Loading...
HomeMy Public PortalAbout015-2022 - Flatland Resources - removal of Weir Dam ;), • _r YS f AGREEMENT I THIS AGREEMENT made and entered into this l l day of '✓th() • , 2022, and referred to as Contract No. 15-2022, by and between the City of Richmond, Indiana, a municipal corporation acting by and through its Board of Public Works and Safety (hereinafter referred to as the "City") and Flatland Resources, LLC, P.O. Box 1293, Muncie, Indiana, 47308-1293 (hereinafter referred to as the"Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby retains Contractor to perform services in connection with the removal of Weir Dam located on the Whitewater River adjacent to Sim Hodgin Parkway (the "Project"). Said Project services shall include, but shall not be limited to, Weir Dam removal, monthly reporting, bank stabilization, warranty of work, as-built reporting, Phase I archaeological, and mussel relocation, as more fully described on Contractor's Proposal. Requests for Proposals were made on December 1, 2021. Responses to said request are on file in the office of the Richmond Purchasing Department. Contractor agrees to abide by the same. The Proposal and Response of Contractor dated January 6, 2022, to said request is attached hereto as "Exhibit A" which Proposal and Response consists of twenty-six (26) pages, and is hereby incorporated by reference and made a part of this Agreement. Contractor agrees to abide by the same. Said Exhibit also contains photographs and information about removal projects located in other Indiana and Ohio jurisdictions which is included for informational purposes only. 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 II. STATUS OF CONTRACTOR Contractor shall be deemed to be an independent contractor and is not an employee or agent of the City of Richmond. The Contractor shall provide, at its own expense, competent supervision of the work. Contract No. 15-2022 Page 1 of 7 • S SECTION III. COMPENSATION City shall pay Contractor an amount not to exceed Eighty-three Thousand Two Hundred Dollars and Zero Cents ($83,200.00) for complete and satisfactory performance of this Agreement as set forth above and as set forth on Contractor's quote (Exhibit A). Said amount shall be paid from grant funds and includes the work for Bid Items No.s 1 through 5. Certain bid items, namely Bid Item No. 6 (Phase I archaeological) in the amount of$18,260.00 and Bid Item No. 7 (mussel relocation) in the amount of$5,500 will be paid from the United States Fish and Wildlife Service grant-specific funds. The total amount paid to Contractor for said Project shall not exceed the total amount of One Hundred Six thousand Nine Hundred Sixty Dollars and Zero Cents ($106,960.00). SECTION IV. TERM OF AGREEMENT This Agreement shall become effective when signed by the parties and shall continue in effect until satisfactory completion of the Project. Notwithstanding the term of this Agreement, City may terminate this Agreement in whole or in part, for cause, at any time by giving at least five (5) working days written notice specifying the effective date and the reasons for termination which shall include but not be limited to the 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. This Agreement may also be terminated by the City if a force-majeure event occurs and the results or aftereffects of said event causes the performance of this Agreement to become impossible or highly impracticable. Said event or results or aftereffects of said event would include events or effects which the parties to this Agreement could not have anticipated or controlled. Examples of a force- Page 2 of 7 a' i majeure event, or its results, would include, but would not be limited to, events such as an Act of God, an Act of Nature, an Act of Law, or an Emergency Act of Executive Enforcement of the Federal government,the State of Indiana, or local government. SECTION V. INDEMNIFICATION AND INSURANCE Contractor agrees to obtain insurance and to indemnify the City for any damage or injury to person or property or any other claims which may arise from the Contractor's conduct or performance of this Agreement, either intentionally or negligently; 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. Coverage Limits A. Worker's Compensation& Statutory Disability Requirements B. Employer's Liability $100,000 C. Comprehensive General Liability Section 1. Bodily Injury $1,000,000 each occurrence $2,000,000 aggregate Section 2. Property Damage $1,000,000 each occurrence D. Comprehensive Auto Liability Section 1. Bodily Injury $1,000,000 each person $1,000,000 each occurrence Section 2. Property Damage $1,000,000 each occurrence E. Comprehensive Umbrella Liability $1,000,000 each occurrence $2,000,000 each aggregate 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 Page 3 of 7 provisions of its home state's worker's compensation law and provide the City proof of such compliance in lieu of complying with the provisions of the Indiana Worker's Compensation Law. SECTION VII. COMPLIANCE WITH INDIANA E-VERIFY PROGRAM REQUIREMENTS Pursuant to Indiana Code 22-5-1.7, Contractor is required to enroll in and verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program. Contractor is not required to verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program if the Indiana E-Verify program no longer exists. Prior to the performance of this Agreement, Contractor shall provide to the City its signed Affidavit affirming that Contractor does not knowingly employ an unauthorized alien in accordance with IC 22-5-1.7-11 (a) (2). In the event Contractor violates IC 22-5-1.7 the Contractor shall be required to remedy the violation not later than thirty (30) days after the City notifies the Contractor of the violation. If Contractor fails to remedy the violation within the thirty (30).day period provided above, the City shall consider the Contractor to be in breach of this Agreement and this Agreement will be terminated. If the City determines that terminating this Agreement would be detrimental to the public interest or public property, the City may allow this Agreement to remain in effect until the City procures a new contractor. If this Agreement is terminated under this section, then pursuant to IC 22-5-1.7-13 (c)the Contractor will remain liable to the City for actual damages. SECTION VIII. IRAN INVESTMENT ACTIVITIES Pursuant to Indiana Code (IC) 5-22-16.5, Contractor certifies that Contractor is not engaged in investment activities in Iran. In the event City determines during the course of this Agreement that this certification is no longer valid, City shall notify Contractor in writing of said determination and shall give contractor ninety (90) days within which to respond to the written notice. In the event Contractor fails to demonstrate to the City that the Contractor has ceased investment activities in Iran within ninety (90) days after the written notice is given to the Contractor,the City may proceed with any remedies it may have pursuant to IC 5-22-16.5. In the event the City determines during the course of this Agreement that this certification is no longer valid and said determination is not refuted by Contractor in the manner set forth in IC 5-22-16.5, the City reserves the right to consider the Contractor to be 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. Page 4 of 7 B. Pursuant to Indiana Code 5-16-6-1,the Contractor agrees: 1. That in the hiring of employees for the performance of work under this Agreement of any subcontract hereunder, Contractor, any subcontractor, or any person acting on behalf of Contractor or any sub-contractor, shall not discriminate by reason of race, religion, color, sex, national origin or ancestry against any citizen of the State of Indiana who is qualified and available to perform the work to which the employment relates; 2. That Contractor, any sub-contractor, or any person action on behalf of Contractor or any sub-contractor shall in no manner discriminate against or intimidate any employee hired for the performance of work under this Agreement on account of race,religion, color, sex,national origin or ancestry; 3. That there may be deducted from the amount payable to Contractor by the City under this Agreement, a penalty of five dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of the Agreement; and 4. That this Agreement may be canceled or terminated by the City and all money due or to become due hereunder may be forfeited, for a second or any subsequent violation of the terms or conditions of this section of the Agreement. C. Violation of the terms or conditions of this Agreement relating to discrimination or intimidation shall be considered a material breach of this Agreement. SECTION X.RELEASE OF LIABILITY Contractor hereby agrees to release and hold harmless the City and all officers, employees, or agents of the same from all liability which may arise in the course of Contractor's performance of its obligations pursuant to this Agreement. 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. Page 5 of 7 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. Any person executing this Contract in a representative capacity hereby warrants that he/she has been duly authorized by his or her principal to execute this Contract. In the event of any breach of this Agreement by Contractor, and in addition to any other damages or remedies, Contractor shall be liable for all costs incurred by City in its efforts to enforce this Agreement,including but not limited to, City's reasonable attorney's fees. [Signature Page to Follow.] Page 6 of 7 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. IN WITNESS WHEREOF,the parties have executed this Agreement at Richmond, Indiana, as of the day and year first written above, although signatures may be affixed on different dates. "CITY" "CONTRACTOR" THE CITY OF RICHMOND, INDIANA by and through its FLATLAND RESOURCES,LLC Board of Public Works and Safety P.O.Box 1293 Muncie,IN 47308-1293 W 1.By: ./�W B� IGD d y: Vicki Robinson,President By: Printed: L�47 mily a er,Member By: Title: MeM b(s30 � Matt Evans,Member Date: Z Z Date: 15 APPROVED: Sno Date: 0r -S f �Z7-- Page 7 of 7 t' n , State Form 52414 Prescribed by State Board of Accounts Form No.96(Revised 2005) CONTRACTOR'S BID FOR PUBLIC WORK— FORM 96 PART I (To be completed for all bids. Please type or print) • Date: 12/16/2021 1. Governmental Unit(Owner): City of Richmond Purchasing Department 2. County: Wayne County 3. Bidder(Firm): FlatLand Resources, LLC Address: PO Box 1293 City/State: Muncie, IN 47308 4. Telephone Number: 765-284-5411 5. Agent of Bidder(if applicable): Pursuant to notices given,the undersigned offers to furnish labor and/or material necessary to complete the public works project of Weir Dam Removal (Governmental Unit)in accordance with plans and specifications prepared by City of Richmond Purchasing Department and dated 11/14/2021 for the sum of Eighty three thousand two hundred dollars and 0/100 $ 83,200.00 The undersigned further agrees to furnish a bond or certified check with this bid for an amount specified in the notice of the letting. If alternative bids apply, the undersigned submits a proposal for each in accordance with the notice. Any addendums attached will be specifically referenced at the applicable page. If additional units of material included in the contract are needed, the cost of units must be the same as that shown in the original contract if accepted by the governmental unit. If the bid is to be awarded on a unit basis,the itemization of the units shall be shown on a separate attachment. The contractor and his subcontractors, if any, shall not discriminate against or intimidate any employee, or applicant for employment, to be employed in the performance of this contract, with respect to any matter directly or indirectly related to employment because of race, religion, color, sex, national origin or ancestry. Breach Of this covenant may be regarded as a material breach of the contract. CERTIFICATION OF USE OF UNITED STATES STEEL PRODUCTS (If applicable) I, the undersigned bidder or agent as a contractor on a public works project, understand my statutory obligation to use steel products made in the United States (LC. 5-16-8-2). I hereby certify that I and all subcontractors employed by me for this project will use U.S. steel products on this project if awarded. I understand that violations hereunder may result in forfeiture of contractual payments. !EXHIBIT k--•-PAGE I. . OF 7.(9-.1 . 3. Have you ever failed to complete any work awarded to you? No If so,where and why? 4. List references from private firms for which you have performed work. Jacob Eisenburg, HWC,jisenburg@hwcengineering.com Paul Glotzbach, United Consulting, Paul.Glotzbach@ucindy.com Brian Vandewalle, Vandewalle &Associates, bvandewalle@vandewalle.com SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE 1. Explain your plan or layout for performing proposed work. (Examples could include a narrative of when you could begin work, complete the project, number of workers, etc. and any other information which you believe would enable the governmental unit to consider your bid.) 2. Please list the names and addresses of all subcontractors (i.e. persons or firms outside your own firm who have performed part of the work)that you have used on public works projects during the past five (5) years along with a brief description of the work done by each subcontractor. 3. If you intend to sublet any portion of the work,state the name and address of each subcontractor, equipment to be used by the subcontractor,and whether you will require a bond. However, if you are unable to currently provide a listing, please understand a listing must be provided prior to contract approval. Until the completion of the proposed project,you are under a continuing obligation to immediately notify the governmental unit in the event that you subsequently determine that you will use a subcontractor on the proposed project. 4. What equipment do you have available to use for the proposed project? Any equipment to be used by subcontractors may also be required to be listed by the governmental unit. 5. Have you entered into contracts or received offers for all materials which substantiate the prices used in preparing your proposal? If not, please explain the rationale used which would corroborate the prices listed. SECTION III CONTRACTOR'S FINANCIAL STATEMENT Attachment of bidder's financial statement is mandatory. Any bid submitted without said financial statement as required by statute shall thereby be rendered invalid. The financial statement provided hereunder to the governing body awarding the contract must be specific enough in detail so that said governing body can make a proper determination of the bidder's capability for completing the project if awarded. [EXHIBIT B. PAGE ' -.,.dr:V.21 rI SECTION IV CONTRACTOR'S NON—COLLUSION AFFIDAVIT The undersigned bidder or agent, being duly sworn on oath, says that he has not, nor has any other member, representative, or agent of the firm, company, corporation or partnership represented by him, entered into any combination, collusion or agreement with any person relative to the price to be bid by anyone at such letting nor to prevent any person from bidding nor to include anyone to refrain from bidding, and that this bid is made without reference to any other bid and without any agreement, understanding or combination with any other person in reference to such bidding. He further says that no person or persons, firms, or corporation has, have or will receive directly or indirectly, any rebate,fee,gift, commission or thing of value on account of such sale. SECTION V OATH AND AFFIRMATION I HEREBY AFFIRM UNDER THE PENALTIES FOR PERJURY THAT THE FACTS AND INFORMATION CONTAINED IN THE FOREGOING BID FOR PUBLIC WORKS ARE TRUE AND CORRECT. Dated at /Z''/1 PAA this /41-6 day ofj.,..2tet,44Ver ,7{, _f a+1,otA 1 1,ZeicooteRc Lei (Name of Organization) By m Durigr (Title f Person Signing) / ACKNOWLEDGEMENT STATE OF i'IOM-A M ) COUNTY OF fia>WAR6 )ss Before me, a Notary Public, personally appeared the above-named 10/� k1,/is,) and swore that the statements contained in the foregoing document a true and correct. Subscribed and sworn to before me this /qic day of, i?i'n 2v 21 t".--:\,-----C1,04, 44.....__ Not ry llublio My Commission Expires: 0 Z. li,2— County of Residence: a BARBARA A FROST Notary Public-Seal Delaware County-State of Indiana Commlaelun Number NP0646956 My Woks*&Tres August 25,2029 EXHIaIT A PAGE U ®F� 6Zd0 . " -1/ • m 2 v Q 0 .. U CO I— 0 w 0 —) 0 N 0 tY CD U- a O v Et CO w 0 a -I O Y 0 °' Caz 0 o 0 o co U a�i LL aa) rn � J t ce N Z m E c a X D co Y C co O aj CL o N U �- c ra 0 = N co Li EL 2 iz Q • • Killire4 .7-.., ''rywie�-_ 'At, ; rt?5 WAYNE CO INTI IN � " �, `. E i s y r • s j},r 7 a. #.aar f ;�' i ^-- ,t`4 �i s�4.• j �>l� �f}fct,pi•-,4n" .r e - ;. • w t, vt =r pl C; Y 1 - .. ;Ttl�. i� j- r. U� ii •1� Rom,,. 1 -y9 `�_ }-% dQ� �• ^ • 4 e;if 1 1 F# sue'a' k �rr %a+-`Q• .- ..,acre "' ':t ram.. .r- . . .. .. ... :. . ..• . ,W.., .HIT...T.i....,._ ,_: E AT : : R• IVER , . _ e . . .. FDAMREM ' - •' ''VAL , . • .I REQU�EST'iFOR-PR =- :SAL . _ ;CITY OF-RI, CHM;O'ND;'I�Na.'; _- f, $�.23µ,:e a,. .,,..q c:r I . _ 1111611411Pie- iv..."-- - r ,fir _ DATE: .DECEMBER 16TH, 2021 • PREPARED BY: FLATLAND RESOURCES, LLC PO BOX 1293 FLATLAN D MUNCIE, IN 47308 RESOURCES . 1 IEX,HIB1T PAGE oF- —I • December 16th,2021 Purchasing Office City of Richmond 50 North 5th Street . Richmond, IN 47374 Attn: Kara Noe&The City of Richmond: FlatLand Resources is pleased to submit this proposal for the Weir Dam Removal Project located in Richmond, Indiana. This project is a critical component in the restoration of the Whitewater River and enhancement of its recreational and ecological value to the community. Our team has great depth and understanding of dam removals and stream restoration and we are invested in this project's vision regardless of our involvement in the construction process. Our team is committed to the restoration of our natural resources. As environmental planners, ecological restoration specialists,outdoor enthusiasts and engineers,we understand the importance of these types of projects(as well as other restoration efforts)not only from a cultural perspective,but also from a habitat perspective.Natural spaces provide outlets for the public to enjoy the mystic beauty of the land.These natural spaces in-turn become living laboratories for the public to learn and appreciate what nature has provided. Natural spaces also provide habitat for not only migratory land birds, but also other terrestrial and aquatic flora and fauna. Removing dams nationwide has proven to be an effective means of reinvigorating aquatic life in our rivers. We have two team members that have completed Rosgen training courses in stream restoration design; Philip Tevis--all four levels and David Heilman--levels I&II. This exemplifies the commitment by our staff and company to the science and understanding of stream restoration. We have been able to utilize this knowledge and expertise while studying,permitting, designing and/or removing/modifying 15 dams in Indiana and Ohio. It has become our passion to understand rivers' histories,tendencies,and the way dams and other modifications have changed how sediment deposits along the riverbed and banks. We believe that our team's intricate knowledge of not only stream restoration,but this particular stretch of the Whitewater River(through local partnerships and survey work already completed)makes us uniquely qualified to carry out a project that will become a valuable asset to the community. While our expertise lies in designing solutions for dam removal and stream restoration projects, FlatLand Resources specifically has the capacity to physically implement these same projects. Our stream restoration professionals will bring their knowledge and expertise directly to the construction site as builders, not advisors or construction managers. Our team has been building stream restoration and dam removal projects for over fifteen years, and are one of the only construction firms to specialize in this type of project in the State of Indiana. We are confident that no other firm in the region possesses the level of local knowledge and understanding regarding this project, nor could they manage to = organize,evaluate,and comprehend the sheer volume of data that our team has been able to collect over several years of observation. The project team at Flatland Resources is heavily invested in this project as designers,community members, and hopefully builders. Respectfully Submitted, 10' David Heilman, PLA Project Manager FlatLand Resources, LLC • dheilman@flatlandresources.com (765)284-2328 6, 2 EXHIBIT PACE OF y DAM REMOVAL ESTIMATE SCOPE OF SERVICES- PER LARE DOCUMENT ITEM QUANTITY UNIT DESCRIPTION. UNIT PRICE AMOUT 1 1 LS DAM REMOVAL $81,100.00 $81,100.00 2 1 LS MONTHLY REPORTING $100.00 $100.00 3 1 LS BANK STABILIZATION $1,500.00 $1,500.00 4 1 LS WARRANTY OF WORK $0.00 .$0.00 5 1 LS AS-BUILT REPORT $500.00 $500.00 TOTAL COST: $83,200.00* *20%match required for DNR LARE funds will be met through grant awarded to FlatLand Resources, LLC from the US Fish and Wildlife Service. This award amount was$81,862.00 6 1 LS PHASE 1 ARCHAEOLOGICAL $18,260.00 $18,260.00 ** 7 1 LS MUSSEL RELOCATION $5,500.00 $5,500.00 ** **These costs are covered under the USFWS grant FlatLand Resources received. Proposal from Orbis for archaeological services is attached to the end of this document. ADDENDUM#2:Form 96 and Proposal Form:See attached&information below ADDENDUM#3:Mussel relocation responsibility:See line item 7 above. FORM 96 -SECTION II 1)See page 5 for our proposed work plan. 2)Subcontractors used previously a)Hydrotech, (765)642-1581, 125 West 11th Street,Anderson, IN 46016--Sediment sampling for dam removals b)Watters Heating&Electric, (765)282-7282,3806 N Broadway Ave, Muncie,IN 47303--Electrical work/wiring c)Josh Newsome's Tree Surgery,(765)378-8746, 6151 S Overlook Dr, Daleville, IN 47334--Tree/brush removal d)J&W Construction,(765)716-6757,.5812 S Burlington Dr Muncie, IN 47302--Concrete, pavers,excavation e) Dan Flannigan,(765) 215-0452--Electrical work for pedestrian bridge .3)Subcontractors proposed for this project Trucking/Hauling company to be determined closer to construction, no bond 4)Available equipment a)John Deere Excavator 160 w/.hydraulic thumb b)CAT 3900 Excavator w/jackhammer attachment(2x) c)Tri-axle dump trucks •d) Kubota skid steer 5)Contracts to substantiate prices? a)Trucking company quotes received. No contracts executed to date. b) Excavator quotes received. No contracts executed to date. • 3 E.XIIEIT PAGE a OPZG. DAM REMOVAL APPROACH r.r i-�r d, -*, E _,. f - +�.I l�=%%(f,.. i f i ,..,,,/,,,�(c°" a 7�•s.= _. __ .. ! H j /J!!r !�/// / �^rI/ /!1 'i7 Y.J' '. f 4e'".•W t+/4 t• •!; 3/!'rftj l�3�r I Ij(lt fl �+�(i /� _6�✓!•/rr . - r! � _ 1(.�. 1 / l t..�l/.: ..!! .-, .4/ 1r,I,,,in Edify/�lpfif'/' �J r,.",,i• r • z .. .l -' >4r/.(„` ,.,, r'." � ._ �is;�r' ` /!t.,Sf.( IIIrTF�r'/ I/1� :1` r • n. rt y M..k°,e s.Y./ !1 ✓ `V�-zr a+ �Sr �i ��i off. ' V! I / //f I,, l,If,I lhl,l,, /.//. :, ...,. / 'a -\ - .•_ / l \ x +'' // / h",,,H>'Ij i'/ i , i r1 , S'.tw St ""lam. .'- J-. t.J'rl r ¢ 'Y 'i - II r /,nrl l Nrl/rl/!f" r t n.a l ▪ a..-• / C'Vy s p pryp _T'r ,4�':> "'' 4 e+i iy A r ii i,Y!'is / / / / to ra �- tla. tY' '•..i} '�F'p �1 ▪ , s er�.Fdi x L - i1 1 r 1y , t ip r i ;7/0%fir�.8 j .1- ` 4Qyip' ,' / , - q a 42 i .----%. ';' y. ,4 '_ ' r4.e., ,/,r44/ f • r W.x Awl .''' ,ei ,r•At�r ..# .� "_' ! c \ r'-`4/ 8 'i r r//i%%i/i r 4/ !/ •7 Fiv-F Q['. �., ,:/ E�� f� ,_ *d 4 /�.r 1 047 Syf'...-7},/ / ,r / i i ,/' ut.1 Dv`+1 - t =• - \�. y f'y 2' :�r �t C, v Vf' ! r7;/ /,/9 / % / O, _ r f1 � ,,Q O E ,�A " 5 t G • :4 /,,of /i' ,', l IIAI/ n , t,, .LSt' / +.. y '6.f-F,->\�, , 'f4 /' • Y T".4.�w. e,it` & ..,6,`* ` --- g` r!;G r //r ; / 1?r" 1 i • //, ''-✓,\• .e▪t▪t\ 5\\ ? -,:-Fw. ice,/ -' / , ,\rr / __xr, y\',• �q w"•r-..-...er`v 33 /•lr,//irk r / " r<''i t1,/ i;/ffd 1.(- a° c\ 4 \.. el r. ,A ..tS.,a':u,—A+ .B ' ""I i '/ Y s 1/ /: 9 f. I 31 \\ ON 4 U.n r 4_ .t,.. f-�• +i,+.**, „I 3 i ` -; I;, r ;r 1 1 y; a r • 9: i' rr: J \•\,9 5�( ^y - fi,.:. 'r i4 / t LARGE SCOUR . ->.„^-," -_a? ? • • .a; 1 ? f `, r' , HOLES \'\ fit- - ' ,. I r . F r .f Y i"' r''1 `F'1 ' -' ttlr" It `\\`\\\` N , /' f..,-,.;.,-,7,„,-: :-2, -• 'C I » �/ �,► ; JF1 a° F I . ▪ - t . a, I bS r,E 3, f, r / c/ r ! j?`r /,/ ` ` / �ntl x, l }m��•�,^�^S ���"� 5 .rV r r�1 .+ � Yt` � / 'yV.$ ' .si •:`F•' ` y, ▪ iSt �-=• •ids-,--, Tom•.' �,Ih�r t. s a r'. "' . ' C(yam/ G F. ..". -/ ! / e k▪ Fa. �_JT re, r' 6 c.1 ,`,.15/h,,;1 s�61," i-, /2)%11f'a /, "I ; # ,.' . .' t*I . m o,ry 7l dl� S\Jt r / I 1-.y/y t r r. r 1! l3`r' r I r c \ r r 1p! r.,,�,. I t 1', I ,rt/11/s "'� > � , i vn � s _ \ ,Y �.'`I I li (t^i$ s} ^L, j{r Irr.!�'Flrl,• /. ef,,b PNpju4r Irl g, is, • \\. ` /. \ [,,.,•411/Jl i �, !r \\ jy! 4* ...4r, rr% ,4' ',ram _• ` _ ALT_STAGINGAREA %p' ilri`rra,;.:1,'�'` �Y\'.,`I� /lr ' M -_ (:'.+'• .` \ / •l"fly ,I RP,/%'/� LEGEND 1r ?• ;Y� \,* r rs.4. t�/r,rll!,',,; O Project Limits "" t , • '�" `\ '. i _ r,{ n'A , ., `Ir 1 / \ ' per, f %' /f. Lail/ .'if i'f Deep Water • //. v Cs i •r_y' • £�_ /, /e`• •};•• ,P JJJ '/l! .!r + ` Unique Feature ;V„� VETERANS MEMORIAL;��; girl" �r r µ C ;t;,'!fy' Ir i� _ ' PARK ' , `;t'!$'lr,<r \/,r r;4lit,Ii,4- w r/8!i.:�� �, .. .5r,.'�,•r,a ri'_•.'. M.1.11,I The Weir Dam, located along the Whitewater River near downtown Richmond, IN is a nine foot tall low-head dam built more than a century ago. The right bank of the river(along Sim Hodgin Parkway) in the vicinity of the dam is held in place by a stone masonry wall built on top of a concrete slab.There is a control joint in this concrete slab which will be sawcut, leaving the wall and foundation in place. A small concrete overlook will be removed (circled in red), and a new railing added to the top of the wall, where sidewalk is in place. On the opposite bank, part of Veterans Memorial Park,the old lock system for the dam remains in place albeit severely overgrown with large shade trees. Metal stairs provide easy foot access from a frequently used, but unofficial walking trail that leads south,to the city park. It is our recommendation that the locks be removed for safety reasons. • A large scour hole exists directly in front of the dam which is at least 12 feet deep, and likely deeper in the center of the channel.The contractor must exercise caution in the vicinity of the dam and avoid undue risk. • • 4 1EXHIBIT A PAGE q OF I . • 777,, 712 , 1\ / /I ii/ I / a-,,S ,l•,, t;, r_ _ - rrTsew.• -7 rs'u / ▪ ,r / ri t Y i•• rr J ••y.�,� a _ .J lyf 1 tw r '/ / , Y/ .•• t /j1 /A'4 .!J /rf rxf.r B r+' t ' / ? y,�'�ri i r / li,�•r� i 3h5' i.. ///• -�4r l .xn® r✓� ''''...,:if,' t+yea� / '' y P:/Gfii�fl,rii \\e 1 111d1f,r! /1f1/ // ,\• .� ri/ / ! • o �y�y\�" y':---,',,,.-,,::;',F/L-",.„/--;,":7,1 .�\/ ,/,,,,,,,if It ,,,,, Jl,�,/ / f6. /'/• s :4- - V_ z / . _/'i 5 ./>•7 '/ H1'll�flff%ff111!//.•ry,��, ? / � /r •' d rt mr! -.6 JN/ �j•�MZ C l "��p"+z�?iJi I'lJ I1/0117 11,:.:',, • r7/ r -; A.. , ' r` ( '/� `' dl "-`f.. -Iw t * rT / ,//! /1 jl/,I/!II 7°A.v f'�.., f'!f f r r¢• i'• M1 "5 .�' r _ [ eIx-/ r ,!9`r,rr<i%If ,'yl r F r !'.I\7 [a i-ss',„?...;-..),-,.,.,„,:‘,1,- [•;J. r ,1,- - L ,. l" r,�y ''� / ,1j / /l jr. J/l,!lfl,r. �//i E"3y r 1 3 ' G 'i a 7.if.0 Cl.,' ryJ+ ,r F.1 vE"�6'N i ..1r • ' /�i/i,/4r i/ //'4/'�.",/ /I�'1 i-u/ 1./ ,r P • .1:',"/ r r �.�r£ `s'r'.; ��z ���� � "1 i7 a. -... r 4 / I /G s•.Virii / �i r'' -.V.. :5% a--i' I e ,r }r 'r S •14 ii 4. rf • / r i, �� 3 f 1 A 'j : t7' -- .u7. Y / //r/ /,r I ' 1 L;..�f A ,; s r srt'LF 'i, lL`'� a Re K,J"` fr rt- J %i�Y, /J'J iI ;§/r„i, ;,/r ! x P-c, „0Y 49, i t \ $�,' l'i"/ '/ rf.,.i,::_ ,N .. r,. V 1 , /• f/ , i! r,l,,f,r.ye ��� >+� / . ti ( .\\ \\, "i S dy i�{,(y ( „` ,„, /•� (�O ,, �w 1 / I r/ i r //I -4 n ;!- t'a C,� J b' 'A /" (€''4,t V(A r�f�.%� O� a... ; 1 i/ // • r'W/.y, / YI i - ;,,1 7 �.9A.../ • 1 _t/ \` l • +F'{r 4: [- 1 'ng. �`, : A3',u.• 7 /jr i0. 1 ' d S •i , l+� ! ) '\\ \ \ Sa V- .:";::4,...Y,,- 1 K•3JAk'R /r / , -'G La ! / r 11\\ \\ a\fin '\ 1 ' • - I/r,f i�/!R a :'T /i/i /- S T\\\\\. �\' !y 'r f\ . ' } CC. 1 ',rtsv : ,I 9• .' f F 1� 't,; T��-',-- r. } ..1( ; f�\\\\\\1f S•/` ..,t d� n:d -1 g,.., _� / i// r 1 ;y. r (h" .' /f,;.,rg •''� €++3 \\ .1 n . ', �C' _4 a.,,' a / • i /i / / �1, r. ,{ i/ // "'J Ya'' W.J',so\ \I\ k -+^t••i ..,.,. -R.' rn 71," /• i7 t ^ 1`-^'M• .3 r , ;J �i,. .< f a. ., \*v`\ `4 t" Y� '241 '' a =,a. :" _� ri/J/;/i• 'ri, ' it r //A/1/, • :\ t;, \t t r J GT _Y r J/; • r J. .I ef' 4! \ ci \\ ,4�,, "+a�''�'--�'_ '-- i.: fr. �,id'a._ 1'y :'"�: Y i'! '.;%r, ! f -1','', .'''fM - :', , i \'`\\\I;: A �i'. fe•c k. �..:—2-4..-='f-gs �n, ,'.. p w I� at,. 1 l !/ 1,,1 � J. `` :1�. , r ". \ 1\ \ r�d(�yT,x p..,a.. u-y...,. - 1}± ^�' '\ t ob !r. ! Je'y) / / t 1 1•.. �.iSe 1\ \\\ \\ ir]'"� `.,. Y'¢''Ef". 1' '_ 1-. '✓dwl !' r k O��_� 1�J I 1 4!'1\,\\ ,. y>,,._5 1 4Y..+� • \ i I / ! i5�,40 y n'e i \ \\N\\\\` w '.�,tom.. t ' i i,' ' '1 , ; • /, -) , i '4, J� L�4p ri>c e:+ .IPROPOSED BRE�A4CH\fit 1 }J I 4e y..'d Q`X'S' Y,---ION I',..„ , rs r�� ,,�' r W , , ," , e `v :ate y$_ r/ / ' , �r - e•rs�irArsv,.Barr.�sr�.;a 1 d:. .Rj, r .-r. �' . .: ai. 'idx air •",c ro-t f „ r7€"t ' +$ `r> - `'r..i. ,/)1 � • ,/ it Jr"1'. t��,'Fa ��,' lri� y� xl cc 1 'tl.• 1 \ ;1 Ja,� ! rf l /vi /i,,'l / ., 6� F� D.- 1, Y%;':p, I f f ,'my1/a:ell ). r , ',}ll•• /v y: y i-, IC Irk, l.. 1 a ', } / 't 1 1 -1 r 1 t t'\1 ,l ''lrlf 6' L. , • is - b`: . ' r # I6 • V - •` t 1 i \ I 1 j' I i \ ,{, fill J4', -j t 1 r ,y e it ';-;-• !'--,1-_- �}• 1-----C+ --1. ., 5 t I ', f ti �ttii.V. 1 �'F/.. �r \ \ J /f x .✓ i\ s & r • cl A\ \ 1,fj/1'r� r1 l /r . t z v 'p \ k '`' ,. _• . "'� / v • :''\ J i1r11- , it J, / r `i'r•1 f ? ,,.:yA 4 y ♦\ \ „�l v -.10:1/,Poilrs+ /I.W;"7 r i`—1 .� J4. V' tf� •1-tir ,; STAGING AREA ,l - I' Y Y f`n,i'hibtllll/1 tp,= ` fl ! r a!♦.' r \ _ icy fn„q ,.4 J!7 \\ •w . Ca• r / ! ''t\I4I ,•r'! / -7- 't• - ' f ' /f xjtL. /!/%}jf%'1 it%J%p/ .( / r e - - 1 ./r/ J1l , d ,J ,J • LEGEND :� _ ,s. q�� •_1 ,r i, l't JA:1/4; �''il4 , Project Limits i fit 1 '/, , X i/,a,, �,1;,;I; • Deep Water 6 Sy r, I ' '_)7:-�: €�e i I i I•rl !...,...„ rr 11:,,l/j/ /C 4, Unique Feature "--- , ,r, / ?, -- I /4(/�,5 .- , ;\\ J '�t,�,rf, ' 1)Staging: FLR will stage all equipment in the pull off area SW of the Richmond Ave bridge along Sim Hodgin Parkway (or alternate location). 2)Access:FLR will create an access point just upstream of the dam,scraping the streambank back to a stable 3:1 slope and stabilizing the haul road with filter fabric and#2 stone. 3).Dam Removal: FLR will work to remove the dam from the right bank to the left bank.A breach will be made in the dam to lower the backwater pool,allowing for the safe removal of the dam. I)After the dam is breached in a staged water drawdown, FlatLand Resources will work with a certified biologist to conduct a mussel relocation to save as many exposed freshwater mussels as possible in the backwater of the dam.They will be relocated to appropriate habitat in the nearby river channels. Efficient and effective coordination between Flatland Resources,the biologist and volunteers, is essential. II)Two excavators with jackhammer attachments will be utilized to rubblize the dam,with loose debris being • removed from the waterway daily. The entire dam, lock system,and all associated rebar and concrete debris will be removed from the channel entirely.Some loose concrete, rebar,and other debris is located in the channel near the dam as is,the contractor will also be responsible for this material.The left bank(lack system)will be restored as an earthen bank,while the right bank will contain the sawcut concrete slab.All exposed rebar will be removed. Ill)An excavator with a bucket will be used to move the remaining rubblized material to the river bank. IV)The excavator will then load the rubble into tri-axle trucks to be hauled off site and disposed of at a legal dumping site. 4)'Bank Stabilization/Clean Up: FLR will tear out,the#2 stone and regrade the river bank to a stable 3:1 slope. Erosion control fabric and grass seed will be laid down to the specifications oultined by the City of Richmond. FLR will then demobilize,ensuring the staging area is also returned to pre-construction conditions. 5 IEXHIBIT A PAGE-1P OF Z.lo 1 PORTFOLIO OF WORKS Below is a short list of projects FlatLand Resources has completed or are on- going relating to dam removals/modifications. FEASIBILITY STUDY o Deep River Dam Modification Study--Lake Station, IN o Muncie Dam Removal/Modification--Muncie, IN o Great Miami River Dam Removal Feasibility Study--Troy/Piqua, OH o High Street Dam Feasibility Study--Muncie, IN o Stony Creek Feasibility Study--Noblesville, IN PERMITTING o Richmond Dam Removal-- Richmond, IN o Muncie Dam Removal/Modification--Muncie,IN o IAW Dam Modification--Muncie, IN o Warren Dam Removal--Warren, IN o Fox Farm Road Dam Removal--Warsaw, IN DESIGN/ENGINEERING o Muncie Dam Removal/Modification--Muncie, IN o IAW Dam Modification--Muncie, IN o Great Miami River Dam Removal Feasibility Study--Troy/Piqua, OH o High Street Dam Feasibility Study--Muncie, IN o Deep River Dam Modification Study--Lake Station, IN CONSTRUCTION o Muncie Dam Removal/Modification--Muncie, IN o Fawn River Dam Removal and Stabilization--Orland, IN- o Fox Farm Road Dam Removal--Warsaw, IN o Warren Dam Removal--Warren, IN (Removed in-river bridge piers) o IAW Dam Modification--Muncie, IN MONITORING o Muncie Dam Removal/Modification--Muncie, IN o Fox Farm Road Dam Removal--Warsaw, IN o Warren Dam Removal--Warren, IN (Removed in-river bridge piers) o IAW Dam Modification--Muncie, IN o Richmond Dam Removal--Richmond, IN • • 6 t S-i�fI PAGE AL OFtG i ,) ' FLR DAM REMOVAL/MODIFICATION PROJECTS . LEGEND -} il(OtarQ0*.66—"M`CHIIGAN •..I•H@Irtr°rdUL{•y /"1. '[6U� 4[ {� I s_:5 Co Dam Feasibility Study '- o Porto �� J I Dam Removal/Modification rZ9 9. ' f`_ �Jd t r I f `��fii( Tit L t _ r_.—__ .�i ... r.` - f 'EOU[h aendORLAND,IN ..-,az ' .ToIeJJD'. :. --. „eveland i a' . LA E STATION.IN o a ,aY-1a i` If,dGIAPI> l " �U II a4 �i t ,4 ' ,N. • -• Fart ll;,fi z,i-.0. ```ssm f A[Sro i Yr un 1. m A:. • �I WARSAW,IN vss' � t e r C - '`r ` '- - ...s - Mansfield ,I —' Sad ko/16t/ ARREN,IN*:Li , 'ti ,.•f •fP' • elilayette o , , } c, 4 i 4I .. SIDNEY,OH**' •,, �.� a: Muncie Si MODIFICATION h", r 3mpa Ie- [gn f • PI uA.OH** . .)�f°gym f. .NOBLESVILLE, • INDIANA- - ... ,1 REMOVAL - - ''6n -a,„. '.k`a + n 4 1f dianapaIL, - .-• - ;�opaytall !04' {i• �� , - 9` Al RICHMON :IN** - i ' — Q r� /Terre Haute I r. 'L:�N A 4 • J/ 5 a �`:", e • •�e.r Cincinnati• LL , '� `�1 f 'r GIB 4 P. � I+1 d - t �,, Lej• h, e :a ._ , Frar -ort m C r � LOuiplaid L.eintvn Evansfte • e _ g ' • •yr0'" - l4 , .if: - , KEN` UCk� �, , i e A �, ` ' i- k' 'C' �t. ,}-e .?- *FLR secured funding and completed permitting for the dam removal **Project(s)in progress • 1 QUALIFICATIONS • t p; iz s *; ! -f •• it i1 ,i, .4.s. ,,,, ' '# - - t-. -.-. . + ... ti^'^� „ ram. r. - �,.t. ,r.: r.-. .-der i Jam^- / •.. - - - - _. - .. -,.� ' ., '55 _ ,r, !,ter ' 3 a' { C•• :' r' ter# MCCULLOUGH.VD,AIVt RE�IIOM.-•- • : ' ; WHITE RIVER DAM REMOVAL/ MODIFICATION /FLR STUDY / PERMITTING / DESIGN / REMOVAL / MONITORING / MUNCIE, IN . PROJECT TYPE: STUDY/DESIGN/BUILD BUDGET: $298,000 LOCATION: MUNCIE, IN CONTACT: RICK CONRAD DIRECTOR BUREAU OF WATER QUALITY (765) 747-4896 . RCCONRAD@MSDENG.COM • 8 EXHIBIT Pt PAGE 13 OFZtz. 1 QUALIFICATIONS 1w 4 a ;fir . +. -,l* iy % £ A Y ^.- #._A.+ _.. aey_ :'�' �x. � r ^-fit, r ^. • - 1. .� F 9r yyT ,{('`- y�,}i� - t -..,ate. ` ys '.h. -r' IVILi•q. '0 i Rue:Ir [ �.015CF aP0�, _,. R E.d� �Of�J ,'` - ---. 1.9 ..tK ._._- , :4, - ,. 1- .. .-' 4�43 c''' = �' ',` ate �' - /'� t ice >--.�� ' IS&W DAM REMOVAL -: T. : kAA z _ ;";:li ` Through the city limits of Muncie, there were five low head dams, and only two currently serve their intended purpose;the water company utilizes one to ensure a perpetual supply of water for the City, and the other is a sewer line that carries nearly half of the Cities refuse across the river. For decades, FLR and other concerned citizens have been setting the stage for removal of the now defunct dams, and modification of the two still serving a purpose. In 2016, FLR began the long-awaited study Looking at the removal of three low head dams and modification of a third in Muncie. The study included historical analysis, utilities analysis, cross sections, a Longitudinal profile, sediment testing, utility and permitting agency coordination,two public meetings, and pursuing funding for the removal and modifications of the dam. FLR was able to secure funding from three sources, including local(The Community Foundation), state (IDNR LARE), and federal (US Fish.&Wildlife Service) agencies. This feasibility report was the first of its kind in Indiana. FLR was awarded the construction contract in 2018 for the removal of two dams (Indiana Steel & Wire and the McCullough Park dam), and the modification of one (Waste water dam). After permitting the project, demolition of the two dams began in the summer of 2019, with the construction of a rock riffle following soon after. FLR has helped secure funding for the modification of the Indiana American Water dam and a feasibility study of the High Stree dam. 9 EXHIBIT A -PAGE I'1 OF 24 I QUALIFICATIONS "-"i A --^� .7 y T rT F:. T - tVy; l F It ,ivq �� �'.,, • j,,• 5 gg .6,K 4 Y,...m., d .;..,, itt ' ?•49' • tv� `1, 't„',�`d:cltt, t, T • e,• ~' t, , •ifr •'c ,-,,S r •! , 'T1., r` 14 ( J°:Y- Lt/r i '`Ti:i_ • -tJl k t �, e ftr- �,G - 1hJ r ' r A c '�d`r r t�r; t r�`Jr Y,(� rt r. , t tl' r • •a 3 I!j t, \� i 4`2"•'w.-\ 71..i r r`1. 'S'e'' '/:?'1'. ik L \ @7:4►''l 10',;i a d•. 1P b,-, i :,1' :!;�j<p.' ty s�. �: U +1• • �' f �: r• C � j a /'y�� 4 t a. ry E � pTr ,r. j'I �\ T'� r eGF ,,j, W Y+s {ice r"'' - 4z 3S' I�16." L♦•T. '4 8T h•� ,� -r '1`P ¢ j'.40.7,0K,V71; L r ', ti .N,1 C-Ti tlf9{.'{1, 7? r Pt. .� t`wna n at f.►{`5tt'� f i�.. • ' •C'f as � FP .T �i� deb � E T� nor 5S�,� �r Jae S�� sD'.•fi'r i'�i 1� �R.. \f ii� ° r• a.i�� t'ik„r��'t ]�y�t�.li �L ?\ i',�1 �7 �!. f ! d, ra li <Y ,i"" {T{s, :, X . �p g .v -d a Lyt ,.,roc e4. ♦'�1 �S i cv" t �i p4 L -- 1 1- ei t lid T 4 `�° r1T` 4 rA\t` ,'• ) t{�a=; frig y ,fir .1 li41p 4 ,a -CJr.''tt. •9\ v +/ � in t`i : 4r f f,44 ;l,,,,,,t'1 .y, Fr i -I.,1 -.-4. i., , , - ! ,N' .. l'item:T%-`,..S. A�, 1., .. :: y' R ! ,r. Ilk"y .eS� AA i 9 ri P. ,a +F _.L u' Bice, C '` r - .,, _' }•get ��a,474 rT'4r,Vr �, ,,. 1 ( v�t. ,a,' ,iq I si. tit c g }. y'f' •' tl Jv\Yr' j 1 �` +, '+4%;1. �q, t F °'`• ��� r k i�:,t6 "la" .r n ., 4 k ',�- F` y� '� � .fM`tea • .�1�.(7��.1� Pj 1'\° h� 3�' le L Yt'- ' s` y \A r•..q' ✓ i(¢�� SQ1.. t' r ,� z,.'P j ,-"kr t• 1.6 '+ �i .2f'�i 41y 3a ,;41 `,2•�1° .,r v �,, :i . Z#V , [ I'r.` _. '.. ` •5�+ t'+'? \ .IVY\4+. ,r�•.+ 6 "r•,. ��it 'x ,.+x tfr+ V w` f •\ a1 i`1• ✓ 44,•4 ' a,F' t..` 1` y. i, it '' .'7` /••. •' N, l' .� �•''F '�" l�f�, v , 1 �� 4'r'i i >�+;�G �y fE A.tiL.f �l';'�'.. k 4 -•t.,- _••"y,Cr"tLL:,.+g5 1.,3x 4 .f� 's"/. F '1I ' .t -vl .7' , \a s "ar s ,. �` ;It »- �� tIf 'y' 11 1!1 '6. ' s" ,`,"� 3: '?4-,t YT, 't i•; rs• �• l \ ,Oki _ +, • ,y -�[..-�t.•.L ,', '�• 4.- S se,AA(5� ,yL r" ^ {. ylj 4't-is =•'+� +1& '1 . 1t11 T E 1 ?silt/ .it =" lam' �" i i;-, i r y. • _i • �.. a• us :mot'_'�'�P�,'T - ^ •, 1 � ,, "rP,'� e.! ' : . e - } Y•,F, \,F , r_ ' -r 44-.. •... — a• _ • - i 7f 4• •a...d•d r..1.'-' •• 1 .�"4.' +..,;y. f 1 1 t r • 'vc -re. I I 6 ••'.:SeM ' 3'w.+' ,' J' - r'.v�li"`r o„r•-•«. _ I ` , J i' '/ 1.t :i if r 1 i . : I = • �• ie . ..v.- am r_�� �L� •- j 1 e I ,. .,,,.... .. _,::,• ....._., ,_ .....: _....- , r, AT,111,x,i ,._ ; a , r.„„,I• NI.. et.t.,t, . ..,1,70,„ ,_ t, i ... .. _ . . .„. 1' /.7' ...1% .rr-'' ,J--- '"-- ' i ..„ . GR f !' _ ;f tyt'"= *.'''+, Id • i' c ,,a-.. y'1' -..-a y r Y•-: . .fr•ipf,iiiiii;.,,,r2,-.„,r,.., ...„,„„.. ......,-..i,,.10 i - ,...,t . 4—,'' r.4 ,1 • .-'1'44,i-,* ,e4 Ir: §-, :.> , "? _ ..-. ' -.„-.72.., . • A c:r it,i 44.„ `i..";-,,, fix''i••-� ✓ t ;' ' .Y t- , fi x t.4 F` • 3: 71 •. , ,,, f' ...„ .. __ • if i i , ;" !• t .. `r'�f /'V. i ' 1 '. 'l •1 •I 7''.�. . ✓ 1`i t.'^",I{ .ie a ✓.' I °mil fj r':. - 1 ,,, „�`3 ^.'" Wit tea: c;~, - -.-'21 > -. '-' . • INDJAN�'461' EF• e , r ' ek t- ID�4"NI1, , '-r' L I N DIANA AMERICAN WATER .DAM MODIFICATION /FLR PERMITTING / DESIGN / MODIFICATION / MONITORING / MUNCIE, IN PROJECT TYPE: PERMITTING/DESIGN/BUILD BUDGET: $210,250 LOCATION: MUNCIE, IN CONTACT: ROY FRANCIS, PE, PMP SENIOR PROJECT ENGINEER INDIANA AMERICAN WATER • (317) 885-2417 ROY.FRANCIS@AMWATER.COM 10 EXHIBIT . PAGE IS" OF QUALIFICATIONS /, - - . Y' p�`b'� •.! 40 f,'tP, le) s o." .'�" ri, ,• - , .may,-"' iorl sheatst A e - .ii'A l.".uiTi P. ,�:.L`•t .i.1 , "`�.'r .!.•v rt 40FT• 1a v'`"`a neat ucst) %,-IL: .; •\ i.11 SL osubbaut t r L\'; !.? }mac-" ,. 11) , 7- 53?35f4e 1 !Ar r i , cfca,)-n -n.- f�1 h t;' cjt �. YJ.. WfESI d. f il I Y rF ..- 4 A - ./' ' . •• --� p.l'S'd.��l A-, a. f�A v � i4,,J #'r '' { In. 4. ;. C-` 'i t L �. 1r `C ryA 'yub 1 P., . a 'a r ; {.i=` 3.f ' - �,,A' Pw`� r r" ,. -', r�' ,trite', } 5 / .'i:ri,�4 % r kF.:�l :fir ,. <°.t . 1" Lip. - G 5.r i 4 - -- " ' lit.' 74Y Y 4'r.1f FC T iR`e 1 . � 71 . 4i4 µ n d k$1:6110,g -F.L " G.N_:.AP LO:OKINGFDO'� NSTREAMi, . _ '- ss`wy'*-' µ � station 0+il8i 00 1+00 2+00 2+50 I 1 I I I I I - ORDINARY HIGH WATER MARK (OFWM) 940— —940 EXISTING RIVERBED - 3% •• :... _ - WHITE RIVER, DIRECTION OF FLOW . 93• ;.\i.. _ . .. - —930 FILL MATERIAL, GLACIAL TILL - 414.3 CYS / 621.5 TONS - FILL MATERIAL, RIP RAP - 492.2 CYS / 738.3 TONS - NOT CAPTURED IN SURFACE CALCS - - 920— SF x 80' (i WIDTH) = 59.8 CYS ADD: 360 CYS for 3% slope —920 - EXISTING LOW-HEAD DAM (540 TONS) i 915 91O �O 1 �0 2.+00 2+50 2 0 n n rn m m. PRO Ub D PROFILE 1+00 - . 2+00 After the completion of the removal of two low head dams and the modification of a third on the White River in Muncie, momentum built to modify the Indiana American Water dam located on the east side of town. Due to this dam providing a perpetual supply of wter for the city and its residents, complete removal was an option. However, modifying the dam became a reality after a LDNR LARE, USFWS, and a local foundation grant were secured for the project. The completed dam modification will result in a constructed riffle approximately 120'W x 135'L. Stone fill to be placed in the channel will be revetment rip rap or boulders/glacial till, sized 24" or larger. Revetment will only be used in the bottom layer of the constructed riffle, near the existing low-head dam, to ensure all exposed or nearly exposed material is glacial till. The more "worn" glacial till provides better quality habitat for aquatic species and ensures no sharp edges for waterway users. The fill material will total 634.5 CYS, or 952 tons of stone. Fines and smaller stone may be present in fill material, it is anticipated that most of the smaller material will wash downstream within the first year or two after completion. Construction is slated to start in the winter of 2022 and take approximtely three weeks to complete. 11 EXHIBIT PAGE jOF 2 G • QUALIFICATIONS i x _ 1 • � • w ` L ., tl ,,,Y. • _ _ .. ._, , f[` ' fix* ryd� 'F� *:r':�J 44 f'' AN, ,E. It .. ; 1.7:•-1,4'.„.41. %Iir.;c,..ilow., •• , ',0,...•71020 t; ' v ,h kgiM r` s`ti r - rai j n'. � � ,'i} -.- • �''a - _ `�i°�;. .M�.sg.awEP2�'`� , ���x a�ny,� t,�� t ir.:t 1 4, _ r yr;• s ___ .ate-„ ,SII 1�I STDS.s.�..f. y_ yiJE. .."$' frai�dY, '74 i., t_ L• h, rvr F- _ _ k r yt. a 4.. ':,M1 i 3M 3 a ' iE ' '..,1w =ado +f{ k' Xa� x . a - c"a� f '`, ^.i14,,,%_ 9�'`* �'..4 tt v ��S 4~ pL. ,I r � # + E 1� • fi � xl ~r j ! s w' w c ._;4 4,TQ'- '* • '6 -.( +. 1E£ �`yEa. '. f.+rs. ,y, t.f ,.... (. ', �p Y ♦ t Fa a 1 DAM.13,A r',1• ,,6.: - 1_j 1�".'�" FAWN RIVER • DAM REMOVALAFLR REMOVAL / ORLAND, IN • PROJECT TYPE: BUILD BUDGET: $320,000 LOCATION: ORLAND, IN CONTACT: JOMARY BALLER DIVISION OF ENGINEERING INDIANA DNR • (317) 232-4151 • JBALLER@DNR.IN.GOV • 12 JEXHIBIT APAGE 11 OF Z6 I • QUALIFICATIONS ri c - 1 - " v Il .; r •� ti f J4'• - t 44 t' r * t"- +ice rp--' y 4:11'ty 1 > -.l .` F;". :—; __mii, p4.' ' la I 1c_'• ji i`� `3..' F .1 ';;POST REMOVAL ONE YEAR POST REMOVAL Lill ' :t J -Or ."-- -b-', . ' -a 4 .'44;1%...i'r•*1„.riti , f 14, %. 1.1k*". -- ''''.--,--Q * t 40' .- . . *p'1....-1 . .43-9t.:-7.it -.,..1 A 'ilfir-i!, -1:_p., ... , `_ •y-. .0,0,-.• r?, k r`� fir,.J 4 4„`,tv 3 '{j 9?..-t• . �. + }:,y ,. ` g'ctir)•i ,ram • 1 ` r L'yr .,,.o/.•,,-,7.,,_"t..-,L•,-2',.,..,,,:-,„IN,,.,,.,,.:-•.,, 3c`,r,` -"ZI.Aa /•,.y B -y'.1X 'K: ,... ,., t ,0 7 r , 7 ; 14. 4 • •••�� a ,51v ice_ , Yam\ { .��p � { �' 'Ar {r �, > +- � r1Li • y� y� a ,„, i ' °``„' 1 i '� -"'t-' '} -S ''- Ark 'i1>1 1 '� is ♦°i 0 1r -SL' • 5 4IIY��' ,> 7•*,_,-;.-_,_,_.s.„?••-,. .25, :k..1. ,- _."'.1..-„f si;`,., -.•_,.. ..'?5';I:.:,- ,s. '''-t•X.2''te_ _..---1-,- _ - _ „ , .,,,--4 -0., , - - FlatLand Resources contracted with the IDNR for a dam removal project in Orland, IN. The existing earthen dam, with two concrete spillways, was built around 1890, and served as the provider of hydroelectric power for the town. With the dam no longer serving its intended purpose, the DNR decided to make this removal project a showcase of the benefits of dam removal. The removal of the ten foot tall earthen dam opened up fish and recreational passage that has been blocked for the last 120 plus years. Restoration activities included within the channel include; installation of toewood and geolifts, four riffles, a vane arm to act as a grade control structure to prevent a head cut forming upstream of the dam post construction. The project was completed in the summer of 2018. • 13 IEXHIBIT tk PAGE 1 s OF 2C• 1 • QUALIFICATIONS F At. • tk.4 1, • r rr f p f* •t , 4.1 - - . ,..r.t.),-..,.„„ve,- \ f,'r,^m` .. z 'x gy,p. ,t�.'4, `4 r r .. �r jlj J' .4 ( rr-r elf . 4 "kj''y . 'A r. r A' �� ' ye,,. - _ .4i": E '-';;;,.;)L.:t�► Mt. + �`�`— Jyi„t "ia-- ; - ,y, t 4 .-4, "rr. - �S. T , w.. '-`' i, t ..r • .i r • i r y ''' k,4 , ,.t-+— fir ,,y�`* Mff , raf.g-0,-9,9V- -" .'--•-' ,:„.1_;,^: _, .A.;-'k-.--... •4‘.,,,e -, '' t '9, —-A,' ".`4.'t.' ' "._,. --, .,4 " .n 0.- .'L rip 1 f. /r-+-•.-,�,y�—. �►-•• t�„ F'+4. •, 44 AA Ste' 'r.•.. d i # f" ,r ., r"y C4. ,,,,,,it �J Gr • •dam{'�'. • '. -2,. - ,r �rM-.• r A`^r.. �.:. iv"f i_.—i...r,'.. "`r t=°S-r r o ( Ar't ? ' _ Wi C.,ray �''f t 'i . ! p 3f t 6'1 ,jQ' .t3 _. , y 3 p.� E 1,✓si t + r k`'° ,¢ _,4 J > „, — , t' '�- t f.- per,.....'''rr} y<m•-i a.�,,_ ,,E :'�t-fit' �t r - e. , xe? .. iI 0,DAM-PIRE 1 7VAL i ,.- e.; -4 `'` . ° X;r .ei. - 4. ; .,. _ .. .a-_ ,:'V7&,�.A_LI 'i r._r.•1 ,a..d—fi__._ — _.� 1 ti .( ba J , w , 1'1 • . yf.4 d a. uF°"1• SALAMONIE RIVER DAM REMOVAL/FLR PERMITTING / MONITORING / WARREN, IN PROJECT TYPE: DESIGN/BUILD BUDGET: $136,000 LOCATION: WARREN, IN CONTACT: MRILYN MORRISON • TOWN CLERK — TREASURER TOWN OF WARREN (260) 375-2656 WARREN@CITZNET.COM 14 EXHIBIT A PAGE_OF Z6 1 1 I 1 . QUALIFICATIONS , _ = - r 1. �` ' : .K _ r— •f I Y . � • y J` ';i.a - 6wr. "�i- " "e±.._"%77-" a 1P !/ l A7 i' y. ,-,_a 4 '1. +Ylf - -'�'Ty `re.JlfM _.Y ` .3' ~ {�- > tsFeW - 1R y i\ �� a •' 1" " �rrP® �. �_ . ` -"'esrL'—F '.. tom.- IZ ,} ' • Y f` ,h - {{����llff`A �`r'r.•- .; -'tee f p),�• _ ,, ,,.•a yk ,,. n ,dL7-�51 • —vi -�'�`- lY�r ors f ::F. C OL D RACE MILL , . I3AIS�P 2 �, s.„. . ..E-REM:OVAL � °f ',,y � �. , �z,: „ ..�_ . _fir_ -___.__ tls"= :-�...-,.,��. k - 4"'-` . !' _s _ . ,P , ', . — 1 ��- • lf o , ' IR .- ',a, - . ill—I—,;-1 • y ti , . TR '-r , ram^ \!'.i,(d4,4 r- _ '•o�. k• .-,.g . Ry S� ryt rc R)..i # `•7 .,yw :BRIDGE ABUTMENTS PRE'REMOVAL'.;-- -4 + ., 4 */ Through the city limits of Muncie, there were five low head darns, and only two currently serve their intended purpose; the water company utilizes one to ensure a perpetual supply of water for the City, and the other is a sewer line that carries nearly half of the Cities refuse across the river. For decades, FLR and other concerned citizens have been setting the stage for removal of the now defunct dams, and modification of the two still serving a purpose. In 2016, FLR began the Long-awaited study Looking at the removal of two low head dams and modification of a third in Muncie. The study included historical analysis, utilities analysis, cross sections, a longitudinal profile, sediment testing, utility and permitting agency coordination,two public meetings, and pursuing funding for the removal and modifications of the dam. FLR was able to secure funding from three sources, including local(The Community Foundation), state (IDNR LARE), and federal (US Fish & Wildlife Service) agencies. This feasibility , report was the first of its kind in Indiana. FLR was awarded the construction contract in 2018 for the removal of two dams (Indiana Steel&Wire and the McCullough Park dam), and the modification of one (Waste water dam). After permitting the project, demolition of the two dams began in the summer of 2019, with the construction of a rock riffle following soon after. FLR has completed the first year of a five year monitoring plan assessing how the White River responds to the removals and modifications by collecting land form adjustment and biological data. 15 • EXHIBIT._PAGE o OF 26 a., QUALIFICATIONS .ff tin - 4.0 a'`'= _ T, ,+ter' -1 f.,, 0- . Y -. :. , , °•-' Pi ' `. ? r 1' =� Y Yam- °S '; ''' ,:%f .'`w -..t ' ,; - .. •} d..'"'' 'fir - _ 0. � � ik ; 11 ‘ •9 ice- .r .. ,tr, - - ' 1 4e!r ,,,f f'£. • ` ✓• ' -t-• ' r✓' t-,.7- 4"r <Y .r�. ..#:'L.. .c .,� r ,,p,r.. y f. Y ...Y, I" k-q , $ A• ' - . �' /.. ..Jr +^-... ;f A 1-ci j g ! '" mat' , . •l4, Tir ,- — • .i, '� - Y'r 1 , sa C'TY.J 51- . J ,r: j .J ':- P r ,fK , $ 4 4 lf.Gl. •:.4-0 F'"' x — P ^ . .4 rr� FeYS=j '~� _ -ZrAy i, llia�• � (F d '�pil S .. ,.fj , d 8 _ t 0.x l' i � 1 t4. �- �' _.,,,,IN,• i I Lr, •".,Z ETr. �. ,� 1 q � Yam. • O L ''4 Y A3 11'—' , >,i,' ', r 'I''' s=. 4 '�.._�• Ad.' q ` 4 'a+,•d',:, ,h �'4 ..wlc,1 }.t ' J .r>^ fy w BRE71rk, , 'r a. -�f jr,, .7,4' k. ey ' �P1 e', 40 ".Sk lh' ll'" .aArt c'"A*44, 131 P.."' .?., 7t, \ ii TIPPECANOE RIVER DAM REMOVAL /FLR PERMITTING / REMOVAL / WARSAW, IN PROJECT TYPE: BUILD BUDGET: $82,000 . LOCATION: WARSAW, IN CONTACT: JAMES EMANS ENGINEER CITY OF WARSAW (574) 372-9548 J EMANS@WARSAW.I N.GOV • 16 [EXHIBIT 1t PAGE 21 OF Z G 1 I, i •I QUALIFICATIONS "' it'n w F 's! ufrr �i'y i�, � '4 � i.1r �,; + .L • ...sue'('' r.' •- / ' `'!fed. r`l A. , . "j i. .,4 e ' g`,3 S .J+'I § , zr' ,!' ~- ' t1 ` n fi �r _ - ur - ,7 - . C „. 9 y+ • } 7 iia' ,.ski''' 7 ` ,"r Ja ee , �4 — - 1) _ 'S t i1K; �', fin, '` rr a k'_' A- F _iDAM�P'RE REN ey . 'j DAM 3�URI {G RE[V1O'AL, F µt ,,,- 7,1'51 ..vas iu .r >, r. 1 p 'Ya .',siolf '��,�3,� .'" ' ,tf g4*,Z,,,-,1" }-.ti-. •'r r . a lam;i'---_4-s:'*-',,1::-,,.,.:.-:'--4•!-'`-,'".' ,_ �+."„ 'ir,3 4 5. tee• : '• t,'-,•—I'-..-,-::':'-,-, :, -.„' "!i ,3ii : ids -qr1 .ya '~ti. b ..r 3.. „4,1: . ,1 ::. •7i._, : .'1f'e'*,—t t-,r•-.',,,,*:-`-,..,,,-v..,.4--",1•0 4..,1—.6. '.o1"':h,r•,,1'-.".: ,.o::,`frO-4-.4'rf-'At',;.L:'....`,-_.,•.c;,.:,p41,---1,..•,.1.;$f'---'.,-°-. ,A'-,""---:'1-':."'I1.i I,i s• r dam, 7`g' - - - '`4 `- s'-" ,' ,may. _ I* �,,,•�. ,-,`�i.•',.` - �4 IYu: - ...5;- r J{ Ya .ty h,i Y$ t. a- -t... - 'a ' x - ' : POST REMOVAL _ ; '-. - FLR contracted with the City of Warsaw to remove a-small low head dam located on the Tippecanoe River. The nearly three foot tall dam was built in the 1940's as way to ensure a constant elevation for nearby Center Lake, which served dual functions: recreational opportunities and a drinking supply for the city. Inexplicably, the dam was built farther downstream than intended, and could not serve its purpose. . Seen as a liability, the City of Warsaw received IDNR &USFWS Fish Passage funds to remove the dam. The scope of services included permitting, dam removal, and a one year monitoring report: As one of the first dam removals in state of Indiana, the permitting agencies had a difficult time understanding what they wanted to see submitted with the permit application. FLR worked diligently with the client and the agencies to aid the progression of the permitting process. V In late summer of 2018, the dam was removed, returning a large reach of the Tippecanoe River into afree flowing river, and opening miles and miles of historical spawning habitats back to fish species caught below the dam since its construction. 17 XHIBIT pi. PAGE 7,2. OF7Jt F QUALIFICATIONS _ .� � y fi x " _to I. —.. �- a • 77 r sts.. ` r -:i_f ''ft q V - ♦'fib# - ,..d 4 - -c y�/J 4. 1 A . t �'�! ti�s x "- . Y p'' tip.- ;- - a ,1-Y', fikA \\ 'T r r� a. h NDERING "�' PIQUA, OH_=':POST-DAM REMOV_; ,�. fi a �.,., , GREAT M IAM I RIVER DAM REMOVAL FEASIBILITY STUDY/FLR STUDY / PIQUA &TROY, OH PROJECT TYPE: STUDY • BUDGET: $94,000 LOCATION: PIQUA&TROY, OH CONTACT: DONALD KNIGHT US FISH &WILDLIFE SERVICE (614)747-0256 donald_knight@fws.gov • 18 EX€-i1BIT 14 PAGE 23®h ZG• . } . QUALIFICATIONS —.�' t::. •r. '� ,, y P 'r1�1+ , a• 1 1 4,1 tl .v. :._,,,- - ,4 lima:F...-..! -. ma' 1 s i , TM:f: o y . ��. Cr_Y ®H W�U.'EJR EKO L. �.. � _, Po-y 1 ; r'' s TROY.OT-I W WEIR: TRO *543 i ., •«, ,� 3� i 44 Pm "` , • %1,,,,t it .--4 y � .. e Gyrs *r t�aa r' - 4 - - r t . {a i r Yam' y tcby 3 r r'. RIQUA-OH:` 1NY STREAM`STRUCTURES FOR RECREATION • Outdoor recreation activities such as fishing, canoeing, and kayaking has seen a huge boom in popularity and participation as people look for ways to connect with the outdoor world. Both Troy and Piqua, Ohio,who sit along the Great Miami River, have been a part of the this boom. However, a dam located on the river in each city greatly reduced these opportunities. The cities teamed up with the USFWS service to complete a feasibility study to understand the possibilities of dam removal. FlatLand was hired as a consulting firm to Lead the study. Similar to other dam removal projects,the sediment within the backwater pool had to be tested for heavy metals and PCB's to ensure the dam removal would not cause a health crisis for individuals or animals that could come in contact with the released sediment. Testing showed that the sediment could safely wash down stream without being a health concern. FlatLand also engaged the public in a series of three public meetings to understand citizens'concerns and answer questions about dam removal, both generally, and specific to this project. Significant public engagement and interest in the project showed community leaders there was overall support for the removal of the dams. Lastly, FlatLand worked with an engineering firm to understand how the removal of the dam would affect the City of Troy's water wells. Intense analysis showed the removal of the dam would have no long-lasting effects on the water withdrawal process. It was determined that both dams within each city could and should be removed,with the modification of a third upstream of Piqua. FlatLand has continued to consult with the USFWS on securing four million dollars of Ohio EPA funding for the removal of two dams, modification of a third, and restoration of the Great Miami River through Troy and Piqua, Ohio. 19 E H BIT A PAGE La OF Z(9 QUALIFICATIONS r(eti:'• li11 4'''::'' ' : '::,,,,' ",-1.--,,,,—;,,‘:, ,_ 1, ,,.. .15t4:,,, _,..? 4A , • eie, Er..- )„,„ 2__., it. .... .• .. . , ,,,-,,,.. 4. ,,,, . .... -,7 ..`" — A •+ 'Ss„6• .fix , F 5• S`• "46°' .3 Y. ;-,",,, " -'.., s.r i- 'y \ '1 , _ _ Y ,..1."^. ., 1 Ya• _ l x 3 DFFP=RiVEI §;1\i r�; - s . DEEP RIVER DAM REMOVAL . FEASIBILITY STUDY/FLR STUDY / LAKE STATION, IN PROJECT TYPE: FEASIBILITY STUDY BUDGET: $82,000 LOCATION: LAKE STATION, IN CONTACT:JOE EXL SENIOR WATER RESOURCE PLANNER NORTHWEST INDIANA REGIONAL PLAN COMMISSION (219) 763-6060 - JEXL@NIRPC.ORG • 20 Rif A PAGE 25 O -Z9 QUALIFICATIONS • CHIGAGO TRIBUNE ` y ;]l r - 4Ma • rl1 y 4„FIC!g' `f i�7 r ^`1+>iG 0' '59 _ `gyp fop;•• x �' c h bF r- —mo o.F sv �. � 4 �� •_ .� The rivers and streams within the northwest region of Indiana have seen extensive hydro-modifiications such as ditching, dredging, darning, and even reversal of flow. This was all done in the name of making Chicago and the region' on of the busiest port areas in the world. The Deep River was not immune to these changes, as two dams and significant ditching now define the appearance of the river. Built in the 1930's by the USACOE, the Deep River Dam serves no purpose other than to create a lake like effect along its six mile backwater. The residents along the backwater have built a lifestyle around this artificial Lake. Boat docks, boat ramps, and pontoon boats are common in the area. Because of the lifestyle significance played by the darn, FLR was tasked with looking into the options for dam modification. After careful review of aLL options, it was determined a rock riffle would solve both the issue of the structural instability of the dam, and maintain the cultural and historical significance of the 'lake effect' for the residence of the city. In 2019,the Northwest Indiana Regional Plan Commission began the steps of hiring a consultant to design a rock riffle structure at the dam, and in 2021, the rock riffle was successfully installed. 21 'EXHIBIT PAGE 74 OF 26