The cost estimate for this task is based on the assumption that the samples for "Conformance Testing" will be obtained at the manufacturer's plant prior to shipping the material to the site. Conformance testing on all geosynthetic materials will be performed by TRI. The results of all preconstruction testing will be provided at progress meetings and included in the final CQA report. EXHIBIT U 41 of 54 New Paris Pike Landfill Richmond, IN Proposal for CQA Services for Celia 4A and Q ATC Proposal No. LF-20-1053 It is required to perform two interface friction tests on the liner materials. In the event that IDEM requires additional interface friction testing, an addendum to this proposal will be submitted for your review and approval. The surfaces to be tested for interface friction include: Soil-to-Geomembrane (ASTM D6243) and • Geomembrane-to-geotextile (ASTM D5321). Based on the material quantities listed above, this proposal includes the costs to perform preconstruction testing on samples collected from the selected borrow area to meet the testing frequency required in the CQA Manual (i.e., one sample per 10,000 cu yds for hydraulic conductivity and one sample per 5,000 cu yds for other tests). The tests to be performed will consist of the following parameters: • Grain Size Distribution (12). • Atterberg Limits (12). • Moisture/Density Relationship (12). • Hydraulic Conductivity Tests performed on remolded soil samples (six). a Moisture Content (12). In this proposal, it has been assumed that the preconstruction tests of the borrow soils can be used to meet IDEM's requirements for a test pad wavier. In the event that the borrow soil samples do not meet IDEM's test pad wavier requirements, we have provided the costs for monitoring of a test pad in a separate proposal. Further, to satisfy preconstruction requirements, aggregate samples of the granular material proposed for use in constructing the drainage layer will be obtained and tested for the following parameters: • Grain Size Distribution (two). Laboratory Hydraulic Conductivity (two). n Calcium Carbonate Content (two). The results of all preconstruction testing will be provided at progress meetings and included in the final CQA report. It is assumed that the senior engineer will spend a total of eight office hours on preconstruction testing compilation. Task 2 - Soil Liner Monitoring It is our understanding that the base of the landfill will be excavated to a minimum depth of 3 feet below the top of the clay liner elevation. The base of the excavation will then be visually examined before constructing a 3-ft-thick compacted soil liner. The soil liner material will consist of cohesive soils compacted to a minimum of 95 percent of the standard Proctor maximum dry density at a moisture content within the approved permeability window that will typically lie above (wetter than) the standard Proctor optimum moisture content. We anticipate that one soils technician will be on -site, full-time to monitor the placement of the thirty- six (36) inch thick layer of compacted soil liner. The following field activities will be performed during this phase of construction: EXHIBIT'B' 42 of 54 New Paris Pike Landfill Richmond, IN Proposal for CQA Services for Cells 4A and 4B ATC Proposal No. LF-20-1053 Visual examination of the surface of the subgrade prior to placement of the initial lift of liner soils. Visual examination of the liner soil for unsuitable inclusions such as rocks, roots, and foreign materials. Observe and document the placement of soils, note non-conformance and assist with the development of remedies to non -conforming areas. Field determination of moisture/density at a frequency of not less than five tests per acre per lift in accordance with the CQA Plan. Procure borrow source samples for laboratory testing. Maintain drawings delineating approximate locations of field tests performed. Visual examination of the compacted liner base surfaces for cracks, evidence of desiccation, or other defects. e Complete a summary of each day's testing results and provide a daily report. The location of each moisture/density test will be estimated by our field personnel for preparation of final report drawings. Perforations into the soil liner for field density testing will be backfilled with bentonite or a soil/bentonite mixture. It has been assumed that the contractor will assist in the collection of the Shelby tube samples of the soil liner at no cost to ATC. We will use 4 in. diameter Shelby tubes to collect the samples. These tubes will be sealed in the field and returned to our laboratory for testing. To increase the probability of obtaining a testable sample, we plan to collect at least two Shelby tubes at each sampling location. One of the tubes will be extruded in the laboratory and visually inspected for signs of sample disturbance. If the sample appears to be intact, we will perform the required hydraulic conductivity test. The second tube obtained from each location will be stored until IDEM has completed its review of the CQA Report. In the event that the permeability test result for a given sample does not meet the minimum project specifications, the extra tube from that particular lift will be extruded and tested. All untested tubes will be discarded without extruding. A minimum of one Shelby tube sample per compacted soil lift per acre will be tested to determine moisture content, dry density, grain size distribution, Atterberg Limits, and hydraulic conductivity. The cost estimate includes hydraulic conductivity testing for two extra samples to allow for two failing tests. As required by the CQA Plan, the scope of work for this task also includes moisture/density relationship tests of one test per 5,000 cu yds of liner material. The tests to be performed for will consist of the following parameters: e Grain Size Distribution (48). o Atterberg Limits (48). Moisture/Density Relationship (12). Hydraulic Conductivity Tests performed on Shelby tube samples (50). The cost estimate is based on the assumption that one soils technician will provide CQA monitoring on a five -day -per -week, twelve -hour -per -day schedule for a total of ten weeks. Further, it has been assumed that the senior project engineer or project engineer will attend weekly on -site progress EXHIBIT'B' 43 of 54 New Paris Pike Landfill Richmond, IN Proposal for CQA Services for Cells 4A and 48 ATC Proposal No. LF-20-1053 meetings (eight hours per week), prepare and distribute meeting minutes, review field reports and compile field data (eight hours per week). Task 3 - Geomembrane Monitoring ATC will provide monitoring services to observe and document the various activities involved in the geomembrane installation process. The three basic installation activities to be monitored are: geomembrane deployment, welding/joining, and weld continuity testing. Geomembrane deployment includes: • Subgrade Conditions (proofrolling, protrusions, desiccation, etc.). • Sheet Quality. • Sheet Thickness (during deployment). • Sheet Overlap. • Roll and Panel Number Marking and As -built Mapping. • Temporary Anchoring and/or Sheet Bonding. Welding/joining includes: • Repair Identification, Documentation and As -built Mapping. a Sheet Grinding (as required). • Seam Alignment (minimize wrinkles etc.). U Visual Observation/Documentation of Welding. • Seam Continuity. ® Trial Seam Monitoring. • Destructive Sample Procurement, On -Site Laboratory Testing; and As -Built Mapping. Weld continuity testing includes: • Weld Continuity Testing (non-destructive testing) and e Discontinuity Marking and Repair. It should also be noted that our cost estimate includes the performance of fifty routine geomembrane destructive tests at an offsite geosynthetics laboratory. Onsite testing will be performed as needed using our own calibrated equipment. It has been assumed that the surveying that is necessary to prepare an as -built drawing of the cell, to include: the cell limits, panel corners and destructive testing locations, will be included in a separate proposal. The geosynthetic monitoring project team will consist of a Senior Geosynthetic Technician (Lead QA Monitor) and one Geosynthetic monitor (QA Monitor). The Lead QA Monitor will be responsible for coordination of all field monitoring activities and verification of completeness and accuracy of all documentation (i.e. tracking forms, daily reports, etc.). Additionally, the lead QA monitor will attend all progress meetings and any problem resolution meetings. The individual will communicate daily with ATC's Project Manager and coordinate the field activities with the landfill's on -site representative. Following completion of a section of geomembrane, a cushion geotextile will be installed. ATC will observe that the geotextile is installed in accordance with the CQA plan. It has been assumed that EXHIBIT U 44 of 54 New Paris Pike Landfill Richmond, IN Proposal for CQA Services for Cells 4A and 4B ATC Proposal No. LF-20-1053 one technician will provide CQA monitoring during the installation of the geonembrane. It should be noted that the CQA Plan does not require any conformance testing of the geotextile materials. Our proposal includes two technicians to provide CQA monitoring during the installation of the geomembrane and geotextile on a six -day -per -week, fourteen -hour -per -day schedule for a total of twenty days. The cost estimate also includes the time and expenses required to set up/remove the on -site testing equipment as well as the on -site CQA office. During installation of the liner the technicians will observe and document the installation procedures and compile the necessary information for the Final Certification Report. Further, it has been assumed that the senior project engineer or project engineer will attend weekly on -site progress meetings (eight hours per week), prepare and distribute meeting minutes, review field reports and compile field data (eight hours per week). Task 4 - Drainage Layer Monitoring Following installation of the geotextile, a 1-foot- thick leachate collection layer will be placed. ATC will monitor the placement of this layer in accordance with the CQA plan. The following laboratory testing services will be provided during drainage layer installation, testing and monitoring. It should be noted that the CQA Plan does not require any conformance testing of the geotextile materials. in accordance with the CQA Manual, samples of the material used in constructing the 1-ft-thick drainage layer will be obtained and tested for the following parameters: • Grain Size Distribution (12 tests) and • Laboratory Hydraulic Conductivity (7 tests). The cost estimate is based on the assumption that one soils technician will provide CQA monitoring on a five -day -per -week, twelve -hour -per -day schedule for a total of three weeks. Further, it has been assumed that the senior project engineer or project engineer will attend weekly on -site progress meetings (eight hours per week), prepare and distribute meeting minutes, review field reports and compile field data (four hours per week). It has been assumed that the costs of surveying required to measure the thickness of the drainage layer will be included in a separate proposal. Task 5 - Certification Report Data generated during field CQA monitoring will be reviewed for completeness and accuracy, summarized on a daily basis and submitted to the project secretary for computer data reduction. This will expedite and facilitate the review of project documentation by the CQA Project Manager and provide efficient incorporation into the certification package. Survey services for construction progress and as -built drawing preparation are discussed in a separate proposal. It has been assumed that the level of drafting required to complete the as -built drawings will not exceed forty hours which does include major revisions to the approved permit drawings. Clerical time is also estimated to be forty hours. Copies of the as -built drawings will be submitted as a hard copy and in pdf and AutoCAD files, if requested. EXHIBIT'B' 45 of 54 New Paris Pike Landfill Proposal for CQA Services for Cells 4A and 413 Richmond, IN ATC Proposal No. LF-20-1053 It has been assumed that one certification report will be completed for Cells 4A and 4B of the landfill liner. One draft copy and five final copies (2 to IDEM and 3 for your files) of the certification report will be prepared. The draft version will be submitted within approximately one week of completion of the field work. The final certification report will be submitted to IDEM within approximately one week of your review and approval of the draft report. We have assumed that the lead QA monitor and the senior project engineer will each spend no more than forty hours and the principal/certifying engineer will spend no more than eight hours in preparation of the certification report. The report will be prepared under the direction of and signed by the certifying engineer who is a professional engineer registered in the State of Indiana. Task 6 - Project Management Project Management is directed towards the anticipated level of effort required by the Certifying Engineer and Senior Project Engineer for this project. It is estimated that an additional eight hours by the Certifying Engineer and forty hours by the Senior Project Engineer will be required to manage the project. Cost Estimate The estimated costs for our services for this project have been determined in accordance with the unit rates presented in the attached 2020 fee schedule. Because the construction work will take place in 2021, we have included a 3% markup on labor as a separate line item in the attached "Estimated Costs of Services" spreadsheets to account for inflation. The budget for our CQA services is also based on the time estimates presented in the previous sections. The enclosed spread sheet summary presents a breakdown of the anticipated costs based on the scope of work outlined above. Should additional personnel be required on -site during the course of the construction activities due to an increase of the installation crew size, accelerated construction schedule, unforeseen circumstances and/or weather delays which require attention beyond the scope outlined, ATC, upon authorization from your representative, will provide said services and invoice the additional costs. These tasks and their associated costs will be documented in writing and provided to your representative as soon as possible. We propose to perform the work described above for a not -to -exceed cost of $206,532.72 to be billed on a time and materials basis. This amount will not be exceeded without your approval, and all significant changes to the scope of work or project budget will require a written Change Order. Invoices will be issued monthly unless other arrangements are made with our office. Our professional services will be performed, our findings obtained and our recommendations prepared in accordance with customary principles and practices in the fields of environmental science and engineering. This warranty is in lieu of all other warranties either express or implied and no other warranties will be given. EXHIBIT V 46 of 54 - Costs of Services By Task - Project Name: 2021 CQA Services -Cells 4A and 48 New Paris Pike Landfill ATC Proposal No. LF-20-1053 Date February 2020 Task Principal En ineer Sr. Project Engineer Project En /Geo Field Tech Lead QA Monitor QA Monitor Senior Draf6n Clerical Labor Cost Expenses (SeeAltached) Total Cost 1 Preconstruction Testing 4 32 20 8 $7.878.00 $11,502.25 $19,380.25 2 Recom acted Soil Liner 6 112 600 $48,460.00 $36.457.50 $84.917.50 3 Geomembrane and Geotextile 4 32 20 280 280 S40,350.00 I S11,347.50 $51.697.50 4 Leachate Collection Layer 3 39 180 $15,472.50 $6,516.25 $21.988.75 5 Certification Report 8 40 20 40 40 40 S17,350.00 $330.00 $17.680.00 6 Pro ect Mana ement 8 40 $6,780.00 $0.00 $6.780.00 2021 Labor Inflation Allow. (3%) $4,088.72 $0.00 $4 088.72 33 295 60 788 320 280 40 40 Unit Price $160.00 $137.50 $120.50 $53.50 $64.00 $53.50 $65.DD $55.00 Total Cost $5,280.00 $40,562.50 $7,230.00 $42,158.00 $20,480.00 $14,980.00 $3,400%0 $2,200.00 $140,379.22 566,153.50 $206,532.72 EXHIBIT'B' 47 of 54 - Direct Costs (Expenses) By Task - Project Name: 2021 CQA Services -Cells 4A and Q New Paris Pike Landfill ATC Proposal No.: LF-20-1053 Date February 2020 Per Diem Meals Only (per day) Motel (Cost+10%) Materials lab Testing Nuclear Density Machine (per week Shipping o (Cost+10% Geomem. Destructive Tests Mileage On -Site Truck Use day) Subcon- tactors (Cast+10% Supplies, Misc Expenses,et. (Cost+10%) Total Cost Tasks 1 Preconstruction Testing0 $0.00 50 $1,750.50 40 $1,400.00 15 $525.00 0 $0.00 0 $0.00 0 $0.00 50 $5,500.00 40 $4,400.00 15 S1,650.00 0 $0.00 0 $0.00 $ 10.926.00 $ 21,350.00 $0.00 $ 1,895.00 $0.00 $0.00 0 $0,00 10 $1,170.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 $300.00 $330.00 $1.000.00 $1,100.00 $400.00 $440.00 $400.00 $440.00 $0.00 $0.00 0 $0.00 0 $0.00 1500 S 1.650.00 0 $0.00 0 $0.00 0 $0.00 150 $86.25 2500 $1,437.60 1100 $632.50 750 $431.25 0 $0.00 0 $0.00 1 $50.00 50 $2500.00 40 $2,000.15 15 $750.00 0 $0.00 0 $0.00 $0.00 $0.00 $O.DO $0.00 $0.00 $0.00 $100.00 $110.00 $1,500.00 S1,650.00 $750.00 $825.00 $750.00 $825.00 $300.00 $330.00 $0.00 $11.502.25 $36.457.50 $11.347.50 $6.516.25 $330.00 $0.00 2 Recom acted Sall Liner 3 Geomembrane and Geotextile 4 Leschate Collection La er 5 Certification Report 6 Project Management 2100 1.100 S2,310.00 �5110 S $1.65L$�25&.I 106 $50.0 55,300.00 0 1.10 $0.00 340Unit 1.10 $3,740.00 $66,153.50 Subtotal 105 105 $110.00 $11,550.00 34171 1.000 S34,171.00 10 $117.00 S1,170.00 Price $35.00 Total Cost $3,675.00 EXHIBIT V 48 of 54 ENVIRONMENTAL • GEOTECHNICAL BUILDING SCIENCES o MATERIALS TESTING PROPOSALFOR CELL 4A AND 413 SURVEY SERVICES AND TEST PAD NEW PARIS PIKE LANDFILL RICHMOND SANITARY DISTRICT RICHMOND, INDIANA ATC PROPOSAL NO. LF-20-1053 FEBRUARY 28, 2020 PREPARED FOR: RICHMOND SANITARY DISTRICT 2380 LIBERTY AVENUE RICHMOND, IN 47374 ATTENTION: MR. ELIJAH WELCH, P.E. EXHIBIT U 49 of 54 February 28, 2020 Mr. Elijah W. Welch, P.E. District Engineer Richmond Sanitary District 2380 Liberty Avenue Richmond, IN 47374 Re: Proposal for Cells 4A and 4B Survey Services and Test Pad New Paris Pike Landfill Richmond Sanitary District Richmond, Indiana ATC Proposal No. LF-20-1053 Dear Mr. Welch: AW BW IrAkTc r4V mur ENVIRONMENTAL• GEOTECNNICAL BUILDING SCIENCES • MATERIALS TESTING ATC Group Services LLC 7988 Centerpoint Dr. Suite 100 Indianapolis, IN 46256 Phone +1317 849 4990 Fax +1 317 849 4278 w matcgroupservices.com ATC is pleased to submit this proposal to provide the Richmond Sanitary District (RSD) with survey services and test pad preparation in support of construction of Cells 4A and 4B at the New Paris Pike Landfill in Richmond, Indiana. Our understanding of the scope of work, planned project staffing, and the estimated cost for our services are presented herein. We appreciate the opportunity to assist you with this project. If you have any questions concerning information contained in this letter, please do not hesitate to call either of the undersigned at 317.849.4990. Sincerely, David L, Stelzer, P.E. Senior Project Engineer Copies: Elijah Welch, P.E. (RSD) Darren Duncan (RSD) William Paraskevas, P.E. Principal Engineer EXHIBIT'B' 50 of 54 New Pads Pike Landfill Proposal for Survey Services and Test Pad Richmond, IN ATC Proposal No. LF-20-1053 Proposal for Survey Services and Test Pad New Paris Pike Landfill Richmond Sanitary District Richmond, Indiana ATC Proposal No. LF-20-1053 This proposal specifically addresses the provision of services relating to surveyor services and completion of a soil liner test pad, if necessary. Our services for the test pad project include test pad construction observation, soil sampling, field testing of compacted liner soil, laboratory soil testing, and documentation of the process to ensure that similar construction methods are used following general activities: Task 1: Provide Surveyor Services —This task will allow ATC to subcontract the surveying services of Kramer and Associates (Kramer). Such services may be needed in 2020 for miscellaneous construction -related services, such borrow site surveys. They will also be needed in 2021 for as -built surveys to prepare certification drawings as part of the construction of Cells 4A and 4B. We propose to use Kramer for the as -built surveys of the cell excavation, top of liner construction and top of leachate drainage layer construction. Other construction progress surveys related to soil test and geomembrane panel locations will be performed by ATC CQA personnel. Costs for the latter survey work have been included in the construction CQA proposal. We have included an allowance of $25,000 for survey services in 2020 and 2021 for work related to Cells 4A and 4B construction. We have also included 30 hours of senior project engineer time to coordinate these efforts. Task 2: Soil Liner Test Pad -If the soils to be used to construct the liner do not meet IDEM's requirements for a test pad wavier, a test pad will need to be constructed to show that the available soils can achieve IDEM's soil liner requirements. To plan for this possibility, we have developed the following scope of work which consists of monitoring the construction of one test pad using the techniques and equipment that will then be used to construct the soil liner. The test pad will consist of a 2-ft-thick soil liner constructed of on -site soils placed in three lifts compacted to a minimum of 95 percent of the standard Proctor maximum dry density at a moisture content within the approved permeability window. We anticipate that one soils technician will be on -site, full-time to monitor the placement of the twenty-four (24) inch thick layer of compacted soil liner. The following field activities will be performed during this phase of construction: ® Visual examination of the surface of the subgrade prior to placement of the initial lift of liner soils; v Visual examination of the liner soil for unsuitable inclusions such as rocks, roots, and foreign materials; • Observe and document the placement of soils, note non-conformance and assist with the development of remedies to non -conforming areas; o Field determination of moisture/density in accordance with the CQA Plan; EXHIBIT'B' 51 of 54 New Paris Pike Landfill Richmond, IN Proposal for Survey Services and Test Pad ATC Proposal No. LF-20-1053 0 Count the number of compactor passes which are necessary to achieve the specified compaction criteria and observe compactor coverage of the test pad; e Perform permeability testing in accordance with the Indiana solid waste regulations; • Procure samples for laboratory testing; Maintain drawings delineating approximate locations of field tests performed; • Visual examination of the compacted liner base surfaces for cracks, evidence of desiccation, or other defects; and Complete a summary of each day's testing results and provide a daily report; Upon completion of the construction of the test pad, hydraulic conductivity testing will be performed in accordance with Indiana's solid waste regulations for test pad construction. The cost estimate assumes two days of field testing during construction of the test pad. Following completion of the laboratory and field testing, a report will be prepared summarizing the test pad construction procedures and test results. The scope of work for this task includes the following laboratory testing: o Moisture/Density Relationship (one); • Moisture Content (six); • Grain Size Distribution (six); 6 Atterberg Limits (six); and s Laboratory hydraulic conductivity tests on Shelby tube samples (six). It has been assumed that the contractor will assist in the collection of the Shelby tube samples of the soil liner at no cost to ATC. The cost estimate is based on the assumption that one soils technician will provide CQA monitoring, placement of test pad equipment and reading from the equipment for a total of 60 hours. Further, it has been assumed that the project engineer will be involved with field work, office calculations, and report preparation for a total of 40 hours. COST ESTIMATE The estimated costs for our services for this project will be invoiced in accordance with the unit rates presented in the attached fee schedule, and as presented on the attached "Estimated Costs of Services" spreadsheets. Therefore, we propose to perform the work described above for a not -to -exceed cost of $45,790.00 to be billed on a time and materials basis. This amount will not be exceeded without your approval, and all significant changes to the scope of work or project budget will require a written Change Order. Invoices will be issued monthly unless other arrangements are made with our office. Our professional services will be performed, our findings obtained and our recommendations prepared in accordance with customary principles and practices in the fields of environmental science and engineering. This warranty is in lieu of all other warranties either express or implied and no other warranties will be given. EXHIBIT'B' 52 of54 - Costs of Services By Task - Project Name: Cell 4A and 48 Survey Services and Test Pad New Paris Pike Landfill ATC Proposal No.: LF-20-1053 Date: February 2020 RATE: Principal Engineer $160.00 Senior Project Engineer $137.50 Project Engineer $120.50 Drafting $85.00 Clerical $55.00 Labor Cost Expenses Total Cost 1 - Survey Services 30 $4,125.00 $25,000.00 $29.125.00 2-Test Pad 4 24 40 $12,816.00 $3,849.00 $16,665.00 TOTAL HOURS TOTAL COST 4 $640.00 54 $7,425.00 40 $4,820.00 0 $0.00 0 $0.00 $16,941.00 $28,849.00 $45,790.00 EXHIBIT'B' 53 of 54 - Direct Costs (Expenses) By Task - Project Name: Cell 4A and 48 Survey Services and Test Pad New Paris Pike Landfill ATC Proposal No.: LF-20-1053 Date: February 2020 Per Diem Motel Soil Equip. Shipping Mileage Sub- Outside Expense Total Cost Meals Only Lab Rental contractor & Supplies (per day) Testing . (nuclwk) (per mile) Survey (Shelby tubes., RATE: $35.00 $110.00 at cost $117.00 Cost+10% $0.550 Cast+10% bentonite,etc.) Tasks 1-Survey Services 0 0 0 0 S0.0D $0.00 $0.00 $0.00 $0.00 $0.00 $25.000.00 $0.00 $25,000.00 2 - Test Pad 2 2 1 300 $70.00 $220.00 $ 2,777.00 $117.00 $0.00 $165.00 $0.00 1500.00 $3,1149.00 SUBTOTAL 2 2 1 1 300 TOTAL COST $70.00 $220.00 $2,777.00 $117,00 $0.00 $165.00 $25,000.00 $500.00 $28,849.00 EXHIBIT'B' 54 of 54