Loading...
HomeMy Public PortalAboutAddendum No. 2 to Contract No. 41-2020 ADDENDUM THIS ADDENDUM, (Number 2 to Contract No. 41-2020) is made and entered into this day of :•f1.140e.tylitoic. 2023 by and between Richmond Indiana, a municipal corporation acting through its Bbard. of Sanitary Commissioners, with its office at 50 North 5th Street, Richmond, Indiana, 47374 (hereinafter referred to as "City"), and Atlas Technical Consultants .11...C, 7988 Centerpoint Drive, Suite 100, Indianapolis, Indiana 46256 (hereinafter referred to as "Contractor"). WHEREAS, City and Contractor entered into Contract No. 41-2020 on June 6, 2020, which Agreement retains Contractor to provide services in connection with 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 located in Richmond, Indiana., NOW, THEREFORE, iv consideration of the mutual promises and covenants herein contained, including the above stated recitals, City and Contractor hereby agree as follows: I. The City and Contractor executed and entered into Contract No. 41-2020, on June 6, 2020, which Agreement is incorporated herein by reference. 2. Pursuant to Contract No. 41-2020, Section XI (Miscellaneous), the Parties may alter or amend the Agreement in whole or in part at any time by filing with the Agreement a written instrument setting forth such changes signed by both Parties. The Parties agree the Contractor shall perform additional services related to Construction Quality Assurance monitoring of Cells 4A, 4B, and Piggyback Liner and Leachate Collection System at the New Paris Pike Landfill, all of which shall be performed in accordance with, the scope of said Agreement. Compensation paid to Contractor as described in accordance with Section III (Compensation) of said Agreement for said additional servicas shall be increased by an amount not to exceed Eight Thousand Nine flundred Thirty-six Dollars and Twenty-three Cents ($8,936.23) reflected within Contractor's quote, attached hereto as Exhibit A to this Addendum, which quote is incorporated herein. by reference. The new total amount to be paid to Contractor under the Agreement shall be an amount not to exceed Three Hundred Forty-five Thousand Eight 11.u.n.dral Forty-seven Dollars and Twenty Cents ($345,847.20). 3. City and Contractor expressly agree that all other terms, conditions, and covenants contained in Contract No. 41-2020, shall be applicable to this Addendum, unless such term, condition or covenant conflicts with this Addendum Number I, in which case this Addendum Number I shall be controlling. 4. Both Parties hereby agree that with the exception of the additional services and with the exception of the corresponding compensation increase, Contract No. 41-2020 shall remain intact and unchanged and in full force and effect. 5. Both Parties agree that any person executing this Contract in a representative capacity hereby warrants that he or she has been duly authorized by his or her principal to execute this Addendum.. Addendum No. 2 to Contract No. 41-2020 Page 1 01'2 IN WITNESS WHEREOF, this Addendum is executed and approved by the undersigned representatives of the City and Contractor this __LS day of SepferilJT. , 2023. "CITY" "CONTRACTOR- Afla 5 lcCho I Go i CE,i,v4A t rivil--<,1-4-(:,' lrhe City of Richmond, Indiana, by and AfE1-fimttpei v irrs-fif k it through its Board of Sanitary e-, 0-7---- , Comm issi ers , , By: Slue Miller, President ‘ c`..;: ,2 ':, ,,,- / (Printed): " -; ,...k._ ,4. Dated: c ,,,) 1/42 &t4 , , ,„---- ) Title: / Ait._(14 / Ainttrill-arsTri Vice President , Dated: t -( ••-• 2DZ5 Dated: Dated: APPROVED: ( ------, ( ....,„. , f ---___ Unit . Snow,4. aydr Dated: 4,e 7 Page 2 of 2 . 1 • . AGREEMENT THIS AGREEMENT is made and entered into this 21 (lay of 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 A're Group Services LLC, 7988 Centerpoint Drive, Suite 10Q,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 Rithmond 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 4B, 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 The response of Contractor, Proposal for Services for Cells 4A and 4B, is contained in Exhibit "B", dated February 28, 202Q, 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 413. Contractor shall provide all professional engineering services set forth in Exhibit"13"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 43e,,i 4,N1 , SECTION H. ,SIKILIS 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 Contactor 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 clown 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 term of this Agreement, City may terminate this Agreement in whole or in part, for cause, at any time by giving at least five (5) working days written notice specifying the effective date and the reasons .for termination which shall include but not be limited to the following: a. failure,for any reason of the Contractor to fulfill in a timely 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 profeitional 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 fluids 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 thcm., or by anyone for whose acts the Conti actor 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 inure 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 anti verify the work eligibility status cf 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 lorit r 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 he 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. IR.AN 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, :he 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 refined. by Contractor in the manner set forth* in IC 5-2246.5, 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 nib-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 07 indirectly related to employment, because of race, religion, color, sex, disability,national origin,or ancestry. B. Pursuant to Indiana Code 5-.16-6-1.,the Contractor agrees; 1. That in the hiring of employees for the performance of work under this Agreement of any subcontract hereunder, Contractor, any subcontractor, or any person acting on behalf of Contractor or any sub-contractor, shall not diciiminate 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 sarne 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. Tins Agreement shall be controlled by and interpreted according to Indiana law and shall be binding upo the parties, their successors and assips. 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 IThug 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, rile 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.tight 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 lie 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 IN WITNESS WHEREOF, the parties have executed this Agreement at Richmond,Indiana, as of the day and year first written above, although signatures may be affixed on different dates. "CITY" "CONTRACTOR" THE CITY OF RICHMOND,INDIANA ATC GROUP SERVICES LLC by and through its Board of Sanitary Commissioners By: By: .________.__.. Sue MilleL, President / Panted: : Title: I. ! Y Dated: ` mart Bakshi,Vice President Grc tci.ns,Member '"� w— Dated: APPROVED: ay" row, ,aye. Dated: to Page 6 of 6 February 11, 2020 Cardno.A.TC 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, constructiu 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-constru.cted 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 a:nd 2'7-2014, 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: • Cell Design (including preparing bid documents, construction oversight, all surveying and QA/QC) • Cell Construction • Cell Modification (if needed) • Borrow Site issues (including the additional evaluation of test pits as needed) • Material Testing • Soil Inventory • Regulatory Assistance,.Permitting and/or Permit Modifications • Other Cell Related Issues EXHIBIT'A' Page 1 of 6 Please also include the following in your proposal: • Qualifications and personnel that would complete the work on this project • Fee Schedule • 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 sired E-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 19 ,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 ewelch(arichmoralindiana.gov. Sincerely, Elijah W. Welch,P.E. District Engineer CC: Darren Duncan Attachments EXHIBIT'A Page 2 of 6 . E . r 11 I. ;w . k 12 , .: ....5" ..ti """' 1„,. ...„a '' , . "'' . sx. w ! l.V 1 \ A,\ \\— 1 1 1 "iii, A 0 / \ Y• / i '.:1,t 1 ' . f f\ I�� � `, i I ,,\ r 'f ' ! 1 / II[ 4{ H \' y &3/ r 'j. , ,, u Vr i,' Al �fr G /1/ aaaa \\ „ , '"rda r i �...._ :.� t a,r mw .:_. I 1 �� „`/ 'F R% �r"✓" " VNS4 ..�i "'d+r 4. AY Y ,P' N I e " : F g G ,,a \`� ._:. 4 ; \ ,, ; ,„\\\6 r,� � 7„ Ya r s 1 , 1,.....4 . A, -,,,, ,, 11 : ',:'1,'`J 1 t i il,.‘„,, .. i ' i 343 �✓+s " oils X 1 v?R H Mph a r, Ft Xtll.'\'i\1.., A,. l' P� s k f ' i k f p Y 9uSau': '" , f k /9 a �..,� f " y} q V"} 'q f� i`y\ y /dM�, a: v eata r l --{ „1`�ag1,„ k {G„ My{(4y {e, e A / n4 Y9,a15RRf k' +d 69ua' a 1 Ii PI VNY•� , '„, f f,.., f V : .4/4. ,,,,,,„„,,...,....„,,,,,.... .:,,, p y qS k ,d h bbtlipb.40 y f l ,saw r ..�vPl ' i'*.,, w yi !4 urvuh"C)'' fita "Y F as ueas.a `". a +...,... rnGe nr7cfiaDa.i s a aaue�,agy 1G.aAe P �mr x aa«.a } .... ant t µ ,.e" ''Nh. „„,, Y 1 ' a. r <uau ufiaFltla[ ha1a9! MAWL6C4. ,fir C / txrG aawcwrnm're+aaW. (" , iiircatt.:////,...../: ) / / 1 ' '\0/4,,r4,44/.."'"4 //1/7/72 / IfI. d% a\ I wwaw�naca p `e3 fir: ",• V 23x^+ Wn meta MK#T rr 5L 1911 r x f ^"'MfN—.,r,a „,,,"\\,,,, d: ! >r ,.,.. .0 r__ cu--uG V ta <. " ),.. ,y 1. a _.__i i,. fF � e a, � �_ UP C1,tlOYa .._..V �'., xryp,...Fta (� ......r,, a�,, ti ,.._ 1" / ow p...., . .6.4b.\,.ry �� wt.wlu.x�mvnrr Y I � t f ,a a µ M 1C n. C.%4,. l C 7 .. ttlr ! .a".., "u» nf 73318 9ifk rc A w ix.t m V 1? , x n - PROPOSED BASELADP FOR(ELLS LA AND P y LANSd P:aMZ'M(PFC AT PN PAY. 3i 317133343311 kd°_ NEW PARIS ME LANDFILL, .AYCtNV04x,FaNnC3.UW . «.... ...... 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 F. Comprehensive Umbrella Liability $1,000,000 each occurrence $2,000,000 each aggregate F. Malpractice(Errors &Omissions $1,000,000 per claim Insurance $2,000,000 each aggregate EXHIBIT'A Page 4 of 6 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. 1.04-208), 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 (PI_ 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 22-5-1.7-1 .1 (a) (2); and. 3, A purchase order has been issued by the Purchasing Department. COMPLIANCE WITH INDIA.NA E-VERIFY PROGRAM REQUIRMENTS Pursuant to .Indiana Code 22.5.1.7, Contractor is required to enroll in and verify the work: eligibility status of al 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 col,:tractor 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 notifie.c.; 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'A Page 5 of 6 Affidavit of Employment Eligibility Verification(E-Verify) The Contractor, gc ur S!! ed,r 1.14 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, cyr.6 Dated tins 0 day of Tv'', ,20 Zo (Signature) 11;6, Paw v-f (Printed Name) EXHIBIT'A Page 6 of 6 ' A ' ExvmnxmcNTxL'oEnnComom BUILDING SCIENCES` MATERIALS TESTING Februory2O. 2020 ATC Group SemicesLLC 7988ConterpWniDr. _ Soi�1VV Mr, BgehVV. VVe|ch. P,E. Indianapolis,District Engineer Richmond Sanitary District Phone +131/8494998 23OD Liberty Avenue Fax +13170484278 Richmond, \N �7374 mwmm.aicSmuyxarvicvo.com Re: Proposals for Services for Cells 4A and 4B New Paris Pike Landfill Richmond Sanitary District Richmond, Indiana AT{} Proposal No. LF-20-1053 Dear Mr. Welch: ATC io pleased tgsubmit five proposals to provide the Richmond Sanitary District (ROD)with services related to construction planning and construction quality assurance for New Paris Pike Landfill Cells 48 and 4B. All work |imbyd under these proposals will be performed under the direction of William ParaskeVos, who will serve as Project Coordinator and Certifying Engineer for the conotruction o(the oe||a. David Stelzer will menage the design and permitting for this work. Dan McVay xud| direct the CQ\vvork 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 o Certificate of Insurance listing our insurance coverages and naming the Richmond Sanitary District as additional insured once the District indicates that our proposals one aCCeobab|a and prior to signing a new contract. A signed copy of the E4/erify affidavit will be submitted with the Certificate ofInsurance. 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 port of Atlas Technical Consultants, As such, it will be necessary sign o new contract for work with the District. We are prepared ho 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 $206.532.73 2020Goi| Inventory and Borrow Source Evaluation $19.514.50 / � � New Paris Pike Landfill Proposal Cove Letter Richmond,IN *TCnopo5o|No, Lr-201053 2O2O'21 Survey Services and Test Pad $45.790.00 2020 Regulatory Assistance and Permitting $17.823J5 Total of Five Proposals $338'910,97 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 aoheduKas, 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 m not-to-exceed :oat of $33O.91O.37 to be billed on etinne and materials � basis. This amount vvU 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 i 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 |nfornnat'4n contained in this |otter, please do not hesitate tocall either nfthe undersigned at317.84B.498O. ! Sincerely, ! ` / . / David L. Stelzer William Parankevan. P.E. � Senior Project Engineer Principal Engineer ! � Copies: B'ah �/��h. P.E. (��CA � ' ' ' | Darren Duncan (RG[) � � � � / � | ' | / i ! EXHmncr zofu* � � 2020 ATC Fee Schedule ATC Group Services LLC Estimated Unit gRantlly Unit Price ExtendIgn ENVIRONMENTAL ENGINEERING PROFESSIONAL SERVICES I. PROFESSIONAL STAFF 1) Engilleer/ScientisIJAHERA Building Inspector lir 77 25 0 00 2) Staff Engirveer/Scientist Hr 101.00 0 CD 3) Project Engineer/Scientist/Controller Hr 120.50 0.00 4) Senior Registered(Certified Engineer/Scientist Hr 137.50 0,00 5) Principal EingineerfScientist Hr 160.00 0.00 II. SUPPORT STAFF 1) Project Administrator Hr 55.00 0.00 2) Clerical SarvIi;If'A Hr 55.00 0.00 3) Senior Drafts/person Hr 85.i.)0 0.00 4) Diaftsper son Fir 58.00 0 00 5) Engineering Technician Fir 56.00 0,00 6) Senior Engineering Technician Hr 64.00 0.00 7) Soils Technician lir 53.50 0.00 8) Lead CA Monitor Fir 64.00 0.00 9) QA Monitor I Hr 53.50 0.00 Environmental Engineering Personnel Subtotal $0.00 Professional Services Nottest 1. Scientist designation includes geologist,hydrogeologist„environmental scientist,inrluslrial hygienist,bielOViS1,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 end laboratory data,report preparation and review, travel time,conoultotion and meetings related to the project,sic 3. Time spent In portat-to portal travel in the Interest of the job will he charged at the appropriate hourly rata. 4. Personnel services requiring 0 higher safely protection level(other than Level'ID")will be charged at a higher unit rale based on the project level of difficulty. 5. Time spent under section II,items 5 thru 9 will be billed eta 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 Unit _Quantity Unit Price Txtemis(3n ENVIRONMENTAL ENGINEERING EXPENSES I. GENERAL EXPENSES 1) Automobile TIansportation-IRS Rale Mi 0.58 0.(10 2) Heavy Truck Transportation Mi 0,55 0.00 3) Subcontract Service or Rental Oust+10% 1.10 0,00 4) Report Preparation(outside services) Cost+10% '1,10 0,00 5) Special Outside Services(e.g.,photographer, film,film Recessing,overnight delivery,etc.) Cost+'10% 1.10 0.00 6) Per Diem Day 35.00 0.00 7) Transportation by Commercial Carrier or Rental Car Cost+10% '1.10 0.00 8) Out of Town Lodging Cost+10% 1.10 0.00 9) Camera LS 26.00 0.00 10)Color plots(24 In,x 36 in.) Ea 3.00 0.0(7. 11) Color plots(36 in,x 48 hi.) Ea 4.00 0,00 12)Global Pesiton System(Survey Grade) Day 184 58 0,00 13) Global Positron System(Survey Grade) WE 553.73 0.00 11) Nuclear Density Machine Day 47.60 000 15) Nuclear Density Machine WE 117.00 0.00 16)Geornembrane Destructive Testing Equip(Field) WE 274.50 0.00 17) Field Supplies(be.,tubes,bentonite,etc.) Cost+10% 1,10 0.00 18) Conformance Testing of Geosynthetic:s(Subcontracted) Cost+10% 1.10 0.00 11. EQUIPMENT&SUPPLIES SoII/Air Montt°ling 1) Photo-Ionization Detector Day 74,00 0.09 2) Flarne-ionimtion Detector Day 85.00 0.00 3) Gestechter Day 41.40 0.00 4) Explosirneter Day 41.40 0.00 5) Oxygen Demote( Day 41.40 0.00 6) Andersen Impactor&VelociCeto Day 54.00 D.00 7) Personal Sampling Pumps Day 109,00 0,00 Groundwater Measurement 1) pH/Temp./Conductivity ORE/DO.Equipment Event 43.00 0,00 2) Water Leval Meter Event 27.00 0.00 3) Oil/Water Interface Probe Day 56,00 0.00 SoiliCro.ndwedtar Sampling 1) Monitoring Well Bailer(disposable) Ea 10.60 0.00 2) Monitoring'Well Bailer Rental(2 in,Teflon) Day 26.50 0,00 3) Soil/Sludge,Sampler Day 17.00 0.00 4) Stainless Steel Hand Auger Day 32,00 0.00 5) Power Auger(Little Beaver) Day 138.00 0.00 6) Soil Gas Sampling Bags(tedlar) Ea 21,25 0.00 7) Sample EFAlles-Plastic Ea 4.60 0.00 8) Sample Bottles-Glass Ea 5.00 0.0E) 9) Filter in-lints Ea 26.50 0.00 Product/Grousdwater Recovery 1) PeristalticPump for SamplinglEiltering Day 55,00 0.00 2} CRS Product Recovery Skimmer Systern Day 68.75 0,00 3) Grundfos 4 in.Submersible Pump System Day 6E3,75 0.00 4) Grundfos 2 in Submersible Pump System Day 82.75 0.00 5) Hermit Data Logger Day 82.75 0.00 Protective Clothing and Equipment 1) EPA Level A Protection or Equivalent Quoted per occurrence 0.00 2} EPA Leven B Protection or Equivalent Quoted per occurrence 0.00 3) EF'A Level C Protection or Equivalent MardDey 170.00 0,00 4) EPA Level 0 Protecttran or Equivalent No added charge 5) Tyvek Disposable Suit Es 9.00 0.00 8) Respirators wi arm set Qf urganiciacid uartridgea Day 2R nn 0 GO 7) Organiciecid gas cartridges Set 14.00 0.00 8) Dispobie Sample Gloves-inner(Nitrite) Ea 0430 0.00 9) Disposable Sample Gloves-outer Ea 7.00 0.00 10} Disposable Sample Gloves.cotton inner Ea 1.75 0,00 11) Disposable Latex Outer Boots Ea 8,25 0.00 Miscellaneous Equipment/Materials Needed . 1) Generator(single phase) Day 54.00 0.00 2) Survey E4uipment Day 54.00 0.00 3) ShopNee Day 40.00 0,00 4) Decontamination Equipment(bucket,brushes,detergent) Day 16.50 0.00 5) VISCIlleet Cost+10% 1.10 0.00 6) Master Lacks Ea 10 00 0.00 7) Absorbent Pads E3 1.25 0.00 8) Absorbent Booms(8 in.x 10 ft.) Ea 50.00 0.00 9} Absorbent Rooms(1 in.x 12 in.) Ea 5.25 0.00 10) 1711 DO-approved 55-gallon ttrurn En 45.00 0.00 11) Miscellaneous Materials and Supplies for Field Services Cost 1.00 0.00 EXHIBIT'B 4 of 54 Estimated Unit quantity, Unit 1,10 T.g..9.DAJA1 Expenses and Equipment Subtotal $0.00 Equipment Notes: 1. Standard non-disposable protective wear and equipment are billed at cool plus 5%. 2. Rates quoted are fur 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 at rates dependent on the equipment requirements and duration of the remedation,activities.Actual rates are calculated err a cost plus basis and will be determined on a case per case 4.Other equipment not specifically quoted is available upon request. EXHIBIT B 5 of 54 Estimated Unit qUarlAY Unit Prigs. Extension MATERIALS LABORATORY I. SOIL TESTING PROCEDURES Grain Size Distribution 1) Sieve analyses with decantation Ea 50,00 0.00 2) Decanting owe S200 sieve only Ea 30.00 0,00 3) Hydrometer Ea 75 00 0,00 4) Sieve analysis and hydrometer Ea 90.00 0.00 Characterization Teats 1) Atterterg limits(Li_and EL) Ea (10.00 0.00 2) Water contests(oven dry) Ea 7.00 0.00 3) Water cortents(microwave dry) Ea 13.00 0.00 , 4) Specific Gravity Ea 45,00 0.00 5) Natural density Ea 23 DO 0 no 6) Organic content Ea 29,00 0.00 7) Shrinkage licit Ea '70.00 0.00 8) Molding rinplo to specific molitture-density En 90.00 0.00 9) Extrude andl log Shelby tube samples En 24,00 0.00 Hydraulic Condlictivity Tests 1) Constant hew) Ea 1t35.00 0,60 2) Triaxial cell method with back-pi assure saturation Ea 255.00 0.00 Compaction Tests 1) Modified Proctor Ea 135.00 0.00 2) Standard Pricier Ea 125.00 0.00 3) CDR test Ea/Pt 110.00 0.00 Consolidation tests 1) Standard 11 load increment test Ea 325.00 0.00 2) Additional 1,7ari increments Ea 21.00 0,00 Strength tests 1) Unconfined compression tests on Ea 53.00 0.00 soil(Includes moisture 8 density) Triaxial tests on soil 1) Unconsolirkltod-undrained Pt 130.00 0.00 2) Consoildateditindrained with porn pressure measurements and back-pressure saturation Pt 355.00 0.00 Materials Laboratory Subtotal: Additional laboratory testing lees availabie upon request EXHIBIT°I.3' 6 of 54 Estimated Unit git,Lary Unit Price Extenslag GEOTECHNICAL/ ENVIRONMENTAL DRILLING SERVICES I. GENERAL DRILLING SERVICES 1) Mobilization cif drill rig,crew,and equipment to site and return LS 650.00 0.00 2) 3-1/4 in I.D.MA(0-50 ft deep) Ft 7.70 0.00 3) 3-1/4 in I.D.FISA(50,100 It deep) Ft 10.00 0,00 4) 4-1/4 in In HSA(0-50 ft deep) Ft 8.00 0.00 5) 4-1/4 in 111.HSA(50-100 ft deep) Ft 10.25 0.00 6) 4-1/4 In La HSA(100,150 ft deep) Ft 15.00 0.00 7) 6-114 in FiSARearn(0-50 ft deep) Fl 10.00 0,00 8} 8-1/4 in HSAfiearn(0-50 ft deep) Ft 17.00 0,00 9) 10-1/4 irt NSA Ream(0-50 ft deep) Ft 21,25 0.00 10) Ream Corehole to 4 in Diameter Ft 12.25 0.00 11)2 in O.D.Spat Spoon(Driven 18 in) Ea 14.75 0.00 12)2 in 0,D.Spit Spoon(Driven 24 in) (0-50 ft) Ea 20.00 0.00 13)2 in O.D.Spit Spoon(Driven 24 In) (50-100 ft) Ea 20,50 0,00 14)2 in O.D.Split Spoon(Driven 24 in) (100-150 ft) Ea 26.00 0,00 15)2 in 0.0.Spit Spoon(Driven 24 In) (>150 ft) Ea 32.00 0.00 16) 3 in 0.1).Spat Spoon(Driven 18 in) Ea 30.75 0.00 17)3 in Shelby Tubes Ea 00.00 0.00 , 19) California Sampler Ea 60,00 0.00 19) NX Rock Care(3 in Borehole Diameter) Ft 33,50 0.00 20) Rock Coring Setup Ea 109,00 0.00 21) Concrete plug for boreholes w/o wells Ea 24.50 0.00 22) 3 in I.U.Robtry Wash Drill Ft 12.25 0.00 23) Cutting through pavement 14.25 0 00 24) Casing advancer(0-50 ft) Ft 26.00 0.00 25) Casing advancer(50-100ft) Ft 31,25 0.00 20) Casing advancer(100-150 ft) Ft 36.75 0.00 27) Casing advancer(150-2E0 ft) Ft 47.20 0.00 28) Bulk Samples(50 lbs) Ea 36.00 0.00 29) 3 IN O.D.Stationery Piston Sample Ea 106.50 0,00 U. DIRECT PUSH SERVICES 1) Direct Push Rig&Crew Day 1200,00 0.00 2) Direct Push Sell Sampling footage charge Ft 6.50 0,00 3) Cone Pentrometer(CP7)Set-up Ea 123,00 0.00 4) CPT Subsurface Profiling-Standard Ft 17,00 0.00 5) CPT Profiling with shearwave velocity Ft 25.00 0.00 (II. MATERIALS AND SUPPLIES Monitoring Well Materials 1) 1 in Flush Sch 40 PVC Riser f.:( 2,20 0.00 2) 1 in Flush Sch 40 PVC Screen Ft 4,00 0.00 3) 1 in Bolton plug/top cap Ea 5.00 0.00 4) 2 in Flush Sch,40 PVC Riser Fl 3.25 0.00 5) 2 in Flush Sch,40 PVC Screen Fl 6.60 0 00 6) Top Caps or Bottom Plugs Es 9.50 0.00 7) 2 In Lockable Top Caps Ea 24.50 0.00 8) 4 in Alumimum Protective Cover Ea 246.00 0,00 9) 4 In Flush Soh 40 PVC Riser Ft 6.15 0.00 10)4 in Flush Sch 40 PVC Screen Ft 11.00 0.00 11}4 in Top Caps or Bottom Plugs Ea 19,50 0.00 12)4 in Lockable Top Caps Es 32.25 0.00 13)6 in Aluminum Protective Cover Ea 396.00 0.00 14) Steel Bollards(3 in dia x 6 ft long) Ea '123.00 0,00 15) Steel Bollards(4 in die x 6 ft long) Ea 145.00 D no 16)5 in Flushi.Sch.40 PVC Riser Ft 30.00 0,00 17)9 in HD Vizier Resistant Flush Mount Cover Ea 235.00 0,00 10) 6 In Stool Water Resistant Protective cover Ea 396.00 0.00 EXHIBIT'B 7 of 54 Estimated Unit ,,Qrantity Unit price Extension Miscellaneous Monitoring Well Materials 1) Filler Pack Sand (50 lb.Bags) Ea 8.50 0,00 2) Cement (9*;lb.Bags) Ea 10,00 0.00 3) Bentonite Powder/Granules (50 lb.Bags) Ea 15,00 0.00 4) Bentonite Pellets (50 lb.Bucket) Ea 69.00 0.00 5) Standard Flush Mount Well Cover Ea 126,00 0.00 8) Concrete(40lb,Bag) Ea 10.00 0.00 . i 7) High Solids Bentonite Grout(50 lb.Flag) Ea 23.00 0,00 8) 55 gallon drums Ea 48.00 0.01) IV. MISCELLANEOUS RATES 1) Well Installation lir 140,00 0.00 2) Well Development Hr 131.00 0.00 3) Decontamination of Equipment Ea 180.00 0.00 4) Borehole Grouting Ft 8.50 0.00 5) Non-Operation Time: hauling water,staging cuttings and/or drums,rig standby time,excess moving, utility clearances,boring layout etc. Hr 130.00 0.00 (3) Abandon 2 in.Monitoring Well In-place Ft (./5 0,00 7) Abandon 2 in.Monitoring Well by Overdrilling Ft 16.75 0.00 8) State Well lastat(allon/Abandonment Forms Ea 24.00 OM V. EQUIPMENT RENTAL AND CREW EXPENSES 1) Use of AW Mounted Drill Rig Day 185.50 0,00 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,Site restitution,or Necessary Fees and Permits Cost+10% 1.10 0.00 3) Bull Dozer assistance for site preparations or moving equipment ander adverse site conditions Cost+10% 1.10 0.00 4) Per Diem(Freels)-Drill Crew Man-Day 35.0(1 0.00 5) Out of Town Lodging-Drill Crew Cost+10% 1.10 0.00 Drilling Subtotal: $0,00 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. PROJECT TOTAL $0.00 EXHIBIT'B' a of 54 .. W^U8^a00 G. K���ra�Gku�»«���� RE' . ^ � '� �� '[l(�|D��| ��[l[�'[l(���[ �� �� � ~� Principal r ' Engineer PROFESSIONAL SUMMARY KAc Pareokevas is o senior project engineer in ATC'u Environmental Engineering Division in Indianapolis, Indiana. He has been employed with ATC oinoe2Oi8 and has over4O years of experience in environmental compliance and construction management. /Nr. Poneskavao managed or performed engineering work for permitting, compliance, and construction on solid and hazardous waste, air quality and water quality projects. AddiVonoUy, 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. Poronkeveshas provided solid waste services including the design, permitting, construction |nopeodon, and operations assistance for RCRASubtitle D landfills and transfer stations. He has also provided LIST closure certifications, compost operation registration and permitting, and oil spill clean-up monitoring and reporting. " Hazardous Waste Project Management, Various Clients, Indiana, UUnp\s and New York Au Project Manager, K8c Pormskevon has provided hazardous waste services including CERCLA remedial investigation and feasibility otud|eo. RORAfaoi|ity inveotigaUono, as well as the design, permitUng, 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. Paroakevas 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 (SVVPP) Plans, and National Pollutant Discharge Elimination 3yotum (NPDEG) Permitting. " Air Quality Project Management, Various Clients, Indiana and Illinois Mr. Paraskevaa has provided air quality services including Title V permitting and compliance reporting, Potential to Ernit calculations, air registration applications, portable source permitting, and greenhouse gas reporting, He has also provided oversight of stack testing and landfill gas Vu energy projects. " Coal Combustion Residuals Management, Various Clients, Indiana Mr. Parankevaohos p/epa,rod 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 (24GEO28O750O). Indiana (PES0O2OQ8O). Illinois (OS2.O478OG) " National Society of Professional Engineers " Solid Waste Association of North America—serves on board of directors for the Indiana Chapter " Water Environment Federation EDUCATION " B.8.. Chemical Engineering, Rutgers Univemih/, New Brunswick, NJ.. 1974 " Graduate courses in Environmental EnDineering, Rutgers Univaraity, New 8mnuvviuk, NJ., TRAINING AND CERTIFICATIONS " HAZYVOPER4O Hour Training 8TC hire date: Jo|y/2018 Branch office: Indianapolis, IN ex*|oo'o' 9454 David L. ����U ��K� �� K� �� , ������Uvu ~.. ^�w=n�����, x .v.��., v .u-. N� - ' Senior Project pf Engineer Arj�� �� ' `� `�6�D|C�[ / ����"` `_�0|neer -~ PROFESSIONAL SUMMARY Oc Stelzer has over28 years of landfill engineering experience with municipa\, industrial, and construction- demolition landfills that includes: site selection, landfill nonfiguraUon, gemheohnioa| invosti0at|ona, nbormmeter system deo|gns, and construction quality ouaunonne. This experience includes preparation of permit app|ioaUona, bidding and cost eatimatea, construction quality osnunsnmy napodn, closure/post-closure plans, and financial assurance letters, Other la ndf il krelated work includes landfill gas extraction system designs, participation in hydrngeo|og\oe| invendgoUnno, and participation in groundwater sampling and reporting. More recently, he has worked on conceptual p\anninQ, designing, and permitting for closures of coal ash ponds. David's geotechnica| vvcTh includes investigations for structure foundations and review of geoteohnioo| hai|urea. Water management projects have included and renovation and design of small damn, 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 oy acres oflandfill liners and final covers, These designs included stability estimates, |eanhate prediction/recirculation plans, and piggyback liners. " Landfill Construction Quality Assurance of Liner and Final Cover, Various Clients, Indiana, Illinois, and Kentucky Provided CC)Aoem}nen 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 CC>Adocunnento. and investigating soil borrow sources. " Major Modification Application for Horizontal Expansion, Northern Kentucky LmndBU, Kentucky Prepared a major permit modification application to odd a28-aore horizontal expansion toenexisting landfill in Northern Kentucky. This design work included stability and settlement estimates, " Conceptual Deoigm of an On-Site Demolition Landfill for lmxw'|mve| 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 pmhanUo| operation methods were completed for future planning discussions. Cost estimates were prepared for typical landfill practices. " Sanitary Landfill Expansion, Kentucky Prepared design plans for a45'auve |oudfi|| exponnion, which included a geosynthetic composite liner and a piggyback liner design, in Union County, Kentucky. " Major Modification Application for Expansion of Sanitary Landfill, Southern Indiana Prepared the design for an 80-acre horizontal expansion to a landfill in Evansville, Indiana. The geocomposite liner included asiden|npm piggyback section onto the existing landfill. | ° Landfill Final Cover Rehabilitation to restore use as a Sports Field, ||howis Reviewed previous site investigations which described the 7-acre, 280'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 mfaProposed Landfill Expansion Permit, Wisconsin Reviewed a landfill-expansion permit that was prepared by another engineering consultant. Our opinion of the completeness of the gooteohuina| documentation was described tna law firm. Branch office: Indianapolis, |N sxma|r'e' 10m/54 David L Stelzer, Ph.O\' P'E' McPmgo12 " Landfill Permit Application for m Now Landfill Site, Southern Indiana Assisted with permit preparation for a4O-aore sanitary landfill for the captive use by an industrial facility in Mt. Vernon, Indiana. The design plans included a composite liner, a |eoohnhe collection system and uhormwmhar management, " Technical Reviewer of Landfill Pert-nit 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 Pnapenad additional design plans and updated o pending permit application to reflect Subtitle D regulations for o 1O0'acna 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. = Preliminary Investigation for m New Sanitary Landfill, Northern Indiana Contributed to the investigation of proposed 100'annasanitary landfill in Lake County, Indiana. This report included soil bohn8s, a hydrogaobgy rmvievv, waste boundary setbacks, and a preliminary grading plan to provide volume estimates. " Landfill Site Selection Studies, Southern Indiana County and Central Indiana Potential oihan were identified fora oorti\ary landfill in o southern Indiana county and for an industrial landfill near central Indiana business. These reports considered geo|ogy, water resources and flood prone areas, zoning, and accessibility for the entire county and recommended additional consideration of haw sites for each n|lont " Plans for Landfill Closure and Post-Closure, Indiana Prepared closure and post-c|ooure plans for several sanitary landfills and also prepared p2rtio|'c|onure certification reports for some sites. These projects included the development ofclosure 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 FuJ(on County. Indiana. The investigation included test-drilling, laboratory h:sUng, preparing o geologic and hydrogen|o0ic study, the design of a |eanhato collection system and the development of closure and post-o|osureplans. • Landfill Exploratory Borings and Monitoring VVo||m, Indiana and Kentucky Conducted field inspections during exploratory boring and monitoring well installation at oeware| landfill sites in Indiana and Kentucky. " Borrow 8uormm Evaluations Prior to Final Cover mr Liner Construction, Indiana, Kentucky, and |||ino1m Landfills Collected samples and evaluated soil testing of borrow soils for use as a cover or liner at several landfill sites in |ndiana. U|\no|s' and Kentucky. • Final Cover Construction QwmDh/ Control and Assurance, Ft Wayne, Indiana Prepared o Construction Quality Control Plan for the construction of o|oy cap over an old landfill near Fort Wayne, Indiana. This document was reviewed and approved by the |DEyW. U.S. Army COE, and the U.S. EPA Region V. ° Final Cover Rehabilitation for a Closed Landfill, Southern Indiana Investigated o 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 ofthese events into statistical models bz determine and report onany statistically-significant deviations in ground water parameters. David L. Stelzer, Ph.D., P.E. IN Paga13 ®r TC ~~ " Hydrogeological Investigation for a Proposed Landfill Expansion, Eastern Kentucky Assisted with preparation of o hydrogeological investigation of a proposed 00'aune landfill expansion near |rving. Kentucky. The study included field sampling, laboratory hesUng, installation of observation woUa and a review of published IOL-rature to determine the suitability of the site of development as a sanitary landfill. " Landfill Gan Extraction System and F|=ro' Northern Kentucky Landfill Prepared an air pcnni\, developed enextracloo system and flare design, prepared construction specifications, and performed CQA services for alandfill in Northern Kentucky. " Landfill Gas System QnmiQna' Two Indiana Landfills Prepared permits for aQ5-aore landfill gas extraction system and a 80'aovo |ondy||| gas extraction system for landfills in northern |ndiano. These designs included gas extraction wells, a vacuum-collection piping system, and construction details. ° Final Cover Design for RCRA Closures of Portions of Industrial Sltee, Tippecanoe County, Indiana Conceptual designs were prepared for o portion of an industrial site in Tippecanoe County, Indiana tu reduce rainfall infiltration through contaminated xni|u. " Proposed Change of VVaoto Classification, Construction-Demolition Landfill, Central Indiana Investigated a construction/demolition site near Anderson, Indiana to consider change in the operating permit to allow disposal of restricted waste. " Proposed Cwm| Ash Landfill, Southern Indiana Assisted with preparation of the design fora 40-mcre restricted waste landfill in Warrick County. Indiana, The project included use of mine spoil for landfill development. " Engineering Services for a Sanitary Landfill Expansion, Southern Indiana Contributed to a hydvogeo|o0ioa| investigation and stability analyses for a 25-acre landfill expansion in Clark County, Indiana. " 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 EvahuaUonuf Landfill Performance" (HELP) Model. " Transfer Station Draft Permit Preparation, Central Indiana Site Prepared o 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 Sides|ope Failure Repair, Northwestern Indiana Prepared design plans, estimated costs, and prepared npeoifioothzno for the repair of failure of road built on e sand dune ridge located just inland of Lake Michigan. The completed tsoo of the mechanical|y'ukabi|\zed-uarth structure was planted with native dune grasses. " Aircraft Deicing Pad and G|ycm|'StnrmgaTmnks. 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. • Evaluation wf0ifterenUa\ Settlement of Building Built over m Peat Deposit, Northern Indiana 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 Pnmpnemd Buildings, Indiana Conducted Qeohaohnioa| investigations for numerous proposed buildings in Indiana. " Pnnpneod Power Plant Gootonhnica| Investigation, Western Indiana Performed afie|d inspection i and assisted with 8eoteohnica| recommendations for e power generation plant in Western Indiana. The ! geotechnical report included seismic design parameters and deep foundation recommendations. � ---'--- - exmon'a' &TCGroup6ervic#45�t'bp David |— �tebs*� Ph'O', P'E. ATC Ra0w14 ~~ ° Soil Ros\sUvity, Indianapolis, Indiana Conducted a soil-resistivity study across an area of an expansion at the |nd|onopd|n International Airport, " Abandoned Mine Lands Project, Indiana Assisted with preparation of grading p}an, along with o material volume bo|omoe, for an abandoned mine lands site in southern Indiana, The plan included grading plans for constructed wetlands. " SturmvxahorSymtmm Evaluation, Northwestern Indiana Conducted afie|d investigation of an existing obonnwateroystem aed recommended remedial measures for an industrial facility in Whiting, Indiana. " Groundwater Remmdiation Project, Northwestern Indiana Oea}Qn*d 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, K0unoia' Indiana Conducted gmohsohnicn| investigations and designed two small dams for orea+widustnnnwmhar detention purposes. " Small Qonn Rehabilitation with Height Increase, Rushville, Indiana Conducted o geotenhniuo| investigation and designed a height increase for a small dam. " Small Dam Rwhabl|taUun. Carmel, Indiana Conducted a geohaohnioa| investigation and designed restorations for a small dam. ° <3emtechnioa|, Regional Detention Basin Improvements, Michigan Anointed with specification and construction questions during the multiple-staged construction process of converting a conventional detention basin hna multiple-use area compatible with a surrounding county-owned park, " Shream6ank Restoration along the Perimeter of m Landfill, Austin, Texas Reviewed previous investigations at this site, provided conceptual designs for toe-of-slope rentoreUVnn, and performed stability analyses on these conceptual designs. • Stremmbmnk Restoration, Joliet, ||||nmia Reviewed existing information for this site, provided conceptual designs for nadnretiuns, 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 8tremnmbmnh Protection, 08i|vvamkme, Wisconsin Performed a limited geohanhnioa| investigation of both hsikad 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 raooeaUone|dams. " Damage lnspeotimm of Industrial Waste Pond Liner During Clean Closure of Pond, Indiana Identification of liner damage that occurred prior to and during des|udging and liner cleaning was needed by original owner ofpond. " Shornmm/oter and Sewer System Maintenance, Genesee County, Michigan Supervised this county'u repair and maintenance crews. Designed and implemented minor system repairs and conducted a preventative maintenance program. PROFESSIONAL REGISTRATIONS " Professional Engineer (Michigan #314OO. 1Q85) (Indiana#PE0081O144'10Q0) (Kentucky #1S584. 1995) (Ohio#E'S4783. 2N01) PROFESSIONAL AFFILIATIONS ° American Society of Civil Engineers exH/B/T o` HATC13roup5mrvic691611n David L. Stebze� Ph'[], P.E. INAwr TC Pm�w �� ~~ EDUCATION " PhD, Civil Engineering (Civil Engineering Geohschnina|) " K0.O, Civil Engineering (Civil Engineering Hydrology and Fluid Mechanics) • B.S.. Civil Engineering (Civil Engineering - Environmental) TRAINING AND CERTIFICATIONS • Dr. Stelzer io health End safety trained in accordance with OSHA 29CFR181U.12O. ° GeoayntheticRosearzh Institute, Designing with Geosynthehcn, Drexel University • QA/OC for Waste Containment Facilities, USEPA ° Landfill Closures, 4MvGeosyntheUoResearch Institute Seminar, Drexel University ° Geooynthetic Clay Workshop, USEPA " GeoayntheUce (R.Koemer) and Hydraulic Conductivity Seminars (B.DeGof) -/A[EC " Assessment, Control, and Remediation of LNAPL Contaminated Sites-API/USEPA " Environmental Cherristry to Investigate/Remediate Soil and Groundwater, U of WI ° Subsurface |nvestigs±ion and RemedioUmn for Contaminated Sites, UofVV| • DaniQnofUndergmumdStormwoharDehynUnnSyobams - NCSpA • Open Channel Drain,Workshop, KAiohigonDNR • Buried Pipes Design, ASCESeminar ° Tnanoh|ess Technology Symposium, Purdue University-Indianapolis ° Stormwa0er Drainage Workshop, HERP|CC/PunduaUnivero|ty-W.Lafayette " Advanced Mini-Directional Drilling, Trenchless Tech nology/NASTT/NASSCO • Des|gn/Selection Erosion Control BK8Po. International Erosion Control Association • Hydraulic Modelling using HEC'RAGbyRJ. Houghto|en ° Augenad Cast-In-P|eoePi|ea. Deep Foundation Institute " Landfill Technology Conference-NSVVK8A. San Diego • Landfill Gas Gympos|um-GVVANA. Tampa " Visible Emissions, Re|dTnsining and Certification-8/20O3 " Landfill Gas System Design-Londhau, Chicago • GeooynthoUcaforSuooauo-Co|umbuo • Landfill Fire Workshop, Indiana DENY. Indianapolis • Gmomembrene Workshop, Indiana OEN1` Indianapolis • Constructing With Fabricated Geomembranea, Tim Stark- Indianapolis ° VVoddofCoa|Ash-LexingtonandNashviUe • Central Indiana 8tormwater Quality Workshop-Indianapolis PUBLICATIONS ° Wallace, R.B. and Stelzer, D.L. (1885). "Michigan Water Resources Data: An Inventory ofExisting Data and a Collection of Identified Data Needs,"Water Management in Michigan, Michigan Department of Natural Resources. ° Stelzer, D.L. and Amdem|and. O,B. (1988). "Dynamic Load Effect on 3etUemantof&4ode| Piles in Frozen Sand." Pormafmst, Proceedings Fifth International Cont. Tapir Publishers, Trondheim, Nomvay. V2. pp�11G5-117O. sxH/B/r'a ffATCGroup5ecvic64,.ct6Mo All David L— �tmhye� Ph.D., P.E. A�N� NN CPege16 ��� ~~ ° Stelzer, D.L. andAndnra|and. O.B (1988). "Creep Parameters for Pile Settlement Equations", Offshore and Arctic Operations Symposium - 1Q8S. ed. by A. Erban. D. Hui. and R.G. Urquhart, American Society of Mechanical Engineers, New York, pp. 133438. " Stelzer, Dl. and Andens|and. O.B. (198Q). "Pile Roughness and Load Capacity in Frozen Soi|n''. Cold Regions Engineering,ed. by R,L. Mich@lowski, Proceedings of the Fifth International Conference, American Society of Civil Enginaom. New York, pp�22G-235. " Sha|zmr. D.L. andAndiers\and. O.B. (1989). "Creep Parameters for Pile Settlement EquaUonu."Journal Vf Energy Resources Technology, Transactions of the American Society of Mechanical Engineers, Vol. 111, No. 4. pp. 258'283, " Stelzer, D.L. and Andersland, O.B. (1991). "Model Pile-Settlement Behavior in Frozen Sand,"Journal of Cold Regions EnQ|neering, American Society of Civil Engineero. Volume 5, No 1. pp. 1-11 " 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 GoohaohnicaV8aoenvironmental Cunforence, To|edoASCE. Toledo, Ohio. pp, 68'82. " Furlong, C; VVUnon, T.R,; Hartz. B.3.� and Stelzer, D.L. (2001). "Landfill Liner Rep|anement — A Case Study^, WASTE TECH 2001. Proceedings ofthe NSVVN1A Landfill Technology Conh*nenoe, San Diego. California, pp. 50 sxH|a/T'e' ATCGroup5ervicdbAfft Y� A. McVay -'� ������ ��. A � �� Senior Project rf Manager �� �� ` - "���lUi�| [-|u]���� m/| � ~~ PROFESSIONAL SUMMARY Mr. McVay is a senior project manager in ATC's Environmental Engineering Division in Indianapolis, Indiana. He has been employed wilth ATC since 1991 and has over 25 years of experience. Mr. McVay currently serves as Senior Project Manayer in the Landfill Design Group. Mr. N1oVoy manages the Construction Oua|Ry 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. W1r. 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 nf Indiana and Kentucky.Services have also included assistance in perm\tting, expanaiono, and modifications of new and existing municipal and restricted waste facilities. During his tenure atATC, he has been involved in several areas of civil and environmental engineering consulting services including 8emtenhniuo| and environmental investigations and evaluations, Storm Water Pollution Prevention (SVVPP) Plan development and sVormwateroomp|inB and report preparation services, Spill Prevention Control and Countermeasures (SPSS) Plan development and assistance in Abandoned Mined Land (AML) reclamation projects. PROJECT EXPERIENCE " LandD|| Demig� 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 aguene feet of landfill ue||, final cover system and retention pond construction at the Gibson Generating Station - Restricted Waste Type | landfill. Services included test pad oonstnunUon, monitoring and Boubmo|| testing on constructed tent 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 StoUon - Reathoted Waste Type | landfill. Services included test pad oonohucUVn, monitoring and BoubweU testing on constructed test pad at this landfill site. Services include assistance on permitting and modification to new and existing permits and project specifiomUonn. � Landfill Design and Construction Quality Amsunance, Duke Energy Indiana, New Albany, Indiana Provided Construction Quality Assurance including project management and certification reporting for soil liner, gemoyntheUn liner and |eaohaha collection system for 850.000 oquens feet of landfill cell construction at the Gallagher Generating Station - Restricted Waste Type | landfill. Services include assistance on permitting and modification to new and existing permits and project | specifications. | 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 KAerom Generating Station Coal Combustion By-Products Landfill. Services include anoisbamoo on permitting and modification to new and existing permits and project specifications. Landfill 0mmlBn and Construction Quality Assunmncu, Annmriomo Electric pqvxer 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 VVoote 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: Juno/1901 Branch office: Indianapolis, IN Dan A. McVay i Pmge12 ' mmAN ~~ ! " Landfill Design and Construction Quality Assurance, Voch*n Power Supply, Mount Vernon, i Indiana Provided Construction Quality Assurance including project management and certification reporting for soi. liner, geosynthetic liner systems for approximately 2,200,000 square feet of landfill cell and final ocversystem construction at the A.B, Brown Generating Station — Restricted VVaobe Type U| landfill. Services include assistance un permitting and modification to new and existing permits and project speoifications. " Landfill Design and Construction Quality Assurance,Harrison Steel Casting Company,Attica, Indiana Provided Construction Quality Assurance including project management and oedMioekion reporting for soil liner and |eachohe 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 K8anagemnent, Buffalo, Indiana Provided Construction C\ue|ih/ Annuranoe, project management and certification reporting for soil |iner, geosyntheticUnerond |eouhateooUecUonoynhamfor4.9O4.85Goquanofaetofsoniba,y |andfiU cell, piggyback and infiltration barrier construction at the Liberty Landfill.Services include assistance on permitting and modification to existing permits. ° Landfill Omm|gm and Construction Quality Assurance, Waste Management, Danville, Indiana Provided Construction Quality Assurance including project management and certification reporting for soil liner, geooynUheUo liner and |eanhateoo}|aoUon system for approximately 5.3OO.00O square feet of sanitary landfill cell and piggyback construction at Twin Bridges RDF. Provided Construction Quality Assurance, project managernent and certification reporting for soil liner, gansynthedu Uner, geocomposite drainage system and protective cover for 1.224.036 square feet ofsanitary 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, cenoyothetic liner and |eanhata collection system for 1.019.304 square feet of new sanitary |andfil cell at Oakridye RDF. Services included test pod nnnstrucUon, monitoring and BoutweU testing on constructed test pad at this landfill site. Services include assistance onpermitting and modification to existing permits. " 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 |eochoteno||eoUon system for approximately 1.500.000 square feet nf 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 0u 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 570,636 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 ctthe Eerthmovero Landfill. Services include assistance on permitting and modification to existing pen-nits. ° Landfill Design and Construction Quality Assurance, Clark County, Indiana Provided Construction Quality Aaounanco, project management and certification reporting for soil liner, ExH/B/r'o' AFATCGrnup5ervicd9.#drh Dan A. McVay Page 13 -- Mc geoaynthetic liner and |eauhabr collection system for 1.O49.706 square feet ofsanitary landfill ooU construction atC|ork+F|oyd Landfill. " Mine Reclamation, Indiana Division of Reclamation, Pike County, Indiana /msimhad with field samp|ing, data reduction and evaluation for the Midwestern Abandoned Mined Land (4YNL) reclamation project insouth-western Indiana. ° Mine Rmu|ammtiom, Ohio Department of Mines and Reclamation, Ohio /\naiahed with the collection of field data for the Kyger Creek Reclamation Project, Snake HV||ovv 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 NPIDES Storm Water Pollution Prevention Plan (SWPPP). " Storm 0Vmtnr DrmineQo, Seymour Tubing Go.. Shm|hyvU|o' Indiana Prepared Spill Prevention Control and Ccuntermeaeurea (SPCC) Plan and NPDES Storm Water Pollution Prevention Plan (SYVPPP). " Storm Water Drainage,Waste Management, Fort Wayne,Indiana Prepared NPDES Storm Water Pollution PnavenUon Plan (SVVPPp). " Storm Water Drainage, Fort Wayne Foundry Corporation Machining Division, Fort Wayne, Indiana Conducted NPIDES storm water sampling and discharge measurements. " Storm Water Drainage, Fort Wayne Foundry Pontiac Division, Ft. Wayne, Indiana Conducted NpDE8 storm water sampling and discharge. " Storm Water Drainage,United States Postal Service,Various,Indiana Conducted NPIDES storm water site avaivation, ohormvvater ssmp|ing, and discharge measurements for the United States Postal Service facilities at Bacon StaUon, Perk F|etuhnr, CoaUetnn, New Augusta, Eagle Cnaek, Kokomo, Bloomington and Southport. ° Storm Water Drainage, NAWiGTAR International Transportation Corp., Indianapolis, Indiana Conducted NPOES storm water sampling and discharge measurements for NAVISTAR International Transportation Corporation inIndianapolis. • Storm Water Drainage, PSI Energy, Indiana Conducted NPDEG storm water and discharge measurements at the PSI Energy EdwordepodGeneruUng Station in compliance with the Indiana General Parmft Rule Program. " Storm Water Drainage, CaxQj||, Inc., Lafayette, Indiana Conducted uhnnn water sampling and oanni'annua| Aoua| inspections atthe Cargill, Inc. industrial facility in Lafayette in compliance with the Indiana General Permit Rule Program, " Storm Water Drainage, Essex Group, Frmnk||n, Indiana Assisted in NPDE8 storm water training session for the Essex Group in Franklin, IN.Trained facility personnel to gather discharge information and retrieve stormwehersamp|en at two outfmi| locations in compliance with the Indiana General Permit Rule hz Storm Water Discharge Associated with Industrial Activity. • Storm Water Drainage, Clark-Floyd Landfill, Clarksville, Indiana Conducted storm mmbar 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 " Storm Water Drainage, Southern Indiana Gas and Electric Co., Evansville, Indiana Conducted NPIDES storm,water sampling and discharge measurernentforthe Southern Indiana Gas and Electric Company (S|GECO) at Uho|rA.B. Brown Generating Station near Evansville, IN. Project involved sampling two outfaU locations hocomplete the facility's quarterly reporting requirements associated with the |ndiana8ene/a| Permit Rule for Storm Water Discharge Associated with Industrial Activity. —� exH/e/_Ps NATCGroupServicm:iton D� �� Mc�y C T A Page|4 N ~~ " Storm Water Drainage, Greenwood Municipal Airport, Greenwood, Indiana Conducted NPDES storm water sampling and discharge measurement for Greenwood Municipal Airport inGreenwood, |ndione, in compliance with 327 |AC 15'6, at one outfaU location, " Storm Water Drainage, Haynes International, Kokomo, Indiana Conducted NPDES storm water sampling and discharge measurement Haynes international in Kokomo in compliance with 327 |AC 15'6. Assisted in training Haynes personnel to conduct sampling atthree (3) outfa|| locations while ATC employees,sampled three other outfa|| locations at this site. " Storm Water Drainage, United States Postal Service' South Bend, Indiana Conducted NPDEG sh)nn water anc discharge measurement for the United States Postal Service Vehicle Maintenance Facility in compliance with the Indiana General Permit Rule Program for Gturmvvm0:r Discharge Associated with Industrial Activity(327 |/\C15'8)� " Sb»mn VVutmr Drainage, CTS Corporation, Lafayette, Indiana Conducted NPOEG storm water sampling and discharge measurement for CTS Corporation in Lafayette, Project involved two outfall locations to complete the quarterly reporting naquinamenta associated with the Indiana General Permit Rule for Stormwater Discharge Associated with Industrial Activity. " Storm Water Drainage, Target Distribution Center, Indianapolis, Indiana Conducted NPDEG storm water uemp|ing, discharge maanuremont, and semi-annual visual inspections for the Target Distribution Cemher#T559 in Indianapolis at one outfa|\ location to complete the facility's quarterly reporting naquinamanha associated with the Indiana General Permit Rule for Stormwobsr Discharge Associated witl­ Industrial Activity. " Storm Water Drainage, PSI Energy, Inc.,Terre Haute, Indiana Conducted storm water sampling and diochargernaosunament for PSI Energy. Inc., Wabash River Generating Station near Terre Haute in comp[ance with Indiana's General Permit Rule for Storm Water Discharge Associated with Industrial Activity. " Geohocbniva| Engineering, United States Cellular and BpdntPCS. Indiana, U|imolm. Kentucky, Michigan and VV|ecmnwin Performed geobaohniue| investigations and report preparation for numerous cellular facilities. " Gmmtechnioal Engineering, Mason and Hangar Engineering, Crane, Indiana Performed 0ectenhnica| investigations and report preparation for several fanUihao at Crane Naval Surface Warfare Center. " Gnotechn|cm> Engineering, Paul |. Cripe. New Castle, Indiana Performed gootenhnioa| investigation and report preparation for New Castle Correctional Facility. " Qmob»ohnical Eng\meer>n0, Various Clients, Plainfield, Indiana Performed 8eot ohmiuo| investigations and report preparation for several industrial facilities at Airwest Business Park. " Q>euheohnioal Engineering, Eaton & Lauth, Indiana and Ohio Performed geotechnica| investigations and report preparation for several UGF Holland Transportation facilities. " Gemteuhnica| 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. " Gemhwohnical Engineering, Various Clients, Indiana Performed geohanhnioa| 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 iU.P.U1 in Indianapolis, Indiana University in Kokomo. and Danville Elementary School in Danville. " Geoteohnical Engineering, Toyota, Princeton, Indiana Assisted with Qeobachnioc8 investigation for Toyota Plant in Princeton, IN, ex*/en'e XJTCGrpupServicid�9 ebM Dan A.McVay VIA Page 15 _ __ C " Geoteuhoina| Engineering, Kite Development Corp., Indiana and Illinois Performed geotechnical in\Aestigations for proposed Lowes stores in Indiana and Illinois. " Geotechnioal Engineering, K8wQur Inc., Indiana and Ohio Participated in geuhachnioa| investigations for several Meijer stores in Indiana and Ohio. " Geoteuhnjoa| Engineering, Various Clients, Indiana Performed Qnoheuhnico| investigations for numerous apartment complexes, hotel facilities and medical facilities. " Geotechnica\ Engineering, |NDQT' Indiana Participated in gedachnioo| investigation for several |NDOT road and highway projects invahVus |ndiooa |ocaUnno. " Geotechnical Engineering,Various Clients, Indiana Participated in geotechnical investigations for several sewer projects in |ndianapo|io. FortVVeyneandDay|ighd. |N. " Phase I Site Asisessment,Various Clients, Fishers and Indianapolis, Indiana Performed Phase I ESA studies foir several proposed and existing facilities in Fishers and Indianapolis. PROFESSIONAL AFFILIATIONS " American Society cfCivil Engineers EDUCATION " B.O.. Construction Technology, Indiana University Purdue University, Indianapolis, IN, 1984 TRAINING AND CERTIFICATIONS " 40'huurHAZ}N0pER - —�� sxmen'B' ATCGrnup5ervicLftX6#m Nik ENVIRONMENTAL • GEOTECHNICAL BUILDING SCIENCES • MATERIALS TESTING 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 FEBRUARY 28, 2020 PREPARED FOR: RICHMOND SANITARY DISTRICT 2380 LIBERTY AVENUE RICHMOND, IN 47374 ATTENTION: MR. ELIJAH WELCH, P.E. EXHIBIT'F3 21 Cl 54 ' ` �� ��^ �� �� �� ��� �� �� �� �� ENVIRONMENTAL' Sm7mxx|oxL BUILDING SCIENCES` MATERIALS TESTING February 28. 2O2O ATC Group Services LLC 7VOVSenterpoimDr, K8[, Elijah W. We|Ch, P.E. Guite18O District Engineer Indianapolis,IN45258 Richmond Sanitary District Phone +13178494990 238O Liberty Avenue Fax ~1317849 4278 Richmond, |N473T4 vwv°.auumupvvrv|cm.mm Re: Proposal to Prepare Construction Plans and Specifications,for Cells 4A and 4B New Paris Pike Landfill Richmond Sananry District Richmond, Indiana ATC Proposal No. LF-2O-1O53 Dear Mr. Welch: ATCia pleased fnprovide the Richmond Sanitary District (R8D) with this proposal toprepare the construction plans and specifications for the 2O21 construction of the municipal solid waste Cells 4A and 413of the New Paris Pike Landfill in Richmond, Indiana. Our understanding ofthe 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, |f you have any questions concerning information contained in this |etter, please do not hesitate tocall either ofthe � undersigned at 317.849.4990. Sincerely, - / David L Stelzer. P.E. BU| Pansshevas. P.E. � Senior Project Engimeer Principal Engineer � Copies: Elijah Welch, P.E. (RGO) Darren Duncan (R8D) ! EXHIBIT 13' 22m54 / � � New Paris Pike Landfill Proposal m Prepare Cell^A and 4a Construction Plans � Ridimvnu.|w xTc Proposal No.LF-20-/053 � Proposal to Prepare Construction Plans and Specifications for Cells 4A and 4B i New Paris Pike Landfill � Richmond Sanitary District � Richmond, Indiana ! | AT[} Proposal No, LF-20'1053 The scope of work for this project indUdesUlefoUmvinggenmna| tsoksna|ahsdtopreparotionof � construction plans and specifications: | � ~ Touh 1: Plans and specifications for |eaohato transfer pipes that drain from Cell 4A to o connection tothe eX|et|Dg sanitary sewer. Design modifioot�onn may include the addition � of a metering station and revisions to the alignment of the pipeline. An initial project � planning meeting in included in Task 6 below to discuss these and other pipeline modifications. We will assume that typical F<8O sewer and manhole drawings and specifications will be provided by R8O. We will revise our drawings and specifications to be consistent with RG[)'sotandards. * Took 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 nf dnvvotering methods that may be needed during construction. /\n initial project p|anning meeting is included in Task 6 below to discuss the staging of cell development and its impact on the landfill haul road, |eochsda transfer piping, future cell development and sdi| requirnnOont& Plans and details will also be prepared as necessary for reconstruction of the haul road, msnecessary. * Task 3: Preparation of an engineer's cont estimate for the construction work included in the plans and specifications prepared in Tasks 1 and 2. * Tosk4: Assistance with the bid evaluations. This will include attendance at the pre-bid meeting and a bid review meeting and on allowance for preparation of two addenda to the bid package based on bidders' questions. ° Taak5: 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 2above. /\TCvi|| be reoponsib�|e for preparing meeting agendas and meeting minutes for all project meetings. * Tenk6: An allowance has been included in this proposal for miscellaneous engineering services related to oe|| development but not specifically identified in this proposal, ex*|e/T'e' 23cxo* � | ! � | � i New Paris Pike Landfill Proposal m Prepare Cell 4*and*a Construction p|ans Richmond,IN ATo Proposal No. Lr-2o1oso } Cost Estimate | The cost associated with preparation of the construction plans and specifications for the landfill i 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. |f 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 byRSD during this project wiUbo � performed in accordance with the unit prices included in the attached fee schedule. This work ! will be per-formed inwcmrdann8 with the existing agreement between RG[] and ATC. � / ' � To ° cc) 000 a oo o -.. o o c-.) co o o o o o o ,f2b O Lc) 6 6 c) C) (C) ci 6 6 N 'I' CO v.)1-,-- N C> In (r) CD C,-I CO Cr) r- LC) CC) N ... ., E LO- CO N 71- <- N. Lr) "6 If) 0 0 Q 0 CD CD CO CN ..-• 0 L-0 E Cj CD C:J CD c:D If) . r- o Lc) Lo In CI) o D (E. CO (0 lo LO 00 N- 1- .."' i 1111 1 ILI -i- co o c_) III L- C13 1 C)'S'''' CI 141 Q %-- 6 IS C CD CO CO CO CD i ° cL) N I- D , cil --1 c cm II; 't III o c u) (_) cl) cD O (-) (rD CI) .c w 0 E .r.. .x 2 ,i c-) — 0. 1.9 T- 11 icDr:5, z 4.. (i) (,) 6 a) 5 • l ' Q 5,,,a) , > CC 0 cn = "' - cu O E C4 Ct. . t.. II a. c ir) ._,= 73 c EI) C) „naS - ; ja .E I c° (° I 0 IC) ... -4., ...# CA - k- C .0 cl) LC) OD c6 ti) - a o o (/) a) c TS 1- 2 7;3• Rzr 0 CO' .- as II c..) ..... ,,, I IC) N co H El .1 iLl U)• cn = — .- - I.F. 73 cv 10 6.) .., co co ea L' C 1111i I CD U) _I. Y as °•P ,In 0 co •tsi as ..V I- c 74 C6 CL rf. W o C.) C 0 c 47... (13 c •(..) m 0 -0 0 0 = CL c-,4 nr = c .., • - Q la tz Loc). _ _, c 0 (0 c(P.) .8 r•-. 4_, co a) - .- ch 14-_- co U) CI) co C.) :13 71; C .-. 1.- l- CD • Z <,,t oc 2 a i.9 I co O cv U U u) CD -\ C-) a- al a 0 -0 c LLI I I I cn o CO {- (1) C c .._,M C) -• LU .at x .... cfinCj 11.1-1ILLI a. < cc Lu (I ,... ..... 0 1 0 CX -. 0 0 LiJ ,__ 6 o '. - (-) 00 EO 5 '0Q) 'c. 2 cl. .q) ',z 'E ,L9, t_2.° 2 -» 7. Z a) .- D L5. a) ,.., _, al o w a. u) (1.- co ci_ -6 u) 0 0 1-- u) F- i•- _ ENVIRONMENTAL • 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. EXHHIBIT'B' 26 of 54 �NAV � kTc ENVIRONMENTAL` um,mnmum BUILDING SCIENCES' MATERIALS TESTING February 28. 2O2O ATC Group Services LLC 798OCnnto,poin{Dr. Suite 100 Mr. Elijah VV. Welch, P.E. Indianapolis,|N40250 District Engineer Phone +1317849/990 Richmond Sanitary District Fax +13178494278 238O Liberty Avenue Richmond, |N47374 vwwatc8wupnerv|u^s.nvm Re: Proposal for Regulatory Assistance and Permitting Now Paris Pike Landfill Richmond Sanitary District Richmond, Indiana ATC Proposal No. LF'2O-1O53 Dear Mr. Welch: ATC is pleased to submit this proposal to provide the Richmond Sanitary District (F<O[)) with regulatory ooSiGtgnCe and permitting for Cells 4A and 413 at the New Paris Pike Landfill in Richmond, Indiana, Our understanding of the scope of work, planned project staff|ng, and the estimated cost for our services are presented herein. ` VVo appreciate the opportunity to assist you with this project. |f you have any questions concerning information contained in this |ether, please do not hesitate to call either of the undersigned et317.84S.4SQ8� Sincerely, David LStelzer VWU\amPanaokovao. P.E. Senior Project EDgireer Principal Engineer Copies: Elijah Welch, P.E. (R8[)) Darren Ounoen (R8D) sxa/on'B' 27m5* � � � � New Paris Pike Landfill Proposal for Regulatory Assistance and Permitting | Richmond, IN arG Proposal No.I-p-20 ,00s � 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 4B for the New Paris Pike Landfill, Our services for this project indude: | ~ Project Planning, ! ° Preparation of Draft Application. i * Prepare and Submit Final Application. | w Respond to |DEM'noornments. ° Meetings. � Tmah1: Project Plarming—ATC's proposal for preparation of plans and specifications for Cells 4A and 4B includes am initial project p|anningmeetingvv|th |andfi|| ondD|othotpersonneL This meeting will also covsx any permit changes or regulatory coordination needed for the design ond � 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 p}onningnnaynoau|tinohongeatothe approved landfill plans or supporting documents. |tis 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 |DE&1to 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 nf effort and will be invoiced accordingly, A draft of any permit application will be prepared and subnOi'�rdto You for review and comment, Task 3: Prepare and Submit Final Application —After making the changes that you request in your final review nf the draft application, ATCvvi|| prepare afine| version ofthe permit application and submit four copies to |DE&1 and two copies toyou. VVe have assumed that the H8[}will provide the required permit application fee. TaaK4: Provide Rewsponses to IDEM's Comments—Although the preliminary meeting with iOEW1 usually resolves all large issues, |OEM 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 |DEK8. Meeting costs are included in Task 5below. � TasK5/ K0eetinga—VYo have budgeted for one meeting each for Tasks 2. 3 and 4. The meetings | with |OEK@ are assumed to be held in Indianapolis. The meeting to review the draft permit / | sxmo/T'o' 28ofc4 / ' New Paris Pike Landfill Proposal for Regulatory oaoiata"ooanuPonnkbnm | Richmond,IN xrc Proposal No. LF-aomso � | application in Task 3ioeSaun7edbobe held st the landfill, An noted in the description ofservices for Task 1 above, the costs for the project p\anningmoahnganeinc|udedinthobudoetfor � preparation of Cell 44 and 4B plans and specifications. � � COSTE8TM4TE � The estimated costs for our services for this project will he 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 $17.8237510 be billed on otime 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 budQetwi|| requinamvvrittenChenge {Jnder. Invoices will be issued monthly unless other arrangements are made with our office. Our professional services will he performed, our findings Obtained and our recommendations prepared in accordance with customary principles and practices in the fields of environmental science and en8ineering. This warranty is in lieu of all other warranties either express or implied and no other warranties will be given. ` cxman'a' 29wc4 -1- 5. o co i CD CD 0 0 u-) is: o o c) c:) 1"-- N- O iri ci ci c:i 6 (-6 O M N (..0 (0 0) N C‘.1, M CA CO 0 (U I-- O 69- G9- fl3 6A 63 (7). 1- :,- (f) c..1 0000 LO If) a) 0 6) CD CD 0 0 I"- r- c o_ tri 6 6 6 cd cd w N 0 CD 0 Cr> Ca, E •)- (NI ,-- -,-- co x 2 EA- 69- EA E.A. Ea LU ,. . . . 17) 00000 CD CD CD Q 0 0 0 0 . . . . . C.) 0 0 0 0 LI-) tri C.0 N M CO CD 0 1------ I-0 N 10 .k- Is--- N- -t- -.Kr r-- RI 63 ER (ft 69- E3 iT,,, _I TO o c) o c) c) o. a) Lci 4 .4 oil co E5 lf) 69- N C 69 ..;:. , I - C) o Cl) c 0 o CO (1:1 I— cl- Eti_ in -cs co CD ED >. c a 69- Cfi co 69- H 00 U) c.) T au (..) cc i_ ••-• 45 cp o u.) o a;(-) in Lci — --._ _ r--- co c) co co -d- CO N CD Ul 73 Cu '-J *co c'0 -4- N— Nr-- Ci) O") ca. < ra iii 1.1, ta o C... a) O ... 0 U) 1"' •- P4 4-, 03 D. cp U) "5 01 c•I Ta 43 Q CD o 0 in cs).— 0 ›, a- Cu 0 o 6 U 4) ii , " .(-3 ...co c I 0 'CZ c N csi a -0 ta co- c) 0 Li. cl) 63 C.I] I--- •-• C C (I) < (T, -,7-- 'tCu o to- •: -a— TD_— „, ci 0_11.1 0 c < < 0 Z c co 0 6 Ta c ri3 9 cc 1— E Z '-r-,0_ CI CI a) -J -J Q a. 2 1— co 0 0 C\I 6 4 i-6 I- I- iii " . 17) CD 0 CD CD kr) in 0 o c) a N N. 0 ai o 6 6 C xi N 0 C) 0 C) N- - 41) ,-- N .,- „-- -,-, (1) (A, EA- (13- EF) O 'ED- l- C; .. . U) a 0 0 0 o a a) CD CD CD 0 CD 0 U) ui (.3 Lc) ci 6 6 6 Ili c v) a) N C) CD CD IC) r- 69- -,- N u3 -4- x a . 6 E.13- Eft rii• Lf) LLI on .c c 7 ....-. _0 0 .....9. 0 0 0 0 0 0 -20 . '" 0 0 0 c.) 0 0 ...,-.cp 6 6 6 6 6 6 7 1_• 13_ + CID VT f./3- (.4D (TT VT O W 0 O C..) ....--. (J) e 0 cp CD CD CD 0 6 CD 0 CD CD CD 0 0 CI 0 CS CD 6 0-r CD, -,-- . . ' 7 C) + U.) (n (i3 VT VT EFT VT 3 V (i) •.F -'C' 0 cti E o 0 ,__ I— o a) _ >, O. 0 0 0 0, C> 0 0 0 in 1.0 in 0 o o o c.4 r-- c'cu .--E 11)N- 6 6 6 ci N p-i c6 Co (13 a) IC) 6,3 EFT fil Eft Nt O a) 45 d ,-- th c.) '.-- ca.6'3 CC -........ CO Cl.) 4-, - ,----- • .°) re-: cy) Z; o o c) o CD CD C CD 0 CD 0 CD CD CD in LLI _,..u) c a (f3 E E-7 6 6 6 c3 6 6 f./3 6,3 FT 69- fT Cl) ...., ''.4, 03 CI. CO 17; aN .c I 0 4-, o co x 0 CV b. CD 1 0 tn 2 C4 0 C. CD CD CD CD 4-I „,,a)47. 0 •••• Dr)1:4-7- c v) 0 0 0 CD 0 CD 4' CZ I-- C.) ce (9 7- _C) , 6 6 ci 6 5 '6 c./). ca 69 69- 4.0 Er* I- '6 C•4 Z —I LL I . . C, CD CD CD CD 0 CD 0 CD CD CD 0 CD C:) CD CD CD C) TI3 CD a 6 ci 6 6 6 0 6 69- VT EFT (fT VT 69. 2 N ca >, o o c) a o c3 0 p c) c) c) o E c 5.; o 0 6 c) c) CD W 0 CO 8 6 6 c 6 6 C5 co lj d (A (..FT 69- `-' Til Cl) Cf) c1) tii H < 2 ci- CC co W Z c ._ c To 0 - is; To oi c c '-,z2 H 2 . - L.L.0 C) u) Em ot° a. --I r-, ©. a) c cucYC cn < %-., Z 0 t) tfi .2 ‘7 .2 o c I- 0 ...... ,._ ,c1) CD_r3 Ca.TO ar t 0 -J 0 a. < Ca I- N--: _c\i < (,-; < .a cC_Lri ci) I- - ENVIRONMENTAL • GEOTECHNICAL BUILDING SCIENCES • MATERIALS TESTING PROPOSAL FOR SOL 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 ' ArA �� �� �� ���, ENVIRONMENTAL' oEu{mumum BUILDING SCIENCES` MATERIALS TESTING February 25. 2Q2O ATC Group OenvimmLLC 7888CeoterFmintDr. 8uite1OV Mr. Elijah VV. Welch, P.E. Indianapolis,iN4O25h District Engineer Phone +1317849 4990 Richmond Sanitary UsthCt Fax ~13170494278 238O Liberty Avenue Richmond, IN 47374 *mn*.atcgmupoom|cev.crm 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: ATC is pleased to submit this p[OpVs@|to provide the Richmond Sanitary District (R8D) to evaluate soil needs at the New Paris Pike Landfill in Richmond, Indiana. Our understanding of thescope of work, planned project staffing, and the estimated cost for our services are presented herein. VVe appreciate the opportunity tV assist you with this project. |f you have any questions concerning information contained in this |etter, please do not hesitate to call either of the undersigned at517.E49.4BSO. GiOmare|y. , �JU David L. Stelzer, P.E� Bi|| Peraskevaa. P.E. Senior Project Enginaer Principal Engineer Copies: B'ahVVe|ch, P.E. (RGO) Omne-i Duncan (R8O) � exms|T'o' 33mo* | \ ' New Paris Pike Landfill Proposal for Soil Inventory and Borrow Source emmatmm | Rioxmonu.|w *To Proposal No, Lp-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 provisionVfsunviceonalatingtoan *vm|uotionofsoiinoedn ! and GVuroo/s\for the New Paris Pike Landfill. Our services for this project iOdudoamrnp|inB taoUn(� i _ and documentation of the following general activities: � w Review Site Documents; * Excavate Test Pits and Collect Samples; * Perform Laboratory Testing on the Samples; and w Compile Information and Make Recommendations. Task1: Review Site Documents -/\TC 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 tothe District. VVo assume the District will pnzVideATC 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 ofsoil needed for cell conotruction, as well an an estimate of daily cover soil needed for landfill operations |n cells 4A and 4B. Tmsh2: 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 io expected ƒo take one day per borrow site, and our budget assumes two borrow sites will beevaluated. Samples will be collected for|aibmnotory. At this time it will bu assumed that a drill rig io not needed and costs for drilling are not included in this proposal, Further, it has been assumed that the District will provide the b@ckhoe and operator needed to excavate the test pits, mtno cost toATC. Task 3: Perform Laboratory Tests —Testa performed on selected soil samples are expected to include: * Grain Size Distribution (1O) ° Atterberg Lin-its M0 * M Ro|ationship (16) * Moisture CortentU0 * Hydraulic Conductivity on Remolded Samples (1O) We have also included a limited annount 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'u' 34mo4 � � | / ) / New Paris Pike Landfill Proposal*nSOU Inventory arid Borrow Source Evaluatirin / Richmond,IN aTc Proposal No.Lp20-1053 | | Tmoh4: Compile Information and Make Recommendations Following soil testing,the laboratory data will beSummarized. Recommendations regarding the use of the investigated borrow areas will | be provided, This� | COST ESTIMATE | | The estimated costa 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. � Thenafore, we propose to perform the work described above fora not-to-exceed cost of $18.73&25to be billed on eUrne 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 orproject 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 performod, 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 begiven. sxmmT'o' 35ofo* CD CO CO . . 0 0 0 LI) LI) ti) o o o N N O LI) ci Lx) C') (ci c..) N ":1- 0) N CO 0 N N CD N To •,- co- cri Lo- cr; O ER 69• (t) Er) (7) I- 0 CD 0 LI) LI) cn (---.,1 a CD Ce N NI 6 Lri ci cd co a) tn c Q- N (0 0) CO CO 0.°) E cf* N 'r- -e-- CD VD 05 CO CO- x P. cir)- EID --, t5 p a o co I CD CD 0 0 CD CD 0 Co Cod N: N: C.) Lo o CD CD bCvr- .,— ,-1- ci sa a— co i— to t- CU Er* 4,f) EA (A. -I CFD TO CD CD 0 CD L) Lx.) VD N CO CS) CD e C:D C CD Lc-) 'zr 71- co coc- :0 u) 172 co c I- o CD (Le. (A) E 1- I >, x 07.1 ...-• lf) o o (1) Lc) c) CO LLI 'Er) (•1 7r -4- coc'j al cr). 'TY 09- .-.• 0 IZI) CIII 7 - 4 0 uj U) o 0 Lu (f). Cr.; 0 8 '•-• " 69- 0 1 ti) ix) = Z 0 P... TO ZI3 0 0 et , ;76 c).. a) c-) o ,--; - c- 1- N •cr C C5 ci csi ,_ ri) (0 04 > 1 _CI ,-, C ,-- CO V CD U- G) fa- L11 69. tf) NZJU. lii ti CD I- a 0 CO < 0 -0- cC -.-. 0 C CD 06 a) c16 H = E cn a^ o D ..4-' o 4-2, cil oci:o Z CD V) co 0 o 0 ili T H ti a) sa 0 -.• a) }__ .- ,, 4- co Z mE 014 :,--. Cl) c -„, ° cf.) E-1 7.) (Dc 0 0 Z 2 • .6 a •— " '> 0 t ii a L w x woo o- < < ° cc w E a. c.) (-) H 0 L. < 0E— s 0 - cD ... .....u) 0 0 0 IL) 10 O CD 0 CD Cs.I CI Q IL) 6 CC ai 6 N a) CD C') CO _ ra (i) N N- <- ilD -•-• 6% 0 i- 93 6% , --- 0) - .--, 0 CD CD CD CD CD CD W (6 6 o CD CD CD 0 CD CD C u) M '' Lci 6 6 6 6 6 ui Nin UD oa u) ua NC).' . _,3 X U....... aj LL 1.% 7 .0 C CU CO - 0 D5 a5 C. C •-• ri) CU 7 ,-.•-0 I 0 CD CD CD CD CD 0 . CD 0 0 CD CD 6 6 6 6 6 co to to fo to U• („.) 2 :-:f c) cc CD 0 0 O 0 a 0 0 Ca 0 6 c; -C tj ' CC) CDm (43 643 49 6% (13 cn - 5 -E." o o 0 .. o u) fa -- oc) or000t.o ,o I- cdr, 4) to o 6 6 6 LO Cs1 Lc) Cl >, co F r-- CL 't 6 6 (45 co a) Lc) 6,3 Cr) eft IL) ...- :4) CO := .,-, cj (NI (% C') a.to to, t- O [To a)0 e o 6 6 o o 1 cr) c C CD 0 0 CD CD 0 X fa) "E. ,' 6 6 6 6 6 LLi CL Cl. I, 4% 69 6% 4% 6% U.1 co o c..) .._ ti) 4-. CD 0100 CD CD U) CD CD OD 0, CD CD O r"'''4-0 6 6 '- co 6 U - -0 - 0 to to "' o-, to 03 0 01 17.; 0 05 05 t.) I- 11. a) C CO 6% I. 0 5 7 -• CD 0 0 CD CD CD 0 CD 0 CD To Z o o a CD CD CD -CT) 6 6 6 6 6 o L u 79 o 6 U) ti% bc) 49- If> -• -A 1- .,-• 2 a;,... x 0 O 'E. g 02 eD NI >-, 000000000CD W 0 0 la c 5', CD CD 7 E 0. 0 CD '', 920M ° 6 6 6 6 ci b , L0 .0 P. 6% 6% 6% U) IL) - g.1) 3 c'.1 A .e N Z -1 11- -- ----- al V) ILL g C I --.7- -2 ILJl') 0 E u) .- co ...a° m :•-•_. 0 o ci- 0_ Z 7Ci .2 E E E co cv 0 z 2 ,,, ..:11 CUE99IC t; ,, _v CD in X La o ra . a_▪ < a I- ,- c,i CD c.7 4 ''. cr) 1- /4TC ENVIRONMENTAL • GEOTECHNICAL BUILDING SCIENCES • MATERIALS TESTING PROPOSAL TO PERFORM CONSTRUCTION QUALITY ASSURANCE FOR CELLS 4A AND 48 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 of 54 AFAkT N C ENVIRONMENTAL^ omTEo mmu BUILDING SCIENCES` MATERIALS TESTING February 2O. 2O2O ATC Group Servires LLC 7908CanterpoimDr, Juite100 Mr. Elijah Welch, P.E. Indianapolis,|w402so Richmond Sanitary District Ph +Yn17O4S48gU 238OLibe�y/\VeOue uoo Fax ~1x178494278 Richmond, |N47374 pwnv.^tcq,nupsorvice.xom Re: Proposal tu Perform Construction Quality Assurance for Cells 4Aand 4[B During Z021 New Paris Pike Landfill Richmond Sanitary District Richmond, Indiana 8TC Proposal No. LF'2U-1O53 Dear Mr. Welch: 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 vVoate landfill liner for Cells 4/\ and 413 of the New Paris Pike Landfill in Richmond, Indiana, Our understanding of the soape of work, planned project ateMin0. and the estimated cost for our services are presented herein. We appreciatetheoppertunitytoaooiatyouvViththiSproject. |f you have any questions concerning iOfO[[nafioD contained in this \8tter, please do not hesitate to oai| either of the undersigned at 317.8494990. Sincerely, ~ David L. Stelzer, P.E. William Pmroakevae. P.E. Senior Project Engineev Principal Engineer Copies: Elijah Welch, P.E. (R5D) Darren Duncan (RGO) Australia ~ Canada ` co|vmN^ ' Ecuador ' ornnunv ^ |rmnnvaa ` Italy ' Kenya ` New Zealand ' Papua New Guinea ^ Peru ^ Tanzania ` United Arab ^ Un�dKingdom ` Un�do��x ^ Vpu�Unnoinxocoun,hoo sxmo|T'o' 39orso | � � New Paris Pike Landfill Proposal for CQA Service for Cells*x and wa / Richmond. IN xTC Proposal No.Lp-2o- ma / PROPOSAL TC] PERFORM ! CONSTRUCTION QUALITY ASSURANCE | � FOR CELLS 4AA0[] 4E3 DURING 2021 NEW PAR|G PIKE LANDFILL | � R|CHMDND SANITARY DISTRICT R|CHM[}NO. |NDIANA ATC PROPOSAL NUMBER LF-2O1O53 | � | Introduction | ' i This proposal addresses the provisionof services relating to Construction Quality Assurance (CQA) � monitoring activities ot the New Paris Pike Landfill. These services will be provided iOaccordance | with the Construction Quality Assurance Manual for this project. This proposal includes astinOmtescf � 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 and4B. A detailed description of the anticipated services for each of these tasks is provided in subsequent sections nf this proposal. |t \u assumed that CC\A0fthe pipelines tobeconstructed outside of the landfill liner of Cells 4A and 4B 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 @ CC>AteanO for on-site monitoring and documentation of construction activity and progress. Our team will consist of aso\| technician and specialized geomembrane monitors working under the direction of our engineering staff. Bill Poraskevasvxi|| perform as the project manager and certifying engineer. Den McVay will perform the duties of the project engineer. Messrs. K8oVey and Porashevas have served in similar roles on CQA services for landfills across Indiana for approximately thirty years. ATC has provided CClA services for over 7OO acres of soil liner and over 0OO acres ofge0nlemb[ane liner nn projects in Indiana that have been reviewed and approved by the Indiana Department of Environmental Management. To support the field CO/4 efforts, o C()A office will be established in either an on-site trailer oron-site Office that we assume you will provide atnn cost toATC. |t 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 TFl|/Environnnonto|' Inc uf Austin, Texas. Upon completion of the project, ATCvvi|| provideooertificaUonreportforthe \ineromnotructionthat |n signed by a professional engineer registered in the State of Indiana and suitable for submission to the Indiana Department of Environmental Management (|DEM). 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 fo||nvviO0 assumptions were utilized during preparation of this proposal: EXHIBIT e' 40nro4 � | � ! | / New Paris Pike Landfill proposal for mQAServices for Cells 4Aand 413 Richmond, IN xTc Proposal mn,Lp20-1053 \ * Surveying services for as-bUilt drawing preparation for the SUbgrade, the liner and the leachate ! collection layer will be provided in another proposal. | w Field offire, e\eCtrioity, vvater, phone' fax and copier to be provided by others. | w Weather delay days during construction, when no construction project na|abadvvorkconbe accomplished, vAll 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 tobeonsite. The following sections present the scope of work and our estimated costs. We understand that, in � | general, 8TC will bo responsible for monitoring and docunnendngthe activities and workmanship uf the cnnt[eoto[a' aupp|iero, and installers to confirm that the construction of the various components of | this project aFeine000rdgncevith1kepr jeo\ drowingo. npeoifioationoandC[JAP|aO. / [|OA Services for Cells 4A and 4B This phase of development will consist of performing CQA services during the construction of Cells 4A ond4B. |tisassumed thatCQACfthep|p8|inasbzbeconntruotedoutoidetho |andfiUUnerofCeUs4A and 4B will be performed byF<ODstaff. Task 1 - PnmmmnmtruotionTesting This proposal includes Ime to review the Contractor submittals related to material specifications and attendance ntthe first p«econstnuction meeting by the soils technician and the senior project eng|mmer. It has been assumed that a second preconstruction meeting will be attended by the senior project engineer and the qua|itv assurance technician prior tngeorne0brene dap\nyrOeOt. This task also includes one field trip by the senior project engineertooboervethesiteconditionsandtunoordinahs the collection of bulk saImples for the performance of preconstruction laboratory testing of the materials proposed for 'ise in the construction of the soil liner and the drainage layer. |n 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) tod0erm|ne: * Carbon Black Content (AGTMD18O3). * Carbon Black Dispersion A\STM [)5596>. * Tensile Properties (8STIVIO00S3). * Asperity Height(ASTMD740O). and for all rolls (opprordmete|y4d samples) to determine: * Thickness (A8TPWU59g4). 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 ol all goosynthetin materials will be performed by TR|. The results of all precunntructiontostimgvvi|| beprovidedatprnQresameetingnandino|udedinthefina| CQAreporL ' ` New Paris Pike Landfill Proposal for CQA Service for Cells*x and 4o | Richmond,IN aTn Proposal No.LF-20-1053 It is required to perform two interface friction tests on the liner materials. |n the event that |OEW1 requires additional interface friction testing, an addendum to this proposal will be submitted for your review and approval. The surfaces tnbe tested for interface friction include: * Go\\-to-Geonnembrmne (48TK8DO243) and w Geonnem bra ne-tg-geotexti|e (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 C{3A Manual (i.e.. one sample per 1O,OOOcuyds for hydraulic conductivity | and one sample per 5'UOOCuyde for other testo). The tests tobe performed will consist ofthe following parameters: * Grain Size [>iathbUt|OO /12\. • Atterbem Lit-nits (12). ^ Moistue/DenaitvRe|ationship (12). * Hydraulic Conductivity Tests performed nn remolded soil samples (six). * Moisture Content (12). |n this proposal, ithas been assumed that the preconatruodon tests of the borrow soils can be used bo meet |OEK8'a requirements for g test pad wavier. |n the event that the borrow soil samples Uonot meet IDEM's test pad vevier requirements, we have provided the costs for monitoring of a test pad in a separate proposal. Further, to satisfy pneomnatruotiun requirernenta, 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). ` v Laboratory Hydraulic Conductivity (two). * Calcium Carbonate Content (two). The results of all preconstruction testing will be provided at progress meetings and included in the final CC)/\ report. It is assumed that the senior engineer will spend a total of eight office hours on pneonnstru[tion 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 e 3'ft-thioK 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 Proctorootimom 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 per-formed during this phase ofconstruction: sxH/on'e' 42n,u1 New Paris Pike Landfill Proposal for cQA Services for cells x8 and*B Richmond,IN ATC Proposal No,Lr-204053 * Visual examination of the surface of the subgrade prior to placement of the initial lift of liner soi|a� * Visual examination of the liner soil for unsuitable inclusions such as rocks, [Vota, and foreign ODG1eUa|s. * Observe and document the placement of soils, note non-conformance and assist with the development nf;enUedies0z non-conforming areas, ° Field determination ofmoioture/dennity at mfrequenoy of not >eaa than five tests per acre per lift )D accordance with the CQAPlan. * Procure borrow source samples for laboratory testing. * Maintain drawings delineating approximate |Oc@1iOne of field tests performed. * Visual examination of the compacted liner base surfaces for nracka, evidence of desiccation, or other defects. * Complete g summary 0feach dGv/s1e[ting results and provide e daily report. The location of each moisture/density test will be estimated by our field pe[Sonnol for preparation of final report drawings, P'erforations into the soil liner for field density testing will be backfilled with beOtonite or sVi|/beOtQDite nli»dUre. It has been assumed that the contractor will assist in the collection of the Shelby tube samples of the soil liner 8tn0 cost tOATC. VVe 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 sanOp|e, we plan to collect at least two Shelby tubes at each sampling location. One ofthe tubes will be,extruded in the laboratory and visually inspected for signs of sample disturbance. If the sample appears to be intect, we will perform the required hydraulic conductivity test. The second tube obtained from each location will be stored until |DEK8has completed its review mf the C{]AReport. In the event that the permeability test result for a given sample does not meet the minimum project apec|fioadonn. thoex±retubofrmnnthetpmrtinu|nr |iftxvi\} beoxtrudedondteoted. All untested tubes will be cWmna[ded without extruding. A nniOinlunl of one Shelby tube sample per compacted aVU ||ft per enmswill he tested to determine moisture content, dry density, grain size distribution, Atterbeng Ljrni1s. and hydraulic conductivity. The cost estimate includes hydraulic conductivity testing forkNo 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 ofone test per 5'OQOcUyclsof liner material. The tests tobe performed for will consist of the following parameters: ° Grain Size Distribution (4G). * Atte[herg Limits 00. * K80istUre/Denaibr Relationship (12). * Hydraulic Cnndu,�-,tivih/Tests performed on Shelby tube samples (5[). 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-clay schedule for a total of ten weeks. Further, it has been assumed that the senior project eDQineero[ p 'octengineervviUa#ondvvmeWyon'nib* proQreae exx|e/T'a' 43 ofn4 ` � New Paris Pike Landfill Proposal for CQAServices for Cells 4aond 48 | Richmond, IN xTcpm � pooa|wo�� 2o-1n oa � meetings (eight hours per week), prepare and distribute meeting 0!nutes, review field reports and | compile field data /eightboUro per week). | Task 3 -Gmonmmmbrane Monitoring ATC will provide monitoring services toobserve and document the various activities involved inthe geomernbnana installation process. The three basic installation activities to be monitored are: � geomenlbraDe 6ep|oynlent, welding/joining, and continuity �e�hng. G�onlurnbnsnn deployment / ` } includes: ! * 8ubo[ade Conditions hznoofnoUin8, orotruSioOe, desiccation. etc.). | * Sheet Quality. ' w Sheet Thickness (during dBp|oynn8nh. ! * Sheet Overlap. ° F<oU and Panel Number Marking and As-built Mapping. | * Temporary Anchoring and/or Sheet Bonding, Welding/joining includes: * Repair Identification, Documentation and As-built Mapping. * Sheet Grinding (as required). * 800nl Alignment (minimize wrinkles etc]. * Visual Obeen/at�-*n/[)ocumwntadion of Welding. * Seam Continuity. * Trial Seam Monitoring. ° Destructive Sample Procurement, On-Site Laboratory Testing; andAn'Bui|t Mapping. Weld continuity testing includes: ~ Weld ContiDUitv7estng (non-deo1ructive testing) and ° 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 ia necessary to prepare an as-built drawing of the ceU, to include: the cell |irnito, panel corners and destructive testing locations, will be included iOa separate proposal. The Qeosynthetic monitoring project team will consist of Senior Geosyrkhe1icTechnioian (Lead QA Monitor) and one GensKnUlotio monitor (O/\ 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 formo, daily reports, etc.). Additionally, the lead C)A monitor will attend all progress meetings and any problem resolution meetings. The individual will communicate daily with ATC'n Project Manager and coordinate the field activities with the landfill's on-site representative. Following completion of e section ofgeomembnane. a cushion geotonti|e will be installed. ATC will observe that the geotezti|eim installed in accordance with the CQAplan. |t has been assumed that sxma|T'n' 44mn4 \ | New Paris Pike Landfill Proposal far Co*Services for Cells«a and^e � Richmond,IN xTo Proposal No.LF-201053 � � one technician will provide CQA monitoring during the installation of the geornembrane, |t 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 � geornembrane and geotextile on a six-clay-per-week, fourteen-hour-per-day schedule for a total of i tvventvdoys. ThenostesUnla�� a|soinc|udosthutirn� �ndexp�nn�nnaq�iredtos�tuc/nannovethe / ' ! on-site testing equipment en well ms the on-site CO/\ office. During installation uf the liner the / technicians will observe and document the installation procedures and compile the necessary | . / information for the Final Certification Report. Further, �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 m|nutoo, 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. ATCviU | monitor the p\ooennentmf this layer iP accordance with the CQ8plan. The following laboratory testing services will be provided during drainage layer installation, testing and monitoring. |t should benoted that the COA Plan does not require any conformance testing of the Oeotoxti|e rnmteho|o. In accordance with the CQA Manual, samples of the material used in constructing tile 1-ft-thick drainage layer will be obtained and tested for the following parameters: ° Grain Size Distribution (12testo) and * Laboratory Hydraulic Conductivity /7tests\. The cost estimate in based onthe assumption that one soils technician will provide CC>Amonitoring on a five-clay-per-week, twelve-hour-per-clay schedule for a total of three weeks. Further, it has been assumed that the senior project engiDeerorpr jectengineerwiUathsndvvn8K|yVn-sitepro0ress meetings (eight hours *,-rvveah). prepare and distribute meeting minutes, review field reports and compile field data (four hours per vveek\. |t 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 ono daily basis and submitted to the project aecrederyfornonlputardstareduction. This will expedite and facilitate the review of project doournentot|onbytheCC>APr jectMonagerand provide efficient incorporation into the certification package. Survey services for construction progress and as-built drawing preparation are discussed in a separate proposal. |t has been asounned that the level of drafting required tocon1p|etethe as-built drawings will not exceed forty hours which does include major revisionntothanpprovmdpermitdnawings, Clerical time io also estimated 1obe forty hours. Copies of the os'bui|t drawings will be submitted msa hard copy and inpdf and AutoCA[) files, ifrequested, Exmon'e' 45nro* / | � | ! � � New Paris Pike Landfill Proposal for CQA Services for Cells w`and ws nmxmonu.|m xTo Proposal No.L.r.201053 It has been assunned 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 |OEM and 8 for Your files) of the certification report will ! / be prepared. The draft version will be submitted within approximately one vvoeK of completion of the field work, The final certification report will be submitted to |OEyW within approximately one week of � your rmVimvV 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 fndx hours and Uhephncipa|kcertifvino engineer will spend no more than eight hours in | . � preparation of the certM5uabon report. The report will be prepared under the direction of and signed by | the certifying engineer who in a professional engineer registered inthe State of Indiana. � i TaskG - 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 eemimaa for this project have been determined in accordance with the unit nshea presented in the attached 2020 fee schedule. Because the construction work will hsko place in 2021. vv8 have included @ 396 markup on labor as a separate line item in the attached "Estimated Costs of Services" spreadsheets to account for inflation. The budget for ourC(]A services is also based on the time esti-naƒes presented in the previous sections. The enclosed spread sheet summary presents o 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 insta |otion crew a|ze, accelerated construction sohmdu|e, unforeseen circumstances and/or weather delays which require attention beyond the scope out|ined. K[C' 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 possib|e� VVe propose to perform the work described above for a not-tu-exmaed cost of $2O8,532.72to be b0|ed on o 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 mode 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 bmgiven. exmmT'o' 46ur:4 s CV LO 0 0 tO 0 0 N r- 1-ii v., 0 LO h- 0 0 t•- aV o ci r-2 r---. cci d 6 06 Co c.) co .- 0) CO co CO CO CO CD CD 01 CD I,- 0 tt) -.4- — „ , d", CO CO- 7.3" Cr3 0 tr) -*0 ,- co u-) c\I N- V> Cf) 07 '-0- 1-' U) U)CF). EA EA EA 4 u-> (i) Ol tr) LocNocop ri , 0 COU) U)O'n) -5 oi r- IN--11-2 CCcim c:-.. ci c a> ro ,r co.LO CO co V ..,_ co (.4 ED' Ea.< -,-- co E:f)- LI a(E)) (13 EA EA- (/) - N 0 CD 0 0 0 CD N CV ..-• 000 ,000 r oi o I I0) CCOIC) C) 0)Ir- 0 r- co 0 t-- 0 co co co -4- Ca .EF).44) CC). CA -I .,--- - 0 Ta" CC). o CC o co - o a) -.,r Lc) C.) 69- N 11.0 — — CD 0 CD 0 = CC) ..E. E o 0 ,- o 1. CO , cr) CO -- 0 0- Co co 0 '-') co c, co cN a".) ri cr) Nu-) ^ -a- en- U) I — —-- .. 0 O.7 CD CO ErL.a. 0 6 -o c CD 0 Ea I.- CO a) cn -±- Cci X al CD -- ....... 0 0 ,e, 0 c.7) U) 4, 0 co ca co 4-- IL 1— CO , r-- Co O 69 a U) .., CI) O 0 0 0 0 0 - aI ,-, p o ca 0 O co -t1 2 co cs.. cv EN 0 N N - C CC L.LI 4 .7 , 0) ti .- ca 0 u-> - 0 o', - a) 1.0 1 -0 2 .c c-s, NC,ICT) 0 0 CD r" E3 , En C a_ , co - Cocn COrr) '0' s't 04 c•-) 2), 3 ,.._: w 0 z-,-; ..1. CO Of) 1-• ye 0 a, - N - 'W in T 0'Cij C 0 ca. cu o co o 6 Ca `,. rci 13 a 00 O. co - 1 1- LID 0- L7.1 U) U) c•-i z —1 u.. a) --,-;:, IP. 43 cp c7., 0 CO ._ C 0 --1 0 C . I- '5 (a '17) ca, E c.) ci c co a) a, II.) a) z a - cC on ca 'a; qii -clo EI ° c c'l c.) ..- _, c.> E '-' CC ou) E z a _ o a c E E -C F-- 7-5 a) .a) tn 0 0 r S o 0 0 t .a) -J 0 a) Li a) ,,,,M a) c7 - r.. 0_ a) .. -_. - 7-,,, a.• < 0 !-- ,-- CV r) .4- L0 (.0 (NI D t— , • U) 0 0 LC) CD 0 0 "rci csi in Lo N. 0 C.) U (-) N e--: r----: CD 6 6 ri (..) CD CC) .9- -,-- co 69 u-) tc, Lc> Lo. --i- co Lc-) co -,- 6 (f)- 6 0 "co- -,-- co t- co- co co 1-- co VT (.10) (A --cr c) CD 0 co co 6 o c.) co CD 0 0 0 V) a) ;...,,,. CD000000CA00 CD Cr) C) CD 6 6 6 6 ci L6 6 Lei 6 6 6 -I- ci CO- ,-- C) ‘- 0 U) U) r4 co C)) C) Cc) (Ar) -ti- ui a) + -,- -.-- Le) co r- co N. 00 01 CO r-. TA. EU u' (.4 Z7) co co- o x 0 CD 0 0 0 CD 0 0 S 0 CD 0 cD CD CD C) CD [Oc: ''''' -.° 6 e3 6 6 6 6 6 c -c3 c) cp + co u), to co co co o t -.., 1 03 U) (.0 (...) I •----- CA) 7-- 0 0 CD 0 0 U) 0 C) CD 0 CD CD 0 0 (1) U) 5,-. C) U10 -0- 0 .- 0 0 0 0 C) 0 On' D ct3 0 6 6 6 6 6 '-'• 6 6 9 DC 75 u-) C) 0 U) Eck CR CO 0 (A LO 0 N. (AC) p 2 ..i..o..,. Ni Ni ") _ Lc) H (A (0 6 CC) o c) o c.) o LO C) 0 CD 0 0 CC) C) LC) N C) U) CD CO U) N 0 C_) 0 ...0 CC) a 6 6 N ..-- .c• cc) 01 01 VD (/). Er, .4. (A cc) (A 1'1 CO ,l• Le) co- co Ni co a) ococ000c000 C_D CD 0 0 C) o 0 6 6 o CD CD CD CD C) .- CD tn av 5 6 6 u") 6 6 6 6 co -,--- o E CC fo • Le) to ER to Cr)2 (4."; ' o -,-- co co >t ap, LI CC) I Eft _ .. O ---, (1) 0 0 0 Q 0 C)0 0 CD 0 C) C) CD (A)) EC') 0 0000000CD 0 0 0 0 C) c a. -+- 6 6 6 co 6 6 6 6 6 6 ,,-- ,- ci ' • C.) 0. 0r) 000 .9- 0 -9- (") (A 4,0'ER -,._-(.0 (A ER (A C)csi X 00 0 I.- 1.I..1 C.> (AU' to E) . . u) 6 0 0 C) CD 0 CD C) CD C) 0 C) 0 0 0 4-, a) - c) t- 6 CD V) ''o ••?2:-7., ,•_a- -ra))I 6 6 6 6 6 6 r--: 6 Ai O (.4 r---- to co- to la C.) - = , o a) co 7, .- (A,_- Z t; ER 69 a) ... . L. _ .0 0 0 0 CD 0 0 ,CD CD.r. 0 0 CD C) 0 C) . N. C) 0 leD C) 0 LL-1 6 6 -a.4 .: j.....; '-6/ _c) -F-'. N. U) (C) Cr) (A 69 13 Cc) ' c ca 1-,i cr, co t- ra co -I co.a) d .,_ '0: i -,- N cc) Ei0 Tr 69' 69 64 N c,,,r) o oc000ccoLnoc000co U 4• -e CD . CD CD CD CD -0 TD 6 1" CD6 6 C) C) ci -'-' C) ow rti 0 c --..- + co, o O. Cr) (C) 69 -,- C))I U) 1. CC) cr- 4-0 ER (A En ',-- 1,' Eft Lr) 0 0 g i• ) 4) ,... o E „, 1000C) cocoulocoococo 6 Lo o -4- 6 t- 6 CD 0 CD CC) 0 0 il3 CO r- '.-- LO IC) ( g g g co r--- U a, t m h L.') -c),_ 0 . N Nr .-) (f)-co ,r, CO CU '.' CO CA ..- ._ Erk Cc) (A EH (A CA) a) ‘-- -,.- a) o • 45 a) co C 0 ---J ....7- c r C (1) — C 0 0 CD I- 'ED U) 't.5 a E 6 a C 0) (U Q) ) 0) Z C) . , C — CC 0) ai Ta a) 2 ° oc co 1,3E 00 0 '-c) 1) (--) -E co E Z a u) 1 • a) CO ) a.) 0 ,.. o a.,., oE E -3 CC CC a) WI -u ° ,,,,a) 0 ,-, _1 C_) a. r0 c c 0 Cl. T4 CI 1-- .,- N. co Tr 'X) tO J l'AtTC ENVIRONMENTAL • GEOTECHNICAL BUILDING SCIENCES • MATERIALS TESTING PROPOSAL FOR CELL 4A AND 4B 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'B' 49 of 54 IF xv ITC ENVIRONMENTAL' xm/mxmCAu BUILDING SCIENCES` MATERIALS TEnMo February 28' 2O2O ATC Group Services LLC 798mCemterpdNDr. ' Gui�1VO Mr. Elijah W. Welch, P.E. |n�anapdis.|N4V25O District EDQ�ne�[ R|ChrnnDd Sanitary District Phone +1317804990 Fax ~1�17�0&7Q 2380Libe�yAvenue Richmond, |N47374 www,atcgmupservb,s.vvm Re: Proposal for Cells 4A and 413Survey Services and Test Pad New Paris Pike Landfill Richmond SGORa[yDistrict Richmond, Indiana ATC Proposal No. LF-2O-1O58 Dear Mr. Welch: 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 413 at the New Paris Pike LancliO in Richmond, Indiana. Our understanding of the scope of work, planned project staffing, and the estimated cost for our services are presented herein, VVe appreciate the opportunity to assist you with this project. \f you have any questions concerning information contained in this |etter, please do not hesitate to call either of the undersigned at317.04S.4S8O. Sincerely, O / / David LStelzer, P.E. William Paraskevse. P.E. Senior Project Engineer Principal Engineer Copies: Elijah Welch, P.E. /RG0\ Darren Duncan (R8O) | ! New Paris Pike Landfill Proposal for Survey Services and Jest Paid nkmmono. IN *Tc Proposal No. Lp-20'1053 Proposal for Survey Services and Test Pad | New Paris Pike Landfill ' Richmond Sanitary District � � Richmond, Indiana | ATC Proposal No. LF'2O'1O53 � This proposal specifically addresses the provisionof services relating to surveyor services and ! completion ofa soil liner test pad, ifnecessary. Our services for the test oa� p �ontindu�e �o�� i � ' i 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: | Taak1: PrmvkkaSorveyorSenWoem—ThkstonkviUeUow ATCto subcontract the surveying services of Kramer and Associates (Kranleh. Such services may be needed in2OZOfor � 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 and4B. VVe propose fo use Kramer for the as-built surveys of the ce|i excavation, top ofliner construction and top of|eochate 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 CQAproposal. We have included an allowance of$25,000 for survey services in 2020 and 2021 for work related to Cells 4A and 4Bommatnuction. VVm have also included 3O hours of senior project eOBinoertirneto coordinate these efforts. � Task2' Soil. � requirements for a test pad wavier, a test pad will need tube constructed hz show that the available � soils can achieve |[)EK8's soil liner requirements. To plan for this ponsibi|ity, 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 | hwenty-fnur(24) inch thick layer of compacted soil liner. The following field activities will be | performed during this phase ofconstruction: | w 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 mf remedies tonon-conforming areas; ! ~ Field determination ofmoioture/denoityin accordance with the CO/\ Plan; cx*|an'o' 51 ofs^ ' ' New Paris Pike Landfill Proposal for Survey Services and Test Pad / Richmond,IN xTo Proposal No. Lr'2e1053 � | * Count the number of compactor passes which are necessary to achieve the specified compaction criteria and observe compactor coverage of the test pad; ! ° Perform permeability testing in accordance with the Indiana solid waste regulations; � ! w Procure sanlcdoo for laboratory testing; � * Maintain draAnga delineating approximate locations of field tests performed; | | • Visual examination of the compacted liner base surfaces for cracks, evidence of desiccation, or and i * Complete a summary of each da/s testing results and provide a daily report; Upon completion of the construction of the test pad hydraulic' -~ | 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: ! w Moisture/Density Relationship (one); | * Moisture Content (six); i ° Grain Size Distribution (six); w /#terb8[g Limits (six); and � * Laboratory hydraulic conductivity tests on Shelby tube samples (aix), / � It has been assumed that the contractor will assist in the collection of the Shelby tube samples of | the soil liner sdn0 cost toATC. The cost estimate in based on the assumption that one soils ! technician will provide CQA monitoring, placernent of test pad equipment and reading from the / ! equipment for a total mf6Ohours, Further, it has been assumed that the project enginnervi|| 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 anoonjanoa with the unit � rates presented in the attached fee schedule, and as presented onthe attached "Estimated | Costs of Services" spreadsheets. Therefore, vve propose tn perform the work described above | ! for onot-to'exoeod cost cf $45.79O.00tobe billed ona 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 isin lieu of all other warranties either express or / implied and no other warranties will begiven. i ' ,7 0 CO tO 0 0 0 ..-Ch. 0 CD . . 0 O 10 in ci 0 N (0 0) I-- re) 0) 0) 0) N r •Kr , I- 0 0 0 0 0 0 ci) CD OD 6 a) a-) or -4- c co co co o co-. 0- CNI 69' N X 69 69 LJJ o o 0 cc 0. o 6 6 C.) N r •7' © 1-. CO Cr- Ci-‘ 0 CO- , @ 69 —I -rii c) o c.) o o o• -= 6 a) o F-5 LO V* EF1- C) 1 C 0 0 0 SC .CF 0 o CD. co co co ca E I CO• a) La CA I— ..--• '5 0 0 a)• -cr c.) 0 IC) o o c' cn (N ,;1" 0 .(.3 LIJ EiD •O: 69- 45 , OD 42 co 8 0 (0 O — c) Le, N 0• -0 e = a) 2 a co CO N Nr c co cn co —1 [du 69- r--: 69- co a) co .1- N 1. -0 I" (0 „.9 rti 03 C.) 0 Cl a) o C) C9 r < I CO '5 „ . d -a- v• cj. cob , — ... .0 Tll- CO LL a) 0- La 67) 69. C.) Z _I LI_ di 0 a) o ,o Z U) hi To CO C4 H- E o cu 0 0 c. 1.5 (1.) (f) 2 0 6 V— !-- 1— i-- ca . , 0 0 o_ < 0 m i i , -1- uor `..6" -o- in c) c) C) 1/3' 0 0 q o O 6 o) 0 a No- To a co ui cei co" o CV ff* C‘I H 69 co mr CD CD 0 O Au CD 0 C) r• cO 6 I a.. be 6 co LC) 10 11.1 0. >..,-" (A ff3 a) ID ..,., a '7,, 0.) 0 0 C) ?.... CD 0 0 co q d 6 0 09 C) 0 0 • t. Lo. .-0 . • a v., 0 (--4 c•4 0 CD to U) ,.... 0 cp 0 Q 0 CD 2)3., !j.2 0 0 CD CD 0 0 ft E kr) C) () Lri ui _rit_-) . (C) Le* (C) CD - 0.,ta r.fr tri• v) — al .._.. CD e 0 0 0 >, . 0 C) CD 0 m -a + 6 6 6. b.) (A (e) an Aa a) 0) 0 EC) U) .,,__ a) - "--'0 o o - 0 - CD X 0 0 U.1 a ,0. 0 0 C). LLI if. LLIIX c N.— ........ c.9. 69 •--,Ea Cn 1.4 4- a) , U) H c) c:, C)0 -0 01^ cP cp. cp. 0 c: c tA © r— h- a) a co .,-,.; u V) r-- r cf) Cl) ' 4-, r- • 0 6) H 1- r• '3 01 01- (f3 LI) •ZU (A 6- a) . (I) C.) CD IN C.') (NC) >,= 0 0 0 CD a) 4= 713 0 c> 6 ci z -2 -6 q ff* CV V). V). (AC) c) .-o- - CV -0 CL CD ›.-. 0) 0 CV CD 01 CD C () oD C'' E C ->:„ o co 6 Ca 'C 2 c 4 0 al c) d c) d 69. L..,.., Et-1. CO ,..,a) a) o_(e Li f- V) a) Z ' 'a) -Cr) .) I- E 8 , (A -C), O < 0 a) >, C z 2 a) C3- 1.- C.-) 1.5 a. tri 0 _1 u) o a) 1- < I -"ao co i- m I- 2 HA , co , , 0 a. < 0 i-- ,--- (..N1 Cr) 1—