HomeMy Public PortalAbout172-2018 - Commonwealth EngineeringAGREEMENT
THIS AGREEMENT made and entered into this 2' day of /Voy C'A g�-2018, by and
between the City of Richmond, Indiana, a municipal corporation acting by and through its Board
of Sanitary Commissioners and its Stormwater Management Board, with its office at 50 North 51
Street, Richmond, Indiana, 47374 (hereinafter referred to as the "City") and Commonwealth
Engineers, Inc., 7256 Company Drive, Indianapolis, Indiana 462374 (hereinafter referred to as
the "Contractor").
SECTION I. STATEMENT AND SUBJECT OF WORK
City hereby retains Contractor for professional services related to the Short Creek Interceptor
Collection System Characterization and Evaluation, a Combined Sewer Overflow Long Term
Control Plan (CSO LTCP) Project. City is seeking the assistance of a professional engineering
consultant to complete preliminary engineering investigation, characterization and capacity
analysis and then recommend rehabilitation and/or improvement designs related to the Short
Creek Interceptor, including the Short Creek.Lift Station, as required by the Richmond Sanitary
District's (hereinafter referred to as the "District") Approved CSO LTCP.
City sent a Request for Quotes on September 12, 2018, seeking the assistance of a professional
engineering consultant to complete work related to the Short Creek Interceptor. The Request for
Quotes is attached hereto and incorporated herein by reference as Exhibit "A".
The response and Professional Services Proposal of Contractor is contained in Exhibit `B", is
dated October 12, 2018, is Thirty -Eight (38) pages in length, and it is hereby incorporated by
reference and made a part of this Agreement. Contractor shall provide all professional
engineering services set forth in Exhibit `B" for City and at the rates set forth therein.
Should any provisions, terms, or conditions contained in any of the documents attached hereto as
Exhibits, or in any of the documents incorporated by reference herein, conflict with any of the
provisions, terms,. or conditions of this Agreement, this Agreement shall be controlling.
The Contractor shall furnish all labor, material, equipment, and services necessary for the proper
completion of all work specified.
No performance of services shall commence until the following has been met:
1. The City is in receipt of any required certificates of insurance and/or
warranties;
2. The City is in receipt of any required affidavit signed by Contractor in
accordance with Indiana Code 22-5-1.7-11(a)(2);and
3. A purchase order has been issued by the Purchasing Department.
SECTION I1. STATUS OF CONTRACTOR
Contractor shall be deemed to be an independent contractor and is not an employee or agent of
the City of Richmond. The Contractor shall provide, at its own expense, competent supervision
of the work.
Contract -No. 172-2018
Page 1 of 6
aw
SECTION III. COMPENSATION
City shall pay Contractor a sure not to exceed Two Hundred Fifteen Thousand Five Hundred
Ninety -Eight Dollars and Zero Cents ($215,598.00) for complete and satisfactory performance of
the work required hereunder. The monies to be paid to Contractor are based upon the bid sheet
submitted by Contractor, which is set forth in Exhibit `B", and attached with this Agreement and
made a part hereof.
SECTION IV. TERM OF AGREEMENT
This Agreement shall become effective when signed by all parties and shall continue in effect
until final completion of all work.
Notwithstanding the term of this Agreement, City may terminate this Agreement in whole or in
part, for cause, at any time by giving at least five (5) working days written notice specifying the
effective date and the reasons for termination which shall include but not be limited to the
following:
a. failure, for any reason of the Contractor to fulfill in a timely manner
its obligations under this Agreement;
b. submission of a report, other work product, or advice, whether oral or written, by the
Contractor to the City that is incorrect, incomplete, or does not meet reasonable
professional standards in any material respect;
c. ineffective or improper use of funds provided under this Agreement;
d. suspension or termination of the grant funding to the City under which this Agreement
is made; or
e. unavailability of sufficient funds to make payment on this Agreement.
In the event of such termination, the City shall be required to make payment for all work
performed prior to the date this Agreement is terminated, but shall be relieved of any other
responsibility herein.
This Agreement may also be terminated, in whole or in part, by mutual Agreement of the parties
by setting forth the reasons for such termination, the effective date, and in the case of partial
termination, the portion to be terminated.
SECTION V. INDEMNIFICATION AND INSURANCE
Contractor agrees to obtain insurance and to indemnify the City for damage or injury to person or
property or other claims which may arise from the Contractor's conduct or performance of this
Agreement; provided, however, that nothing contained in this Agreement shall be construed as
rendering the Contractor liable for acts of the City, its officers, agents, or employees. Contractor
shall as a prerequisite to this Agreement, purchase and thereafter maintain such insurance as will
protect it from the claims set forth below which may arise out of or result from the Contractor's
operations under this Agreement, whether such operations by the Contractor or by any sub-
contractors or by anyone directly or indirectly employed by any of them, or by anyone for whose
acts the Contractor may be held responsible.
Page 2of6
10
Coverne Limits
A. Worker's Compensation & Statutory
Disability Requirements
B. Employer's Liability $100,000
C. Comprehensive General Liability
Section 1. Bodily Injury $1,000,000 each occurrence
$2,000,000 aggregate
Section 2. Property Damage $1,000,000 each occurrence
D. Comprehensive Auto Liability (if applicable)
Section 1. Bodily Injury $1,000,000 each person
$1,000,000 each occurrence
Section 2. Property Damage $1,000,000 each occurrence
E. Comprehensive Umbrella Liability $1,000,000 each occurrence
$2,000,000 each aggregate
F. Errors & Omissions Insurance $1,000,000 each occurrence
$2,000,000 aggregate
SECTION VI. COMPLIANCE WITH WORKER'S COMPENSATION LAW
Contractor shall comply with all provisions of the Indiana Worker's Compensation law, and shall,
before commencing work under this Agreement, provide the City a certificate of insurance, or a
certificate from the industrial board showing that the Contractor has complied with Indiana Code
Sections 22-3-2-5, 22-3-5-1 and 22-3-5-2. If Contractor is an out of state employer and therefore
subject to another state's worker's compensation law, Contractor may choose to comply with all
provisions of its home state's worker's compensation law and provide the City proof of such
compliance in lieu of complying with the provisions of the Indiana Worker's Compensation Law.
SECTION VII. COMPLIANCE WITH INDIANA E-VERIFY PROGRAM
REQUIREMENTS
Pursuant to Indiana Code 22-5-1.7, Contractor is required to enroll in and verify the work
eligibility status of all newly hired employees of the contractor through the Indiana E-Verify
program. Contractor is not required to verify the work eligibility status of all newly hired
employees of the contractor through the Indiana E-Verify program if the Indiana E-Verify
program no longer exists. Prior to the performance of this Agreement, Contractor shall
provide to the City its signed Affidavit affirming that Contractor does not knowingly employ
an unauthorized alien in accordance with IC 22-5-1.7-11 (a) (2). In the event Contractor
violates IC 22-5-1.7 the Contractor shall be required to remedy the violation not later than
thirty (30) days after the City notifies the Contractor of the violation. If Contractor fails to
remedy the violation within the thirty (30) day period provided above, the City shall consider
the Contractor to be in breach of this Agreement and this Agreement will be terminated. If
Page 3 of 6
the City determines that terminating this Agreement would be detrimental to the public
interest or public property, the City may allow this Agreement to remain in effect until the
City procures a new contractor. If this Agreement is terminated under this section, then
pursuant to IC 22-5-1.7-13 (c) the Contractor will remain liable to the City for actual
damages.
SECTION VIII. IRAN INVESTMENT ACTIVITIES
Pursuant to Indiana Code (IC) 5-22-16.5, Contractor certifies that Contractor is not engaged
in investment activities in Iran. In the event City determines during the course of this
Agreement that this certification is no longer valid, City shall notify Contractor in writing of
said determination and shall give contractor ninety (90) days within which to respond to the
written notice. In the event Contractor fails to demonstrate to the City that the Contractor has
ceased investment activities in Iran within ninety (90) days after the written notice is given to
the Contractor, the City may proceed with any remedies it may have pursuant to IC 5-22
16.5. In the event the City determines during the course of this Agreement that this
certification is no longer valid and said determination is not refuted by Contractor in the
manner set forth in IC 5-22-16.5, the City reserves the right to consider the Contractor to be
in breach of this Agreement and terminate the agreement upon the expiration of the ninety
(90) day period set forth above.
SECTION IX. PROHIBITION AGAINST DISCRIMINATION
A. Pursuant to Indiana Code 22-9-1-10, Contractor, any sub -contractor, or any person acting
on behalf of Contractor or any sub -contractor shall not discriminate against any employee
or applicant for employment to be employed in the performance of this Agreement, with
respect to hire, tenure, terms, conditions or privileges of employment or any matter
directly or indirectly related to employment, because of race, religion, color, sex,
disability, national origin, or ancestry.
B. Pursuant to Indiana Code 5-16-6-1, the Contractor agrees:
That in the hiring of employees for the performance of work under this
Agreement of any subcontract hereunder, Contractor, any subcontractor, or any
person acting on behalf of Contractor or any sub -contractor, shall not
discriminate by reason of race, religion, color, sex, national origin or ancestry
against any citizen of the State of Indiana who is qualified and available to
perform the work to which the employment relates;
2. That Contractor, any sub -contractor, or any person action on behalf of Contractor
or any sub -contractor shall in no manner discriminate against or intimidate any
employee hired for the performance of work under this Agreement on account of
race, religion, color, sex, national origin or ancestry;
3. That there may be deducted from the amount payable to Contractor by the City
under this Agreement, a penalty of five dollars ($5.00) for each person for each
calendar day during which such person was discriminated against or intimidated
in violation of the provisions of the Agreement; and
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.
Page 4 of 6
y
C. Violation of the terms or conditions of this Agreement relating to discrimination or
intimidation shall be considered a material breach of this Agreement.
SECTION X. RELEASE OF LIABILITY
Contractor hereby agrees to release and hold harmless the City and all officers, employees, or
agents of the same from all liability which may arise in the course of Contractor's performance of
its obligations pursuant to this Agreement. The City hereby agrees to release and hold harmless
the Contractor and all officers, employees or agents of the same from all liability which may arise
in the course of City's performance of its obligations pursuant to this Agreement.
SECTION XI. MISCELLANEOUS
This Agreement is personal to the parties hereto and neither party may assign or delegate any of
its rights or obligations hereunder without the prior written consent of the other party. Any such
delegation or assignment, without the prior written consent of the other party, shall be null and
void. This Agreement shall be controlled by and interpreted according to Indiana law and shall
be binding upon the parties, their successors and assigns. This document constitutes the entire
Agreement between the parties, although it may be altered or amended in whole or in part at any
time by filing with the Agreement a written instrument setting forth such changes signed by both
parties. By executing this Agreement the parties agree that this document supersedes any
previous discussion, negotiation, or conversation relating to the subject matter contained herein.
This Agreement may be simultaneously executed in several counterparts, each of which shall be
an original and all of which shall constitute but one and the same instrument.
The parties hereto submit to jurisdiction of the courts of Wayne County, Indiana, and any suit
arising out of this Contract must be filed in said courts. The parties specifically agree that no
arbitration or mediation shall be required prior to the commencement of legal proceedings in said
Courts. By executing this Agreement, Contractor is estopped from bringing suit or any other
action in any alternative forum, venue, or in front of any other tribunal, court, or administrative
body other than the Circuit or Superior Courts of Wayne County, Indiana, regardless of any right
Contractor may have to bring such suit in front of other tribunals or in other venues.
In the event of any breach of this Agreement by Contractor, and in addition to any other damages
or remedies, Contractor shall be liable for all costs incurred by City in its efforts to enforce this
Agreement against Contractor, including but not limited to, City's reasonable attorney's fees.
In the event that an ambiguity, question of intent, or a need for interpretation of this Agreement
arises, this Agreement shall be construed as if drafted jointly by the parties, and no presumption
or burden of proof shall arise favoring or disfavoring any party by virtue of the authorship of any
of the provisions of this Agreement.
Any person executing this Contract in a representative capacity hereby warrants that he or she has
authorization, in writing, by his or her principal to execute this Contract on behalf of the
Contractor and that such authorization has not been revoked or rescinded.
Page 5 of 6
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 Sanitary Commissioners
By:
�-
""'gue Miller, President
By:
g tiens, Member
Date:! b l O A S
THE CITY OF RICHMOND, INDIANA
by and through its Storm Water
Management Board
L� Am akshi, Vice President
Sue Miller, Member
Dated:
APPROVED:
,--Jawd< Snow M
Dated: t1l /
qllg
"CONTRACTOR"
COMMONWEALTH ENGINEERS, INC.
Page 6 of 6
By:1 ,baC1.Dop".-
Printed:E91AN M • L)eSH/4RN JU
Title: N gzF PR6S I D&-kJ'1
Date: 11 lzu1/ 9
RIC
PAVE SNOW
Mayor
BRYAN J.,ERVIN
�NDIANP Director
CITY OF.RICHMOND
DEPARTMENT ORSANUATION
280 LIBERTY AVENU5�RIqEWOND, INDIANA 47374
PHONE.(765) M-7450-FAX (765)962-2669
September 12.2018
Commonwealth, Engineers,'III6.
Attu:. Brian Degbariftais
7256 Company Drivd
hicfianap�lisj IN 46237
Indianapolis;
Re: Reau6stforProposab
.9ho.ft, Creek Interceptor
The Richmand Sanitary District= is s6ekingthe.assistanceofa professional engineering consultant
td,dlolffiple.ite,q work r,64 . related . to the: Short Ct-cok.-IntordepTor. "Boase review the 4ttabhqd ARP and, if
interested in this Work, 016dse contact me at-ew6leli(i—Drielirdoiidindiana.9or 765=983=7483 to
.101V
set, a ftiectingto, discuss more detailed project inforrhation and .scoping.
Thanks
.4�
Elijah W. Welch, P.E.
District Enginpier
Richmond .Sanitary District
EXHIBIT'N - Pagel of 17
a
Richmond Sanitary District
Request for Proposal
Short Creek Interceptor Collection System Characterization and Evaluation
The Richmond Sanitary District is seeking the assistance of a professional engineering consultant (Herein
after referred to as ENGINEER) to complete preliminary engineering investigation, characterization, and
capacity analysis and then recommend rehabilitation and/or improvement designs related to the Short Creek
Interceptor, including the Short Creek Lift Station, as required by RSD's Approved CSO LTCP.
Respondents to this Request for Proposal (RFP) shall comply with the terms and conditions contained
herein. This RFP is composed of six (6) parts as follows:
Part 1—Background
Part 2 — Information Available from the Richmond Sanitary District
Part 3 Proposed Preliminary Scope of Work
Part 4 — Deliverables
Part 5 - Form and Content of your Response to RFP
Part 6 — Submittal Requirements
Part 1: Background
The Richmond Sanitary District's latest CSO LTCP update was approved in 2010 and contained 2 projects
related to the Short Creek. Interceptor. These projects are identified as the following:
1. Short Creek Interceptor (Niewoehner)
2. Short Creek Interceptor (Lower)
These projects were originally identified as part of the 2002 Sanitary Sewer Master Plan. This sewer lies
along Short Creek and was installed in the late 1960's and/or early 1970's serving the far east and south
sides of Richmond. Excerpts of these documents relating to the Short Creek Interceptor are included as part
of this RFP.
Part 2: Information Available from the Richmond Sanitary District
1. GIS data (may be. inaccurate and/or incomplete)
2. CSO LTCP documents
3. 2002 Sanitary Sewer Master Plan Documents
4. Short Creek Interceptor and Lift Station Plans
5. CCTV data as required . and completed post interceptor cleaning (schedule TBD and will be
coordinated with ENGINEER) prior to flow metering
6. Flow meter data will be provided by Gripp, Inc. at locations as directed by the ENGINEER with
meters owned by RSD (actual schedule TBD based on meter availability and coordinated with
other ongoing RSD metering projects)
Part 3: Proposed Preliminary Scope of Work
The scope of work identified here is preliminary, very general in nature, and is expected to be refined
through discussions during the pre -proposal meeting.
CSO LTCP Compliance Evaluation - Determine and complete preliminary evaluations and
recommendations for work required to be in compliance with and satisfy all requirements related to the
Short Creek Interceptor as contained within the approved CSO LTCP.
1. Short Creek Interceptor (Niewoehner)
2. Short Creek Interceptor (Lower)
EXHIBIT'N - Page2 of 17
The LTCP and 2002 Sanitary Sewer Master Plan generally identify a need for sewer rehabilitation to reduce
I/I as well as lift station capacity improvements. This project is to evaluate the need for each and identify
and evaluate alternatives so as to eliminate SSO's. Field I/I evaluations (smoke testing, etc.) may be
required.
The above work shall include but not be limited to the below:
1. Survey and manhole inspections of the Short Creek Interceptor and pertinent upstream/downstream
manholes
2. Capacity Evaluation and System Characterization of the Short Creek Interceptor and Lift Station
including hydraulic modeling of the interceptor
All analysis should include consideration of the approved CSO LTCP.
Part 4: Deliverables
The following deliverables, at a minimum, shall be provided in report form and would be required at the
completion of this preliminary phase of this project:
1. Hydraulic Model of the Short Creek Interceptor and connecting overall system model (using
existing model files).
2. Technical Memos and Final Report with figures and drawings identifying project- evaluation
summary, interceptor and lift station characterizations as related to the CSO LTCP, alternatives
analysis and recommended project alternative(s).
3. Manhole and Pipe survey and inspection data
4. Smoke Testing Data (if determined applicable)
5. Preliminary engineering cost estimates.
6. Recommended phasing of work (if applicable)
7. Recommended Scope of Work required to complete the final design for all upgrades or
rehabilitation.
All of the above information shall be prepared and delivered in hard copy and electronic versions.
Part 5 — Form and Content of your Response to RFP
Respondents to this RFP shall submit a response which shall be organized and include information as
follows:
Section 1— Company Introduction identifying at a minimum all parties involved in response to the RFP.
Section 2 — Proposed Scope of Work that meets all the requirements of the CSO LTCP as well as any
additional work outlined here or during discussions with RSD staff.
Section 3 —Estimated project schedule.
Section 4 — Project Team identifying the key staff members of the respondent's firm who will be dedicated
to the project, including a description of each member's roles and responsibilities on this project.
Section 5 — Fee Tabulation
PART 6 — SUBMITTAL REQUIREMENTS
A pre -proposal meeting will be held at the RSD admin office at a time and date to be coordinated between
RSD and ENGINEER.
EXHIBIT'N - Page3 of 17
Four bound copies of your response shall be submitted to the Richmond Sanitary District at a time and date
agreed to by RSD and ENGINEER during the pre -proposal meeting. Submittals shall be delivered to:
Richmond Sanitary District
Attn: Elijah Welch
2380 Liberty Avenue
Richmond, IN 47374
Questions shall be directed to Elijah Welch at ewelch@richmondindiana.gov or 765-983-7483.
EXHIBIT'N - Page4 of 17 .
Do
D
rn
m
rn
o�-
CABLE 14
SELECTED ALTERNATIVE,O.WLEMENTATION SCHEDULE.
Post-CanstructionA9onitoring.
,
win
40ne letterwili be submitted to IDEM and EPAfollog.the completion ofthlis pro)ectand a second letter.%0.4 sotto-IDEM and Mfollmvingthe completionofthe pasVoonstructron Monitoring per
?Th 'completion of t�iefa P.I.iswig be'dependent upon additional vmstiide rnllect6n system doracteiizationand evaluattan:
In.pZewar,thefinandaiaapab tyanalysisandestimatedstreamieach'anddurationofsusperistontothewetweatherilmitedusesubcategar.willbe'reWi wed and updated duifngtheseIntervals.
Richmond Sanitary Mstrlet
Utaff oS0 LTCP Update ,
13rectitive Summary.
RevivDd, luly2D10
r
0
a
I✓
CL
N
f�D
'P
confitmis,'that periodic fl'ush'ih'g is sufficient to. '.ew .depositions. . As a re5ulti, Project #10. has
teen deemed
n4igesppry,
It sOo 41d, be noted that. the R.$O will continue to and! evaluate ic,61lectioh system
asjni on the West side of the East Fork of the Whit waterRivor to determine . th 6 viability of
additiort8i alterrigtives; h 5t4c, as. bbWersepArbtidrj.
.16 OTHER SANITARY SEWER SYSTEM
M PROJECTS
in addition; to the qbhveygh6e systeim- projects �6dtsi as described inthe above sections, Which are
6 fl'' dated f the :or elimination of combined seWef, oWrfloWs. Additional
pe'ci cally ire.. o reduction .
c 4e fie6dbd:in- the 66hitaty sewer' o projects
*Qjo As portion of IhO conveyance system-. These
are rieededAci reduce sewer surcharging that causesbase'rile'rit back'up;s, to eliminate sanitary in ary
sewer overflows, And to provide slow,er, service for future growth. These projects are listed in
- Table1.2 . and .. Are . included
ude , d . in ,this'LT d* b -CP Update sthat'. an implementation plan can be
developed that considrers the,priorltles; and -posts of All needed ptojedts,
fthm-und Sanitary District ,Development of CpnVeV?nGp 5yotemAlternatives
Draft ,CSOILT .Ptat
'Re'y4g'e'd Mqy. 2Q10
3-9
EXHIBIT'N - Page6 of 17
TOk011d 1-2
Summary. of Probable Project Casts for Collection Syst en ProjectO
Project
Probable
Project Cott
(2910 Dollars)
CwM6nt
Street Lift -station and
r . derft� I dn:(P (Part . 6 ' f . NW 3" Interceptor - System)
Project completed'.Fp
$outhbastBa8lh SSO Reduction
J
$5.i090;842
Project completed,
Chester l3oulevard ilnt6rceptdr;-- Phase
Iand 11
$5,357,641
Project completed.
Ch6st6r Bdule—rdlhtee Interceptor Phase
ill -va .,c
Extend .7, o pick up another
56*0 under 1, 0 to lift ton.
w 1Inter ept
N �4Street,Interceptor, NW Branch
- (.Earlham,C- ,Cemetery)
'$2 j3QOjOQO 4
Sewer separation & 1/1 'reduction;
West We. interceptor Relief SeWer
$4, -700,000 1
CapacityekpMsion,
West Side 'interceptor (LoWer)
$Z00,000*
Structural r0inforcomont;
West Side, -interceptor,(U'per)
.P
'$740,06011
Sewertehabilitatibri,to reduce, 1/1.
Ro'undBeirh Road (N*Branph')
$660;000a
Sewer rehabilitation 6 reduce 1/1. i on
Short Creek Interceptor
Otqr'(NjeWb'ehneT)
$6'0' 01,000
Sewer rehabIlitation10 reduce 1/1.
Rbund,Ba'rn Road. (W6st.B-ranqh)
$3400000A
Future capacity Work.
North/For jNoflh R-'ic'h'ffiqhd c6libeto
$600,000
Sewer reha N. ita i6h to rbdudeltl.
-short creA interceptor (Lower)
$566,006 a8ewer,
rehabilitation to rpducel/l.
MldWost Industrial Park
$360"000a
Phase 11 sanitary-se'-w—er ex'ten*-s'io- n
Contingency (total amount based on
$7.00,000 per year 26. years)
$14,000,0008
Specific.projepts to be ddterrnJned. Total
amount based on 4706,000jo.er year for 20
years,.
,SUbtoial
$4,156,551
Projects Ccirpbldhid
$12,016,551
Total
$29i140,0.00
ENRCost' MOD)c Ratio dfl.,34used to,.convert 2OO2..dollar .to2dio dollars.
ENR'd ost Ind6k -katio Of 1.06 used to convert 2008 dollar 10-2010 dollars.
Ri cbffion'd S'anitary.'Pistrict 06velopnient of CbfiV6yandb: WnatiVes
Draft CSO LT'CP Sanitary.'District
3kl 0
EXHIBIT'N - Page7 of 17
6.-4 WEST SIDE INTERCEPTOR ALTERNATIVES;
The April 200-2 LTCPCP
and the 2.0-67 0-50- LTCP Uipd�� , t includes t I wc? I p,tojedts that would
`n6r6aii the ., capa.oity of th,.e West Side Interceptor, while sirnultanebu§ly removing floinrs frdni
rqqptor. Previously, these -�ibr6
t East Side Interceptor; P, prPJecit referred to as F West :Side
interceptor Relief Sewer and Proje West Side Adlief Sew'er
.- -,P bt #1 , 0; 'S " iphbh. Th6 . 0 id 1ntqrd.e.ptP..---.
would include a pump station and a 1'� inch 'force main and wouldessentially-di.sdonnebt-the
flows 1h-t . h& West. Side interceptor sewershOds from the East Side Intet6ep(dr. This
-
Orbje`ct would free upan estimated 8 MOD of capacity of the East Side Interceptor .durin
g wet
weather and provido for additional capacity for groWt_h in the East Side Intercepto
r'
.,The Siphon
' Projoct- as proposed. :in the -2 -602 0 80, LTCP and 2007 CSO LTCP Update, would haVe
essentially redudedthe pipe size due to perceived issues With the lack of velocity in the existing
21 inch siphon; This; project wat; reviewed at Part of the deVelopm&ht of the hydraulic -model for
e revised 2010 CSO unnecessary hi6tbricEi lack 'of
LTCP and d d — a6bssary due 'to
-porne
to the hydraulic h
maintenance issues on the sioboh, and due' h raolic model shdWing that pe'rioqic fl'uphlpg
vwu�i6 p0obti6n, - system basins 6i)
,p i6ds obbuir. Th6 PS6. continue io 6hati6bterigb and :evaluate in
th-:.-.
west side of .the 1�6st' Fork of the W17./tewater River to determ1he the viability of addiflohal
alternatives, such :,*a's sewerseparation; e 'howeve— r, the 2010 CSO. LTCP recommends th&
,
construction of 4' West Side Interceptor R666t Sewer as well as structural reinr6rc6thenf and
infiiie'a6bnn 6nd'Inflow',(1/1) r6dOptiph proiectsi
5.,5 Fuw- ANINd'CO, L*L,E-'-C- TIO, -N SYSTEM ALTERNATIVES
Wcdzbd, ,collection system Wet weather conditions such as b6s6mbnt backups, - ekee-srO6
surcharging b.ridlor 6i6hbr-V t have -resulted 'in'the Dtioritiz6ii6"n of several
These projects d
projecisi; 'Th --cfs will rib0airin existing infrastructure tfUdd�6,6bd re ucin from
g a e,x .. - I s
,the publicly owned sewers .and the privately owned portions of the system; These projects Will
�of the
k4 needed tq�k 'the flows within the 'capacity 99 an prigoing liasis _ epp e we weather . ows- wit. , proposed � interceptor and WWTPimprovements,' It, is ,recommended that the District, initiate and
fund rid. a filtr4lp Anfjow�remdValprogram to annually seek and eliminate excessive 1/1.
.p in
.4 , ti n
S1npe,1h6,sdbmiqaI .of the 2007,Ctib LTCP Up4a1:6, 166 following projects ects have- been compl6ted
or are turrerit y underway:
M-ay:
• Southeast Basin OSO Red , uction — 2P1 0..
• Past Side Intercept9f Phase I — 201 G.
• Boulevard; Chester InterC6.6ioto-h,at-el;�ndll--�-.Completdd.
SW 4th 6Street Lift. ion'17 ,$ta n and
Station ...prqemain—Completed.
The' 0116Wind projects &§,pr000ted to be a part of thb; Rldhrh6rid District's Sanitar'ry Sewer riDistrict'st s
ongoing infiltra
flow Re'rridVal Prqjram:
Chester r Phat4 I 1"Sieet interceptor' NW Branth (Earlharrl Cemetery).
West Side Interceptor (Lower)..
• West Side Interceptor (U00,6r).
0 - tbr,Relief we- st $jdb,l �drcOpSewer.
k Short Creek Interceptor (Lower):
e
Short Crde h ercepto . r .(Niew n,
Road (Northwest Branch): f)
R-a • Round Barn 9 e ourid Barn Rbaidfflest Bir'afi6l)),
Richmond Sanitary; District
Draft CSO LTCP Update EXHIBITN - Page8 of 17
AfteifiOtNe tvil'uatio,n
Revised _May 2010.
6-4
Nofth/Fat,Nblih Richmond CP1166t6f.
)midw,est industrial Park.,
I ___ _0AWb WET WEATHER 1. .:_ TREATMENT - _. -
5.6 - WWTI WET WEATHER ALTERNATIVES
As outlined throughout Chapter ,4.seVera modifications " i ddff6ations at 'the wastewater treatment piahitate
_
necessary -to ensure maximization of flow a� required by the Nine Minimum 0,6&61� and is the
IM v _00, 4 of 4h @pis ,of 12T Two general concepts were 10 Revised isod QS0 ra c. p', e as Pa, e
oawlicn, of alterhaiiv,e:
m-lie the flow at iffipfove and/or modify exlstlng,,prbdds�t Units to ffi0xii 110WIN. can be treated
8U, weather conditions.
6 ns.
ring -Wet co'n.
Cbristrubt 'new wet weather flow I andlor,treatmeht1aciliiies 'for the r . et6hti n and
treatment
1. _ I I , 1. ...—... � I I . . 1 1, 1 . . � I - — . .. . ., .. - 1 0
troatmiant of c6mbinqd sewer overf1pWO.
k0gard-ing :th--WWT'0 several 1 modifications are that are "hidrided to Oxp-M&t e Ve he wet
weathef _capacity to 36 MGM Th6senddlfldati6ns_.End improVemnts includethe U.hit. processes:
Primarye Pretreatment:.
•
ap Roug-ing towers.
oInt6rm-edidtO 610rifidtt..
Activated sludge modifications.
At a peak wet w6atherfloW of 36 MGD, this leOves approximately 60 MGD that Will heed to
either lie treated through a separate wet,wpathpr process. or stor
ed for bleed -:back* to the WWTP'
for full V66trneht.- Three primary alternativesJ alternatives were consideredn this, portion based ob,okoess
Wet WO4tker flows and -volume y the'- XPSWM' M"model and include - the following
•'Constructed wetlands.
• Eqqali,z;qtidh,
• Wet Weather treatment f6 . dlitv'sUoh as Adtiflo.
Given the site limitations;constructionissues and effluent quality considerations a'wet Weiather
Adt f 6, Was the chosen end of pipe treatment for066k- QS0 Wet
treatment system, such as.
w6itheirflow. Therefore; the selected aItom6tive for treating peak Wet weather flow conveyed to
modify P. unit hit bio, tentwith the ea is 16. M'o Y -.a ce.spes-ponsis a peak flow 0F06,MGD aid
construct an Attifio' peak wet w6a'ther4rciatment unit 6n: the. WWTP . tite designed to a. peak flow
of 66 '1� G* 0_: 11"M'oUld be - ho-i6d, that' the 'iin ia! sizing of the' A'diAl'o m� may be,'re'duced
qep6ndent'Opon pds�ts- ohs&Uc6dh, monitoring results. Another consideration during the -design
of thl I � facilit
y_ WN'bb the utilizati6h of equalization in cd0juticti6n Woo 1416 Adtifld system, which
- I _ . e - ,
again, Will-bpAi further co n'- sWW dudiig'dbolgn and may r duce the cost:
57 StILE0TF-ALTERNATIVt ESTIMATED COSTS
The surh of the estimated costs f6r projects outfin6& in. :the Chapter3, ;Chapter 4 and the
preceding'sections
dons of Chapter is appa ely, 6,666when
the,projects -'n...p coMp -dofuhdi§rwav�are . excluded,,
that ff
_ ptoroL
'Richmond •Sanitary District
.Vtoft.csoitc EXHIBIT'N - Page9 of 17
Alterdafive Evaluation
Revised May 20110
5-5
PAGES FROM THE 2002 Master Flan.
SANITARY SEWER SYSTEMMASTER FLAN
RICH_ MOND SAl VARY DISTRICT
2380 LIBERTY AVENUE
RWE MOND, INDIANA 47374
(765)983-7450
Prepared by:
CMID, Inc:
5851 E. 34`}' Street
Indianapolis, In 4.6218
(317)562-0515
Jrannary 2002
EXHIBIT W - Pagel of 17
Ytichniond Sanitary District Sanitary S'etiitier System Master Plan
For each of the eleven sewer system basins of'conceimm;_ sevi►er system and
service area were characterized, problem � were identified; flow data was
evaluated and new/future service 'Concerns were assessed. A detailed
discussion of the evaluation of each of these basins was included in the
Phase I Evaluation Report. The following subsect>ons sumrriarize the data
collection and.evaluat On.
242.2 SHORT C0EK INTERCEPTOR. SEWER BASIN
The Short Creek Interceptor Sewer .Basin serves the far southern and
eastern portip, ns'of the Sanitary District Zt b nsists of approximately 06.70
acres of land of which approxunately `3% is se�c%ered. The sewage
collection system consists of approximately 100;060 feet of sewer ranging
from 8" to 30". in diameter; 330 manholes and six sewage pump stations:
Operating problems in this system are generally isolated ' and non weather
•related.
Flow monitoring data was collected -at two sites within this basin as part of
the: Evaluation Phase of the Sanitary_Sewer System Master Plan. These
,flow meters. were located on the: 27" maui branch of
the,Short Creek
Interceptor just west of Boston Pike and in the 20" extension from the
.main Branch of the interceptor on Niewochner Road south of Wernle
.Road. _ .
,During dry weather; average daily flow was approximately .0;8.: MGD in
the lowest monitored .section of .the interceptor of which roughly '460%
(0.368 MGD) was estimated to be 'background idfiltration. Peak daily rlry-
weather _flow was approximately 1,02 MGD at a depth .of flow of 5.3
inches yielding a peak to average daily flow ratio of approximately 1.2.
tress than 106/a .of the available capacity' of the pipeline is utilized during
dry weather: This site exhibited a high velocity gradient. Modest
increases -in .depth of flow resulted in large increases in flow quantity:.
.During the wet weather event captured in the flow monitoring period
(greater than .a, 2-year, 24-hour storm event), maximum depth of flow
recorded at this -location was approximately 9 inches or approximately one
third of the available pipe capacity, Mauiinuin flovi rate was measured at
,4;5 MOD.
At the upstream flow monitoring lomtion in the Short Creek Interceptor
Sewer Basin, dry- and wet -weather flow monitoring data are relatively
sitaar to that of the downstream meter.. During dry weather, average
flow is approximately 0 $7 MGD of Which approximately 5l9 (0.44
MGD) estunated to be background infiltration: Peak daily dry �iieather
flow was recorded at l .13 MGD at a depth of fiow of 169 inches yielding
a .peak daily to average daily flow ratio of approxiihately 1 3 This ,site.
exhibited a high velocity :gradient. Small,ucreases in .depth of flow
it iD, iic, 24 :Tamrgry3001
EXHIBIT'N - Pagel of 17
Itietimoiid Sanitary District _ Sanitary Ser r,Syslem Master Plan
resulted in larger increases in flow quantity:. During the recorded wet
weather event, .maxiritum depth of flow at this location was, approximately
6103 inches or approxima#ply 25% .of the available ,pipe capacity:
Maximum flow rate was measured at 4.5 MGD: Surcharging, did not.
occur at eithersite within this basin during the, flow monitoring period.
Maximum flow .rates in the lowest portions of the interceptor were
measured at 4 5 MGD during the rainfall , event captured in the Evaluation
Phase. the interceptor sewer was able_ convey :this flow without
difficulty. this flow rate was well in excess ;of the downstream pump
station's capacity of approximately 2.5, MGD.. Likewise, at ultimate
development. without future I/I emediati , peak daily flbWs in the
interceptor basin were estimated to :approach 744 MGD. WW the
interceptor had the capacity to convey these. anticipated flows, the pimp
station was, ;again; the hydraulically limiting factor.
Rainfall recovery periods at both sites were relatively :short, approximately
2 days.
2:2.3 Sou rftmf 1NTERCEPTOR SEWER BASIN
'The, Southeast Interceptor Sewer Basin serves the .southern and 'fat east -
central portions of the Sanitary District. The ,basin consists_ of
approximately 2750 acres of land of which apprvxunately 75% is sewe- d:
The Southeast Basin consists of approkiriiately 156,000 feet of sanitary
sewer ranging in diameter from 8 to' 24 inches, 680 manholes and 3 pump
stations. - .
MY sewer .system in this basin experiences chronic back up and
overflow problems in the :area sodih of Reeveston Road between S. 20
St. and Forest Hill Drive to S. E St. There are two (2) wet -weather
pumping locations maintained by Sewer Maintenance as weather requires
in order to avoid sewage back=upsduring wet weather: The system also
suffers the same problem-- with overflow along Si 10. St. between'S. L St:
'and'S: O St.
RSD has also identified sewer segments with negative hydraulic grade
contributing to problems in the area north of S. 21' St; and two of the
segments that transport flow from S. 31' St.,, S: 32,W St., Avon and
-
Berwyn to the intercepter were also identified as having negative
hydraulic gradients. Hydraulic ,grade problems in the area north of S. 21
'St. are partially responsible for the need for bypass pumping at Southeast
Parkway and Glen Miller Parkway:
RSD maintained foot .(4) go* meters
'm the Southeast 'Basin during the
Phase I Evaluation work: These meters were located On the -24"
CMID, Itic: - 2 S - aamiary 2002
EXHIBIT'N - Page12 of 17
Richriionil Sanitart� District Sariitary Sei«er 3ijstem Mas{err Plan
14' BASIN:LEVELFROJECT11DEN IFICAT[ON
14 1 SHQRT CREEk- INTERCEPTOR SEWER BASIN
The Short .Creek Interceptor Sewer Basin is the Basin of lowest overall
priority for sewer system improvement in RSD's collection system._. Based
upon the flow monitoring data, the lowest portion of the interceptor sewer
system has capacity to convey both dryand wet -weather flows it receives
both currently and during the 20=year window associated with the master
planning effort: The Short Creek Interceptor Sewer Basin is generally
providing adequate sewer services within its basin limits during both dry -
and wet -weather periods: Customer complaints; excessive maintenance
and high priority wet;weather maintenance locations are mirurrial and
none of these, locations appears to be systemically related to wet weather.
While the interceptor sewer was able convey this flow without difficulty,
this flow rate is well in excess of the downstream pump station's capacity
of approximately 2.5 MOD. Likewise, at ultimate developi#ent without
future IR remediation, ,peak daily flows in the interceptor basin are
estimated to approach 7 54 MGD: While the interceptor has the capacity
to convey these anticipated flows, the pump station is, again; the
hydraulically limiting ,factor:
The system does suffer from excessive M; however, 'it does not. appear to
,cause any back-up and -lot overflow within the basin: The Short Creek
Pump Station is not reported to experience high flow problems during wet
Weather, however, it appears it receives. short-term peak flows well in
excess of its capacity. Some. short-term sewer surcharging may be
occurring immediately upstream of the pump station.
Ul, assessment and remOVal and pump station improvements in the,
Southeast Basin sewer system are justifiable; however, these activities are
not recommended for implementation within the 10-year planning window
of this Sanitary. Sewer Master Plan, Estimated costs associated with I/I
removal; manhole and sewer line rehabilitation and pump station
improvement are included in Table 3-4.
'Pump. station improvements are based, upon all engineering and
construction -'related costs to make motor upgrades to 150 hp, and impeller
and control system upgrades to, maximize capacity from the existing
pumps to in excess of 6 MGD.
CMID, Iirc: 3-8 Ja1114u v 2002
EXHIBIT'A' - Page13 of 17
TA13LE 34
BASINa.EVEL SEWER IMPROVEME,HTS ESTUMTING
Projtot DosoripUon
Est Projectcast
-4 556 000.00-
Structural ReinfamemantoFinm lor"
S-
1058000-00
_ 'WestSlde Mein Interceptor Diwrslon Sewer
S
3;500,000.00
NW 19thSt ntarce tor=NW:BranchEarilramCemete -_- -
S-
2884667.00
SSES ___......- -._. _...
S
100OD0.00
Manhole Reconstruction
S
'288000.00
Sewedine Reconstruction
5.
. ;9985.00
StoragdRclicf
S
1,500,000,00
N 3rd & N C St CSO Ito rovements to Sewage ELegulaterto Interceptor
S
- -175 000.00
SSES :--
.
$
- 65 WZ50
-Manhole Reconstrucon ; - _
S.
2W.000.00'
:SawedineReconaWctian
S
1,711=00
S StEoflectat- _ _.. _ ':' - �� - _ _„ .. - '_ . --- _
_ S: G SL and S. H St Storm Sewer Interconnect- Bulkhead _
-
S
10 000.00
SEES -
S
50000.00
Manhole Reconstruction
.170,000.00
Sowotlino Reconstruction
S
1,00O,000,00.
Chester Boulevard lnter r= "_`..-= _ - - - -... - -
5-'_
- S21B750.001
SSES -
S
63750.G0
Manhole Reconstruction
S
180 G00.00
Sewedlne Reconsbuctkm
S -
1. 275 000.00
Relof SawebSewor Ro lacm'tCIICW lncase
op
S
1;70,o00oo
h
mtamA r, S-I St.&5 L^St
S:.
- 4 2991Southeast 14:00'
SSES
S
8348200
Manhole Reconstruct on,
S
200 000.00
Seweano'Reconstruction
5
1,669,63200
RogefSewedAdditlanalSewetline.ReconsWetionfor11 atNeH raulic0rade
$
2;250,W0.00
NW 3SLh,Stlnterce r-EBranchthrou hSWaSbtt:Calk a,Ave.':
$ -_
- � 1911`839.00;
.SSES
S
74 500.00
Manhole Reconstnwtmn
$
` 144 000.00
Sawerfine Reconstruction
S -
693 333.00
Storege/Rolief •
S
1.000,000.00
Southmstinterce r. Cara = "-- -_ -
5-.=-
_ 'Saosg.00
UI Assessment .
S
45,696.00
` ManholeRebabilitatlon
S
290,000•00
- SowerllneRehablitation -
S
-.18090.00
WestSldo Main inlet r flower -
S
1 524187.00
West Side Main Interco tor DNerelon Sewer See East Side Maln Interceotor Pro eels
S
Structural RalnforcomerdofInterceptor
S-
1000000.00
Mice, Sower Assessment and Repair- .
$
, 524.167.00
WeetSido'Malminmree r-luWG'SCBShMldan'SL - _ -
S
- '107650.00'
-SSES-
S
38250.00.
Manhole Reeonstmetion
$
27ZOD0.00
Smedine Reconstruction
S _
765.600.00
Round,Bam Rdad lnterce - NW Branch (College Corner); ' .-"
S
- - 'a11°5B4.001
IAAssessment -
S
_ _ . '37417.00-
.Manbole Rehabilitation
S -
250 000.00
Sowadino Rehabilitation
S
124.167.00
Southeast ln=e tor- East ON 26th Sr, &:SE P2rIW2 -------
SSES , :. -
S ...
- 38 W5.00
Manhole Reconstruction. -
$
60 000.00
Sewerline Reconstruction
S
_ _ 431.801.50
Soulhe Urterce to[.;Noftof N261hSLA SEPadma •
$�
- .'188'624.00,
_
SS
$
24 590.00
Marihole Reconstruction
S
20000.00
Smmlino Reconstruction
S
143,934.00
Shod. Creek IntoreL lor-NlewoehnerRoadBranch--- - -
S�.
W7300.00:
M Assessment
S
_ . 34 3W.GD
Manhole Rehabilitation
S
17600D.00
Sewertine Rehabifdation fgenetall vlo Chemical GFCUUnq and Spot RopIrs
S
- - 167.000.00
MidurestlndusbiaW2T ---:- '- ;- -- --_ ----- -`- ._-- - -----'
6
- - -.-
Round Bam'Roatltnmrco-WestBranch --_ = _- _ =
-
S-l.=- 208816.00
Ill Assessment . - _
S
18 78&00
Manhole RahabilUation -
S
1 OD0.00
SowarUneRehabilitation-. -
S
82833.CD
S__
:282954.00-
-_ 01 Assessment ....:
.. 23 850.00
'ManholeRehabillCdion
S
138000.00
Sewedine Retiabilitatlon -
S
102,500.00
Short CrebkInterceptor = -' -
=
S= -
=- - 33865Qo0'
Pum 'StaUon Improvements 'at least 4.5 MGD and up to B MGD
S
' 150 000.00
. N Assessment - -
S
.17150.00
=ManholeRahabilitalion
S
880W.00
Sewarlino RehobllitalJon [generelty via Chemical Grouting and Spot Repairs
S-
83,500.170
TOTAL'ESTIMATEII O WITAL PLAN 6 BA801S _
-
'5- ----. 25 /73.VU35 UU'
EXHIBIT'N - Page14 of 17
r
.. .., 'IHtENCLDTOg7SLMER �� t' "__ ., � rd.. r.0 •�n.'nw .v�iu�,a�l ?.wr.nna.
NL
� J' �aat a til 1 '•. �,FG ,�r,="`�- � � � � a,
x ` {IAttI
-
Ir
OII IIEIJ(FT i
:
L ,' ; 51- } � ` d I J ',� f' .,- � a• � xcr a,i2 �I "'
1 {' 7 t', ,i / �7. !!r: r ✓r n rlxcn. ooao -�v
r; j �r`� a.. (• � PLat'0 �'9lKEt APS�- r �' =�s�,
WTEAGCi'TOtlp.
} ' � J f - tl•� � A + �1�1'IaT Ass `, w� � �,�Yf, ���. •
j, �' .H . ; � • ,,. slccr'A a -� r=- }} � .. _ .. __,CITY•' OF RICHMDPfD 1NDIANA'
'' sllalt'asmcfNrzFaraaf se ` iaccm SANITARY- 'DISTRICT
{ I �:.+• � N � .I I , ',y i � i _ J •=� - „�'�'.• • j + �'�a��� SCNICF Y/APkJ IA4P.Ii0VEF'�NTS FRDJECT,+NQB40
J r t-.'�'- � � � •DIVISION III SEVjER$
%�'s1aE0 q-ASst)941 9, INC..
iftt/f• t1. pi` ' " ��1 ocuyt L,F.I,.
1 r - -MOW
IpION •PEMICn N�1tRTi[
XHIBIT'A'-Pege15 o6V :.`• 1 ' ." ' ' ' __- - � aaaMuaR amAu�', � ..�
y , I �n y i t• G : , �r,fr:rF: ` ..�'
7t3M
Ull
ram, � c-a• � — I --_� i-- ; c ¢ y +;� t +1 t r. J � r ":
�L °
A♦ a I 1 kxL,..t i4ep a i 3 if J Ki i j L 14>ti /Slt s 1
-_,�� Y-'•' a n [ + i -1 P � 'ii 1 ' z v i -^'� 83�4.
-t'$� yt+i{� 1 ^1'1 l,c ,I -`1xax' q .s ,..� •? J' t his 7 ✓wy t > i
I Y j C 1` A 34 At 'F J} f { SL li 1 AL P
! � z ,i "a`.� �'r C "+� .�-� n-,...--�•...�. 1 x _ > i r.;t tLJ � '`tom i }�f
�J! Y.3
Y' y`(t
r L' —art 1 y CIA Ir
T. 3! 3{1n ':d f t 1" J•
�\ aF �f s 6i
ti_.(, 1t V% Ixt
Ls
"'s�' T iI.-. f'z- ..yam I �'C z�Y i•. 2 r it `5 i t•` t -�tx.31 7 1 1Y dfr IJ.jtt ri
hj
f i4lr I r r �`. lfl+it, �H ` 1 � ?sz �. "� i, it
K t ,� .Y .r • e—/-r?"J� X � � f �'t P Li : .! j p - � $ z -_'3 ,. ,�+T y
� I, r, !J 4�11� i... ,! t I! ��.. �` `� 3 •' t.��f.� feu- �a� 'Fr(�"i
a
� � 1
`kta.- y,% ry ��. 3 ; �.. ?t i � �� ., M.? � ,� � t`"s ✓ t`f^r1al,rtj � � `it 4�� G�ypt� r
yqx�
r�l s s a W I' 3irfW ¢ pp
t i _ L_ i — — ' •p� if •.rk}yc'',„ v .i�._. �, K ca -� 'K1t -..
}{� .. _ II i ���� +1 � 3 Li ✓ 'I ' RrY �Ft It� f 1�I Ip `!_.i.r' � Yf wi �'*' y
m r.0 7'.�. _ L'"`""'a �*•-�-° � `r i z I �'y �. Au88�°���"C J: ys-a '3J C �- 11"I
W_ t�hL(/i C "� tt[...,
f«�+F-�I:;- i.L �r,�._
tar ` Ina
t 3 3- I fn Cn *5 ;fn f rrl J a: ty
i } q 44
I'�` 1� � � ft "� �, I �-�• Y `. `' � ll'I�>...,�N r� _-'� �; 'ivi ,lj��s�,l _
�._ I — — t
zo
•��'''�.it.Y 6 a"�m � � �rti-,r2�`�,h r sLlf ` � tI � o � I
I dv 4 I J�Ti=1i y. :�In
s4 S� ti9
CITY OF RICHMOND Richmond Sanitary District nJ;;
Fifty North Fifth Street SHORT CREEK INTERCEPTOR
F+ Richmond, Indiana 47374 9 s
Mayor: Dave Snow FIELD INVESTIGATION
-W-
�r,
A— A --
All
oll. �11 -I--
'V~ prokl�
-117
Z;
A
"p, NwIl
4N,
SECTIN - US-4-1
MiNit
CREEK Lim StATON
SECTIONS`.
!Ls.
ColefflIrM
7
A wealth of resour
A
A wealth of resources to master a common goal.
October 12, 2018
Mr. Elijah W. Welch, P.E.
District Engineer
Richmond Sanitary District
2380 Liberty Avenue
Richmond, Indiana 47374
RE: Proposal for
Short Creek Interceptor Collection System Characterization and Evaluation
Dear Mr. Welch and RSD Board of Commissioners,
Commonwealth Engineers, Inc. (CEI) is pleased to submit our Proposal for the Short Creek Interceptor
Collection System Characterization and Evaluation. As seen in the proposal, collection system
characterization and evaluation coincide with our core competencies, along with sewer planning and design
efforts. As such, this project will be efficiently and cost-effectively completed by our experienced personnel,
which will allow the Richmond Sanitary District (RSD) to proceed with a defendable path forward with its
Combined Sewer Overflow (CSO) Long -Term Control Plan (LTCP).
would be happy to review the details of the proposal to ensure that it meets your needs and expectations.
Thank you for the opportunity to continue our professional relationship with the Richmond Sanitary District
(RSD) on this important project.
Please contact me if you have any questions.
Sincerely,
Brian Desharnais, Ph.D., P.E. - bdesharnais@contactcei.com
Vice President/ Project Manager
TABLE OF CONTENTS
Short Creek Interceptor Collection System
Characterization & Evaluation
Proposal
QQ Section 1
0 Section 2
Company Introduction
Proposed Scope of Work
Task 1
Task 2
Task 3
Task 4
Task 5
000001 Task 6
O Section 3
0 Section 4
Workshops and Project Management
Existing Data Review, Surveying, and Field Work.. .
Flow, Level, and Rainfall Metering Review
Existing Conditions Hydraulic Modeling
Future Conditions Hydraulic Modeling & Alternatives
Summary Report
Estimated Project Schedule
Project Team
Q Section 5 Fee Tabulation
SECTION 1.
COMPANY INTRODUCTION
COMMONWEALTH ENGINEERS - A HISTORY OF SUCCESS
Since 1974, Commonwealth Engineers has earned
a reputation as a top -tier water resources firm
providing award -winning, cost-effective planning,
permitting, design, and construction engineering
solutions. Over four decades later, our
commitment and dedication to protecting water
quality, and more generally the quality of life for
Indiana residents, continues to grow.
Largest Indianapolis=Area.Environmental Consulting Firms.
(Rm}kid ln.2016local cmir6mrrriim)conndrn�g Lifloigl)
..
7atyeatrhrraec "�.tS.r Zv L :Rvo�e[ rtaecacu.�a. "OE
201
artlstcx utlr m
MINMR—MM
-ur �e.r..e sle.aen
".�,
4.
,
o,.�t.a
6
.
aau.v,r.r rw.
Consistently ranked as one of the top engineering
firms in the State, our focus remains solely on Indiana Clients and their needs.
Our staff includes 21 Professional Engineers and 11 design engineers. Additionally, we employ planners, surveyors,
environmental scientists, regulatory coordinators, and funding (grant) experts, among other experienced support staff.
We also offer more than 25 years of experience with in-house electrical, mechanical, instrumentation & control, and
energy savings engineering services. Various staff certifications include: ACAD certified professionals, INDOT certified
utility coordinator, CFM, LEED, NASSCO, and a Certified Energy Auditor (C.E.A.) to name a few.
Our integrated team's philosophy is to serve in partnership with clients like you, to understand your current position,
recommend valid solutions, and work together to achieve successful projects.
REGULATORY AGENCY EXPERIENCE
(IDEM, IDNR, USAGE, INDOT)
Commonwealth has three Regulatory Specialists on staff. Through the
course of project development, our Regulatory Specialists have assisted
many of our clients to better understand the sometimes complicated
permitting process. They also act as a liaison between in-house staff
members and the regulatory agencies, providing an effective
management tool, resulting in quicker review and issuance of permits.
FUNDING EXPERIENCE
Because we have worked on numerous loan and grant funded projects,
we are familiar with the requirements of each funding program.
Commonwealth works closely with these agencies:
• Indiana Office of Community and Rural Affairs (OCRA)
• US Department of Agriculture (USDA) Rural Development (RD)
• Indiana Finance Authority's State Revolving Fund (SRF)
• Indiana Department Of Transportation (INDOT)
• US Department of Commerce (DOC) Economic Development
COMMONWEALTH STAFF
Registered Professional Engineers (P.E.) 21
Design Engineers (E.I.)
11
Registered Land Surveyor
1
Designers
11
Resident Project Representatives
13
CADD Specialists
9
Regulatory Specialists
3
Marketing
8
Clerical
7
Accounting
3
Information Technology
2
"Total
89
ENGINEERING EXCELLENCE
Commonwealth Engineers has been dedicated to providing Indiana clients engineering excellence for over 40 years!
Our firm brings experience in providing award -winning, cost-effective design and construction
engineering solutions for water and wastewater resource needs.
We are proud to be the only Indiana Engineering Firm to be recognized and listed in the PSMJ
Circle Of Excellence List for 2018, highlighting successfully managed firms which demonstrate
outstanding achievements.
Additionally, year after year, ACEC
Commonwealth receives ACEC of
Indiana Engineering Excellence Engineering Excellence Award WInner
Awards. In 2015, Commonwealth received three ACEC
Indiana Engineering Excellence Awards for water
resource related projects, in 2016 an ACEC National
Recognition Award, in 2017 an ACEC State Finalist Award,
and most recently in 2018, another ACEC State Finalist
Award.
SERVING INDIANA CLIENTS
Commonwealth Engineers is the consultant of choice by
many private and public entities across the State of
Indiana. Our experience and responsiveness have
successfully created a large cross-section of clientele. Our
service in cities, towns, counties, municipalities, schools,
special purpose districts, and the private sector include:
HIGHLIGHTS
• 100% Locally Owned and Operated
• Niche Engineering Services for Water and
Wastewater Resource Projects
• In -House Grant Specialists, Environmental
Compliance Specialists, and Energy Auditor
-o<PeMtqQN FGSLANWA *ELKHART
EAST CHCAfA + Eaw* +N:OClE6iTAr STEIFUEN
SOUTH �y-yORO WNV34AA•GGJ1 A�ILEAEIIURO 1—r COLT
+ *HAVEN
N1C+LULW f' - '� 5 [UFYCN NAPPX%EE •U N,EA W�AKEY;O.6UTLEA
RwD
,.
rnDNTI e1R1�L1 RA,So PiYNWTH STRAWSEf• KENOALLV6lE+ OAlrt.1'Fb1
Pan lQgt. f. VLFORJ ALTOVA.f,+
* f A. • ,. ETNA LAOTTG* 51 X
LOV27L NORTH• + _+ . . -GREEN FLERCETON "TERTaM
LtCWTEHEYV+JWNK caE +ACER,Om • ACFIYSDC
q
..
ROCNESTEA' SOWN FORT C'. NEw
WTA"� • + + VWUTL£Y W'AVNE f HAVEN
VOROMO RE NSSELAER KEVIA AA AARCN f
+ '► NAND; FNTOH 1JONROEV F
+ORCCK SHAFER
KEN,IAND TY,tS f 00.771LNA LEACH V �'GO aNl�i E CECAV
•. D WOL00T'µiT RSO+. .
GOOOIAW ♦ . . + fIOGANSPORT fALsiT ACR:O•
uOYTK�LL� 6LjRNETTSWLIE LOSJUiSPfAI` VIAARE%'VONAOE•.
• EARL PPANK GALVESTON COINERSE Pm-"O•
DEIWe•' . + �EETSEN POPEL fR GEJNEYAf.
BOSVV.tLL +OTTERSEW Flf%tA KOXO%r SYAYiE 6LACKFORC Co'
+ • DRVI�IIT
. 'C2�A'ZAN +A1F_SLK.AO'+ PENNYALE�4CRSD
WEST- Uw TTETTE RVSSIARY • FARALOUM f O PONiIA.V3
LEBANON +NULBEAiY ,IATTNELr ATONG OVE •{ REMEL
• + S,PAVityLLE• FIOON+' � +R£ONEV
rIP104 EELWOOD •GASTON *ALBANY
VELLOtt VWCi *:+SELUA
y f fYtiGATE *COLFAX E♦
+OCRMQ
COVd:OTpi F.Rg6Uf Dh "+CN6STEAi•',ELD
WAYNETOWIN LEDANON koi'Ul YAlF
• .+ • LA LLNDERSO PCRT+' •&QWTSV41E
EUGENE
+ :r Kk% L 'I ZONWLLEf CkV SUE RUTSPFnGSRW9f;•NT SUVWT
♦NEW.ORT FN2RS FORTV%LE NEW pnr
fOANA RR5!♦2O. LAWRLVCE-+� � XE.RARO ROILgN9
T. _ eyy.O•_SGEEff:Ay •:+uTGzEE;FORrfaNTM
~CLVfTOH� MHYLLEa A 1 ai?A`NMl%LS •C�MjEt+Wa •C)WtlorTESY¢u
f HCRSD•.'. YON
* *ROSEDA E 57AESVtlE•1k6EUEVLLE NEWPALESTNE CONNER4vKLE
WTREA1 HA:LIDYr GREE
HKEM= NNOOD•
E11 nUTEIANb e f
/� �. � .•T HEWr rUE LAM
M:U,E i-AGYTON •LAKE Gr 0ARGERSm�L AN"* � WALORCH ��E rjTpp�LE
WE5; . LAKE WRTH LAKE W! y C ONTO • R+� LAKE
TE: PCWL] " �E+
:WEhGFR PRLNCES LAAES•♦
HAUTE • LAKE E010J GH SANTEE CATESVRLE
_ L[LTD/1 CONS tOCRDRY-ATER • 5���.L�
6lDOVifOTGN , CaUVW9 W ,PORT i -N
•'C'ST OSGOOD VOCRES
E• SUMHV V011WC • .•MLL
WATER TLOCKTORD IEP"M *Y . *NEKTON
FREET05WN .f �j.j 6U,LEUM1LLE
OCLDX: �.gpSCCVL1�bgTUa+ `._ RNSYN'y
OAKTOV.N . +• HASO i O„ JElCM1GS •TRU SUN
* ♦ • PATfmT
•PLA:NVM11E6E17FOR0 *, •VALLONA Co. DI1F`ONT L
f VEYAY
•6K•iU'FLL u'�TW * NEDORA CRO,HERS;15
VA•CL5011 + _
OO, TJRCI ELL
• WNCCIANCS + ' df.4FDELLSt UHG
VCNROE CITY PAOU+ NLV11Rti58UPG
•..ON +PETERSBURG .f., CtW
a7ELA'm - FREDE;DCK 6URG♦
TON WYN''OW ••)A.MR SEILCH`Yt-
lE .NWNNOBUAC •• ENGL el� GEORO `RVN
1T RO1�:Ri ON ... .•- 6UiD5ErE LVLTO.VN 1EFFERSONnt
• Track record of success with OCRA, USDA, °'�^' ELflERFEla •
N6'N GWmLCR
and SRF Projects - Including Master "�"° r FiEyl3 TGNL
*EvnnsrnLE• •n
Planning
Vl. E
A�
LJa.1ft
CLAUS
FIRM LOCATION
Commonwealth Engineers employs a wide range of specialized staff to meet the needs of your project. Our Indianapolis and Fort
Wayne staff are located 1-2 hours from Richmond, providing the quick response you should expect from an in -state firm. In
addition, our regulatory staff are all located in Indianapolis to assist with permitting and direct coordination with IDEM and SRF.
Corporate Headquarters Crown Point Branch Office Ft. Wayne Branch Office Evansville Branch Office
7256 Company Drive 104 N. Main Street 9604 Coldwater Rd., Ste. 203 1419 W. Lloyd Expressway, Ste 401
Indianapolis, IN 46237 Crown Point, IN 46307 Fort Wayne, IN 46825 Evansville, IN 47710
Phone: 317-888-1177 Phone: 219.900.9177 Phone: 260-494-3223 Phone: 812-474-1177
y
iiintcl rcocn�
wtim V'hEser.
•tcyekr Mi
Eerl llJd
FD'A'.
_. t
9ro - n.
.��.� Yht '
Dtlprd GJ4e ' .
La FonWrtt<'• ' •Y�ieni'oneto
c+rn.•+et. ftaron•
or{ Pe 7.r
3a:rnx:':t•
kra. Larayera teyeLe ' Ruca.avne ,Zie•
r+m _,
aa;Paciartbrd ely
ShJ,alJ+w. �•U!i etry Jr
Slia7cvea -., •felon Rea
Vl1
C(f.:y - .. -" fjapkbrl•
e�
•i4^ton•ErryCOC n• RIdy9YGe•
iU',e Ln C.tVI
coil'
,ntn itN eM• C07J;• KukLn
-tAWt ml SnE • d: G
Vb,lune'c:
•
to.
us: n-
2nlaavntr •'an•t \'._ •tld
Anderson.. xs
.NoO.•yY &oa•+tv�a .
Ktrignien. nt Zun =..le mer
- "yJ 76 e
•Ner .^ xeu,tCP � �
'
Snuk)•_ ..,^,refmlom
-
8'
"fgoa4� . Bm•Arsou
RD:K. •. ndiana�to
nrer•:e- -
—•. care^ a0
FsnSr.,
P%04
,
,t : rtamAe
,.
m.0.
mm�•
cncenntsia
'how
iris:D.Ccnnernitk,
n!Bn+ d
.
Carton—. a• � .`
ushrLe '
1MEa'enE Hatdf
. NEa VmteUr�
&. of fibsrfdae udlyfrjNliP•• • nEL'7Yltle :2 Ls"eI.
_ elank.ifl 1}\
1 A otlaeru5.
!.Got;aoR
Ealef Paul
rJ Edntwy C< em
Faafq=rDD.xg Cby Hararaa:� sna
Hyn ra. •Elitfsv.:e t131livilk cLmhu] µj��n Sur.•nin. 1
�l
l •8100r ingtw
' -.HGnu T".011
Elmzetlt .fin
r Lnt9n. BI:omAe'd
LAmY'q
• PEtPrats:p
: $J:ertr
•Leonia '
LeavegnorJl.` Dry?on Toti Roads
Sirtcl Clius tcour maser/c/am C3 usttghrfays
, 1,le ery V Intomtale t iyhways
Indianapolis Office Personnel
Professional Engineers (PE)
9
Design Engineers (EI)
4
Registered Land Surveyor
1
Designers
7
Construction Inspectors
8
Technicians
6
Regulatory Specialists
3
Marketing
5
Clerical
5
Accounting
3
Information Technology
2
Tota 1
53
Crown Point Office Personnel
Professional Engineers (PE)
2
Design Engineers IN
1
Tota 1
3
Fort Wayne Office Personnel
Professional Engineers (PE)
4
Design Engineers (EI)
3
Designers
3
Technician
1
Construction Inspector
2
Clerical
1
Marketing
2
Total
16
Evansville Office Personnel
Professional Engineers (PE)
6
Design Engineers (EI)
3
Designer
1
Technicians
2
Construction Inspector
3
Marketing
1
Clerical
1
Tota 1
17
PROFESSIONAL SERVICES
Our engineering experience encompasses a wide range of the challenges and opportunities facing today's
municipalities. Primary among these are the responsible utilization of water, air, land, other natural resources, and
infrastructure. Although we specialize in projects that directly impact water resources and the environment, the scope
of our organization permits us to offer an impressive array of related services.
DRINKING WATER
•- Supply
• . Well Field Development
System Hydraulic Modeling
• Treatment, Distribution &,.Storage
WASTEWATER UTILITIES
• Collection & Treatment
• Infiltration/Inflow Studies
• Sewer System Evaluations & Modeling
• Innovative Treatment Technologies
•' Combined Sewer Overflows (CSO)
• National Pollutant Discharge Elimination System
(NPDES) Compliance
• Industrial Pre-treatment
STORMWATER MANAGEMENT
• Creation'of Stormwater Utilities
• Site Development Reviews
• Watershed Assessments & Design
•` Best ManagementPractices
• Stormwater Treatment Practices
•, Dam & Levee Inspection/Design
• Municipal Separate Storm Sewer System (MS4)
Compliance
ENVIRONMENTAL SERVICES
•. Environmental Site Assessments
• Soil/Groundwater Investigations
• Remediation Design & Implementation
• Lake & River Enhancement
• Industrial/Municipal Compliance Audits
• Environmental Permitting
CIVIL/TRANSPORTATION
• State & Local Streets& Highways
• Intersection Improvements
• Multi -use Paths & Sidewalks
• Streetscapes & Enhancements
• Context Sensitive Solutions
• Traffic Signal Design
• Land Surveying
OTHER SERVICES
• Value Engineering / Alternatives Assessments
• Asset Management Planning
• Site Development - Commercial & Industrial
• Construction Monitoring
• System Mapping
• Geographic Information Systems (GIS) Consultation
• Instrumentation/Control/Electrical/Mechanical Design
• Residential
• Educational
• Municipal
• Grant Assistance
Unlike many other engineering firms, we chose to specialize in environmental engineering. More specifically, water
resources engineering comprises 95% of all of Commonwealth's annual business.
Commonwealth Engineers has planned, designed, and constructed thousands of projects throughout the State of
Indiana. As a result of our concentrated efforts, we have developed a "level of experience" which has been shared
with communities of all sizes in addressing their particular project needs.
POTABLE WATER RESOURCES
Our talented team of Professional Engineers has extensive knowledge of the process and technology required to
convert Indiana's ground and surface waters into a reliable potable water supply. Since Commonwealth specializes in
this type of work, we have also invested in the equipment necessary to perform these water system evaluations.
Additionally, we are a licensed user of the WaterCad/Cybernet mathematical computer program for water system
modeling. With this model, we can simulate distribution system conditions and predict future conditions resulting
from growth and system changes/improvements. From assessing and planning to the ultimate delivery to your
customers, we are your trusted resource for potable water engineering solutions.
STORMWATER
Mother Nature can present daunting conditions at times, forcing communities to plan for potential stormwater
related issues or in some cases, react to conditions after the fact. While managing
the water effectively is important, conserving nature is also a concern.
State Revolving
Fund (SRF)
USDA
PAST PERFORMANCE
Successful completion of more
than 100 similar Master
Planning Documents in the past
. 10 years.
100%Acceptance Rate for
OCRA, IFA/SRF, and USDA/RD
Master Planning Documents
Track Record of Maximizing
Available Project Grant and
Subsidized Interest Term Loans
Timely Completion of Complex
Water Resource Projects, Even
Fixing Issues Created by Other
Firms
FUNDING EXPERIENCE - IFA/SRF
Commonwealth Engineers has a 100% record of acceptance by IFA/SRF of submitted PERs, addendums, and plans and
specifications. Since 1992, we have represented 55 communities and special purpose districts in obtaining SRF grants/
loans and successfully completed these SRF projects. A listing of these SRF projects are provided below.
Fiscal Year 1993
Fiscal Year 2004
Fiscal Year 2013
City of Franklin (ww)
City of Decatur (ww)
Town of Newport (ww)
Fiscal Year 1995
Delaware Co. RWD (ww)
Town of Summitville (ww)
City of Franklin (ww)
Reelsville Water Authority (w)
City of Richmond (ww)
City of Crown Point (ww)
Fiscal Year 2005
Fiscal Year 2014
Fiscal Year 1949
Town of Lowell (ww)
City of Jonesboro (ww)
Town of Newburgh (ww)
City of Jonesboro (w)
City of Berne (ww)
Fiscal Year 2000
Fiscal Year 2006
City of Bluffton (ww)
City of Jasper (w)
Campbell Twp RSD (ww)
Fiscal Year 2015
Town of Flora (w)
Fiscal Year 2008.
Allen County RWSD (ww)
City of Rockport (w)
Town of Chesterfield (ww)
City of Crown Point (ww)
Town of Newburgh (ww)
Allen County RSWD (ww)
City of Madison (ww)
Town of Haubstadt (ww)
City of Decatur (ww)
Madison State Hospital (ww)
Town of Elberfeld (ww)
City of Berne (ww)
City of Bluffton (ww)
Town of Mulberry (ww)
Dupont Water Company (w)
Fiscal Year 2016
City of Huntingburg (ww)
Town of Rosedale (w)
Town of Waynetown (w)
Town of Culver (ww)
Allen County RWSD (ww)
Town of Newburgh (ww)
Town of Brownstown (ww)
City of Berne (ww)
Fiscal Year 2017
Town of Leavenworth (ww)
Fiscal Year 2009
Allen County RWSD (ww)
City of Rockport (ww)
City of Elwood (w)
City of Crown Point (ww)
Town of Trafalger (ww)
Town of Newburgh (ww)
Golfview HOA (ww)
Fiscal Year 2001
Town of Lowell (w)
City of Madison
City of Huntingburg (w)
City of Nappanee (ww)
n (w
City of Woodburn
City of Monticello (w)
Town of Prince's Lakes (ww)
Town of Lowell (ww)
Jennings NW Regional
District
Richmond Sanitary DDistrict (ww)
Town of Santa Claus (ww)
Utility (ww)
Town of Uniondale (ww)
City of Franklin (ww)
Fiscal Year 2010
Town of Newburgh (ww)
Luce Township RSD (ww)
Currently Pursuing:
Town of Elberfeld (ww)
Town of Winamac (ww)
City of Nappanee (w)
City of Jasper (ww)
City of Elwood (w)
Town of North Judson (w)
Fiscal Year 2002
Allen County RWSD (ww)
City of Terre Haute (ww)
City of Rockport (ww)
Fiscal Year 2011
Allen County RWSD (ww)
Town of Santa Claus (ww)
Town of Speedway (ww)
Town of Bryant (ww)
Town of Clear Lake (ww)
Town of Chesterfield (ww)
Town of Kentland (ww)
Mariah Hill RSD (ww)
Fiscal Year 2012
Town of LaFontaine (ww)
Fiscal Year 2003
Allen County RWSD (ww)
Town of Newburgh (ww)
City of Jasper (w)
Town of Lowell (ww)
City of Crown Point (w)
Town of Dale (w)
City of Crown Point (ww)
City of Madison (w)
City of Portland (ww) -
SECTION 2
PROPOSED SCOPE OF WORK
PROJECT UNDERSTANDING & APPROACH
Background
The Richmond Sanitary District (RSD) completed a Sanitary Sewer Master Plan
in 2002 and a Combined Sewer Overflow (CSO) Long Term Control Plan (LTCP)
in 2010. Below is a brief summary of each effort.
The 2002 Sanitary Sewer Master Plan involved installing a flow meter on the
27-inch main branch of the Short Creek Interceptor just west of Boston Pike
and in the 20-inch extension from the main branch of the interceptor on
Niewoehner Road south of Wernle Road. The collected flow metering data
was analyzed to estimate typical dry wet flows, wet weather flows,
infiltration/inflows (1/1), surcharging, and recovery durations after rainfall
events. No model was created to estimate system performance based on
defined wet weather compliance events. Conclusions of the Master Plan
pertaining to the Short Creek Interceptor include:
• The interceptor appears to have adequate capacity to convey dry and wet
weather flows, and customer complaints are low.
• The Short Creek Lift Station (See Figure 2-2 for location) is not large
enough to convey wet weather events, which causes downstream
surcharging near the lift station.
• Although the system experiences excessive 1/1, it does not appear to cause
any back-ups or overflows (Note: As shown in Figures 2-1 and 2-2, recent
sanitary sewer overflows (SSOs) have been observed .
• Recommended improvements within the 10-year planning window (i.e.
2002 to 2012) include (a) 1/1 assessment and removal and (b) lift station
capacity upgrades from 2.5 MGD to in excess of 6 MGD.
Figure 2-1- SSO Location Upstream of Short Creek Lift Station
Figure 2-2 - Location of Short Creek
Lift Station
PROJECT UNDERSTANDING & APPROACH
The 2010 CSO LTCP Project involved modeling the City's combined sewer collection system and several major
interceptors. The Short Creek Lift Station (see Figure 2-3) and its force main were included in the SWMM model, but
the Short Creek Interceptor was excluded from the model. Figures 2-4 through 2-11 contain the extents of the Short
Creek Interceptor. The CSO LTCP updated the estimated costs from the 2002 Sanitary Sewer Master Plan for the Short
Creek Interceptor (Lower & Niewoehner), totaling a total probable project cost of $1,150,000 (2010 dollars).
Goal of the Project
The primary goal of this project is to identify and assess planning -level alternative solutions and recommendations for
work required to be in compliance with and satisfy all requirements related to the Short Creek Interceptor as
contained in the approved CSO LTCP. The two primary work tasks include:
• Survey and manhole inspections of the Short Creek Interceptor and pertinent upstream and downstream
manholes.
• Capacity evaluation and system characterization of the Short Creek Interceptor and Lift Station including hydraulic
SWMM modeling of the interceptor.
Figure 2-3 - Short Creek Lift Station
. i 0
� t��g • � _ �� ar ^'� Tb,; •STL � is
A.
�A.;t,�
10
° �" x. +t'Ri �„ a +5 •., �.- s:
1 >
Figure 24- Survey and Structure Inspection Extents - Overall
Figure 2-5 -Survey and Structure Inspection Extents - Part 1
Y
- { l x Al � Y. • T 4
.�4a+ �•1•'., �'''�'�-�s red. x-
{
Al
Vii3 � i'.^� ors' ' +�► •ry;.
•.. J�1'F 'fi i t.i
� ...w .1 S •r�.i
s
3 i
04
�'0. * .�t�40
ii.. � �� -.r � �' �, ,`, r +-+• ` c � ,�? ,,,mod. . f .• �R
� Sa ��:. �i.. .; �A�* ry.�l' ^d fix•" �f r rr ��
.,-"�s•'s� rt_avr `e.+ ut^ R. `fi
`fit+•". -
A wealth of resources to master a common goal.
Figure 2-8 - Survey and Structure Inspection Extents - Part 4
aaaaar it f ' 4 - -. C< •, it �:-:.rr :� � aEY
w 3
��
iNIX
ll
Figure 2-9 - Survey and Structure Inspection Extents - Part 5
t
llZe
\- x f •fit lL.
Figure 2-10 -Survey and Structure Inspection Extents - Part 6
— ----- -- -- -
-
}a—+9.. t� :ate a •-�,:- a.. ���,..
44
tilt
►T Mi
w
` ' 4S44 sr
•
Figure 2-11- Survey and Structure Inspection Extents Part 7
SCOPE OF WORK
Task 1— Workshops and Protect Management
1.1 Kick -Off Workshop: Conduct a Kick -Off Workshop with RSD to confirm scope, work plan, coordination with
other projects in the area, lines of communication, and schedule. The Kick -Off Workshop will be held during
the data collection phase of the study to provide clarity about the required data to. be provided by RSD which
includes the following (much of which we already have):
• GIS Data
• CSO LTCP Documents
• 2002 Sanitary Sewer Master Plan Documents
• Short Creek Interceptor and Lift Station As-Builts
• Flow Metering Data (at locations recommended by Engineer)
• Locations and Records of Complaint Areas in the Subbasin
• Guidance on Allowable Surcharge Depth
• Reports or Planning Studies Describing Future Flow/Growth Projections for Various Areas of the Collection
System
• Other Relevant Information such as Large Industrial Water Users
A discussion is recommended regarding the desired level of control for the subbasin, which will involve guidance from
Brady Dryer, Commonwealth's in-house expert on all things regulatory. After the Kick -Off Meeting, the
Commonwealth Team will revisit the site to confirm recommended model extents and to confirm historical problem
areas.
1.2 Calibration Review, Future Growth Assessment, and Alternative Brainstorming Workshop: Conduct a
Workshop with RSD to review the calibrated model, review future growth plans in the subbasin, and to
review/brainstorm preliminary alternatives.
1.3 Alternatives and Draft Report Workshop: Conduct a Review Workshop with RSD to summarize the
alternatives, recommendations, and contents of the draft Summary Report.
1.4 Meeting Notes: Complete and distribute all workshop notes within seven (7).days of each meeting..
1.5 Project Management: Project management including general correspondence, project updates, invoicing,
scheduling, budget maintenance, etc.
SCOPE OF WORK
Task 2 — Existing Data Review, Surveying, and Field Work
The goal of this component of the project is to characterize the subbasin in order to collect data for the SWMM
hydraulic model development.
2.1 Review Existing Data: Review data as described in Task 1.1.
2.2 Set Control, Survey, and Structure Inspections: Coordinate with RSD to confirm horizontal and vertical control
requirements. The top of castings of up to 200 sewer structures will be surveyed, whereby the majority are
characterized as difficult access. The tentative plan is to locate the structures using GPS and or conventional
methods where necessary due to tree cover. This will provide horizontal location with reasonable accuracy;
however it will not provide the target vertical accuracy. Next, control will be set sparsely throughout the site in
open areas using GPS. Next, is to run conventional levels through the site incorporating all manhole structures
starting from and checking above -mentioned control along the way to isolate the project into smaller sections
for quality -control. This will provide the vertical level of accuracy needed.
Structure inspections involving measure downs (along with pipe materials, structural materials, structure
dimensions, and photos) will be performed on up to 200 sewer structures. Detailed 1/1 inspections will not be
performed, though major problems will be noted if observed. Deliverables include (a) a summary of the
horizontal and vertical control, (b) point file and elevations of top of castings, (c) PDFs of structure inspection
sheets, and (d) GIS shapefile.
Perform draw down tests on the short creek interceptor lift station.
Task 3 — Flow, Level, and Rainfall Metering
The goal of this component of the project is to review metering data that is necessary to calibrate the SWMM
hydraulic model. It is assumed that RSD has performed all flow and level metering and rainfall metering. This data is
available via web access.
3.1 Review Metering Data: Review rainfall and flow metering data and categorize rainfall events according to
frequency and duration.
Task 4 — Existina Conditions Hydraulic Model
4.1 Create Physical Model of the Subbasin: Import surveying data of sewer structures into existing SWMM model.
Add inverts, pipe lengths, top of castings, and all related necessary data in common datum into the model and
finalize physical model expansion.
4.2 Process Metering Data: Identify dry weather and wet weather spans during metering period. Determine 24-
hour dry weather temporal constants for weekday and weekend periods. Identify calibration and validation
periods.
SCOPE OF WORK
4.3 Convert Metering. Data to SWMM Format: Convert flow metering data (flow and level) and rainfall data into
usable format for SWMM.
4.4 Dry Weather Calibration: Import dry weather metered data and 24-hour temporal weekday and weekend
constants into the model. Calibrate the model to dry weather conditions. Perform .a comparative analysis of
the dry weather model output vs. the dry weather gauged data.
4.5 Wet Weather Calibration: Import wet weather metered data into the model. Calibrate the model to wet
weather conditions using flow metering data. Perform a comparative analysis of the wet weather model
output vs. the wet weather gauged data.
4.6 Field Checks: Perform additional field checks and verifications of key sanitary structures, top of castings, and
first floor elevations based on wet weather calibration efforts.
4.7 Assess Existing Conditions Hydraulic Performance: Assess the hydraulic performance of the existing collection
system using up to three (3) design storms. Based on the results of these simulations, (a) identify locations in
the existing collection system that are hydraulic bottlenecks and (b) quantify duration of system impairment
due to wet weather. Deliverables include the following:
• All existing condition files and associated model runs.
Task 5 — Future Conditions Hydraulic Model and Alternatives
5.1 Create Physical Model of Future Collection System: Update the physical model to account for areas of future
growth based on RSD recommendations.
5.2 Assess Future Conditions Hydraulic Performance: Assess the hydraulic performance of the future growth
model from Task 5.1 using up to three.(3) design storms. Based on the results of these simulations, (a) identify
locations in the collection system that are hydraulic bottlenecks and (b) quantify duration of system
impairment due to wet weather.
5.3 Model Alternative Analyses & Tech Memo: Using the future growth model, generate up to five (5) alternative
analyses. Generate brief technical memorandum that will serve as a referenced appendix in the PER
describing the calibration, future growth assumptions, selection of design storms, modeling of alternatives,
etc. Deliverables include the following:
• All model alternative files and associated model runs.
Technical Memorandum (furnish one (1) PDF electronic copy and two (2) hard copies).
SCOPE OF WORK
Task 6—Summary Report
6.1 Draft Summary Report: Develop a draft summary report along with supporting graphics and figures, whereby
the aforementioned technical memorandum will be a referenced appendices. Deliverables include the
following:
• Draft Report (furnish one (1) PDF Electronic Copy and two (2) Hard Copies)
6.2 Final Summary Report: Update the summary report based on the Draft Report Workshop from Task 1.3 and
RSD's comments. Deliverables include the following:
• Final Report (furnish one (1) PDF Electronic Copy and two (2) Hard Copies)
OPTIONAL ADDITIONAL SERVICES
Upon separate written authorization by RSD and negotiated fees, Commonwealth Engineers can provide the following
example additional services:
• Smoke Testing
• Elevate the Summary Report into a Format for SRF Funding
• Provide Flow Metering or Additional Surveying
• Perform Standardized Infiltration/Inflow Assessments When Performing Structure Measure Downs
• Attend Additional Meetings
• Model Additional Alternatives
• Perform Design and Construction Engineering Assistance of Proposed Alternative
SECTION-3
ESTIMATED PROJECT SCHEDULE
ESTIMATED PROJECT SCHEDULE
The following is a tentative project schedule assuming a notice to proceed by November 1, 2018. In summary, the
project should take approximately fifteen (15) months. The project schedule can be expedited if necessary.
SECTION- 4-
PROJECT TEAM
KEY PERSONNEL
The priority in developing our team for this project was to assemble experienced professionals with the abilities to
provide surveying, structure inspections, hydraulic collection system assessment, and preliminary engineering
development that are accurate, efficient, cost-effective, and on -time forthe Richmond Sanitary District (RSD). Our lead
team members have successfully worked together with RSD staff. Likewise, our significant knowledge of RSD's existing
SWMM model (to assist with hydraulic assessments), experience with RSD flow metering, local geology, and long-term
collection system goals means that our team can hit the ground running. The proposed team:
• has visited the Short Creek Interceptor area, researched existing documentation, and has a thorough
understanding of the project needs. For example, our field crew walked the majority of the alignment on
September 27, 2018 to assess the level of effort for the proposed field work;
• has extensive experience with SWMM modeling for capacity evaluation assessment, particularly through our past
efforts developing the City's LTCP SWMM model and previously assessing the hydraulics originating from this
basin;
• has extensive experience using multiple data sources such as field testing, record drawings, and mapping to
accurately build hydraulic models;
• has experience with the City's GIS system and record drawings through our past design and Long Term Control
Plan (LTCP) update experience;
• understands your needs with respect to this project moving forward on time and accurately in accordance with
your LTCP.
KEY PERSONNEL
As shown on the organizational chart, thereare two (2) primary tasks, including (a) Surveying &. Structure Inspections
and (b) Capacity Evaluation & System Evaluation. The five (5) key personnel associated with these tasks are described
below, along with detailed resumes of senior staff.
Brian Desharnais, PhD, PE - Project Manager brings extensive experience working with large City
municipal infrastructure. He has successfully managed field work, sanitary sewer improvements,
rehabilitation, sewer separation, hydraulic modeling, and sanitary/combined sewer compliance
projects for Cities such as Fort Wayne, Indianapolis, Kokomo, and Richmond, Indiana. This past
experience, coupled with familiarity of RSD Staff, makes him ideally suited to lead the team.
Josh Harrier, PE - Project Engineer possesses extensive experience with assessing hydraulic and
process improvements associated with wastewater collection and treatment systems, especially
mid to large -sized lift stations. Josh has many years of developing preliminary engineering
reports, master plans, and detail designs. He also has a lot of experience directing operations
associated with field work.
Jason Sanford, PLS - Land Surveyor has accumulated a lengthy history of performing surveying
work related to sewer system investigations and structure inspection metrics. Jason has
experience working with RSD staff, and he knows a lot about the existing collection system
through his past work with the East Side Interceptor Project, West Side Interceptor, and the CSO
006 sewer basin. This experience makes Jason ideally suited to lead surveying efforts:
Brady Dryer - Regulatory Specialist has the experience with regulatory or permit -related issues
when developing alternatives. Brady's experience will be extremely valuable considering his
successful working experience with the Indiana Department of Environmental Management
(IDEM), Indiana Department of Natural Resources (IDNR), Indiana Department of Transportation
(INDOT), and the United States Army Corps of Engineers (USACE).
Brian Wilson, EIT - Design Engineer has experience building hydraulic SWMM models,
incorporating relevant alternative modeling results, and assisting with the assembly of plans and
specifications pertaining to wastewater engineering projects. Brian also has experience
assembling preliminary engineering reports and technical memorandums and ensuring that all
requirements are included.
PROJECT TEAM
9 � 2'} � �V
Elijah Welch, P.E.
Richmond Sanitary District ry
District Engineer
mret,
SURVEYING''&
STRUCTURE INSPECTIONS -
Jason Sanford, PL:S.
Commonwealth Engineers, Inc.
Land Surveyor
Matt Janneck
Commonwealth Engineers, Inc.
Assistant Land Surveyor/Field
Technician
Brian Desharnais, Ph.D., P.E.
Commonwealth.Engineers, Inc.
Project'Manager
CAPACITY EVALUATION &
SYSTEM' CHARACTERIZATION
Josh Harrier, P.E.
Commonwealth Engineers, Inc..
Project 'Engineer
Brian Wilson, E.I.
Commonwealth, Engineers, Inc.
Design Engineer/SWMM-
Modeler
Brady Dryer
Commonwealth, Engineers, Inc'..
RegulatoryCompliance
Manager
EDUCATION:
Ph.D. in Civil Engineering
Northwestern University,
2000
Hydraulic Engineering
Clemson University, 1995
M.S. in Environmental
Engineering
Rose-Hulman, 1995
B.S. in Civil Engineering
Merrimack College, 1993
REGISTRATION:
Indiana Professional
Engineer - PE 10708217
MEMBERSHIPS:
American Society of Civil
Engineers (ASCE)
Indiana Water
Environmental
Association (IWEA)
Water Environmental
Federation (WEF)
America Water Works
Association (AWWA)
PATENT:
U.S. Patent (No.
7,297,245) Electrokinetic
Soil Sampling Technology
Dfidlll UCJfIdfflcil,, rFI.LJ., r.C. — rfUJUILL IVldfidgCf
Brian has been involved in the design and planning of wastewater projects including both
sanitary collection and treatment facilities. Based on his advanced education and work
experience, he has extensive knowledge of the theory, design, and practical application of
wastewater collection systems and treatment plants. One of Brian's primary strengths is
advanced hydraulic engineering including sanitary and combined collection systems.
SAMPLE PROJECT EXPERIENCE
Pogues Run Sewer Separation Design - Indianapolis, IN: Managed the design of a multi -
phased sewer separation project involving sewer sizes ranging from 12" to 54" in
diameter. Extensive use of green sustainable infrastructure. Developed a hydraulic
model (XPSWMM) and designed the sewer separation and associated sustainable design
(bioswales and water quality basin) within an existing highly urbanized area.
• Fall Creek Siphon and Lift Station Design - Indianapolis, IN: Designed and assisted with
construction engineering of a 24" siphon under Fall Creek using horizontal directional
drilling construction. Designed a dry weather pump station and wet weather relief
siphon overflow. Developed a hydraulic model (XPSWMM) and designed a low flow dry
weather pump station and high flow wet weather pump station, which replaced an aged
gravity connection across Fall Creek.
• Buck Creek Lift Station Design - Indianapolis, IN: Assisted with the PER and subsequent
design of the expansion of the lift station from 30 MGD to 60 MGD. Finalized the O&M
manual of the lift station.
• Interplant Connector Design - Indianapolis, IN: Designed the 35 MGD lift station
associated with the Interplant Connector, the predecessor of the Deep Rock Tunnel
Connector.
• East Marion County Siphon Hydraulic Modeling - Indianapolis, IN: Modeled (XPSWMM)
and designed a fourth parallel siphon along the city's East Marion County Regional
Interceptor to convey 64 MGD of flow as a part of the upgrades to Lift Station 313.
• Deep Rock Tunnel Connector Design - Indianapolis, IN: Designed the large connection
structures and approach channels associated with CSO 008, 117, and 118. Assessed the
hydraulics with custom hydraulic models.
• Pleasant Run Deep Tunnel Planning - Indianapolis, IN: Assessed the hydraulics of the
consolidation sewers and connection structures associated with the advanced facility
plan for the Pleasant Run Deep Tunnel.
0 Subbasin Modeling - Fort Wayne, IN: Expanded and recalibrated sewershed models
Brian Desharnais, Ph.D., P.E. - Project Manager
(continued)
(XPSWMM, SWMM5, and Mike Urban) of subbasins J03012, M18256, Q06002, and
S02008. Developed alternative recommendations to relieve capacity constraints with
respect to overflows and basement backups.
• Water Pollution Control Plant Modeling - Fort Wayne, IN: Created a steady state
hydraulic model (Visual Hydraulics) of the City's Water Pollution Control Plant (WPCP)
AWARDS: from the Maumee River through the headworks. The model was used to assess (a) the
Rose-Hulman Career maximum existing capacity of the WPCP at various Maumee River elevations and (b)
Achievement Award alternative recommendations for the effluent pump station.
(2015) Combined Sewage Ponds Hydraulic Analysis - Fort Wayne, IN: Created hydraulic
Gelet Excellence in models (XPSWMM and custom hydraulic models) of the combined sewage ponds to
Engineering Teaching assess hydraulic options related to Sweetwater delivery to assist with odor control.
Award (2006 & 2002)
American Chemical
Ewing Street East-West Storm Sewer Extension Phase I - Fort Wayne, IN: Managed the
Society's Award in
design which involves sewer separation in a heavily urbanized area with extensive utility
Environmental Chemistry
coordination.
(2000)
• Sweetwater Design - Fort Wayne, IN: Managed the design of a Sweetwater pumping
ASCE's Daniel W. Mead
system for Wet Weather Pond 1.
Award in Engineering
Ethics (1994)
• Master Plan Modeling Optimization Study - Fort Wayne, IN: Optimized future
SOFTWARE &
improvement options at the wet weather storage facilities and the separate and
ENGINEERING
combined sewer system, including the 3RPORT rock tunnel, using SWMM5 and
WORKSHOPS:
Optimizer WCS.
Optimizer WCS
• Treatment Complex Influent Optimization Study - Fort Wayne, IN: Developed and
XPSWMM
assessed near -term and long-term improvements using SWMM5 for the City's collection
SWMM5
system in an effort to optimize flows to the WPCP, Wet Weather Pump Station, and Wet
MIKE URBAN
Weather Ponds.
Visual Hydraulics
. Southwest Area Modeling Project - Fort Wayne, IN: Performed preliminary engineering
GPS-X
and modeling of GS and Junk Ditch Pump Stations.
PSMJ Project
• Swift Interceptor Relief Sewer Phase III - Fort Wayne, IN: Managed the design of a
Management & Principals
sewer extension using a combination of trenchless and open -cut construction.
Bootcamps
PSMJ Regional Office Parallel Interceptor Routing Study Phase II - Fort Wayne, IN: Developed and assessed
Optimization Workshop screening -level and planning -level hydraulic modeling of the three proposed alternatives
for the 3RPORT rock tunnel.
Brian Desharnais, Ph.D., P.E. - Project Manager
(continued)
East Side Interceptor Replacement Design Phases I through III - Richmond, IN: Oversaw
the design of a multi -phased 54" interceptor using a combination of open cut and rock
NW 13th Street Interceptor Replacement - Richmond, IN: Oversaw the planning and
design of a multi -mile interceptor replacement using open cut construction.
PSMJ A/E/C Proposals LTCP & LIAA Modeling - Richmond, IN: Managed the development of a hydraulic model
Workshop
(XPSWMM) of the City's collection system and developed alternative recommendations.
ASCE Excellence in Civil
Engineering Education • WWTP Modeling - Richmond, IN: Developed a hydraulic model of the City's entire
Teaching Workshop wastewater treatment plant (WWTP). Identified hydraulic bottlenecks at the plant, and
Various National Science assessed the design and hydraulic capacities of the major processes.
Foundation Effective
Teaching Workshops
• Wastewater Master Plan - Crown Point, IN: Managed the development of the fieldwork,
ASCE Water Quality modeling (SWMM), and master planning of the City's collection system and developed
Modeling workshop treatment facilities to support major growth.
ACADEMIC EXPERIENCE:
• Lift Station Designs - Plymouth, Chesterfield, Waynetown, & Jackson County RSD:
Associate Professor at
Designed numerous lift stations in these example communities.
Trine University
• LTCP Modeling - New Haven, Montpelier, Speedway, Nappanee, Plymouth, Decatur,
Taught Civil Engineering
Rensselaer, Crown Point, & Bluffton, IN: Managed the development of hydraulic models
Courses:
of the collection systems.
Fluid Mechanics
• WWTP O&M Manuals - Lowell, Ashley, & Staunton, IN: Wrote O&M manuals.
Environmental
Engineering
Long Term Control Plan Phase II - Plymouth, IN: Designed two (2) Pipe Network Storage
Systems to meet 10-yr 1-hr design storm compliance.
Environmental Chemistry
Water Treatment Plant
a WWTP Improvements - Speedway, IN: Performed SWMM modeling and hydraulic
Design
design of 1 MG Underground Storage Tank.
Wastewater Treatment
• Wastewater Master Plan - Culver, IN: Assessed the hydraulics of the collection system,
Design
and assessed the process capacity of the treatment plant. Developed the master plan
Engineering Capstone
for the collection system and treatment plant.
Design
• West Separate Sanitary Sewer System Modeling - Evansville, IN: Managed the
Hazardous Waste
development of hydraulic models (SWMMS) of seven sewersheds in the west sanitary
Engineering
sewer system in conjunction with EPA's SSOAP Toolbox.
EDUCATION:
B.S. Civil Engineering
Environmental
Engineering Minor
Trine University
Angola, IN
2007
REGISTRATION:
Indiana Professional
Engineer
PE No. 11100673
MEMBERSHIPS:
Indiana Water
Environment
Association (IWEA)
Water Environment
Federation (WEF)
Josh Harner, P.E.
Project Engineer
Josh has been working for Commonwealth Engineers since 2007 and has experience in the
planning, design, and construction management of sanitary sewer and combined sewer
collection and treatment systems.
SAMPLE PROJECT EXPERIENCE
• Town of Culver, IN — Wastewater Improvements Project: Improvements to the existing
WWTP including construction of a new headworks facility, flow equalization tank, and new
sludge dewatering facility.
• Town of Fishers, IN — Sludge Feed Piping and Polymer Feed System Improvements:
Replacement of the Cheeney Creek WWTP's sludge processing polymer feed system.
• Town of Lowell, IN — WWTP Improvements Project Wet Weather Treatment: Planning,
design, and construction management for a high rate clarification wet weather treatment
facility, new storm water pump station, and force main.
• Unincorporated Area of Mexico, IN — Wastewater Treatment Plant Project: Design of a
new 100,000 gallon per day WWTP.
• City of Nappanee, IN - LTCP Improvements Project Storage and Treatment: Planning and
design of a new 4 million gallon wet weather flow equalization basin, screening, wet
weather pump station, and high rate clarification CSO treatment facility.
• Town of Orleans, IN - WWTP Improvements Project: Design and construction
management for a new main lift station to replace existing and improvements to the
Town's existing treatment plant.
• City of Rensselaer, IN - New Wet Weather Treatment Facilities Project: Design of a new
ENGINEERING
wet weather treatment facility, including flow diversion/screening structure, wet weather
WORKSHOPS:
pump station, vortex separation treatment structures, and chemical disinfection facilities.
PSMJ Project
Management &
• City of Terre Haute, IN - Phase 1-3 Improvements at Main Lift Station Project: Planning,
Bootcamp design, and construction management for a new high -rate clarification CSO treatment
facility, including process design and influent and effluent conveyance hydraulic analysis
PSMJ A/E/C Proposals
Workshop and design.
• City of Richmond, IN - Wastewater Treatment Plant Upgrades: Design of miscellaneous
improvements to the WWTP to remove flow restrictions between the headworks and
primary clarifiers.
Brian Wilson, E.I.
Design Engineer
Brian joined Commonwealth Engineers in 2015 after obtaining his Bachelor's of Science Degree
in Engineering from the University of Southern Indiana. His responsibilities include hydraulic
computer modeling, design calculations, report preparation, and field work.
RELEVANT PROJECT EXPERIENCE:
EDUCATION:
• Fort Wayne, IN - Hydraulic Assessment for Rothman Road Area: Calibration of the City of
Bachelor of Science
Fort Wayne's EPA SWMM model of the Rothman and Tamarack Sewer Basins was
Engineering completed to develop a tool to evaluate alternatives to mitigate sanitary sewer discharges
University of Southern occurring within the sewer basins. Improvements were developed to meet the City's
Indiana required level of control.
2015 Richmond, IN - NW 13th Street Basin Interceptor Replacement Project: Evaluated the
operation and condition of an existing pump station before and after the proposed
REGISTRATION: interceptor improvements using the XPSWMM sewer model. Aided in the design of a three
Indiana E.I.T. -barrel siphon system to pass under the East Fork Whitewater River. Developed detailed
#ET31500080 cost estimates based off of construction plans and detailed specifications.
• Richmond, IN - CSO 006 Sanitary Sewer Improvements: Lead hydraulic SWMM modeler
MEMBERSHIPS: and assisted with preliminary engineering and hydraulic calculations.
Indiana Water • Kokomo, IN - Long Term Control Plan CSO 006 Modeling and Design: Hydraulic model
Environment build -out and calibration of the City of Kokomo's CSO 006 combined sewer basin. The
Association (IWEA) calibrated model was used as a tool to evaluate alternatives that will eliminate combined
Water Environment sewer discharge for the City's wet weather compliance event. The objective of these
Federation (WEF) alternatives was to utilize in -line storage in of the City's large diameter pipes. The
Young Professional's recommended solution included five (5) mechanical gates throughout the system, which
Committee (IWEA) will be controlled by hydrologic actuators.
• Fort Wayne, IN - Outfall 061 and 062 Relief Sewer: Designed a combined wastewater
diversion structure using hydraulic calculations and modeling. Developed detailed cost
estimates based off of construction plans and detailed specifications.
• Fort Wayne, IN - 3RPORT Tunnel Modeling: Assisted with complex hydraulic SWMM
modeling to assess the performance of the City's collection system improvements.
• Highland, IN - SSO Remedial Projects Modeling: Assisted with preliminary engineering
consent decree SWMM modeling.
y
Brady M. Dryer
Environmental Compliance Manager
EXPERIENCE & EXPERTISE
Brady brings many years of education and practical experience in addressing and
solving environmental issues. In his previous capacity with the Indiana Department of
Environmental Management (IDEM) Office of Water Quality (OWQ), Brady reviewed and
approved Combined Sewer Overflow Long Term Control Plans, Combined Sewer Overflow
EDUCATION: Operational Plans, and Use Attainability Analyses. Working in the Office of Water Quality,
M.S. Environmental Brady also acquired a vast understanding of National Pollutant Discharge Elimination System
Science, Water and Municipal Separate Storm Sewer System permits that he continually applies on a case -by -
Resources case basis for Commonwealth's clients.
Concentration Through his years of experience at Commonwealth, Brady has expanded his skill set to include
Indiana University, the following regulatory technical areas:
2005
B.S. Environmental • IDEM Office of Land Quality Land Application
Management e Industrial Pretreatment Program Compliance Assistance
Indiana University, a Industrial Wastewater Treatment and Permitting
2002 Industrial Stormwater (Rule 6) Permitting and Compliance
MEMBERSHIPS: • Indiana Department of Natural Resource Environmental and Floodway Permitting
Indiana Water Programs
Environment • IDEM 401 Water Quality Certification
Association
• United States Army Corps of Engineers Wetland programs
Indiana Rural Water
Association • Drinking Water Regulations
American Water Brady has and continues to contribute to State environmental rule -making initiatives and
Works Association implementation such as antidegradation, nutrient water quality standards and operator work
Water Environment groups.
Federation To enhance his abilities to serve Commonwealth's clients, Brady currently serves as the Chair
Indiana Industrial on the Indiana Water Environment Association (IWEA) Government Affairs Committee (GAC)
Operators Association and a member of the American Council of Engineering Companies (ACEC) Environmental
Business Committee.
Brady's skill set is not only limited to environmental policy and regulations. He also
complements the engineering staff through assisting with our client's planning studies and
funding agency coordination.
Jason Sanford, PLS
Land Surveyor
EXPERIENCE & EXPERTISE
With many years of experience as a Professional Land Surveyor and Mapper, Jason is
responsible for managing all land surveying activities and staffing, ensuring best practices are
followed and quality assurance goals are obtained. Jason has a thorough knowledge of
4 Y g g g
.• principles, practices, and procedures of ALTA surveys, topographic surveys, boundary surveys,
legal descriptions, and easement preparation. Jason's experience includes performing ALTA/
EDUCATION: ACSM land title surveys, boundary surveys, topographic surveys, flow metering, smoke testing,
Associates Degree in elevation certificates, hydraulic and sewer modeling, construction inspection, and construction
Science layout. He has vast experience with survey equipment including GPS, total stations, robotic
Vincennes University, total stations, data collectors, smoke machines, and flow meters.
Vincennes, IN RELEVANT PROJECT EXPERIENCE
Jason has worked on the following projects while at Commonwealth Engineers:
REGISTRATION: .
Berne, IN - Wastewater Treatment Plant Improvements
Indiana Registered '
Crown Point, IN - Sewer Separation and Infiltration/Inflow Reduction
Land Surveyor '
Culver, IN - Sanitary Sewer Treatment Plant and Interceptor Rehabilitation, Drainage Study
#LS20800120 '
Fishers, IN - Hague & Allison Road Lift Stations Evaluations
•
Indianapolis, IN - Pleasant Run Deep Tunnel Advanced Facility Plan
•
Indianapolis, IN - 86th and Washington Streets Septic Tank Removal
MEMBERSHIPS: a
Indianapolis, IN - Pogue's Run Sewer Separation and Drainage
•
Indianapolis, IN - Small Diameter Sanitary/Combined Sewer Rehabilitation
Indiana Society of .
Jonesboro, IN - Wastewater Collection System Improvements
Professional Land .
Kennard, IN - Wastewater Treatment Plant Improvements/Sewer Collection System Rehab
Surveyors .
Lapel, IN - Waterworks Improvements
Lowell, IN - High Rate Wet Weather Treatment
•
Oolitic, IN - Sanitary Sewer Treatment Plant and Interceptor Rehabilitation
•
Orange County, IN - Waterway Debris Removal
•
Orleans, IN - Wastewater Collection & Treatment Rehabilitation
•
Osgood, IN - Storm Sewer Rehabilitation/Wastewater Treatment Plant Rehabilitation
•
Nappanee, IN - CSO Elimination/Wet Weather Treatment
•
New Haven, IN - Sanitary Sewer Study/Modeling
•
Nineveh, IN - Camp Atterbury Military Camp Sewer Infiltration/Inflow Reduction
•
Pierceton, IN - Pierceton Elementary School Site Design/Building Relocation
•
Plymouth, IN - Water Treatment Plant Improvements
i
Prince's Lake, IN - Wastewater Collection & Treatment Rehabilitation
Richmond, IN - East Side Interceptor Project Phase II
0
Speedway, IN - GIS Mapping
SECTION S.
FEE TABULATION
Fee Tabulation
The following is a summary of the proposed fee. The next several pages contain present billing rates and a detailed
fee breakdown.
• Workshops & Project Management
(Tasks 1 in Detailed Fee Breakdown)
• Existing Data Review, Surveying, & Field Work
(Tasks 2 & 3 n Detailed Fee Breakdown)
• Data Analysis, SWMM, & Hydraulic Alternatives
(Tasks 4 & 5 in Detailed Fee Breakdown)
• Summary Report
(Tasks 6 in Detailed Fee Breakdown)
$ 29,062(Lump Sum)
$ 104,846 (Hourly)
$ 67,712 (Lump Sum)
$ 13,978 (Lump Sum)
Subtotal: $ 215,598
Lump Sum - Clarifications
• Engineer may alter the distribution of compensation between individual tasks noted herein to be consistent with
services actually rendered, but shall not exceed the total Lump Sum amount unless approved in writing by the
Owner.
• The Lump Sum includes compensation for Engineer's services and services of Engineer's Consultants, if any.
Appropriate amounts have been incorporated in the Lump Sum to account for labor, overhead, profit, and
Reimbursable Expenses.
• The portion of the Lump Sum amount billed for Engineer's services will be based upon Engineer's estimate of the
percentage of the total services actually completed during the billing period.
Standard Hourly Rates Clarifications
• Engineer may alter the distribution of compensation between individual tasks of the work noted herein to be
consistent with services actually rendered, but shall not exceed the total estimated compensation amount unless
approved in writing by Owner.
• The total estimated compensation for Engineer's services included in the breakdown by tasks incorporates all
labor, overhead, profit, Reimbursable Expenses and Engineer's Consultants' charges.
• The amounts billed for Engineer's services will be based on the cumulative hours charged to the Project during the
billing period by each class of Engineer's employees times Standard Hourly Rates for each applicable billing class,
plus Reimbursable Expenses and Engineer's Consultants' charges. Standard Hourly Rat
hdw 1 of oarh voar
r
STANDARD HOURLY RATES & REIMBURSEABLE EXPENSES SCHEDULE
COMMONWEALTH ENGINEERS, INC.
STANDARD HOURLY RATES AND REIMBURSABLE EXPENSES SCHEDULE
July 1, 2018 - June 30, 2019
Billing Class Rate Per Hour" Billing Class Rate Per Hour
Principal III
$
94.29
Environmental Compliance Manager
$
42.21
Principal II
$
86.51
Compliance Specialist
$
26.00
Principal
$
79.08
Resident Project Representative IV
$
36.99
Project Manager IV
$
78.26
Resident Project Representative III
$
32.63
Project Manager III
$
73.22
Resident Project Representative II
$
29.45
Project Manager 11
$
59.71
Resident Project Representative 1
$
26.26
Project Manager 1
$
53.76
Clerical ]]I
$
29.83
Senior Electrical Engineer
$
73.22
Clerical 11
$
24.12
Clerical
$
18.01
Project Engineer IV
$
60.80
Project Engineer 111
$
48.72
Reproduction Processor
$
22.50
Project Engineer 11
$
45.91
Project Engineer 1
$
42.57
Trainee
$
17.05
Engineering Intern III
$
38.99
CADD Specialist IV
$
37.04
Engineering Intern 11
$
33.74
CADD Specialist III
$
33.64
Engineering Intern 1
$
31.16
CADD Specialist 11
$
28.76
CADD Specialist 1
$
23.04
Designer IV
$
46.35
Designer III $ 39.98 IT Manager $ 48.36
Designer 11 $ 37.27 IT Tech $ 25.71
Designer 1 $ 31.43 Multimedia Coordinator $ 40.98
Surveyor $ 33.98
Grants Manager $ 55.84 Field Technician $ 24.12
In order to arrive at the total billing rate, the above direct payroll rates shall be multiplied by factors of 40%
and 96.4286% to account for payroll and general overhead costs respectively. In addition, a 15%profit level
is then added to arrive at total labor costs. This is a total multiplier factor of 3.1625 times direct payroll rates.
Reimbursable Expenses
1. Travel: Starts at the office and shall be at the then approved rate by the U.S. Internal Revenue
Service.
2. Subsistence and Lodging: Actual Cost
3. Express Charges and Postage, other than first class mail: Actual Cost.
4. Paper Prints: $0.75 per square foot.
5. Special Tests and Services of Special Consultants (not used without specific written consent of
Owner): Actual Costs, plus 15% profit.
It is agreed that the Owner will make payment of each invoice presented by Commonwealth within thirty (30)
days from the date of the invoice. Payments received after this time shall be subject to an interest charge of
1 % per month.
aaaaaeaaaeaaaaeaaaaeaa
oa�aeaaeaaaaaeaea®�ooe
f�cc
O
Oo
0
0
0
0
�00
00
00
0000
0O
0
0
i�T
o0000O00000000000000Oe
a
aaaa
as
a
as
as
a
a
a
as®aa
as
TASK 6- SUMMARY REPORT
a
aaaa
ea
aea
ae
as
aaa
oaa
a
a