Loading...
HomeMy Public PortalAbout027-2014 - Sanitary - Cardno ATC - Construction of Landfill CellsPROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT made and entered into this o?'S day of 41nna.a 2014 and re- ferredto as Contract No. 27-2014, by and between the City of Richmondmunicipal corporation acting by and through its Board of Sanitation Commissioners (hereinafter referred to as the "City") and Cardno ATC, 7988 Centerpoint Drive, Suite 100, Indianapolis, Indiana 46256 (hereinafter referred to as the "Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby retains Contractor to provide certain cell construction engineering professional ser- vices in connection with the New Paris Pike Landfill in Richmond, IN. Specifically, Contractor shall provide services in connection with the construction of landfill Cells 4A, 413, and 4C at the landfill. Contractor's Proposals are dated January 22, 2014 and January 27, 2014, and are attached hereto as Exhibit "A" (two pages), Exhibit "B" (ten pages), Exhibit "C" (seventeen pages), Exhibit "D" (eleven pages), Exhibit "E" (thirteen pages), and Exhibit "F" (eleven pages), and are hereby in- corporated by reference and made a part of this Agreement. Contractor shall perform all services described on said responses, as required. Should any provisions, terms, or conditions contained in any of the documents attached hereto as Exhibits or Addendums, 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 con- trolling. Contractor shall perform all work herein in a timely manner, conforming to all applicable profes- sional standards. 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. SECTION II. STATUS OF CONTRACTOR Contractor shall be deemed to be an independent contractor and is not an employee or agent of the City of Richmond. The Contractor shall provide, at its own expense, competent supervision of the work. SECTION III. COMPENSATION City shall pay Contractor on a time and materials basis, as set forth in the attached exhibits, in an amount not to exceed Thirty -Five Thousand Eight Hundred Dollars and Zero Cents ($35,800.00) Contract No. 27-2014 Page 1 of 6 Y , , for work described in Exhibit "B"; One Hundred Eight Thousand One Hundred Thirty -Five Dol- lars and Zero Cents ($180,135.00) for work described in Exhibit "C"; Fifteen Thousand Three Hundred Dollars and Zero Cents ($15,300.00) for work described in Exhibit "D"; Fifty Thousand Three Hundred One Dollars and Zero Cents ($50,301.00) for work described in Exhibit "E"; and Sixteen Thousand Five Hundred Twenty -One Dollars and Zero Cents ($16,521.00) for work de- scribed in Exhibit "F"; for a total sum not to exceed Two Hundred Ninety -Eight Thousand Fifty - Seven Dollars and Zero Cents ($298,057.00) for the complete and satisfactory performance of all work described on Contractor's proposals. SECTION IV. TERM OF AGREEMENT This Agreement shall become effective when signed by all parties and shall continue in effect until completion of the project. 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 follow- ing: a. failure, for any reason of the Contractor to fulfill in a timely manner its obligations under this Agreement; b. submission of a report, other work product, or advice, whether oral or written, by the Contractor to the City that is incorrect, incomplete, or does not meet reasonable professional standards in any material respect; c. ineffective or improper use of funds provided under this Agreement; d. suspension or termination of the grant funding to the City under which this Agreement is made; or e. unavailability of sufficient funds to make payment on this Agreement. In the event of such termination, the City shall be required to make payment for all work per- formed prior to the date this Agreement is terminated, but shall be relieved of any other responsi- bility herein. This Agreement may also be terminated, in whole or in part, by mutual Agreement of the par- ties by setting forth the reasons for such termination, the effective date, and in the case of partial termination, the portion to be terminated. SECTION V. INDEMNIFICATION AND INSURANCE Contractor agrees to obtain insurance and to indemnify the City for any damage or injury to per- son or property or any other claims which may arise from the Contractor's conduct or perform- ance of this Agreement, either intentionally or negligently; provided, however, that nothing con- tained in this Agreement shall be construed as rendering the Contractor liable for acts of the City, its officers, agents, or employees. Contractor shall as a prerequisite to this Agreement, purchase and thereafter maintain such insurance as will protect it from the claims set forth below which may arise out of or result from the Contractor's operations under this Agreement, whether such operations by the Contractor or by any sub -contractors or by anyone directly or indirectly em- ployed by any of them, or by anyone for whose acts the Contractor may be held responsible. Page 2 of 6 Coveraze Limits A. Worker's Compensation & Statutory Disability Requirements B. Employer's Liability $100,000 C. Comprehensive General Liability Section 1. Bodily Injury $1,000,000 each occurrence $2,000,000 aggregate Section 2. Property Damage $1,000,000 each occurrence D. Comprehensive Auto Liability Section 1. Bodily Injury $1,000,000 each person $1,000,000 each occurrence Section 2. Property Damage $1,000,000 each occurrence E. Comprehensive Umbrella Liability $1,000,000 each occurrence $1,000,000 each aggregate F. Malpractice/Errors & Omissions Insurance $1,000,000 each occurrence $2,000,000 each aggregate SECTION VI. COMPLIANCE WITH WORKER'S COMPENSATION LAW Contractor shall comply with all provisions of the Indiana Worker's Compensation law, and shall, before commencing work under this Agreement, provide the City a certificate of insurance, or a certificate from the industrial board showing that the Contractor has complied with Indiana Code Sections 22-3-2-5, 22-3-5-1 and 22-3-5-2. If Contractor is an out of state employer and therefore subject to another state's worker's compensation law, Contractor may choose to comply with all provisions of its home state's worker's compensation law and provide the City proof of such compliance in lieu of complying with the provisions of the Indiana Worker's Compensation Law. SECTION VII. COMPLIANCE WITH INDIANA E-VERIFY PROGRAM REQUIRE- MENTS Pursuant to Indiana Code 22-5-1.7, Contractor is required to enroll in and verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program. Contractor is not required to verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program if the Indiana E-Verify program no longer exists. Prior to the performance of this Agreement, Contractor shall pro- vide 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 vio- lates IC 22-5-1.7 the Contractor shall be required to remedy the violation not later than thirty (30) days after the City notifies the Contractor of the violation. If Contractor fails to remedy the violation within the thirty (30) day period provided above, the City shall consider the Contractor to be in breach of this Agreement and this Agreement will be terminated. If the City determines that terminating this Agreement would be detrimental to the public interest or public property, the City may allow this Agreement to remain in effect until the City pro - Page 3 of 6 i T cures a new contractor. If this Agreement is terminated under this section, then pursuant to IC 22-5-1.7-13 (c) the Contractor will remain liable to the City for actual damages. SECTION VIII. IRAN INVESTMENT ACTIVITIES Pursuant to Indiana Code (IC) 5-22-16.5, Contractor certifies that Contractor is not engaged in investment activities in Iran. In the event City determines during the course of this Agreement that this certification is no longer valid, City shall notify Contractor in writing of said determination and shall give contractor ninety (90) days within which to respond to the written notice. In the event Contractor fails to demonstrate to the City that the Contractor has ceased investment activities in Iran within ninety (90) days after the written notice is given to the Contractor, the City may proceed with any remedies it may have pursuant to IC 5-22- 16.5. In the event the City determines during the course of this Agreement that this certifica- tion is no longer valid and said determination is not refuted by Contractor in the manner set forth in IC 5-22-16.5, the City reserves the right to consider the Contractor to be in breach of this Agreement and terminate the agreement upon the expiration of the ninety (90) day period set forth above. SECTION IX. PROHIBITION AGAINST DISCRIMINATION A. Pursuant to Indiana Code 22-9-1-10, Contractor, any sub -contractor, or any person acting on behalf of Contractor or any sub -contractor shall not discriminate against any employee or applicant for employment to be employed in the performance of this Agreement, with respect to hire, tenure, terms, conditions or privileges of employment or any matter di- rectly or indirectly related to employment, because of race, religion, color, sex, disability, national origin, or ancestry. B. Pursuant to Indiana Code 5-16-6-1, the Contractor agrees: 1. That in the hiring of employees for the performance of work under this Agree- ment of any subcontract hereunder, Contractor, any subcontractor, or any person acting on behalf of Contractor or any sub -contractor, shall not discriminate by reason of race, religion, color, sex, national origin or ancestry against any citizen of the State of Indiana who is qualified and available to perform the work to which the employment relates; 2. That Contractor, any sub -contractor, or any person action on behalf of Contractor or any sub -contractor shall in no manner discriminate against or intimidate any employee hired for the performance of work under this Agreement on account of race, religion, color, sex, national origin or ancestry; 3. That there may be deducted from the amount payable to Contractor by the City under this Agreement, a penalty of five dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of the Agreement; and 4. That this Agreement may be canceled or terminated by the City and all money due or to become due hereunder may be forfeited, for a second or any subsequent violation of the terms or conditions of this section of the Agreement. C. Violation of the terms or conditions of this Agreement relating to discrimination or in- timidation shall be considered a material breach of this Agreement. Page 4 of 6 SECTION X. RELEASE OF LIABILITY Contractor hereby agrees to release and hold harmless the City and all officers, employees, or agents of the same from all liability which may arise as a result of Contractor's performance of its obligations pursuant to this Agreement. SECTION XI. MISCELLANEOUS This Agreement is personal to the parties hereto and neither party may assign or delegate any of its rights or obligations hereunder without the prior written consent of the other party. Any such delegation or assignment, without the prior written consent of the other party, shall be null and void. This Agreement shall be controlled by and interpreted according to Indiana law and shall be binding upon the parties, their successors and assigns. This document constitutes the entire Agreement between the parties, although it may be altered or amended in whole or in part at any time by filing with the Agreement a written instrument setting forth such changes signed by both parties. By executing this Agreement the parties agree that this document supersedes any previ- ous discussion, negotiation, or conversation relating to the subject matter contained herein. This Agreement may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. The parties hereto submit to jurisdiction of the courts of Wayne County, Indiana, and any suit arising out of this Contract must be filed in said courts. The parties specifically agree that no ar- bitration 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 ac- tion in any alternative forum, venue, or in front of any other tribunal, court, or administrative body other than the Circuit or Superior Courts of Wayne County, Indiana, regardless of any right Contractor may have to bring such suit in front of other tribunals or in other venues. Any person executing this Contract in a representative capacity hereby warrants that he/she has been duly authorized by his or her principal to execute this Contract. In the event of any breach of this Agreement by Contractor, and in addition to any other damages or remedies, Contractor shall be liable for all costs incurred by City in its efforts to enforce this Agreement, 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. 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" THE CITY OF RICHMOND, INDIANA by and through its Board of Sanitation Commissioners By: Sue Miller, President Gilbert Klose, Vice President reg Stiens, Member Date: a ;? s —1 APPROVE f� 06a Sarah L. Hutton, Mayor Date: o� "CONTRACTOR" ATC ASSOCIATES, INC. By: U (Printed: Title: Date: Page 6 of 6 r a written Change Order. Invoices will be issued monthly unless other arrangements are made with our office. We appreciate the opportunity to assist you with this project. If you have any questions concerning information contained in this letter, please do not hesitate to call either of the undersigned at 317.849.4990. Sincer David L. Stelzer Senior Project Eng7eer for Cardno ATC Copies: Elijah Welch, P.E. (RSD) Joe Bartle (RSD) Z. Donald L. Bryenton, P. . Principal Engineer for Cardno ATC January 27, 2014 Mr. Elijah W. Welch, P.E. District Engineer Richmond Sanitary District 2380 Liberty Avenue Richmond, IN 47374 Cardno® ATC Shaping the Future Cardno ATC 7988 Centerpoint Dr. Suite 100 Indianapolis, IN 46256 Phone +1317 849 4990 Fax +1317 849 4278 www.cardno.com www.cardnoatc.com Re: Proposals for Services for Landfill Liners in Cells 4A, 4B, and 4C New Paris Pike Landfill Richmond Sanitary District Richmond, Indiana Cardno ATC Proposals 2014-0033, 2014-0034, 2014-0035, 2014-0036, 2014-0037 Dear Mr. Welch: Cardno ATC is pleased to submit five proposals to provide the Richmond Sanitary District (RSD) with services related to construction planning and then construction quality assurance for New Paris Pike Landfill Cells 4A, 48, and 4C. These proposals include: No. 2014-0033 2014 Prepare Construction Plans and Specifications $35,800. No. 2014-0034 2015 Perform Construction Quality Assurance $180 135. No. 2014-0035 2014 Soil Borrow Evaluation $15,300. No. 2014-0036 2014 and 2015 Survey Services and Test Pad $50,301. No. 2014-0037 2014 Minor Permit Modification Application $16,521. Total of Five Proposals $298,057. This work will be performed in accordance with the Professional Services Agreement between the Richmond Sanitary District and Cardno ATC that is currently being developed. The estimated costs for our services for this project will be invoiced in accordance with the unit rates presented in the attached fee schedules, and as presented on the attached "Estimated Costs of Services" spreadsheets included with each proposal. Therefore, we propose to perform the work described above for a not - to -exceed cost of $298,057. to be billed on a time and materials basis in accordance with the attached Fee Schedules. This amount will not be exceeded without your approval, and all significant changes to the scope of work or project budget will require Australia - Belgium - Canada - Columbia - Ecuador - Germany - Indonesia - Italy - Kenya - New Zealand - Papua New Guinea - Peru - Tanzania - United Arab Emirates - United Kingdom - United States - Operations in 85 countries EXHIBITS PAGE _J_OF� t Shaping the Future PROPOSAL TO PREPARE CONSTRUCTION PLANS AND SPECIFICATIONS FOR CELLS 4A(EAST), 4B(EAST), AND 4C NEW PARIS PIKE LANDFILL RICHMOND SANITARY DISTRICT RICHMOND, INDIANA CARDNO ATC PROPOSAL NO. 086-2014-0033 JANUARY 22, 2014 PREPARED FOR: RICHMOND SANITARY DISTRICT 2380 LIBERTY AVENUE RICHMOND, IN 47374 ATTENTION: MR. ELIJAH WELCH, P.E. EXHIBIT P) PAS -, L-OF I o r January 22, 2014 Mr. Elijah W. Welch, P.E. District Engineer Richmond Sanitary District 2380 Liberty Avenue Richmond, IN 47374 Cardno® ATC Shaping the Future Cardno ATC 7988 Centerpoint Dr. Suite 100 Indianapolis, IN 46256 Phone +1317 849 4990 Fax +1 317 849 4278 www.cardno.com www.cardnoatc.com Re: Proposal to Prepare Construction Plans and Specifications for Cells 4A(East), 4B(East), and 4C New Paris Pike Landfill Richmond Sanitary District Richmond, Indiana Cardno ATC Proposal No. 086-2014-0033 Dear Mr. Welch: Cardno ATC is pleased to provide the Richmond Sanitary District (RSD) with this proposal to prepare the construction plans and specifications for the 2015 construction of the municipal solid waste Cells 4A, 46, and 4C of the New Paris Pike Landfill in Richmond, Indiana. Our understanding of the scope of work, planned project staffing, and the estimated cost for our services are presented herein. We appreciate the opportunity to assist you with this project. If you have any questions concerning information contained in this letter, please do not hesitate to call either of the undersigned at 317.849.4990. Sincerely, David L. Stelzer Senior Project Engineer for Cardno ATC Copies: Elijah Welch, P.E. (RSD) Joe Bartle (RSD) Donald L. Bryenton, P:t. Principal Engineer for Cardno ATC Australia • Belgium • Canada - Columbia - Ecuador - Germany - Indonesia - Italy - Kenya - New Zealand - Papua New Guinea • Peru - Tanzania • United Arab Emirates - United Kingdom - United States - Operations in 85 countries EXHIBITS pgGE 2�OF� Proposal to Prepare Construction Plans and Specifications for Cells 4A(East), 4B(East), and 4C New Paris Pike Landfill Richmond Sanitary District Richmond, Indiana Cardno ATC Proposal No. 086-2014-0033 The scope of work for this project includes the following general tasks related to preparation of construction plans and specifications: • Task 1: Plans and specifications for leachate transfer pipes that drain from Cell 4A to a connection to the existing sanitary sewer. The alignment of this pileline will be altered slightly and manholes will be added as needed to provide 400-ft maximum distances between manholes. We will assume that RSD sewer and manhole specifications will be provided by RSD. We will revise our specifications to be consistent with RSD's specifications. • Task 2: Preparation of construction plans and specifications for excavation and construction of Cells 4A, 4B and 4C. The scope of work does not include the design of dewatering methods that may be needed during construction. • Task 3: The existing haul road divides Cells 4A and 4B into lower portions with typical liners and upper portions with piggyback liners over the closed landfill. It is our understanding that the haul road needs to remain in use during and for some time after construction of Cell 4C and the lower portions of Cells 4A and 4B and that the piggyback -upper portions of Cells 4A and 4B will be constructed at some later date. The existing haul road will be reconstructed as necessary to continue the present use of this haul road and to facilitate the eventual construction of the piggyback -liner portions of Cells 4A and 4B. Plans and details will be prepared as necessary for reconstruction of this haul road. • Task 4: Preparation of an engineer's cost estimate that includes the previous Tasks 1 through 3. • Task 5: Assistance with the bid evaluations. This will include attendance at two meetings and preparation of two addenda to the specifications. • Task 6: Attendance at six design/progress meetings to be held at the landfill office. Cardno ATC will be responsible for preparing meeting agendas and meeting minutes for all project meetings. Cost Estimate The cost associated with preparation of the construction plans and specifications for the landfill project are outlined on the attached spread sheet and are estimated to be $35,800. EXHIBIT .B PAGE 3 - �Iv This total will not be exceeded without additional approval from you. If changes in the program are required, we will consult with you, and with your approval, make the changes that are considered necessary. Any additional work authorized by RSD during this project will be performed in accordance with the unit prices included in the attached fee schedule. This work will be performed in accordance with the existing agreement between RSD and Cardno ATC. EkHIBIT� PAGE�pF rb 000 00 0 0 0 0 00 N Cl)0 O 0 CD It O O4iNcn±WCaCl�NC' CD N N c0 N co E N M O — 4) C.)V ,w C) C) O O n. N Cl U) 1.0 cl) IT CO Nr N � O ZL TTiL TTiNL _LCO 6 O OU 0 O� N U) U) LO CD N0 D oO wc�!aRU0' ,a=VLLddNeRa mt�~►CNY~-i�!�-Va6 O Y� CO O NCD M c CL `C cm O CD o m yLO co N Cc CO N7 3 cl W o o�OOI� NY NC NO E N CO F B)U Ch N WW ° o YQO O O O s CU N CD o a 0 N O O C oc It C co aO c WJ w °c 0coCO . Zp Z NJ CD =V W CV �a i ��Ua X W acOQ z � 0o 0X O U N cZN CL c Z a) W CL V N C+) m = Z C . UCO Z Z - m I- a> co N nW W �UpZOJ - Oc n Z aa)oUv o?>a 0 Y O NZ W d (l1 d co 0 cf) O H 7 Q 7 CD (U F- O F- FaCtitBIT__ PAGE 5 OF ZIP 2014 Fee Schedule Cardno ATC Estimated Unit Quantity Unit Price Extension PROFESSIONAL SERVICES 1. PROFESSIONAL STAFF 1) Engineer/Scienbst/AHERA Building inspector Hr 66.00 0.00 2) Staff Engineer/Scientist Hr 86.00 0.00 3) Project Engineer/Scientist Hr 102.00 0.00 4) Senior Registered/Certified Engineer/ScientisUlnd.Hygienist Hr 115.00 0.00 5) Principal Engineer/Scientist Hr 135.00 0.00 II. SUPPORT STAFF 1) Project Administrator Hr 44.00 0.00 2) Clerical Services Hr 46.00 0.00 3) Senior Draftsperson Hr 72.00 0.00 4) Draftsperson Hr 49.00 0.00 5) Field Technician Hr 46.00 0.00 6) Lead QA Monitor Hr 54.00 0.00 7) QA Monitor I Hr 47.00 0.00 8) CIA Monitor II Hr 45.00 0.00 Environmental Engineering Personnel Subtotal Professional Services Notes; 1. Scientist designation includes geologist, hydrogeologist, environmental scientist, industrial hygienist, biologist, and chemist. 2. Charges for Professional and Support Staff will be made for administration of projects, sample collection, supervision of technician services, field inspection and evaluation, review and analysis of field and laboratory data, report preparation and review, travel time, consultation and meetings related to the project, etc. 3. Time spent in portal -to portal travel in the interest of the job will be charged at the appropriate hourly rate. ENVIRONMENTAL ENGINEERING EXPENSES I. GENERAL EXPENSES 1) Automobile Transportation Mi IRS Rate 2) On -Site Truck Use Day 4200 0.00 3) Subcontract Service or Rental Cost + 10% 1.10 0.00 4) Report Preparation / Permit Fees Cost + 10% 1.10 0.00 5) Special Outside Services (e.g., photographer, film, film processing, overnight delivery, etc.) Cost + 10%, 1.10 0.00 6) Per Diem (food) Day 30.00 0.00 7) Transportation by Commercial Carrier or Rental Car Cost + 10%, 1.10 0.00 B) Out of Town lodging Cost + 10% 1.10 0.00 9) Camera LS 25.00 0.00 11) Color plots (24 in. x 36 in.) Ea 3.00 0.00 12) Color plots (36 in. x 48 in.) Ea 4.50 0.00 13) Nuclear -Density Machine (Weekly) Ea 105,00 0.00 14) Geomembrane Destructive Testing (Field) Wk 250.00 0.00 15) Field Supplies (i.e., tubes, bentonite, boutwell equip.,etc.) Cost+ 10% 1.10 0.00 16) Conformance Testing of Geosynthetic Materials (Subcontracted) Cost + 10% 1.10 0.00 EXHIBIT B PAGE (�OF to 0 IL EQUIPMENT & SUPPLIES Soil/Air Monitoring 1) Photo -ionization Detector 2) Flame -ionization Detector 3) Gastechtor 13) Gas Monitoring Device (weekly) 5) Oxygen Detector 6) Andersen Impactor & VelociCalc 7) Personal Sampling Pumps Groundwater Measurement 1) pH/Temp./Conductivity ORP/D.O. Equipment 2) Water Level Meter 3) Oil/Water Interface Probe 4) In Line Filters Protective Clothing and Equipment 1) EPA Level A Protection or Equivalent 2) EPA Level B Protection or Equivalent 3) EPA Level C Protection or Equivalent 4) EPA Level D Protection or Equivalent 5) Tyvek Disposable Suit 6) Respirators w/ one set of organiclacid cartridges 7) Organiciacid gas cartridges 8) Disposable Sample Gloves -inner (Nitrile) 9) Disposable Sample Gloves -outer 10) Disposable Sample Gloves -cotton inner 11) Disposable Latex Outer Boots Miscellaneous Equipment/Materials Needed 1) Generator (single phase) 2) Survey Equipment 3) Shop -Vac 4) Decontamination Equipment (bucket, brushes, detergent) 5) Visqueen 6) Master Locks 7) Absorbent Pads 8) Absorbent Booms (8 in. x 10 ft.) 9) Absorbent Booms (1 in. x 12 in.) 10) 17H DOT approved 55-gallon Drum 11) Miscellaneous Materials and Supplies for Field Services Expenses and Equipment Subtotal Equipment Notes: 1. Standard non -disposable protective wear and equipment are billed at cost 2. Rates quoted are for short term rental of equipment 3. Other equipment not specifically quoted is available upon request Day 68.00 0.00 Day 78.00 0.00 Day 40.00 0.00 Week 125.00 0.00 Day 40.00 0.00 Day 50.00 0.00 Day 100.00 0.00 Event 40.00 0.00 Event 25.00 0.00 Day 52.00 0.00 Ea 26.00 0.00 Quoted per occurrence Quoted per occurrence Man/Day 160.00 0.DO No added charge Ea 8.00 0.00 Day 26.00 0.D0 Set 13.00 D.00 Ea 0.75 0.00 Ea 6.30 0.00 Ea 1.60 0. DO Ea 5.75 0.00 Day 50.00 0.00 Day 50.00 0.00 Day 37.00 0.00 Day 15.00 0.00 Cost + 10% 1.10 0.00 Ea 10.00 0.00 Ea 1.10 0.00 Ea 47.00 0.00 Ea 5.00 0.00 Ea 40.00 0.00 Cost + 10% 1.10 0.00 EXHIBIT - ;PAGEOF 10 SOIL TESTING PROCEDURES Grain Size Distribution 1) Sieve analyses with decantation 2) Decanting over#200 sieve only 3) Hydrometer 4) Sieve analysis and hydrometer Characterization Tests 1) Atterberg fimits (LL and PL) 2) Water contents (oven dry) 3) Water contents (microwave dry) 4) Specific Gravity 5) Natural density 6) Organic content 7) pH determination 8) Shrinkage limit 9) Molding sample to specific moisture -density 10) Extrude and log Shelby tube samples 11) Caton Exchange Capacity Tests 12) Calcium Carbonate Test Hydraulic Conductivity Tests 1) Constant head 2) Triaxial cell method with back -pressure saturation Compaction Tests 1) Modified Proctor 2) Standard Proctor 3) CBR test Consolidation tests 1) Standard 12 load increment test 2) Additional load increments Strength tests 1) Unconfined compression tests on soil (includes moisture & density) 2) Compression test concrete Triaxial tests on soil 1) Unconsolidated-undrained 2) Consolidated-undrained with pore pressure measurements and back -pressure saturation Materials Laboratory Subtotal: Additional laboratory testing fees available upon request Ea 43.00 0.00 Ea 18.50 0.00 Ea 60.00 0.00 Ea 72.00 0.00 Ea 50.00 0.00 Ea 6.00 0.00 Ea 11.D0 0.00 Ea 35.00 0.00 Ea 19.00 0.00 Ea 23.D0 0.00 Ea 15.D0 0.00 Ea 60.00 0.00 Ea 77.00 0.00 Ea 20.50 b.00 Ea 36.00 0.00 Ea 112.00 0.00 Ea 160.DO 0.00 Ea 230.DO 0.00 Ea 114.DO 0.00 Ea 108.00 0.00 Ea/Pt 81.00 0.DO Ea 286.00 0.00 Ea 17.50 0.00 Ea 47.00 0.00 Ea 9.00 0.00 Pt 110.00 0.00 Pt 300.00 0.00 EXHIBIT.._. PAGE _OF 1 C ENVIRONMENTAL DRILLING SERVICES1,2,3,4 I. GENERAL DRILLING SERVICES Environmental Project Mobilization of drill rig, crew, and 1) equipment to site and return' LS 600.00 0.00 2) 3-1/4 in I.D. HSA (D-50 It deep) Ft 6.75 0.00 3) 3-114 in I.D. HSA (50-100 ft deep) Ft 8.75 0.00 4) 4-1/4 in I.D. HSA (D-50 ft deep) Ft 6.75 0.00 5) 4-1/4 in I.D. HSA (50-100 ft deep) Ft 8.75 0.00 6) 6-1/4 in HSA Ream (0-50 it deep) Ft 9.DO 0.00 7) 8-1/4 in HSA Ream (0-50 ft deep) Ft 14.50 O.OD 8) 10-1/4 in HSA Ream (0-50 ft deep) Ft 18.50 0.00 10) 2 in O.D. Split Spoon (Driven 18 in) Ea 12.50 0.00 11) 2 in O.D. Split Spoon (Driven 24 in) from 0-50' Ea 16.50 0.00 12) 2 in O.D. Sprit Spoon (Driven 24 in) from 50-100' Ea 19.00 0.00 13) 3 in O.D. Split Spoon (Driven 18 in) Ea 25.75 0.00 14) 3 in Shelby Tubes Ea 52.00 0.00 15) California Sampler Ea 52.DO 0.00 16) NX Rock Core (3 in Borehole Diameter) Ft 28.00 0.00 17) Rock Coring Setup Ea 92.00 0.00 18) Concrete plug for boreholes w/o wells Ea 20.50 0.00 19) Cutting through pavement Inch 12.50 0.00 20) Casing advancer (0-50 ft) Ft 21.50 0.00 21) Bulk Samples (50 ibs) Ea 30.75 0.00 II. GEOPROBE DRILLING SERVICES 1) Mobilization/demob LS 312.00 0.00 2) Probe & crew day 850.00 0.00 3) Probe & crew - Minimum charge day 725.00 0.00 III. MATERIALS AND SUPPLIES Monitoring Well Materials 1) 1 in Flush Sch 40 PVC Riser Ft 1.80 0.00 2) 1 in Flush Sch 4D PVC Screen Ft 3.10 0.00 3) 1 in Bottom plug/top cap Ea 4.15 0.00 4) 2 in Flush Sch. 40 PVC Riser Ft 2.60 0.00 5) 2 in Flush Sch. 40 PVC Screen Ft 5.65 0.00 6) Top Caps or Bottom Plugs Ea 7.85 0.00 7) 2 in Lockable Top Caps Ea 20.50 0.00 8) 4 in. Steel Protective Cover Ea 82.DO 0.00 9) 4 in Aluminum Protective Cover Ea 225.00 0.00 10) 4 in Flush Sch 40 PVC Riser Ft 5.15 0.00 11) 4 in Flush Sch 40 PVC Screen Ft 9.20 0.00 12) 4 in Top Caps or Bottom Plugs Ea 16.35 0.DO 13) 4 in Lockable Top Caps Ea 26.75 0.00 14) 6 in Steel Protective Cover Ea 108.00 0.00 15) 6 in Aluminum Protective Cover Ea 335.00 0.00 16) Bollards Ea 100.00 O.DO Miscellaneous Monitoring Well Materials 1) Filter Pack Sand (50 lb. Bags) Ea 6.50 0.00 2) Cement (94lb. Bags) Ea 8.50 0.00 3) Bentonite Powder/Granules (501b. Bags) Ea 13.00 0.DO 4) Bentonite Pellets (50 lb. Bucket) Ea 59.00 0.00 5) Flush Mount Well Cover Ea 108.00 0.00 6) Concrete (40 lb. Bag) Ea 8.50 0.00 7) Volclay (50 lb. Bag) Ea 19.00 0.00 8) 55 gallon drums Ea 45.00 0.00 EXHIBIT B PAGE 9' OF 10 1 IV. MISCELLANEOUS RATES E 1) Well Installation Hr 118.00 0.00 2) Well Development Hr 111.00 0.00 3) Decontamination of Equipment Ea 175.00 0.00 4) Borehole Grouting Ft 6.50 0.00 5) Backfilling borings with neat cement or bentonite grout Ft 8.25 0.00 6) Non -Operation Time: hauling water, staging cuttings and/or drums, rig standby time, excess moving, utility clearances, boring layout, etc. Hr 110,00 0.00 7) Abandon 2 in. Monitoring Well In -place Ft 6.50 0.00 8) Abandon 2 in. Monitoring Well by Overdrilfing Ft 20.00 0.00 9) State Well Installation/Abandonment Forms Ea 20.00 0.00 V. EQUIPMENT RENTAL AND CREW EXPENSES 1) Use of AN Mounted Drill Rig Day 155.00 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 under adverse site conditions Cost + 10% 1.10 0.00 4) Drill crew Lodging & Per -Diem (per crew/day) Crew -Day 66.50 0.00 5) Concrete Saw Day 77.50 0.00 6) Generator Day 70.00 0.00 7) Hot Water Pressure Washer Day 125.00 0.00 Drilling Subtotal: Drilling Notes: 1. These unit rates are for work under EPA "Level Y safety conditions. 2. All work to be performed on a non -union basis. 3. The unit rates listed above are based or. no boring exceeding 100 ft_ 4. Mobilization rates may vary based on the distance to the site from the Cardno ATC office in Indianapolis, Indiana. PROJECT TOTAL EXHIBIT $ PAGE 10 OF IQ ATC Shaping the Future PROPOSAL TO PERFORM CONSTRUCTION QUALITY ASSURANCE FOR CELLS 4A(EAST), 413(EAST), AND 4C DURING 2015 NEW PARIS PIKE LANDFILL RICHMOND SANITARY DISTRICT RICHMOND, INDIANA CARDNO ATC PROPOSAL NO. 086-2014-0034 JAN UARY 27, 2014 PREPARED FOR: RICHMOND SANITARY DISTRICT 2380 LIBERTY AVENUE RICHMOND, IN 47374 ATTENTION: MR. ELIJAH WELCH, P.E. EXHIBIT __C_- PAGE -LOF- �� Cardno® ATC Shaping the Future January 27, 2014 Mr. Elijah Welch, P.E. Richmond Sanitary District 2380 Liberty Avenue Richmond, IN 47374 Re: Proposal to Perform Construction Quality Assurance for Cells 4A(East), 4B(East), and 4C During 2015 New Paris Pike Landfill Richmond Sanitary District Richmond, Indiana Cardno ATC Proposal No. 086-2014-0034 Dear Mr. Welch: Cardno ATC is pleased to provide the Richmond Sanitary District (RSD) with this proposal to provide Construction Quality Assurance for the construction of the 13 acres of municipal solid waste landfill liner for Cells 4A, 4B, and 4C of the New Paris Pike Landfill in Richmond, Indiana. Our understanding of the scope of work, planned project staffing, and the estimated cost for our services are presented herein. We appreciate the opportunity to assist you with this project. If you have any questions concerning information contained in this letter, please do not hesitate to call either of the undersigned at 317.849.4990. Sincerely, L7avid L. Stelzer Senior Project Engineer for Cardno ATC Copies: Elijah Welch, P.E. (RSD) Joe Bartle (RSD) Cardno ATC 7988 Centerpoint Dr. Suite 100 Indianapolis, IN 46256 Phone +1 317 849 4990 Fax +1317 849 4278 www.cardno.com www.cardnoatc.com Donald L. Bryenton, P.E' w Principal Engineer for Cardno ATC EXHIBIT L PAGE a OFF PROPOSAL TO PERFORM CONSTRUCTION QUALITY ASSURANCE FOR CELLS 4A(EAST), 413(EAST), AND 4C DURING 2015 NEW PARIS PIKE LANDFILL RICHMOND SANITARY DISTRICT RICHMOND, INDIANA CARDNO ATC PROPOSAL NUMBER 086-2014-0034 Introduction This proposal addresses the provision of services relating to Construction Quality Assurance (CQA) monitoring activities at the New Paris Pike Landfill. These services will be provided in accordance with the Construction Quality Assurance Manual for this project. This proposal includes estimates of time and expenses related to Construction Quality Assurance Monitoring for the construction and installation of 13 acres of soil and geosynthetic components of landfill liner for Cell 4C and the eastern portions of Cells 4A and 413. A detailed description of the anticipated services for each of these tasks is provided in subsequent sections of this proposal. It is assumed that CQA of the pipelines to be constructed outside of the landfill liner of Cells 4A(East), 413(East), and 4C will be performed by Richmond Sanitary District (RSD) staff. Cardno ATC proposes to provide construction quality assurance and certification report services in accordance with the referenced project documents. Cardno ATC will establish a CQA team for on - site monitoring and documentation of construction activity and progress. Our team will consist of a soil technician and specialized geomembrane monitors working under the direction of our engineering staff. Dave Stelzer will perform as the senior project engineer and project manager, Dan McVay will perform the duties of the project engineer, and Don Bryenton will serve as the certifying engineer. Messrs. Stelzer, McVay, and Bryenton have served in similar roles on CQA services for landfills across Indiana for approximately twenty years. It is noted that Cardno ATC has provided CQA services for over 700 acres of soil liner and over 600 acres of geomembrane liner on projects in Indiana that have been reviewed and approved by the Indiana Department of Environmental Management. This includes over 200 acres of soil liner and over 75 acres of geomembrane liner CQA at generating station landfills in Indiana. To support the field CQA efforts, a CQA office will be established in either an on -site trailer or on -site office that we assume you will provide at no cost to Cardno ATC. It should also be noted that our cost estimate includes the performance of routine geomembrane destructive testing at an offsite geosynthetics laboratory and onsite using our own calibrated equipment as needed. Conformance testing and interface friction testing performed on the geosynthetic materials will be completed by TRI/Environmental, Inc of Austin, Texas. Upon completion of the project, Cardno ATC will provide a certification report for the liner construction that is signed by a professional engineer registered in the State of Indiana and suitable for submission EXHIBIT C PAGE 3 OFF __, _ ---- ---- to the Indiana Department of Environmental Management (IDEM). Unless otherwise noted, our proposal addresses the scope of work as outlined in the CQA plan and is based upon the construction durations as noted herein. The following assumptions were utilized during preparation of this proposal: • Surveying services for as -built drawing preparation and to verify elevations and thicknesses of the subgrade, the liner -and the leachate collection layer will be provided in another proposal. • Field office, electricity, water, phone, fax and copier to be provided by others. • Weather delay days during construction, when no construction project related work can be accomplished and Cardno ATC field personnel are not required to be on site, will be invoiced at four (4) hours per day per individual. Field personnel will remain on -site for the minimum four hour period during which time they will update any outstanding QA paperwork. When work is performed off -site during weather delays, it will be billed accordingly with no hourly minimum. If no work is performed off -site during weather delays, no hours will be billed. The following sections present the scope of work and our estimated costs. We understand that, in general, Cardno ATC will be responsible for monitoring and documenting the activities and workmanship of the contractors, suppliers, and installers to confirm that the construction of the various components of this project are in accordance with the project drawings, specifications and CQA Plan. CQA Services for Cells 4A(East), 4B(East), and 4C This phase of development will consist of performing CQA services during the construction of Cells 4A(East), 4B(East), and 4C. It is assumed that CQA of the pipelines to be constructed outside the landfill liner of Cells 4A, 4B, and 4C will be performed by RSD staff. Task 1 - Preconstruction Testing This proposal includes time to review the Contractor submittals related to material specifications and attendance at the first preconstruction meeting by the soils technician and the senior project engineer It has been assumed that a second preconstruction meeting will be attended by the senior project engineer and the quality assurance technician prior to geomembrane deployment. This task also includes one field trip by the senior project engineer to observe the site conditions and to coordinate the collection of bulk samples for the performance of preconstruction laboratory testing of the materials proposed for use in the construction of the soil liner and the drainage layer. In accordance with the CQA Plan and typical Indiana landfill liner requirements, conformance testing will be performed on the geomembrane prior to construction at a rate of one sample per 50,000 sq ft (twelve samples) to determine: • Carbon Black Content (ASTM D1603). • Carbon Black Dispersion (ASTM D5596). • Tensile Properties (ASTM D6693). • Asperity Height (ASTM D7466). and for all rolls (forty eight samples) to determine: EXHIBIT AGE � i • Thickness (ASTM D5994). The cost estimate for this task is based on the assumption that the samples for "Conformance Testing" will be obtained at the manufacturer's plant prior to shipping the material to the site. Conformance testing on all geosynthetic materials will be performed by TRI. The results of all preconstruction testing will be provided at progress meetings and included in the final CQA report. It is required to perform two interface friction tests on the liner materials. In the event that IDEM requires additional interface friction testing, an addendum to this proposal will be submitted for your review and approval. The surfaces to be tested for interface friction include: • Soil-to-Geomembrane (ASTM D6243) and • Geomembrane-to-geotextile (ASTM D5321). Based on the material quantities listed above, this proposal includes the costs to perform preconstruction testing on samples collected from the selected borrow area to meet the testing frequency required in the CQA Manual (i.e., one sample per 10,000 cu yds for hydraulic conductivity and one sample per 5,000 cu yds for other tests). The tests to be performed will consist of the following parameters: • Grain Size Distribution (fourteen). • Atterberg Limits (fourteen). • Moisture/Density Relationship (fourteen). • Hydraulic Conductivity Tests performed on remolded soil samples (seven). • Moisture Content (fourteen). In this proposal, it has been assumed that the preconstruction tests of the borrow soils can be used to meet IDEM's requirements for a test pad wavier. In the event that the borrow soil samples do not meet IDEM's test pad wavier requirements, we have provided the costs for monitoring of a test pad in a separate proposal. Further, to satisfy preconstruction requirements, a minimum of one aggregate sample per source of the granular material proposed for use in constructing the drainage layer will be obtained and tested for the following parameters: • Grain Size Distribution (two). • Laboratory Hydraulic Conductivity (two). • Calcium Carbonate Content (two). The results of all preconstruction testing will be provided at progress meetings and included in the final CQA report. It is assumed that the senior engineer will spend a total of eight office hours on preconstruction testing compilation. Task 2 - Soil Liner Monitoring It is our understanding that the base of the landfill will be excavated to a minimum depth of 3 feet below the top of the clay liner elevation. The base of the excavation will then be visually examined before constructing a 3-ft-thick compacted soil liner. The soil liner material will consist of on -site soils compacted to a minimum of 95 percent of the standard Proctor maximum dry density at a moisture EXHIBIT C PAGE , OF 17 content within the approved permeability window that will typically lie above (wetter than) the standard Proctor optimum moisture content. We anticipate that one soils technician will be on -site, full-time to monitor the placement of the thirty- six (36) inch thick layer of compacted soil liner. The following field activities will be performed during this phase of construction: • Visual examination of the surface of the subgrade prior to placement of the initial lift of liner soils. • Visual examination of the liner soil for unsuitable inclusions such as rocks, roots, and foreign materials. • Observe and document the placement of soils, note non-conformance and assist with the development of remedies to non -conforming areas. • Field determination of moisture/density at a frequency of not less than five tests per acre per lift in accordance with the CQA Plan. • Procure borrow source samples for laboratory testing. • Maintain drawings delineating approximate locations of field tests performed. • Visual examination of the compacted liner base surfaces for cracks, evidence of desiccation, or other defects. • Complete a summary of each day's testing results and provide a daily report. The location of each moisture/density test will be estimated by our field personnel for preparation of final report drawings. Perforations into the soil liner for field density testing will be backfilled with bentonite or a soil/bentonite mixture. It has been assumed that the contractor will assist in the collection of the Shelby tube samples of the soil liner at no cost to Cardno ATC. We will use 4 in. diameter Shelby tubes to collect the samples. These tubes will be sealed in the field and returned to our laboratory for testing. To increase the probability of obtaining a testable sample, we plan to collect at least two Shelby tubes at each sampling location. One of the tubes will be extruded and visually inspected for signs of sample disturbance. If the sample appears to be intact, we will perform the required hydraulic conductivity test. The second tube obtained from each location will be stored until IDEM has completed its review of the CQA Report. In the event that the permeability test result for a given sample does not meet the minimum project specifications, the extra tube from that particular lift will be extruded and tested. All untested tubes will be discarded without extruding. A minimum of one Shelby tube sample per compacted soil lift per acre will be tested to determine moisture content, dry density, grain size distribution, and Atterberg Limits. The cost estimate includes hydraulic conductivity testing for two extra samples to allow for two failing tests. As required by the CQA Plan, the scope of work for this task also includes a moisture/density relationship tests of one test per 5,000 cu yds of liner material. The tests to be performed for will consist of the following parameters: • Grain Size Distribution (fifty-two). • Afterberg Limits (fifty-two). • Moisture/Density Relationship (fourteen). • Hydraulic Conductivity Tests performed on Shelby tube samples (fifty-four). EXHIBIT C PAGE 4, OF 17 The Bost estimate is based on the assumption that one soils technician will provide CQA monitoring on a five -day -per -week, twelve -hour -per -day schedule for a total of ten weeks. Further, it has been assumed that the senior project engineer or project engineer will attend weekly on -site progress meetings (eight hours per week), prepare and distribute meeting minutes, review field reports and compile field data (eight hours per week). The costs for the surveying required to measure the thickness of the compacted soil liner will be included in a separate proposal. Task 3 - Geomembrane Monitoring Cardno ATC will provide monitoring services to observe and document the various activities involved in the geomembrane installation process. The three basic installation activities to be monitored are: geomembrane deployment, welding/joining, and weld continuity testing. Geomembrane deployment includes: • Subgrade Conditions (proofrolling, protrusions, desiccation, etc.). • Sheet Quality. • Sheet Thickness (during deployment). • Sheet Overlap. • Roll and Panel Number Marking and As -built Mapping. • Temporary Anchoring and/or Sheet Bonding. WeldingfJoining includes: • Repair Identification, Documentation and As -built Mapping. • Sheet Grinding (as required). • Seam Alignment (minimize wrinkles etc.). • Visual Observation/Documentation of Welding. • Seam Continuity. • Trial Seam Monitoring. • Destructive Sample Procurement, On -Site Laboratory Testing; and As -Built Mapping. Weld continuity testing includes: • Weld Continuity Testing (non-destructive testing) and • Discontinuity Marking and Repair. It should also be noted that our cost estimate includes the performance of fifty-four routine geomembrane destructive tests at an offsite geosynthetics laboratory. Onsite testing will be performed as needed using our own calibrated equipment. It has been assumed that the surveying that is necessary to prepare an as -built drawing of the cell, to include: the cell limits, panel corners and destructive testing locations, will be included in a separate proposal. The geosynthetic monitoring project team will consist of a Senior Geosynthetic Technician (Lead QA Monitor) and two Geosynthetic monitors (QA Monitor). The Lead QA Monitor will be responsible for coordination of all field monitoring activities and verification of completeness and accuracy of all documentation (i.e. tracking forms, daily reports, etc.). Additionally, the lead QA monitor will attend all EXHIBIT C PAGE JOF1_I progress meetings and any problem resolution meetings. The individual will communicate daily with Cardno ATC's Project Manager and coordinate the field activities with your on -site representative. Following completion of a section of geomembrane, a cushion geotextile will be installed.. It will be Cardno ATC's responsibility to observe that the geotextile is installed in accordance with the CQA plan. It has been assumed that one technician will provide CQA monitoring during the installation of the geomembrane. Our proposal includes two technicians to provide CQA monitoring during the installation of the geomembrane and geotextile on a six -day -per -week, fourteen -hour -per -day schedule for a total of twenty days. The cost estimate also includes the time and expenses required to set up/remove the on -site testing equipment as well as the on -site CQA office. During installation of the liner the technicians will observe and document the installation procedures and compile the necessary information for the Final Certification Report. Further, it has been assumed that the senior project engineer or project engineer will attend weekly on -site progress meetings (eight hours per week), prepare and distribute meeting minutes, review field reports and compile field data (eight hours per week). The costs for the surveying required for this task is included in a separate proposal. Task 4 - Drainage Layer Monitoring Following installation of the geotextile, a 1-foot- thick leachate collection layer will be placed. It will be Cardno ATC's responsibility to monitor the placement of this layer in accordance with the CQA plan. The following laboratory testing services will be provided during geomembrane and drainage layer installation, testing and monitoring. It should be noted that the CQA Plan does not require any conformance testing of the geotextile materials. In accordance with the CQA Manual, samples of the material used in constructing the 1-ft-thick drainage layer will be obtained and tested for the following parameters: • Grain Size Distribution (twelve tests) and • Laboratory Hydraulic Conductivity (seven tests). The cost estimate is based on the assumption that one soils technician will provide CQA monitoring on a five -day -per -week, twelve -hour -per -day schedule for a total of three weeks. Further, it has been assumed that the senior project engineer or project engineer will attend weekly on -site progress meetings (eight hours per week), prepare and distribute meeting minutes, review field reports and compile field data (four hours per week). It has been assumed that the costs of surveying required to measure the thickness of the drainage layer will be included in a separate proposal. Task 5 - Certification Report All data generated during field CQA monitoring will be reviewed for completeness and accuracy, summarized on a daily basis and submitted to the project secretary for computer data reduction. This will expedite and facilitate the review of project documentation by the CQA Project Manager and provide efficient incorporation into the certification package. EEEi2��� It is our understanding that others will perform the surveying services required to certify that both the soil liner and the drainage layer have been constructed at the design elevations and at the specified thicknesses. Further, it has been assumed that the surveyor will provide all surveying related to documentation of the installation of the geomembrane and that all of the survey information will be provided for inclusion in the certification report, at no cost to Cardno ATC. The scope of work does include the development of a drawing illustrating the general geomembrane panel layout as well as the location of all geomembrane testing. This drawing will be based on general measurements made by the surveyor and verified by Cardno ATC during the construction of the liner system. It has also been assumed that the level of drafting required to complete the as -built drawings will not exceed forty hours which does include major revisions to the approved permit drawings. Clerical time is also estimated to be forty hours. Copies of the as -built drawings will be submitted as a hard copy and in an AutoCAD file if requested. It has been assumed that one certification report will be completed all Cells 4A, 4B, and 4C of the landfill liner. One copy of the draft version and five final copies (2 to IDEM and 3 for your files) will be prepared for natural and geosynthetic materials installation. The draft version will be submitted within approximately one week of completion of the field work. The final certification report will be submitted to IDEM within approximately one week of your review and approval of the draft report. We have assumed that the lead QA monitor and the senior project engineer will each spend no more than forty hours and the principal/certifying engineer will spend no more than eight hours in preparation of the certification report. The report will be prepared under the direction of and signed by the certifying engineer who is a professional engineer registered in the State of Indiana. Task 6 - Project Management Project Management is directed towards the anticipated level of effort required by the Certifying Engineer and Senior Project Engineer for this project. It is estimated that an additional eight hours by the Certifying Engineer and forty hours by the Senior Project Engineer will be required to manage the project. Cost Estimate The estimated costs for our services for this project 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. For purposes of establishing the budget for our services, we have utilized the construction durations as presented in the previous sections. Should additional personnel be required on -site during the course of the construction activities due to an increase of the installation crew size, accelerated construction schedule, unforeseen circumstances and/or weather delays which require attention beyond the scope outlined, Cardno ATC, upon authorization from your representative, will provide said services and invoice the additional costs. These tasks and their associated costs will be documented in writing and provided to your EXHIBIT C PAGE �J_OFJJ_ representative as soon as possible. The enclosed spread sheet summary presents a breakdown of the anticipated costs based on the scope of work outlined above. We propose to perform the work described above for a not -to -exceed cost of $180,135. to be billed on a time and materials basis in accordance with the attached Fee Schedule. This amount will not be exceeded without your approval, and all significant changes to the scope of work or project budget will require a written Change Order. Invoices will be issued monthly unless other arrangements are made with our office. Our professional services will be performed, our findings obtained and our recommendations prepared in accordance with customary principles and practices in the fields of environmental science and engineering. This warranty is in lieu of all other warranties either express or implied and no other warranties will be given. Please acknowledge the terms of our proposal by completing the requested information, signing, and dating the Proposal Acceptance Form. We ask that you return an executed copy of the Proposal Acceptance Sheet (or other signed authorization that references our proposal number). The written proposal, including the terms and conditions, constitutes the contract. Upon receipt of signed authorization, we will schedule and begin work on the project. This proposal and any associated terms and conditions are considered to be valid for a period of 90 days from the date above. EXHIBtT� 0 0F� U a N C m N y a o v � c o N U a o m N in NCN , Z O 7 O Z m 0 O CL O 0 0 0 0 0 0 0 0 o 000000 `� co cooai00 U o IV Co o co oOvorn(o C v co o v ui co69b�a6v9,�; CN 64 6H Oo 0 aD 0 0 0 0 0 0 0 0 0 0 0 0 ry t O o 0 0 0 Oi� 0 N N C m v v i.- coco 69 Q_ Q M Wm N 69 fR 69 O O O O O O O O O Cl CD O O O 0 O o 0 0 0 0 0 () N M 'Ith O CO OOi (0 N U) (O (O O (O v v Co U-)69 iH m J vT U> 69 69 6q O m O O m v v v cc us 0 0 0 c o 0 o 0 0 d m Q v v r- E9 CC N O O Q 2 O O Oci (O c O coo N N n v W, C 69 O Q O d o0 0 O C O coN O � O v CO N m O N co V! 0 0 U O O co 0 CDFL0 co CO � o V N (D 69 M fA 0 0 0 �� o 0 10 O p C a W � O O O N C N N N CA 0 0 U) O LO o W Cl co m v N C CO W �4 CO 0 m d o 0 O m O Lo C C cn v CD v cn o co 10 (� W) v ` c Q W (A N X U7 � O CD m C C (� J N J O C C F .O O O m O C N cn U N m O C U o C m m EE OC, C E N E l6 L (m,) w U 7 O GI 0 M O o o :E Y N a`� m m m 0 0` a N a m H N (7 v (O (O 11h- DI f— EXHIBIT C PAGE _L4_0F A U v c V J N N m CD U 0. o m c m cc c cc m N Z CDn N O O O U7 O O O O O ap O 00 O O I-- U v p� ap ago CD M 69� N V N V' 6S 0 60) 69 64 N Y o O C) C)O O O O O O 47 O� O O O O O O O O O O O O O .- .- O O N N N + O 64 69 fPr O fA N C (fT 69. 69� a-a)y O S K U (� W 0 0 0 0 0 0 0 (0 0 0 O O O O p O O h (O O O O 7 m N r O U ffl3 64 Vi m 0OooO�200000 0U.) 0 7 0 O O C)O (O 00 C)O m O O O C, C)O C:)66-169 O O O It U � � u 69 C) O (O to( c A N 0 2 O N 66, 0 0 0 0 0 0 0 C. 0 0 00 O (0 0 N� �O O O O C. kn Lo O O 0 (O O Cc `~ N �n N co f-7O 6% 69 69 (�] co 69 69 '7 CV d 4T 64 O O O O0 � 00 0 0 0 0 0 v C) E O 0 p Lo O N U N O o Lo O C) O t- U) E i 69 vi 64 64 69 C14 co 6% y H aa) Vr N 69 64 o 0 0 0 C. C. O o 0 C. m C p O O O O O O O 00 'Q + O O O O O O N-7 O a O (h O O O V O V 64 V) L N O ( fl _ (A V) U 69. 0 o o o o o 0 o o 0 0 o 0 0 0 C Y C) .- O O O O O - 0 0 [O >, CD C7 O O O O C)O O CD L N 3 64 C) 6-1 4i 69 O 00 Z I m of 64 O O O O O O 0 0 (q O O O C)o O �O C)0 O) N o -0 .0 (D J y M N co6%).0 (M (O 609 69 M .- Lo N CD m H' m 69 N 69 C1 64 69 0 000000!n00000 Lo C) C) o Ou70v0�0 0 0 0 0 0 o + N (n V (m (7 (h 64 V' O) O U 64 69 64 fPr E O O O O O O (O 0 0 0 C) C)(O 00 c T N m O 0 O �T O H O O O O O O O O O O O O 0 0 N m N 69 O O N 10 � 69 V-) m 69 u7 a(O m a 6� ai g F» F» v► N N O cyl C C a) (7 m J 0) (D J - a C C 0 O C G) H o m m CD Q (D O U y C m O C 2 U n U o C m NCL m E m E a) E m L iE U U O U O O U C m U a) m a) c o a` a I- N knJ 1,fl(C) (O fn 1- EXHIBIT C'_ PAGE 1,2 OF1 2014 Fee Schedule Cardno ATC Estimated Unit Quantity Unit Price Extension PROFESSIONAL SERVICES I. PROFESSIONAL STAFF 1) Engineer/Scientist/AHERA Building Inspector Hr 66.00 0,00 2) Staff Engineer/Scientist Hr 86.00 0.00 3) Project Engineer/Scientist Hr 102-00 0.00 4) Senior Registered/Certified Engineer/ScientisUlnd.Hygienist Hr 115.00 0.00 5) Principal Engineer/Scientist Hr 135.00 D.DO It. SUPPORT STAFF 1) Project Administrator Hr 44.00 0.00 2) Clerical Services Hr 46.00 0.00 3) Senior Draftsperson Hr 72.00 0.00 4) Draftsperson Hr 49.00 0.DO 5) Field Technician Hr 46.00 0.DO 6) Lead QA Monitor Hr 54.00 0.00 7) QA Monitor I Hr 47.00 0.00 8) QA Monitor II Hr 45.00 0.00 Environmental Engineering Personnel Subtotal Professional Services Notes: 1. Scientist designation includes geologist, hydrogeologist, environmental scientist, industrial hygienist, biologist, and chemist. 2. Charges for Professional and Support Staff will be made for administration of projects, sample collection, supervision of technician services, field inspection and evaluation, review and analysis of field and laboratory data, report preparation and review, travel time, consultation and meetings related to the project, etc. 3. Time spent in portal -to portal travel in the interest of the job will be charged at the appropriate hourly rate. ENVIRONMENTAL ENGINEERING EXPENSES I. GENERAL EXPENSES 1) Automobile Transportation Mi IRS Rate 2) On -Site Truck Use Day 42,00 0.00 3) Subcontract Service or Rental Cost + 10% 1.10 0.00 4) Report Preparation / Permit Fees Cost + 10% 1.10 0.00 5) Special Outside Services (e.g., photographer, film, film processing, overnight delivery, etc.) Cost + 10% 1.10 0.00 6) Per Diem (food) Day 30.00 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 25.D0 0.00 11) Color plots (24 in. x 36 in.) Ea 3.00 0.00 12) Color plots (36 in. x 48 in.) Ea 4.50 0.00 13) Nuclear -Density Machine (Weekly) Ea 105.00 0.00 14) Geomembrane Destructive Testing (Feld) Wk 250.00 0.00 15) Field Supplies (i.e., tubes, bentonite, boutwell equip -,etc.) Cost + 10%0 1.10 0.00 16) Conformance Testing of Geosynthetic Matenals (Subcontracted) Cost + 10% 1.10 0,00 EXHIBIT C PAGE -13 0� H. EQUIPMENT & SUPPLIES SoilfAir Monitoring 1) Photo -ionization Detector 2) Flame -ionization Detector 3) Gastechtor 13) Gas Monitoring Device (weekly) 5) Oxygen Detector 6) Andersen Impactor & VelociCalc 7) Personal Sampling Pumps Groundwater Measurement 1) pHlTemp./Conductivity ORP/D.O. Equipment 2) Water Level Meter 3) Oil/Water Interface Probe 4) In Line Filters Protective Clothing and Equipment 1) EPA Level A Protection or Equivalent 2) EPA Level B Protection or Equivalent 3) EPA Level C Protection or Equivalent 4) EPA Level D Protection or Equivalent 5) Tyvek Disposable Suit 6) Respirators w/ one set of organiclacid cartridges 7) Organiclacid gas cartridges 8) Disposable Sample Gloves -inner (Nitrile) 9) Disposable Sample Gloves -outer 10) Disposable Sample Gloves -cotton inner 11) Disposable Latex Outer Boots Miscellaneous Equipment/Materials Needed 1) Generator (single phase) 2) Survey Equipment 3) Shop -Vac 4) Decontamination Equipment (bucket, brushes, detergent) 5) Visqueen 6) Master Locks 7) Absorbent Pads 8) Absorbent Booms (8 in. x 10 ft.) 9) Absorbent Booms (1 in x 12 in.) 10) 17H DOT approved 55-gallon Drum 11) Miscellaneous Materials and Supplies for Field Services Expenses and Equipment Subtotal Equipment Notes: 1. Standard non -disposable protective wear and equipment are billed at cost. 2. Rates quoted are for short term rental of equipment. 3. Other equipment not specifically quoted is available upon request. Day 68.00 0.00 Day 78.00 0.00 Day 40.00 0.00 Week 125.00 0.00 Day 40.00 0.00 Day 50.00 0.00 Day 100.00 0.00 Event 40.00 0.00 Event 25.00 0.00 Day 52.00 0.00 Ea 26.00 0.00 Quoted per occurrence Quoted per occurrence Man/Day 160.00 0.00 No added charge Ea 8.00 0.00 Day 26.00 0.00 Set 13.00 0.00 Ea 0.75 0.00 Ea 6.30 0.00 Ea 1.60 0.00 Ea 5.75 0.00 Day 50.00 0.00 Day 50.00 0.00 Day 37.00 0.00 Day 15.00 0.00 Cost + 10% 1.10 0.00 Ea 10.00 0.00 Ea 1.10 0.00 Ea 47.00 0.00 Ea 5.00 0.00 Ea 40.00 0.00 Cost + 10% 1.10 0.00 EJ(NIBIT� pgG„�J�OF� MATERIALS LABORATORY I. SOIL TESTING PROCEDURES Grain Size Distribution 1) Sieve analyses with decantation 2) Decanting over #200 sieve only 3) Hydrometer 4) Sieve analysis and hydrometer Characterization Tests 1) Atterberg limits (LL and PL) 2) Water contents (oven dry) 3) Water contents (microwave dry) 4) Specific Gravity 5) Natural density 6) Organic content 7) pH determination 8) Shrinkage limit 9) Molding sample to specific moisture -density 10) Extrude and log Shelby tube samples 11) Cation Exchange Capacity Tests 12) Calcium Carbonate Test Hydraulic Conductivity Tests 1) Constant head 2) Triaxial cell method with back -pressure saturation Compaction Tests 1) Modified Proctor 2) Standard Proctor 3) CBR test Consolidation tests 1) Standard 12 load increment test 2) Additional load increments Strength tests 1) Unconfined compression tests on soil Wcludes moisture & density) 2) Compression test concrete Triaxial tests on soil 1) Unconsolidated-undrained 2) Consolidated-undrained with pore pressure measurements and back -pressure saturation Materials Laboratory Subtotal: Additional laboratory testing fees available upon request Ea 43.00 0.00 Ea 18.50 0.00 Ea 60.00 Ea 72.00 0.00 Ea 50.00 0.00 Ea 6.00 0.00 Ea 11.00 0.00 Ea 35.00 0.00 Ea 19.00 0.00 Ea 23.00 0.00 Ea 15.00 0.DO Ea 60.00 0.00 Ea 77.00 0.00 Ea 20.50 b.D0 Ea 36.00 0.00 Ea 112.00 0.00 Ea 160.00 0.00 Ea 230.00 0.00 Ea 114.00 0.00 Ea 108.00 0.00 Ea/Pt 81.00 0.00 Ea 286.00 0.00 Ea 17.50 O.DO Ea 47.00 0.00 Ea 9.00 0.00 Pt 110.00 0.00 Pt 300.00 0.00 EXHIBIT C PAGE /--OF ENVIRONMENTAL DRILLING SERVICES1,2,3,4 I. GENERAL DRILLING SERVICES Environmental Project Mobilization of drill rig, crew, and 1) equipment to site and retum4 LS 600.00 0.00 2) 3-1/4 in I.D. HSA (0-50 ft deep) Ft 6.75 0.00 3) 3-1/4 in I.D. HSA (50-1DOft deep) Ft 8.75 0.00 4) 4-1/4 in I.D. HSA (0-50 ft deep) Ft 6.75 0.00 5) 4-1/4 in I.D. HSA (50-100 ft deep) Ft 8.75 0.00 6) 6-1/4 in HSA Ream (0-50 ft deep) Ft 9.00 0.00 7) 8-1/4 in HSA Ream (0-50 It deep) Ft 14.50 0.00 8) 10-1/4 in HSA Ream (0-50 ft deep) Ft 18.50 0.00 10) 2 in O.D. Split Spoon (Driven 18 in) Ea 12.50 0.00 11) 2 in O.D. Split Spoon (Driven 24 in) from 0-50' Ea 16.50 0.00 12) 2 in O.D. Split Spoon (Driven 24 in) from 50-100' Ea 19.00 0.00 13) 3 in O.D. Split Spoon (Driven 18 in) Ea 25.75 0.00 14) 3 in Shelby Tubes Ea 52.00 0.00 15) California Sampler Ea 52.00 0.00 16) NX Rock Core (3 in Borehole Diameter) Ft 28.00 0.00 17) Rock Coring Setup Ea 92.00 0.00 18) Concrete plug for boreholes w/o wells Ea 2050. 0.D0 19) Cutting through pavement Inch 12.50 0.00 20) Casing advancer (D-50 ft) Ft 21.50 0.00 21) Bulk Samples (50 Ibs) Ea 30.75 0.00 Il. GEOPROBE DRILLING SERVICES 1) Mobilization/demob LS 312.00 0.D0 2) Probe & crew day 850.00 0.00 3) Probe & crew - Minimum charge day 725.D0 0.00 III. MATERIALS AND SUPPLIES Monitoring Well Materials 1) 1 in Flush Sch 40 PVC Riser Ft 1.80 0.00 2) 1 in Flush Sch 40 PVC Screen Ft 3.10 0.00 3) 1 in Bottom plug/top cap Ea 4.15 0.00 4) 2 in Flush Sch. 40 PVC Riser Ft 2.60 0.00 5) 2 in Flush Sch. 40 PVC Screen Ft 5.65 0.00 6) Top Caps or Bottom Plugs Ea 7.85 0.00 7) 2 in Lockable Top Caps Ea 20.50 0.00 8) 4 in. Steel Protective Cover Ea 82.00 0.00 9) 4 in Aluminum Protective Cover Ea 225.00 0.00 10) 4 in Mush Sch 40 PVC Riser Ft 5.15 0.D0 11) 4 in Flush Sch 40 PVC Screen Ft 9.20 0.00 12) 4 in Top Caps or Bottom Plugs Ea 16.35 0.00 13) 4 in Lockable Top Caps Ea 26.75 0.00 14) 6 in Steel Protective Cover Ea 108.00 0.00 15) 6 in Aluminum Protective Cover Ea 335.00 0.00 16) Bollards Ea 100.00 0.00 Miscellaneous Monitoring Well Materials 1) Filter Pack Sand (50 lb. Bags) Ea 6.50 0.00 2) Cement (94 lb. Bags) Ea 8.50 0.00 3) Bentonite Powder/Granules (50 lb. Bags) Ea 13.00 0.00 4) Bentonite Pellets (50 lb. Bucket) Ea 59.00 0.00 5) Flush Mount Well Cover Ea 108.00 0.00 6) Concrete (40 lb. Bag) Ea 8.50 0.00 7) Volclay (50 lb. Bag) Ea 19.00 0.00 8) 55 gallon drums Ea 45.OD 0.00 EXHIBITS pgGE OFF ------------- - - ---- --- - - - - -------- IV. MISCELLANEOUS RATES 1) Well Installation Hr 2) Well Development Hr 3) Decontamination of Equipment Ea 4) Borehole Grouting Ft 5) Balling borings with neat cement or bentonite grout Ft 6) Non -Operation Time: hauling water, staging cuttings and/or drums, rig standby time, excess moving, utility clearances, boring layout, etc. Hr 7) Abandon 2 in. Monitoring Well In -place Ft 8) Abandon 2 in. Monitoring Well by Overdrilling Ft 9) State Well Installation/Abandonment Forms Ea V. EQUIPMENT RENTAL AND CREW EXPENSES 1) Use of AN Mounted Drill Rig Day 2) Special Decontamination materials, sample containers, other special supplies, or equipment rental, Personnel protective clothing and equipment in excess of normal work attire, Traffic control, Site restitution, or Necessary Fees and Permits Cost + 10% 3) Bull Dozer assistance for site preparations or moving equipment under adverse site conditions Cost + 10% 4) Drill crew Lodging & Per -Diem (per crew/day) Crew -Day 5) Concrete Saw Day 6) Generator Day 7) Hot Water Pressure Washer Day Drilling Subtotal: Drilling Notes: 1. These unit rates are for work under EPA "Level Y safety conditions. 2. All work to be performed on a non -union basis. 3. The unit rates listed above are based on no boring exceeding 100 ft. 4. Mobilization rates may vary based on the distance to the site from the Cardno ATC office in Indianapolis, Indiana. PROJECT TOTAL EXHIBIT C_ PAGE _aOF/-F- 118.D0 0.D0 111.00 0.00 175.00 O.Oa 6.50 0.00 8.25 0.00 110.D0 0.00 6.50 0.00 20.00 0.00 20.00 0.00 155.00 0.00 1.10 0.00 1.10 0.00 66.50 0.00 77.50 0.00 70.00 0.00 125.b0 0.00 C".7) Vnrcl"cp 0 arc Shaping the Future PROPOSALFOR 2014 SOIL BORROW EVALUATION NEW PARIS PIKE LANDFILL RICHMOND SANITARY DISTRICT RICHMOND, INDIANA CARDNO ATC PROPOSAL NO. 086-2014-0035 JANUARY 22, 2014 PREPARED FOR: RICHMOND SANITARY DISTRICT 2380 LIBERTY AVENUE RICHMOND, IN 47374 ATTENTION: MR. ELIJAH WELCH, P.E. EXHfBIT _ PAGE =L QFJ� r�lllllll Ca� �ardno® ATC Shaping the Future January 22, 2014 Mr. Elijah W. Welch, P.E. District Engineer Richmond Sanitary District 2380 Liberty Avenue Richmond, IN 47374 Re: Proposal for 2014 Soil Borrow Evaluation New Paris Pike Landfill Richmond Sanitary District Richmond, Indiana Cardno ATC Proposal No. 086-2014-0035 Dear Mr. Welch: Cardno ATC is pleased to submit this proposal to provide the Richmond Sanitary District (RSD) with a Soil Borrow Evaluation at the New Paris Pike Landfill in Richmond, Indiana. Our understanding of the scope of work, planned project staffing, and the estimated cost for our services are presented herein. We appreciate the opportunity to assist you with this project. If you have any questions concerning information contained in this letter, please do not hesitate to call either of the undersigned at 317.849.4990. Sincerely, Da id L. Stelzer Senior Project Engineer for Cardno ATC Copies: Elijah Welch, P.E. (RSD) Joe Bartle (RSD) Cardno ATC 7988 Centerpoint Dr. Suite 100 Indianapolis, IN 46256 Phone +1317 849 4990 Fax +1317 849 4278 www,cardno.com www.cardnoatc.com Fr Donald L. Bryenton, P. f, Principal Engineer for Cardno ATC Australia • Belgium • Canada • Columbia • Ecuador • Germany • Indonesia • Italy Kenya • New Zealand • Papua New Guinea • Peru • Tanzania • United Arab Emirates United Kingdom • United States • Operations in 85 countries EXHIBIT __-_. PAGE —? OFF Proposal for 2014 Soil Borrow Evaluation New Paris Pike Landfill Richmond Sanitary District Richmond, Indiana Cardno ATC Proposal No. 086-2014-0035 This proposal specifically addresses the provision of services relating to 2014 Soil Borrow Evaluation for the New Paris Pike Landfill. Our services for this project include sampling, testing, and documentation of the following general activities: • Review Site Documents; • Excavate Test Pits and Collect Samples at Potential Borrow Areas; • Perform Laboratory Testing on the Samples; and • Compile Information and Make Recommendations. Task 1: Review Site Documents - The first task will require review of site documents to determine where soils were found in the past and were potential soils might remain on site. Offsite borrow sources will be discussed and considered at this time. Task 2: Excavate Test Pits and Collect Samples — After potential borrow sources are identified, a backhoe will be utilized to excavate test pits at potential borrow sources. This may be done on the same day as Task 1 or may require a second site visit if permissions to excavate are required. Altogether, this task is expected to last two days. Ideally, samples will be collected at more than one potential borrow area. At this time it will be assumed that a drill rig is not needed and costs for drilling are not included in this proposal. Further. it has been assumed that you will provide the backhoe and operator needed to excavate the test pits, at no cost to Cardno ATC. During these field trips, leachate-collection gravel samples will also be collected at stockpiles as directed by RSD. Task 3: Perform Laboratory Tests — Tests performed on selected soil samples are expected to include: • Grain Size Distribution (10) • Atterberg Limits (10) • Moisture/Density Relationship (10) • Moisture Content (10) • Hydraulic Conductivity on Remolded Samples (10) Tests performed on selected gravel samples are expected to include: • Grain Size Distribution (4) • Calcium Carbonate (4) • Hydraulic Conductivity (4) EXHIBIT lam. PAGE 3OFU- n] The costs of surveying to locate the test pits and sample locations have not been included in this cost estimate. Task 4: Compile Information and Make Recommendations - Following soil testing, the laboratory data will be summarized. Recommendations regarding the use of the investigated borrow areas will be provided. This task includes one follow-up meeting. COST ESTIMATE The estimated costs for our services for this project will be invoiced in accordance with the unit rates presented in the attached fee schedule, and as presented on the attached "Estimated Costs of Services" spreadsheets. Further, no allowance has been included in this cost estimate for extra meetings beyond those described in the preceding paragraphs. If additional meetings are required, they will be performed in accordance with the unit prices attached to this proposal. Therefore, we propose to perform the work described above for a not -to -exceed cost of $15,300. to be billed on a time and materials basis in accordance with the attached Fee Schedule. This amount will not be exceeded without your approval, and all significant changes to the scope of work or project budget will require a written Change Order. Invoices will be issued monthly unless other arrangements are made with our office. Our professional services will be performed, our findings obtained and our recommendations prepared in accordance with customary principles and practices in the fields of environmental science and engineering. This warranty is in lieu of all other warranties either express or implied and no other warranties will be given. EXHIBIT PAGE u nc �'t f m N O •� 'a+ d � O Lj c r IC 3 � N O ` Y O M � V m w N (a nno cc N r 3 c m co cc Nm Z n O Z R to O C. O L a U z v O CD d _ L W a U o OO OO O .� CD U') O O LO O O N uO O N O U LO (D M co Fa 6a co 6-v ui �ti O 6Fi vls N � O O O C Q- ONO to 69 ONO N Q E9 O0 ull O o W w O 0 0 0 0 0 U o C) 0 0 0 N) O OD L I- co Q (V C0 a3 EhT V)- 64 J U 00 O O a) (6co U 69 64 O CD C� O dl CV co @ � � co N 69 a) O CDO CDa) N O O O d co C � O L O Cl Cl O ' a) 0 — CM O m a-W ca aL) o O a a) o O -E3 C p) M N N d W &1 69 W Q U) 00 = U Q Q OO �- N ch F- EXHIBIT PAGE 5 OFF c O [0 O Cc > C W cc 3 -j o a) un Y ch o d o m o 0 � N O CU cAdo 3 N o m co N Z O 0 Z m U) 0 Q 0 a` z U c 'O N O N w a` U 0 C, 0 N O � OC', O U?O U N to C5N O CC) v3 U')b4 co c0 vj N o oco N o O O o o o 0 O C. o c y 0 0 0 0 0 x a.' 6w CL �,'c (A o Z 06 L C O a o T O U O7 O O O O O O O O O O N 2. t b9 fH Hi 69 V9. � U o `o 0 0 0 0 0 Q ci 61 Ci C5 ± C w c o o U U 0 0 0 0 0 0 0 0 0 0 w ago 0L000 0!n1n �o M iE a us E» 0) C 0 0 0 CD 0 0 a 1; C � 6 C5 C) t � N o U p) N o 0 o O o C Co y U Vi a)d3 b3 a� H co c0 O O O O O O CD 00 o O 0 N p ER ff1 vy ury C >. 0 0 0 0 0 0 0 0 0 0 Q O -0 C� 6% fA di &9a 691 �a CDCD ado v � W Q J Fa- U m J Y m O0- 1121. N I ch I v (n EXHIBIT_ PAGE � pF� I 2014 Fee Schedule Cardno ATC Estimated Unit Quanft Unit Price Extension PROFESSIONAL SERVICES 1. PROFESSIONAL STAFF 1) Engineer/Scientist/AHERA Building Inspector Hr 66.00 0.D0 2) Staff Engineer/Scientist Hr 86.00 0.00 3) Project Engineer/Scientist Hr 102.00 0.00 4) Senior Registered/Certified Engineer/Sdentist/Ind.Hygienist Hr 115.D0 0.00 5) Principal Engineer/Scientist Hr 135.00 0.00 II. SUPPORT STAFF 1) Project Administrator Hr 44.00 0.00 2) Clerical Services Hr 46.00 0.DO 3) Senior Draftsperson Hr 72.00 0.00 4) Draftsperson Hr 49.00 0.00 5) Field Technician Hr 46.00 0.00 6) Lead CIA Monitor Hr 54.00 0.00 7) GA Monitor I Hr 47.00 0.00 8) QA Monitor I! Hr 45.00 0.00 Environmental Engineering Personnel Subtotal Professional Services Notes: 1. Scientist designation includes geologist, hydrogeologist, environmental scientist, industrial hygienist, biologist, and chemist 2. Charges for Professional and Support Staff will be made for administration of projects, sample collection, supervision of technician services, field inspection and evaluation, review and analysis of field and laboratory data, report preparation and review, travel time, consultation and meetings related to the project, etc. 3. Time spent in portal -to portal travel in the interest of the job will be charged at the appropriate hourly rate. ENVIRONMENTAL ENGINEERING EXPENSES 1. GENERAL EXPENSES 1) Automobile Transportation Mi IRS Rate 2) On -Site Truck Use Day 42.00 0.00 3) Subcontract Service or Rental Cost + 10% 1.10 0.00 4) Report Preparation / Permit Fees Cost + 10% 1.10 0.00 5) Special Outside Services (e.g., photographer, film, film processing, overnight delivery, etc_) Cost + 10% 1.10 0.00 6) Per Diem (food) Day 30.00 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 25.00 0.00 11) Color plots (24 in. x 36 in_) Ea 3.00 0.00 12) Color plots (36 in. x 48 in.) Ea 4.50 0.00 13) Nudear-Density Machine (Weekly) Ea 1 D5.00 0.00 14) Geomembrane Destructive Testing (Field) Wk 250.00 0.00 15) Feld Supplies (i.e., tubes, bentonite, boutwell equip.,etc.) Cost + 1 D% 1.10 0.00 16) Conformance Testing of Geosynthetic Materials (Subcontracted) Cost + 10% 1.10 0.00 EXHIBIT PAGE -2-0 r IL EQUIPMENT & SUPPLIES SoiI/Air Monitoring 1) Photo -ionization Detector 2) Flame -ionization Detector 3) Gastechtor 13) Gas Monitoring Device (weekly) 5) Oxygen Detector 6) Andersen Impactor & VelDciCak: 7) Personal Sampling Pumps Groundwater Measurement 1) pH/Temp./Conductivity ORP/D.O. Equipment 2) Water Level Meter 3) Oil/Water Interface Probe 4) In Line Filters Protective Clothing and Equipment 1) EPA Level A Pmtection or Equivalent 2) EPA Level B Protection or Equivalent 3) EPA Level C Protection or Equivalent 4) EPA Level D Protection or Equivalent 5) Tyvek Disposable Suit 6) Respirators w/ one set of organic/acid cartridges 7) Organidacid gas cartridges 8) Disposable Sample Gloves -inner (Nitrile) 9) Disposable Sample Gloves -outer 10) Disposable Sample Gloves -cotton inner 11) Disposable Latex Outer Boots Miscellaneous Equipment(Materials Needed 1) Generator (single phase) 2) Survey Equipment 3) Shop Vac 4) Decontamination Equipment (bucket, brushes, detergent) 5) Visqueen 6) Master Locks 7) Absorbent Pads 8) Absorbent Booms (8 in. x 10 ft.) 9) Absorbent Booms (1 in. x 12 in.) 10) 17H DOT approved 55-gallon Drum 11) Miscellaneous Materials and Supplies for Field Services Expenses and Equipment Subtotal Equipment Notes: 1. Standard non -disposable protective wear and equipment are billed at cost. 2. Rates quoted are for short term rental of equipment 3. Other equipment not specifically quoted is available upon request Day 68.00 0.00 Day 78.00 0.00 Day 40.00 0.00 Week 125.DO 0.DO Day 40.00 0.00 Day 50.D0 0.00 Day 100.DO 0.00 Event 40.00 0.00 Event 25.00 0.00 Day 52.00 0.00 Ea 26.DO 0.00 Quoted per occurrence Quoted per occurrence Man/Day 160.00 0.00 No added charge Ea 8.00 0. DO Day 26.00 0.00 Set 13.00 0.00 Ea 0.75 0.00 Ea 6.30 0.00 Ea 1.60 0.00 Ea 5.75 0.00 Day 50.00 0.00 Day 50.00 0.00 Day 37.00 0.00 Day 15.00 0.00 Cost + 10% 1.10 0.00 Ea 10.00 0.00 Ea 1.10 0.00 Ea 47.OD 0.00 Ea 5.00 0.00 Ea 40.00 0.00 Cost + 10% 1.10 0.00 EXHIBIT PAGE,,OF_jLJ 1 MATERIALS LABORATORY I. SOIL TESTING PROCEDURES Grain Size Distribution 1) Sieve analyses with decantation Ea 43.00 0-00 2) Decanting over #200 sieve only Ea 18.50 0.00 3) Hydrometer Ea 60.00 .0.00 4) Sieve analysis and hydrometer Ea 72.00 0.00 Characterization Tests 1) Atterberg limits (LL and PL) Ea 50.00 0.00 2) Water contents (oven dry) Ea 6.00 0.00 3) Water contents (microwave dry) Ea 11.00 0.00 4) Specific Gravity Ea 35.00 0.00 5) Natural density Ea 19.00 0.00 6) Organic content Ea 23.00 0.00 7) pH determination Ea 15.00 0.00 8) Shrinkage limit Ea 60.00 0.00 9) Molding sample to specific moisture -density Ea 77.00 0.00 10) Extrude and log Shelby tube samples Ea 20.50 b.00 11) Cation Exchange Capacity Tests Ea 36.00 0.00 12) Calcium Carbonate Test Ea 112.00 0.00 Hydraulic Conductivity Tests 1) Constant head Ea 160.00 0.00 2) Triaxial cell method with back -pressure saturation Ea 230.00 0.00 Compaction Tests 1) Modified Proctor Ea 114.00 0.00 2) Standard Proctor Ea 108.00 0.00 3) CBR test Ea/Pt 81.00 0.00 Consolidation tests 1) Standard 12 bad increment test Ea 286.00 0.00 2) Additional load increments Ea 17.50 0.00 Strength tests 1) Unconfined compression tests on Ea 47.00 0.00 soil (includes moisture & density) 2) Compression test concrete Ea 9.00 0.00 Triaxial tests on soil 1) Unconsolidated-undrained Pt 110.00 0.00 2) Consolidated-undrained with pore pressure measurements and back -pressure saturation Pt 300.00 0.00 Materials Laboratory Subtotal: Additional laboratory testing fees available upon request EXHIBIT_ PAGE -.OFF I ENVIRONMENTAL DRILLING SERVICES1,2,3,4 I. GENERAL DRILLING SERVICES Environmental Project Mobilization of drill rig, crew, and 1) equipment to site and retum4 LS 2) 3-1/4 in I.D. HSA (0-50 ft deep) Ft 600.00 0.00 3) 3-1/4 in I.D. HSA (50-100 It deep) Ft 6.75 0.00 4) 4-1/4 in I.D. HSA (D-50 ft deep) Ft 8.75 0.DO 5) 4-1/4 in I.D. HSA (50-100 ft deep) Ft 6.75 0.00 6) 6-114 in HSA Ream (0-50 ft deep) Ft 8.75 0.00 7) 8-1/4 in HSA Ream (D-50 ft deep) Ft 9.DO 0.00 8) 10-114 in HSA Ream (0-50 It deep) Ft 14.50 0.00 18.50 0.00 10) 2 in O.D. Split Spoon (Driven 18 in) Ea 12.50 11) 2 in O.D. Split Spoon (Driven 24 in) from D-50' Ea 0.00 16.50 0.00 12) 2 in O.D. Split Spoon (Driven 24 in) from 50-100' Ea 19.00 13) 3 in O.D. Split Spoon (Driven 18 in) Ea 25.75 0.00 14) 3 in Shelby Tubes Ea 52.00 0 00 0.00 15) California Sampler Ea 52.00 0.00 16) NX Rock Core (3 in Borehole Diameter) Ft 28.00 17) Rock Coring Setup Ea 92.00 0.00 0.00 18) Concrete plug for boreholes w/o wells Ea 20.50 1 g) Cutting through pavement Inch 12.50 0.DO 0.00 20) Casing advancer (0-50 ft) Ft 21.50 0.00 21) Bulk Samples (50 Ibs) Ea 30.75 0.00 II. GEOPROBE DRILLING SERVICES 1) Mobilization/demob LS 312.00 0.00 2) Probe & crew day 850.00 0.DO 3) Probe & crew - Minimum charge day 725.00 0.00 III. MATERIALS AND SUPPLIES Monitoring Well Materials 1) 1 in Flush Sch 40 PVC Riser Ft 1.80 2) 1 in Flush Sch 40 PVC Screen Ft 0.00 3) 1 in Bottom plug/top cap Ea 3.10 0.00 4) 2 in Flush Sch. 40 PVC Riser Ft 4.15 0.00 5) 2 in Flush Sch. 40 PVC Screen Ft 2.60 0.00 6) Top Caps or Bottom Plugs Ea 5.65 0.00 7) 2 in Lockable Top Caps Ea . 0. 00 8) 4 in. Steel Protective Cover Ea 20.50 0.DO 9) 4 in Aluminum Protective Cover Ea 82.00 0.00 10) 4 in Flush Sch 40 PVC Riser Ft 225.00 0.00 11) 4 in Flush Sch 40 PVC Screen Ft 5.15 0.00 12) 4 in Top Caps or Bottom Plugs Ea 9.20 0.00 13) 4 in Lockable Top Caps Ea 16.35 0.00 14) 6 in Steel Protective Cover Ea 26.75 0.00 15) 6 in Aluminum Protective Cover Ea 10&00 0.00 16) Bollards 335.00 0.00 Miscellaneous Monitoring Well Materials Ea 100.00 0.00 1) Fitter Pack Sand (50 lb. Bags) Ea 2) Cement (94 lb. Bags) Ea 6.50 0.00 3) Bentonite Powder/Granules (50 lb. Bags) Ea 8.50 0.00 4) Bentonite Pellets (50 lb. Bucket) Ea 13.00 0.00 5) Flush Mount Well Cover Ea 59.00 0.00 6) Concrete (40 lb. Bag) 108.00 0.00 7) Volclay (50 lb. Bag) Ea 0.00 8) 55 gallon drums Ea 19.00 .00 0.00 Ea 45.00 0.00 EXHf81� PAGE �OF IV. MISCELLANEOUS RATES 1) Well installation Hr 2) Well Development Hr 3) Decontamination of Equipment Ea 4) Borehole Grouting Ft 5) Backfilling borings with neat cement or bentonite grout Ft 6) Non -Operation Time: hauling water, staging cuttings and/or drums, rig standby time, excess moving, utility clearances, boring layout, etc. Hr 7) Abandon 2 in. Monitoring Well In -place Ft 8) Abandon 2 in. Monitoring Well by Overdrilling Ft 9) State Well Installation/Abandonment Forms Ea V. EQUIPMENT RENTAL AND CREW EXPENSES 1) Use of ATV Mounted Drill Rig Day 2) Special Decontamination materials, sample containers, other special supplies, or equipment rental, Personnel protective clothing and equipment in excess of normal work attire, Traffic control, Site restitution, or Necessary Fees and Permits Cost + 10% 3) Bull Dozer assistance for site preparations or moving equipment under adverse site conditions Cost + 10% 4) Drill crew Lodging & Per -Diem (per crew/day) Crew -Day 5) Concrete Saw Day 6) Generator Day 7) Hot Water Pressure Washer Day Drilling Subtotal: Drilling Notes: 1. These unit rates are for work under EPA "Level D" safety conditions. 2. All work to be performed on a non -union basis. 3. The unit rates listed above are based on no boring exceeding 100 fL 4. Mobilization rates may vary based on the distance to the site from the Cardno ATC office in Indianapolis, Indiana. PROJECT TOTAL EXHIBIT PAGE �OF L 118.00 0.00 111.00 0.00 175.00 0.00 6.50 0.00 8.25 0.00 110.00 0.00 6.50 0.00 20.00 0.00 20.00 0.00 155.00 0.00 1.10 0.00 1.10 0.00 66.50 0.00 77.50 0.00 70.00 0.00 125.00 0.00 �ardna° ATC Shaping the Future PROPOSALFOR 2014 AND 2015 SURVEY SERVICES AND TEST PAD NEW PARIS PIKE LANDFILL RICHMOND SANITARY DISTRICT RICHMOND, INDIANA CARDNO ATC PROPOSAL NO. 086-2014-0036 JANUARY 22, 2014 PREPARED FOR: RICHMOND SANITARY DISTRICT 2380 LIBERTY AVENUE RICHMOND, IN 47374 ATTENTION: MR. ELIJAH WELCH, P.E. EXHIBIT E PAGL I F Q January 22, 2014 Mr. Elijah W. Welch, P.E. District Engineer Richmond Sanitary District 2380 Liberty Avenue Richmond, IN 47374 Re: Proposal for 2014 and 2015 Survey Services and Test Pad New Paris Pike Landfill Richmond Sanitary District Richmond, Indiana Cardno ATC Proposal No. 086-2014-0036 Dear Mr. Welch: Cardno ATC is pleased to submit this proposal to provide the Richmond Sanitary District (RSD) with a 2014 and 2015 Survey Services and Test Pad at the New Paris Pike Landfill in Richmond, Indiana. Our understanding of the scope of work, planned project staffing, and the estimated cost for our services are presented herein. We appreciate the opportunity to assist you with this project. If you have any questions concerning information contained in this letter, please do not hesitate to call either of the undersigned at 317.849.4990. Sincerely, David L. Stelzer Senior Project Engineer for Cardno ATC Copies: Elijah Welch, P.E. (RSD) Joe Bartle (RSD) ATC na Shaping the Future Cardno ATC 7988 Centerpoint Dr, Suite 100 Indianapolis, IN 46256 Phone +1 317 849 4990 Fax +1 317 849 4278 www.cardno.com www.cardnoatc.com f'l Donald L. Bryenton, P.E.tij Principal Engineer for Cardno ATC Australia • Belgium • Canada • Columbia • Ecuador • Germany • Indonesia • Italy Kenya - New Zealand • Papua New Guinea • Peru - Tanzania • United Arab Emirates United Kingdom • United States • Operations in 85 countries EXHIBIT PAG� �GF� Proposal for Survey Services and Test Pad New Paris Pike Landfill Richmond Sanitary District Richmond, Indiana Cardno ATC Proposal No. 086-2014-0036 This proposal specifically addresses the provision of services relating to surveyor services and completion of a soil liner test pad (if requested by IDEM). Our services for the test pad project include test pad construction observation, soil sampling, field testing of compacted liner soil, laboratory soil testing, and documentation of the process to ensure that similar construction methods are used following general activities: Task 1: Provide Surveyor Services — This task will allow Cardno ATC to subcontract the surveying services of Kramer and Associates (Kramer) so that they can assist the Richmond Sanitary District (RSD) during 2014 and 2015 with surveying related to the excavation of the existing soils down to the designed subgrade of the soil liner for Cells 4A, 4B, and 4C and to verify the thicknesses and locations of the liner constructed during 2015. After the liner -construction contractor begins work in 2015 and produces the finished subgrade elevations, Kramer will verify that the subgrade elevations are at or slightly below design subgrade elevations at predetermined grid -point locations (sixteen field -crew hours). After the soil liner has been constructed and the earthwork contractor has prepared the top - of -liner grades, Kramer will then verify that the top -of -liner grade elevations are at or slightly above the design elevations at the same predetermined grid -point locations used for the subgrade (sixteen field -crew hours). After the geomembrane liner panels have been welded over the soil liner, Kramer will return to shoot the panel comers and the geomembrane-seam destructive test locations (sixteen field -crew hours). After the gravel leachate collection system is placed over the geomembrane and protective geotextile, Kramer will verify that the top -of -gravel grade elevations are at or slightly above the design elevations at the predetermined grid -point locations (sixteen field -crew hours). It should be noted that the cost of Kramer's work is dependent on the size of the prepared areas and number of trips that they must make to complete the previously -described work. Our assumptions regarding the amount of time needed to complete Kramer's work have the following qualifiers: that the field work be done in minimum-4-hour uninterrupted durations using a two -man field crew at $154 per crew -hour, that 4 hours of field work is to be followed by 2 hours of office time at a rate of $77 per office hour, and that each 4-hour site visit will require a round-trip travel time of one-half field -crew hour. During 2015, the liner construction verification is estimated to be 68 field -crew hours, 9 field - crew travel hours, and 34 office hours for a total of $14,476. The amount of survey work needed by RSD and to establish survey control points during 2014 is not known, so we have included the same number of hours for the preconstruction required by the liner construction for a total of $14,476. In addition, we have estimated that the 2014 Soil Borrow Evaluation, 2014 Construction Plans and Specifications, the 2014 Minor Permit Modification, and the 2014-2015 Test Pad will each require 4 hours of field time, one-half hour of travel time, and 2 EXHIBIT PAGE 3 0 hours of office time for a total of $3,388. This results in a total estimate of $32,340. for surveying services. We have also included 30 hours of senior project engineer time to coordinate these efforts. Task 2: Soil Liner Test Pad - If the soils to be used to construct the liner do not meet IDEM's requirements for a test pad wavier, a test pad will need to be constructed to show that the available soils can achieve IDEM's soil liner requirements. To plan for this possibility, we have developed the following scope of work which consists of monitoring the construction of one test pad using the techniques and equipment that will then be used to construct the soil liner. The test pad will consist of a 2-ft-thick soil liner constructed of on - site soils placed in three lifts compacted to a minimum of 95 percent of the standard Proctor maximum dry density at a moisture content within the approved permeability window. We anticipate that one soils technician will be on -site, full-time to monitor the placement of the twenty-four (24) inch thick layer of compacted soil liner. The following field activities will be performed during this phase of construction: • Visual examination of the surface of the subgrade prior to placement of the initial lift of liner soils; • Visual examination of the liner soil for unsuitable inclusions such as rocks, roots, and foreign materials; • Observe and document the placement of soils, note non-conformance and assist with the development of remedies to non -conforming areas; • Field determination of moisture/density in accordance with the CQA Plan; • Count the number of compactor passes which are necessary to achieve the specified compaction criteria and observe compactor coverage of the test pad; • Perform a minimum of five Boutwell permeameter tests; • Procure borrow source samples for laboratory testing; • Maintain drawings delineating approximate locations of field tests performed; • Visual examination of the compacted liner base surfaces for cracks, evidence of desiccation, or other defects; and • Complete a summary of each day's testing results and provide a daily report; Upon completion of the construction of the test pad, in -field hydraulic conductivity testing will be performed utilizing a Two -Stage Boutwell Borehole Permeameter method. The project engineer, with assistance from a technician, will install and initiate permeameter flow and verify the adequacy of the installation of each permeameter. Once verified, a Cardno ATC representative will remain on -site to monitor and maintain the permeameters and collect the data for the first stage of the test. Upon steady-state stabilization of flow and final permeability determinations, which can take two to seven days, the project engineer will reconfigure the permeameters for the second stage of the test (if necessary). It should be noted that the test procedure for the two -stage Boutwell method and the draft ASTM standard for this method indicate that the test can be terminated after the first stage if the results meet or exceed the project requirements. The cost estimate is based on the assumption that it will not be necessary to complete both stages of the test. EXHIBIT __F_ PAGE OF 3 Data reduction for the first stage, along with calculation of the final permeability, will be accomplished utilizing Cardno ATC's Two -Stage Borehole Permeameter data reduction program. This program has been developed in-house and utilized in the past. Data reduction will be performed as the test progresses rather than waiting for completion of the entire test. As the testing proceeds and data is obtained, successive results will be obtained and evaluated for steady-state flow and final permeability, thus allowing a quick determination as to when the first and second (if required) stages of the test can be terminated. Further, a pass/fail determination will be provided immediately once the test is completed. The cost estimate assumes two days of field testing during construction of the test pad in addition to four days to install and monitor the Boutwell tests. Following completion of the laboratory and field testing, a series of spread sheets and graphs will be submitted which contain information on the test pad materials and the results of the Boutwell tests. The scope of work for this task also includes: • Moisture/Density Relationship (one); • Moisture Content (six); • Grain Size Distribution (three); • Atterberg Limits (three); and Laboratory hydraulic conductivity tests on Shelby tube samples (three). It has been assumed that the contractor will assist in the collection of the Shelby tube samples of the soil liner at no cost to Cardno ATC. The cost estimate is based on the assumption that one soils technician will provide CQA monitoring, placement of test pad equipment and reading from the equipment for a total of 60 hours. Further, it has been assumed that the project engineer will be involved with field work, office calculations, and report preparation for a total of 40 hours. COST ESTIMATE The estimated costs for our services for this project will be invoiced in accordance with the unit rates presented in the attached fee schedule, and as presented on the attached "Estimated Costs of Services" spreadsheets. 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 $50,301. to be billed on a time and materials basis in accordance with the attached Fee Schedule. This amount will not be exceeded without your approval, and all significant changes to the scope of work or project budget will require a written Change Order. Invoices will be issued monthly unless other arrangements are made with our office. FHIB1T E PAGE 5 OF �3 Our professional services will be performed, our findings obtained and our recommendations prepared in accordance with customary principles and practices in the fields of environmental science and engineering. This warranty is in lieu of all other warranties either express or implied and no other warranties will be given. EXHIBIT E PAGE ro OFF � £ k > \ 0 0 $$ % \ // k f / mf 2 $§ 8 $ 7 p a ` / _ R % k RQ LO 3 § ® _ $$ 7 0 0 0 o Cl) § $ \ �Q � j § ° § _CD ® / o § 6 / ® § J\ oq o 0 # ~\ )\ ƒ u a f S § \ $ 2 G / \ ® 2 § g. / @ o 0 6 CLw G $ E L {/k§ C)4$\ mom±& 2 CL� q % k m C 26 & \ _ 6i J { �200 a) (�k2 f % e w // EXHIBIT E PAGE I PF e N F m m N C m m (n J � Y V a 0 U m a N m v N Z o 0 z -ffi N n O mCD O U O m FOCI o UO v o M � M N Cl 0 0 Ui (j N N O O O O O O m war C9 v> aa) 0 p o U N O O O O O CDO O O o m m o Cl) N c O O O 69 W 0 + 0 0 o 0 U y 0 0 o 0 0 Wn Un 0 Un rn m E Lo o 'r r= r- Ol � a 0» fH N � N fn U y 0 O O O O 0 O o 0 w 3 09 CD aNi 44 69 aNA 0 0 0 0 0 0 a n + M o F» 0 e» 0 ss L U o m s 00 o O r o— o o O _ O O C U O . W O O S yj O_ O v� m� o a o om.=o N J U o N o; N v> vi O O oo Oo co Oo O O Cl O 0 O r 0 r ss fs E c z O C) 0 a0 o oo f a c O v IL - am ui Q w U N H a Qo v a v O F N U) JEXHIBIT C PAGE LOF� t 2014 Fee Schedule Cardno ATC Estimated Unit Quan ' Unit Price Extension PROFESSIONAL SERVICES I. PROFESSIONAL STAFF 1) Engineer/Scientist/AHERA Building Inspector Hr 66.00 0.00 2) Staff Engineer/Scientist Hr 86.00 0.00 3) Project Engineer/Scientist Hr 102.00 0.00 4) Senior Registered/Certified Engineer/Scientist/Ind.Hygienist Hr 115.00 0.00 5) Principal Engineer/Scientist Hr 135.00 0.00 II. SUPPORT STAFF 1) Project Administrator Hr 44.00 0.00 2) Clerical Services Hr 46.00 0.00 3) Senior Draftsperson Hr 72.00 0.00 4) Draftsperson Hr 49.00 0.00 5) Feld Technician Hr 46.00 O.OD 6) Lead QA Monitor Hr 54.00 0.00 7) QA Monitor I Hr 47.00 0.00 8) QA Monitor II Hr 45.00 0.00 Environmental Engineering Personnel Subtotal Professional Services Notes: 1. Scientist designation includes geologist, hydrogeologist, environmental scientist, industrial hygienist, biologist, and chemist. 2. Charges for Professional and Support Staff will be made for administration of projects, sample collection, supervision of technician services, field inspection and evaluation, review and analysis of field and laboratory data, report preparation and review, travel time, consultation and meetings related to the project, etc. 3. Time spent in portal -to portal travel in the interest of the job will be charged at the appropriate hourly rate. ENVIRONMENTAL ENGINEERING EXPENSES I. GENERAL EXPENSES 1) Automobile Transportation Mi IRS Rate 2) Orr -Site Truck Use Day 42 00 0.00 3) Subcontract Service or Rental Cost + 10% 1.10 0.00 4) Report Preparation / Permit Fees Cost + 10% 1.10 0.00 5) Special Outside Services (e.g., photographer, film, film processing, overnight delivery, etc.) Cost+ 10% 1.10 0.00 6) Per Diem (food) Day 30.00 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 25-00 0.00 11) Color plots (24 in. x 36 in.) Ea 3.00 0.00 12) Color plots (36 in. x 48 in.) Ea 4.50 0.00 13) Nudear-Density Machine (Weekly) Ea 105.00 0.00 14) Geomembrane Destructive Testing (Field) Wk 250.00 0.00 15) Field Supplies (.e., tubes, bentonite, boutwell equip.,etc.) Cost + 10% 1.10 0.00 16) Conformance Testing of Geosynthetic Materials (Subcontracted) Cost + 10% 1.10 0.00 EXHIBIT E PAGE 9 OF 13 f H. EQUIPMENT & SUPPLIES Soil/Air Monitoring 1) Photo -ionization Detector 2) Flame -ionization Detector 3) Gastechtor 13) Gas Monitoring Device (weekly) 5) Oxygen Detector 6) Andersen Impactor & VelociCalc 7) Personal Sampling Pumps Groundwater Measurement 1) pHlfemp./Conducfrvity ORP/D.O. Equipment 2) Water Level Meter 3) OiWJater Interface Probe 4) In Line Filters Protective Clothing and Equipment 1) EPA Level A Protection or Equivalent 2) EPA Level B Protection or Equivalent 3) EPA Level C Protection or Equivalent 4) EPA Level D Protection or Equivalent 5) Tyvek Disposable Suit 6) Respirators w/ one set of organiclacid cartridges 7) Organiclacid gas cartridges 8) Disposable Sample Gloves -inner (Nitrile) 9) Disposable Sample Gloves -outer 10) Disposable Sample Gloves -cotton inner 11) Disposable Latex Outer Boots Miscellaneous Equipment(Materials Needed 1) Generator (single phase) 2) Survey Equipment 3) Shop -Vac 4) Decontamination Equipment (bucket, brushes, detergent) 5) Visqueen 6) Master Locks 7) Absorbent Pads 8) Absorbent Booms (8 in. x 10 ft.) 9) Absorbent Booms (1 in. x 12 in.) 10) 17H DOT approved 55-gallon Drum 11) Miscellaneous Materials and Supplies for Field Services Expenses and Equipment Subtotal Equipment Notes: 1. Standard non -disposable protective wear and equipment are billed at cost 2. Rates quoted are for short term rental of equipment 3. Other equipment not specifically quoted is available upon request Day 68.00 0.00 Day 78.00 0.00 Day 40.00 0.00 Week 125.00 0.00 Day 40.D0 0.00 Day 50.00 0.00 Day 100.00 0.00 Event 40.00 0.00 Event 25.00 0.00 Day 52.00 0.00 Ea 26.00 0.00 Quoted per occurrence Quoted per occurrence Man/Day 160.00 0.00 No added charge Ea 8.00 0.00 Day 26.00 0.00 Set 13.00 0.00 Ea 0.75 0.00 Ea 6.30 0.00 Ea 1.60 0.00 Ea 5.75 0.00 Day 50.00 0.00 Day 50.00 0.00 Day 37.00 0.00 Day 15.00 0.00 Cost + 10% 1.10 0.00 Ea 10.00 0.00 Ea 1.10 0.00 Ea 47.00 0.00 Ea 5.00 0.00 Ea 40.00 0.00 Cost + 10% 1.10 0.00 EXHfBIT-C- PAGE IoOF 1-1 SOIL TESTING PROCEDURES Grain Size Distribution 1) Sieve analyses with decantation 2) Decanting over #200 sieve only 3) Hydrometer 4) Sieve analysis and hydrometer Characterization Tests 1) Atterberg limits (LL and PL) 2) Water contents (oven dry) 3) Water contents (microwave dry) 4) Specific Gravity 5) Natural density 6) Organic content 7) pH determination 8) Shrinkage limit 9) Molding sample to specific moisture -density 10) Extrude and log Shelby tube samples 11) Cation Exchange Capacity Tests 12) Calcium Carbonate Test Hydraulic Conductivity Tests 1) Constant head 2) Tdaxial cell method with back -pressure saturation Compaction Tests 1) Modified Proctor 2) Standard Proctor 3) CBR test Consolidation tests 1) Standard 12 load increment test 2) Additional load increments Strength tests 1) Unconfined compression tests on soil (includes moisture & density) 2) Compression test concrete Triaxial tests on soil 1) Unconsolidated-undrained 2) Consolidated-undrained with pore pressure measurements and back -pressure saturation Materials Laboratory Subtotal: Additional laboratory testing fees available upon request Ea 43.00 0.00 Ea 18.50 0.00 Ea 60.00 .0.00 Ea 7200 0.00 Ea 50.00 0.00 Ea 6.00 0.00 Ea 11.00 0.00 Ea 35.00 0.DO Ea 19.00 0.00 Ea 23.00 0.00 Ea 15.00 0.00 Ea 60.00 0.00 Ea 77.00 0.00 Ea 20.50 b.00 Ea 36.00 0.00 Ea 11200 0.00 Ea 160.00 0.00 Ea 230.00 0.00 Ea 114.00 0.00 Ea 108.00 0.00 Ea/Pt 81.00 0.00 Ea 286.00 0.00 Ea 17.50 0.D0 Ea 47.00 0.00 Ea 9.00 0.00 Pt 110.00 0.00 Pt 300.00 0.00 EXHIBIT E PAGE _ jL__0F ENVIRONMENTAL DRILLING SERVICES1,z,3,4 I. GENERAL DRILLING SERVICES Environmental Project Mobilization of drill rig, crew, and 1) equipment to site and retum4 LS 600.00 0.00 2) 3-114 in I.D. HSA (0-50 ft deep) Ft 6.75 0.00 3) 3-1/4 in I.D. HSA (50-100 ft deep) Ft 8.75 0.00 4) 4-1/4 in I.D. HSA (0-50 ft deep) Ft 6.75 0.00 5) 4-1/4 in 1.D. HSA (50-100 ft deep) Ft 8.75 0.00 6) 6-1/4 in HSA Ream (0-50 ft deep) Ft 9.00 0.00 7) 8-1/4 in HSA Ream (0-50 ft deep) Ft 14.50 0.00 8) 10-1/4 in HSA Ream (0-50 ft deep) Ft 18.50 0.00 10) 2 in O.D. Split Spoon (Driven 18 in) Ea 12.50 0.00 11) 2 in O.D. Split Spoon (Driven 24 in) from 0-50' Ea 16.50 0.00 12) 2 in O.D. Split Spoon (Driven 24 in) from 50-100' Ea 19.D0 0.00 13) 3 in O.D. Split Spoon (Driven 18 in) Ea 25.75 0.00 14) 3 in Shelby Tubes Ea 52.DO D.00 15) California Sampler Ea 52.00 0.00 16) NX Rock Core (3 in Borehole Diameter) Ft 28.00 0.00 17) Rock Coring Setup Ea 92.00 0.00 18) Concrete plug for boreholes w/o wells Ea 20.50 0.00 19) Cutting through pavement Inch 12.50 0.00 20) Casing advancer (0-50 ft) Ft 21.50 0.00 21) Bulk Samples (50 Ibs) Ea 30.75 0.00 Il. GEOPROBE DRILLING SERVICES 1) Mobilization/demob LS 312.00 0.00 2) Probe & crew day 850.00 0.00 3) Probe & crew - Minimum charge day 725.00 0.00 Ill. MATERIALS AND SUPPLIES Monitoring Well Materials 1) 1 in Flush Sch 40 PVC Riser Ft 1.80 0.00 2) 1 in Flush Sch 40 PVC Screen Ft 3.10 0.00 3) 1 in Bottom plug/top cap Ea 4.15 0.00 4) 2 in Flush Sch. 40 PVC Riser Ft 2.60 0.00 5) 2 in Flush Sch. 40 PVC Screen Ft 5.65 0.00 6) Top Caps or Bottom Plugs Ea 7.85 0.00 7) 2 in Lockable Top Caps Ea 20.50 0.00 8) 4 in. Steel Protective Cover Ea 82.00 0.00 9) 4 in Aluminum Protective Cover Ea 225.OD 0.00 10) 4 in Flush Sch 40 PVC Riser Ft 5.15 11) 4 in Flush Sch 40 PVC Screen Ft 920 0.00 0.00 12) 4 in Top Caps or Bottom Plugs Ea 16.35 13) 4 in Lockable Top Caps Ea 26.75 0.00 14) 6 in Steel Protective Cover Ea 108.OD 0.00 15) 6 in Aluminum Protective Cover Ea 0.00 335.00 0.00 16) Bollards Ea 100.OD 0.DO Miscellaneous Monitoring Well Materials 1) Filter Pack Sand (50 Ib. Bags) Ea 6.50 2) Cement (94 lb. Bags) Ea 8.50 0.00 3) Bentonite Powder/Granules (50 lb. Bags) Ea 13.00 0.00 4) Bentonite Pellets (50 lb. Bucket) Ea 0.00 59.00 0.00 5) Flush Mount Well Cover Ea 108.00 0.00 6) Concrete (40 Ib. Bag) Ea 8.50 7) Volcay (50 lb. Bag) Ea 0.00 19.00 0.00 8) 55 gallon drums Ea 45.00 0.00 EXHIBITS PAGE �OF l3 IV. MISCELLANEOUS RATES 1) Well Installation Hr 2) Well Development Hr 3) Decontamination of Equipment Ea 4) Borehole Grouting Ft 5) Backfilling borings with neat cement or bentonite grout Ft 6) Non -Operation Time: hauling water, staging cuttings and/or drums, rig standby time, excess moving, utility clearances, boring layout, etc. Hr 7) Abandon 2 in. Monitoring Well In -place Ft 8) Abandon 2 in. Monitoring Well by Overdrilling Ft 9) State Well Installation/Abandonment Forms Ea V. EQUIPMENT RENTAL AND CREW EXPENSES 1) Use of ATV Mounted Drill Rig Day 2) Special Decontamination materials, sample containers, other special supplies, or equipment rental, Personnel protective clothing and equipment in excess of normal work attire, Traffic control, Site restitution, or Necessary Fees and Permits Cost + 10% 3) Bull Dozer assistance for site preparations or moving equipment under adverse site conditions Cost + 10% 4) Drill crew Lodging & Per -Diem (per crew/day) Crew -Day 5) Concrete Saw Day 6) Generator Day 7) Hot Water Pressure Washer Day Drilling Subtotal: Drilling Notes: 1. These unit rates are for work under EPA "Level D" safety conditions. 2. All work to be performed on a non -union basis. 3. The unit rates listed above are based on no boring exceeding 100 ft. 4. Mobilization rates may vary based on the distance to the site from the Cardnc ATC office in Indianapolis, Indiana. PROJECT TOTAL EXHIBIT t�- PAGE 13 OF 13 - 118.00 0.00 111.00 0.00 175.00 0.00 6.50 0.00 8.25 0.00 110.00 0.00 6.50 O.DO 20.00 0.00 20.00 0.00 155.00 O.DO 1.10 0.00 1.10 0.00 66.50 0.00 77.50 0.00 70.00 0.00 125.00 0.00 are Shaping the Future 2014 MINOR PERMIT MODIFICATION FOR LINER REVISIONS NEW PARIS PIKE LANDFILL RICHMOND SANITARY DISTRICT RICHMOND, INDIANA CARDNO ATC PROPOSAL NO. 086-2014-0037 JANUARY 22, 2014 PREPARED FOR: RICHMOND SANITARY DISTRICT 2380 LIBERTY AVENUE RICHMOND, IN 47374 ATTENTION: MR. ELIJAH WELCH, P.E. EXHIBIT F:- PAGE �OF,� January 22, 2014 Mr. Elijah W. Welch, P.E. District Engineer Richmond Sanitary District 2380 Liberty Avenue Richmond, IN 47374 Re: Proposal for 2014 Minor Permit Modification for Liner Revisions New Paris Pike Landfill Richmond Sanitary District Richmond, Indiana Cardno ATC Proposal No. 086-2014-0037 Dear Mr. Welch: Cardno ATC is pleased to submit this proposal to provide the Richmond Sanitary District (RSD) with this proposal to prepare a Minor Permit Modification for Liner Revisions at the New Paris Pike Landfill in Richmond, Indiana. Our understanding of the scope of work, planned project staffing, and the estimated cost for our services are presented herein. We appreciate the opportunity to assist you with this project. If you have any questions concerning information contained in this letter, please do not hesitate to call either of the undersigned at 317.849.4990. Sincerely, `David L. Stelzer Senior Project Engineer for Cardno ATC Copies: Elijah Welch, P.E. (RSD) Joe Bartle (RSD) CC no® ATC Shaping the Future Cardno ATC 7988 Centerpoint Dr. Suite 100 Indianapolis, IN 46256 Phone +1317 849 4990 Fax +1317 849 4278 www.cardno.com www.cardnoatc.com Donald L. Bryenton, P.- Principal Engineer for Cardno ATC Australia • Belgium • Canada • Columbia • Ecuador • Germany • Indonesia • Italy - Kenya • New Zealand • Papua New Guinea • Peru • Tanzania • United Arab Emirates United Kingdom • United States • Operations in 85 countries EXHIBIT PAGE „97..OFF Proposal for 2014 Minor Permit Modification for Liner Revisions New Paris Pike Landfill Richmond Sanitary District Richmond, Indiana Cardno ATC Proposal No. 086-2014-0037 This proposal specifically addresses the provision of services relating to the 2014 Minor Permit Modification for Final Cover Revisions for the New Paris Pike Landfill. Our preliminary review of selected site drawings shows that the permitted liner design needs to be adjusted to match the existing configuration of the landfill and to better control stormwater runoff. Our services for this project include: • Document review. • Engineering analyses of proposed liner revisions. Meet with IDEM if RSD approves. • Revise permit drawings, prepare permit application, and present for RSD final review. • Make final revisions and submit minor permit modification. • Respond to IDEM's comments. Task 1: Review Site Documents - The first task will require review of site documents to determine the relationships between the permitted site design and the as -built or actual site conditions. Task 2: Analyze Conditions and Propose Liner Revisions — The AutoCAD drawing of the existing site conditions will be compared to the permitted liner drawing to accurately determine the areas that need either cut or fill to better match existing conditions and to better control stormwater runoff. Based on this determination, an informal plan to revise the liner will be presented and discussed with you. Upon your approval, this plan will be presented to IDEM during a meeting at their offices in Indianapolis. Task 3: Revise Permit Drawings and Prepare Application — Based on IDEM's comments, Cardno ATC will revise the permitted liner design for this site and prepare the minor permit modification application. A draft of this application will be presented for your approval. Task 4: Make Final Revisions and Submit Application - After making the changes that you request after your final review of the draft application, Cardno ATC will prepare a final version of the permit application and submit four copies to IDEM and two copies to you. We have assumed that you will provide the required $2,500 fee. Task 5: Provide Responses to IDEM's Comments — Although the preliminary meeting with IDEM usually resolves all large issues, IDEM typically makes some minor requests regarding each application. While this proposal includes a rough estimate of time and expenses to resolve IDEM's comments, the effort needed will depend on the IDEM reviewers' requests. This task will include one follow-up meeting. EXHIBIT --f- PAGE 3 OFF COST ESTIMATE The estimated costs for our services for this project will be invoiced in accordance with the unit rates presented in the attached fee schedule, and as presented on the attached "Estimated Costs of Services" spreadsheets. Further, no allowance has been included in this cost estimate for extra meetings beyond those described in the preceding paragraphs. If additional meetings are required, they will be performed in accordance with the unit prices attached to this proposal. Therefore, we propose to perform the work described above for a not -to -exceed cost of $16,521 to be billed on a time and materials basis in accordance with the attached Fee Schedule. This amount will not be exceeded without your approval, and all significant changes to the scope of work or project budget will require a written Change Order. Invoices will be issued monthly unless other arrangements are made with our office. Our professional services will be performed, our findings obtained and our recommendations prepared in accordance with customary principles and practices in the fields of environmental science and engineering. This warranty is in lieu of all other warranties either express or implied and no other warranties will be given. �OF__� j EXHIBIT � PAGE _ E m z U Of �O d z R w 0 e. O a O to O O O to N to rl- 0 0 0 N O N m .4, OO M U °'uU-)�ctoZ 0 H 6'r N N O Lo O O O to cn CD to Il- O O O N C2 N Cl) 0 0 0 (D Q E X O Efl} H64 N Ef} tf} C�7 EH W w`- 0 0 0 0 0 O O U o LO i ui c- to 0) O r- ti O N O � t[) d• �• � f J Ef} O O O O co U � � rn c O o O O ON Cl a co (p m TLO 64 C'j Efi LO 00 O 0 V N ._ •� E L6 •cm CD CD O co CO � O O co �aw� a) O O Cl-O U C Ui N N N N LO M C N n w 61), ui Q cn 00 N CO 't to J J Y Y Y .!C Y m c`n a � m m O O H H LIE !- IH �- EXHIBIT _ PAGE 5 OF Y pl to F- A m N 4) fA C d CL K W_ N N O U v d Q a a C O v w V O r= w cc to E J L � C1 y 1� d d C O NCD N C m a d o M c- to C tU N Z o -1) y o U') 0 O 0 to O U� f� O O O N 61) 61) 69 N 61T t`M O 61) F- to O O O O O O O O O O O O O N to N Q..� N Efl 69 lf) 6)- O N to 6fi O m .0 X a o 69 EA W _ (n 0 0 L O O O O O O O O O O O O O Cl + 6A EA 6% 69 613- 69 p Cn 0 � U 0 O O O O O O O O � O O O O O O co + 6F} 6H 69- 64 613- 61). c 0 v U 0o0tn000000 N O O O LOLO CD N � � � m to ccoo -- 6A n. � 6A 6a 6% M o o O O Co 0 0 0 O o o In O o _� n n � 6S Cl � � 64 U) O U m.. O O O O O O O 0 O 0 O 0 - n .E 0 @ N o V 0 ER 0 6fi 0 613- 0 64 Co 64 0 6fl m J N 0 00 CD 00 O 00 0 00 0 00 0 00 O 0 ci � 0 0 o 69 � 61).0 64 d9 � 6A T E C j, O O O O O O O O O O O Co O O O O 0 0 t6 0 0 O O O 0 o O Q N L O 69- 61)- 61)- 66- EA 6A N Qco ( P bi Q F- J U) � U W X O Q m tNa D 0 H N Cl) t7 to fn F EXHIBIT F PAGE' !o OFF 2014 Fee Schedule Cardno ATC PROFESSIONAL SERVICES PROFESSIONAL STAFF 1) Engineer/Scientist/AHERA Building Inspector 2) Staff Engineer/Scientist 3) Project Engineer/Scientist 4) Senior Registered/Certified Engineer/ScienbsUind.Hygienist 5) Principal Engineer/Scientist II. SUPPORT STAFF 1) Project Administrator 2) Clerical Services 3) Senior Draftsperson 4) Draftsperson 5) Feld Technician 6) Lead QA Monitor 7) QA Monitor 1 8) QA Monitor II Environmental Engineering Personnel Subtotal Estimated Unit Quantity Unit -Price Extension Hr 66.00 0.00 Hr 86.00 0.00 Hr 102.00 0.00 Hr 115.00 0.00 Hr 135.00 0.00 Hr 44.D0 0.00 Hr 46.00 0.00 Hr 72.00 0.00 Hr 49.00 0.00 Hr 46.00 0.00 Hr 54.00 0.00 Hr 47.00 0.00 Hr 45.00 0.00 Professional Services Notes: 1. Scientist designation includes geologist, hydrogeologist, environmental scientist, industrial hygienist, biologist, and chemist. 2. Charges for Professional and Support Staff will be made for administration of projects, sample collection, supervision of technician services, field inspection and evaluation, review and analysis of field and laboratory data, report preparation and review, travel time, consultation and meetings related to the project, etc. 3. Time spent in portal -to portal travel in the interest of the job will be charged at the appropriate hourly rate. ENVIRONMENTAL ENGINEERING EXPENSES I. GENERAL EXPENSES 1) Automobile Transportation 2) On -Site Truck Use 3) Subcontract Service or Rental 4) Report Preparation / Permit Fees 5) Special Outside Services (e.g., photographer, film, film processing, overnight delivery, etc.) 6) Per Diem (food) 7) Transportation by Commercial Carrier or Rental Car 8) Out of Town Lodging 9) Camera 11) Color plots (24 in. x 36 in.) 12) Color plots (36 in. x 48 in.) 13) Nuclear -Density Machine (Weekly) 14) Geomembrane Destructive Testing (Field) 15) Field Supplies (i.e., tubes, bentonite, boutwell equip.,etc.) 16) Conformance Testing of Geosynthetic Materials (Subcontracted) Mi IRS Rate Day 42.00 0.00 Cost + 10% 1.10 0.00 Cost + 10% 1.10 0.00 Cost + 10% 1.10 0.00 Day 30.00 0.00 Cost + 10% 1.10 0.00 Cost + 10% 1.10 0.00 LS 25.00 0.00 Ea 3.00 0.00 Ea 4.50 0,00 Ea 105.00 0.00 Wk 250.00 0.00 Cost + 10% 1.10 0.00 Cost + 10% 1.10 0.00 EXHIBIT P G:OF11 11. EQUIPMENT & SUPPLIES Soil/Air Monitoring 1) Photo -ionization Detector Day 68.00 0.00 2) Flame -ionization Detector Day 78.00 0.00 3) Gastechtor Day 40.00 .0.00 13) Gas Monitoring Device (weekly) Week 125.00 0.00 5) Oxygen Detector Day 40.00 0.00 6) Andersen Impactor & VelociCalc Day 50.00 0.00 7) Personal Sampling Pumps Day 100.00 0.00 Groundwater Measurement 1) pH/Temp./Conductivity ORP/D.O. Equipment Event 40.00 0.00 2) Water Level Meter Event 25.00 0.00 3) Oil/Water Interface Probe Day 52.00 0.00 4) In Line Filters Ea 26.00 0.00 Protective Clothing and Equipment 1) EPA Level A Protection or Equivalent Quoted per occurrence 2) EPA Level B Protection or Equivalent Quoted per occurrence 3) EPA Level C Protection or Equivalent Man/Day 160.00 0.00 4) EPA Level D Protection or Equivalent No added charge 5) Tyvek Disposable Suit Ea 8.00 0.00 6) Respirators w/ one set of organiclacid cartridges Day 26.00 0.00 7) Organic/acid gas cartridges Set 13.00 0.00 8) Disposable Sample Gloves -inner (Nitrite) Ea 0.75 0.00 9) Disposable Sample Gloves -outer Ea 6.30 0.00 10) Disposable Sample Gloves -cotton inner Ea 1.6D 0.00 11) Disposable Latex Outer Boots Ea 5.75 0.00 Miscellaneous Equipment/Materials Needed 1) Generator (single phase) Day 50.00 0.00 2) Survey Equipment Day 50.00 0.00 3) Shop Vac Day 37.00 0.00 4) Decontamination Equipment (bucket, brushes, detergent) Day 15.00 0.00 5) Visqueen Cost + 10% 1.10 0.00 6) Master Locks Ea 10.00 0.00 7) Absorbent Pads Ea 1.10 0.00 8) Absorbent Booms (8 in. x 10 it) Ea 47.00 0.00 9) Absorbent Booms (1 in. x 12 in.) Ea 5.00 0.00 10) 17H DOT approved 55-gallon Drum Ea 40.00 0.00 11) Miscellaneous Materials and Supplies for Field Services Cost + 10% 1.10 0.00 Expenses and Equipment Subtotal Equipment Notes: 1. Standard non -disposable protective wear and equipment are billed at cost. 2. Rates quoted are for short tens rental of equipment 3. Other equipment not specifically quoted is available upon request CHIBIT� PAGE._$_OF -/� MATERIALS LABORATORY 1. SOIL TESTING PROCEDURES Grain Size Distribution 1) Sieve analyses with decantation 2) Decanting over #200 sieve only 3) Hydrometer 4) Sieve analysis and hydrometer Characterization Tests 1) Atterberg limits (LL and PL) 2) Water contents (oven dry) 3) Water contents (microwave dry) 4) Specific Gravity 5) Natural density 6) Organic content 7) pH determination 8) Shrinkage limit 9) Molding sample to specific moisture -density 10) Extrude and log Shelby tube samples 11) Cation Exchange Capacity Tests 12) Calcium Carbonate Test Hydraulic Conductivity Tests 1) Constant head 2) Triaxial cell method with back -pressure saturation Compaction Tests 1) Modified Proctor 2) Standard Proctor 3) CBR test Consolidation tests 1) Standard 12 load increment test 2) Additional load increments Strength tests 1) Unconfined compression tests on soil (includes moisture & density) 2) Compression test concrete Triaxial tests on soil 1) Unconsolidated-undrained 2) Consolidated-undrained with pore pressure measurements and back -pressure saturation Materials Laboratory Subtotal: Additional laboratory testing fees available upon request Ea 43.00 0.00 Ea 18.50 0.00 Ea 60.00 0.00 Ea 72.00 0.00 Ea 50.00 0.00 Ea 6.00 0.00 Ea 11.00 0.00 Ea 35.00 0.00 Ea 19.00 0.00 Ea 23.D0 0.00 Ea 15.00 0.00 Ea 60.00 0.00 Ea 77.00 0.00 Ea 20.50 b.00 Ea 36.00 0.00 Ea 112.00 0.00 Ea 160.D0 0.00 Ea 230.00 0.00 Ea 114.00 0.00 Ea 108.00 0.00 Ea/PI 81.00 0.00 Ea 286.00 0.00 Ea 17.50 0.00 Ea 47.00 0.00 Ea 9.00 0.00 Pt 110.00 0.00 Pt 300.00 0.00 EXH ITIT.L PAGE c OF,� ENVIRONMENTAL DRILLING SERVICES1,2,3,4 GENERAL DRILLING SERVICES Environmental Project Mobilization of drill rig, crew, and 1) equipment to site and retum4 LS 600.00 0 O 2) 3-1/4 in I.D. HSA (0-50 ft deep) Ft 6.75 0.00 3) 3-1/4 in I.D. HSA (50-100 It deep) Ft 8.75 0.00 4) 4-1/4 in I.D. HSA (0-50 ft deep) Ft 6.75 0.00 5) 4-1/4 in I.D. HSA (50-100 it deep) Ft 8.75 0.00 6) 6-1/4 in HSA Ream (0-50 ft deep) Ft 9.00 0.00 7) 8-1/4 in HSA Ream (0-50 It deep) Ft 14.50 0.00 8) 1 D-1/4 in HSA Ream (0-50 ft deep) Ft 18.50 0.00 10) 2 in O.D. Split Spoon (Driven 18 in) Ea 12.50 0.00 11) 2 in O.D. Split Spoon (Driven 24 in) from 0-50' Ea 16.50 0.00 12) 2 in O.D. Split Spoon (Driven 24 in) from 50-100' Ea 19.00 0.00 13) 3 in O.D. Split Spoon (Driven 18 in) Ea 25.75 0.00 14) 3 in Shelby Tubes Ea 52.00 0.00 15) California Sampler Ea 52.00 0.00 16) NX Rock Core (3 in Borehole Diameter) Ft 28.00 0.00 17) Rock Coring Setup Ea 92.00 0.00 18) Concrete plug for boreholes w/o wells Ea 20.50 0.00 19) Cutting through pavement Inch 12.50 0.00 20) Casing advancer (0-50 ft) Ft 21.50 0.00 21) Bulk Samples (50 Ibs) Ea 30.75 0.00 GEOPROBE DRILLING SERVICES 1) Mobilization/demob LS 312.00 0.00 2) Probe & crew day 850.00 0.00 3) Probe & crew - Minimum charge day 725.00 0.00 MATERIALS AND SUPPLIES Monitoring Well Materials 1) 1 in Flush Sch 40 PVC Riser Ft 1.80 0.00 2) 1 in Flush Sch 40 PVC Screen Ft 3.10 0.00 3) 1 in Bottom plughop cap Ea 4.15 0.00 4) 2 in Flush Sch. 40 PVC Riser Ft 2.60 0.00 5) 2 in Flush Sch. 40 PVC Screen Ft 5.65 0.00 6) Top Caps or Bottom Plugs Ea 7.85 0.00 7) 2 in Lockable Top Caps Ea 20.50 0.00 8) 4 in. Steel Protective Cover Ea 82.00 0.00 9) 4 in Aluminum Protective Cover Ea 225.00 0.00 10) 4 in Flush Sch 40 PVC Riser Ft 5.15 0.DO 11) 4 in Flush Sch 40 PVC Screen Ft 9.20 0.00 12) 4 in Top Caps or Bottom Plugs Ea 16.35 0.00 13) 4 in Lockable Top Caps Ea 26.75 0.00 14) 6 in Steel Protective Cover Ea 108.00 0.00 15) 6 in Aluminum Protective Cover Ea 335.D0 0.00 16) Bollards Ea 100.00 0.00 Miscellaneous Monitoring Well Materials 1) Filter Pack Sand (50 lb. Bags) Ea 6.50 0.00 2) Cement (94lb. Bags) Ea 8.50 0.00 3) Bentonite Powder/Granules (50 lb. Bags) Ea 13.D0 0.00 4) Bentonite Pellets (50 lb. Bucket) Ea 59.00 0.DO 5) Flush Mount Well Cover Ea 108.00 0.00 6) Concrete (40 lb. Bag) Ea 8.50 0.00 7) Volclay (50 lb, Bag) Ea 19.00 0.00 8) 55 gallon drums Ea 45.00 0.00 EXHIBITS PAGE.Ir-)OF� IV. MISCELLANEOUS RATES 1) Well Installation .. Hr 118.00 0.00 2) Well Development Hr 111.00 0.00 3) Decontamination of Equipment Ea 17 0.00 4) Borehole Grouting Ft .50 6-50 0.00 5) Backfilling borings with neat cement or bentonite grout Ft 8.25 6) Non -Operation Time: hauling water, staging cuttings 0.00 and/or drums, rig standby time, excess moving, utility clearances, boring layout, etc. Hr 110.00 0.00 7) Abandon 2 in. Monitoring Well In -place Ft 6.50 8) Abandon 2 in. Monitoring Well by Overdrilling Ft 20.00 0.00 9) State Well Installation/Abandonment Forms Ea 20.00 0.00 V, EQUIPMENT RENTAL AND CREW EXPENSES 0.00 1) Use of ATV Mounted Drill Rig - Da Y 155.00 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 under adverse site conditions Cost + 10% 1.10 0.00 4) Drill crew Lodging & Per -Diem (per crew/day) Crew -Day 66.50 0.00 5) Concrete Saw Day 77.50 0.00 6) Generator Day 70.00 O.DO 7) Hot Water Pressure Washer Day 125.00 0.00 Drilling Subtotal: Drilling Notes: 1. These unit rates are for work under EPA "Level D" safety conditions. 2. All work to be performed on a non -union basis. 3. The unit rates listed above are based on no boring exceeding 100 ft. 4. Mobilization rates may vary based on the distance to the site from the Cardno ATC office in Indianapolis, Indiana. PROJECT TOTAL EXHIBIT F PAGE _,a_0FJ.L