HomeMy Public PortalAbout134-2019 - Sanitary - Commonwealth Engineers - West Side Interceptor Projectt
AGREEMENT
THIS AGREEMENT is made and entered into this day of VtSt 2019 by and
between the City of Richmond, Indiana, a municipal corporation acting by and through its Board
of Sanitary Commissioners and its Storm water Management Board, with its office at 50 North
5' 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 WORD
City hereby retains Contractor for professional services related to the final design, geotechnical
services bidding and construction engineering for the West Side Interceptor Project (CSO-LTCP).
City requested a Request for Quotes on April 12, 2019, seeking the assistance of a professional
engineering consultant for professional services related to the final design, geotechnical services
bidding and construction engineering for the West Side Interceptor Project (CSO-LTCP).
The response and Professional Services Proposal of Contractor is contained in Exhibit "A", is
dated June 21, 2019, is Nine (9) pages in length, and it is hereby incorporated by reference and
made a part of this Agreement. Contractor is to provide, among other things, services relating to
the Westside Interceptor Project, including work for the final design of the project, geotechnical
services, bidding and construction engineering. Contractor shall provide all professional
engineering services set forth in Exhibit "A" 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:
I. The City is in receipt of any required certificates of insurance and/or
warranties;
2. The City is in receipt of any required affidavit signed by Contractor in
accordance with Indiana Code 22-5-1.7--11(a)(2);and
3. A purchase order has been issued by the Purchasing Department.
SECTION II. STATUS OF CONTRACTOR
Contractor shall be deemed to be an independent contractor and is not an employee or agent of
the City of Richmond. The Contractor shall provide, at its own expense, competent supervision
of the work.
SECTION III. COMPENSATION
City shall pay Contractor a sum not to exceed Six Hundred Eighty -One Thousand One Hundred
Twenty -Four Dollars and Zero Cents ($681,124.00) for complete and satisfactory performance of
the work required hereunder and as set forth in Exhibit "A". The monies to be paid to Contractor
are based upon the information submitted by Contractor, which is set forth in Exhibit "A", and
attached with this Agreement and made a part hereof.
Contract No. 134-2019
Page 1of6
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.
Coverage Limits
A. worker's Compensation & Statutory
Disability Requirements
B . Employer's Liability
Page 2of6
$100,000
C. Comprehensive General Liability
Section 1. Bodily Injury
Section 2. Property Damage
D. Comprehensive Auto Liability (if applicable)
Section 1. Bodily Injury
Section 2. Property Damage
$1,000,000 each occurrence
$2,000,000 aggregate
$1,000,000 each occurrence
$1,000,000 each person
$1,000,000 each occurrence
$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-I1 (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 (3 0) 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
Page 3of6
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:
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. The City hereby agrees to release and hold harmless
Page 4of6
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 ofthis 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 j ointly 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 5of6
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
Sue Miller, President
an Bakshi, Vice President
67;-I�A'teins, Member
Dated:
The City of Richmond, Indiana, by and through its
Storm Water nagement Board
g Steins, President
Sue Miller, Vice President
Aman Bakshi, Member
Dated.g ,, /
Page 6 of 6
"CONTRACTOR"
COMMONWEALTH ENGINEERS,
INC.
By:
Printed: �21140e1 Ni,�c''SH!'�R��f'
Title: 1/ICE P)ZESILNEW�
Dated:
CONwsVOAWEAL TH
E I
NGINEERSY INC.
A, rValto ai rdsour6&9 to maitvr a COMMOO goal.
June 21, 2019
Mr. Elijah D. Welch, P.E.
_District Engineer
Richmond Sanitary District
City of Richmond
2380 Liberty Avenue
Richmond, Lndiana 47374 -
RE: West Side Interceptor Basin Improvements Project .
Final Design, Bidding, and Construction Engineering Services
Dear Mr. Welch:
Based on our attached anticipated scope'of services;.Commonwealth Engineers (CEI) has prepared a fee estimate
for your review and use for the West Side Interceptor Basin Improvements Project. The proposed scope of
services and fee estimate: have been assembled assuming CEI provides final design, bidding, and -construction
engineering services for the project with' the assistance of several specialized sub -consultants such as SME for
geotechnical engineering services and CE Solutions for structural engineering services.
The' 'Project: -consists of approximately 5,000 LF of 10 .to 24-inch sewers installed using open -cut and trenchless
construction technologies. The Project also consists,of approximately 1,400 LF of 30-inch siphon installed under
the Whitewater River using a combination of open -cut and trenchless technologies. Approximately 4,800 LF of
existing sewer will be abandoned, and 2,400 LF of sewer 'will be lined `nrith cured-in-piace.pipe (CIPP)..
CEI has estimated a total project- cost of f $681,124 based upon our man-hour projections and .anticipated project
costs. The following is a .breakdown. of the estimated fees'for your -consideration.
Final Design ,......... ......:................:. ... .................. .............::........... $464,690 (Lump Sum)
Geotechnical.Services............:...::..:..........................:.....................:......... $1321250 {Reimbursable}
Bidding - -.....L..:....................................goo-sell ............... Posse ........ $36,869 (Hourly)
Construction Engineering .............. ..........................................'....................... $47,315 (Hourly)
TotalProject Cost............:...............:........................,.................. $681,124
Thank you for giving us this opportunity to continue our professional relationship with the Richmond Sanitary
District.- Should you have any questions, please do not hesitate to call me at (260) 4.94-3223.
Sincerely,
COMIv ORWEALTH ENGINEERS, INC.
-Brian Desharnais, Ph.D.-, P.E.
bdesharnais@contactcei.com
Enclosures: Project Description and Scope of Services a.nd- Itemized.Fee Breakdown
EXHIB[T'A' Page 1 of 9
PART I Project Description and Scope of .Services
West Side interceptor Basin Improvements
Richmond Sanitary District
GENERAL:
Commonwealth Engineers, Inc..(ENGINEER) shall provide the Richmond Sanitary District (OWNER)
with professional engineering service to which this scope of services applies. These services include
serving as the OWNER professional representative for the Project, providing professional engineering
consultation and advice, furnishing civil engineering services and other customary services incidental
thereto.
PROJECT DESCRIPTION:
Referring to Figure 1, the following scope of services has been, assembled assuming ENGINEER
provides final design, bidding, and construction engineering services for the West Side Interceptor
Basin Improvements Project. The Project consists of approximately 5,000 LF of 10 to 24--inch sewers
installed using open -cut and trenchless construction technologies. The Project also consists of
approximately 1,40.0 LF of 30--inch siphon installed udder the Whitewater River using a combination of
open -cut and trenchless technologies. Approximately 4,800 LF of existing sewer will be abandoned,
and 2,400 LF of sewer will be lined with cured -in -place pipe (CI PP).
SCOPE OF SERVICES:
1.0 Final Design (LUMP SUM)
A Prepare for and hold kickoff meeting with the OWNER (Workshop 1) to confirm scope,
work plan, lines of communication, and schedule. The kickoff meeting will be held
during the data collection phase of the study.. Prepare and distribute meeting notes.
1.2 Project management including general correspondence, project updates, invoicing,
.scheduling, budget maintenance, etc.
1.3 Supplement existing field survey data as required to define topography and surface
features: including baselines, horizontal and vertical locations of underground utilities
as provided by the utility companies, apparent property. and lot lines based on the
Richmond Geographic Information System. Tie the proposed Project layout into
existing coordinate systems and vertical monuments.
1.4 Coordinate geotechnical services (Note: geotechnical services sub -consultant
reimbursed as explained in Part 4-of Scope .of- Services). Incorporate soil and rock
borings and geotechnical evaluation and design information into the overall Project
design relative to foundations of new structures, backfill, subsurface conditions,
dewatering, trench support, trenchless recommendations and design, cofferdam
design, slope stability design, etc.
1.5 Perform hydraulic, structural, and other design computations required for new pipes,
siphon,. trenchless crossings, or structure modifications. Confirm route and- ensure that
potential future LTCP improvements are. compatible from a connectivity 1
constructability standpoint.
6/21/2019 Commonwealth Engineers Inc.
ExHIBIT'A' Page 2 of 9
1,.5 Prepare and submit 50% design . drawings. Design drawings wiII be. prepared at full
size (22" x 34") and plotted on 11" x 17" half size sheets. Submit
four (4) sets of design
drawings for review by OWNER. The Drawings will generally include (estimated):
Sheets
Title Sheet
1.
Drawing Index, Legend & General Information
1.
Drawing -index Map, Control Points & Benchmarks
2
Existing Interceptor to be CI PP Lined
4
Existing Interceptor to be Abandoned
8.
Existing and Proposed Structure Data Table
1
Plan & Profile (H Scale: 1" = 30'), Siphon Crossing & Site Civil
25
Structure Details & Structural Design
15
Cross Sections
10
Site Access
5
Traffic Control
5
Erosion Control Plan Sheets & Details
5
Miscellaneous Details
10
10% Contingency Sheets
9, _
TOTAL
92 - 101
1.7 Prepare and submit - 50% technical specifications. Standards and material --type
specifications used by the OWNER will be incorporated in the technical specifications.
Front end documents for bidding will be prepared by the OWNER following City
standard documents. Technical specifications will be prepared by ENGINEER. A bid
form and design cost estimate will also be prepared. Submit four (4)' sets of technical
specifications for review by OWNER.
1.8 Perform QA1QC on 50% submittal.
1.9 Prepare for and conduct with the OWNER -Workshop 2 --- 50% Design Meeting.
Prepare and distribute meeting notes. Perform a field verification review after the _50%
- submittal to make sure field items are properly shown on the drawings or included in
the specifications.
.1.10 Prepare and submit IDEM Construction Permit. Application fee will be paid by
ENGINEER.
1.11 Prepare and submit Erosion Control Plan consistent with I DEM/I DNR Rule 5 in order
for the OWNER to obtain necessary permit. Application fee will be paid by
ENGINEER.
1.12 Perform record research for existing I DNR flood studies which delineate the floodway.
Prepare and submit 1DNR and/or Army Corp of Engineers construction within a
floodway permits if necessary. Application fee will be paid by ENGINEER.
1.13 Prepare and submit railroad permit. It is assumed that the application fee and license
agreement (if needed) will be paid by the OWNER (Note: geotechnical sub -consultant
if needed will be reimbursed as an additional service as explained in Part'4 of Scope of
Services).
1.14 Identify areas where easements and rights -of -way (R/W) are required for the Project
and notify the OWNER where those areas are located. ENGINEER shall prepare
6121/2019 Commonwealth Engineers Inc.
EXHZBIT'A' Page 3 of 9
easement descriptions. (Assumed 3 easement descriptions. Additional easement
descriptions shall be an additional service). The OWNER shall acquire any necessary
easements and complete any rights -of -way acquisitions.
1.15 Perform internal constructability review meeting. All comments and responses shall be
documented and submitted to the OWNER for their review.
1.15 Prepare and submit 95% final design drawings. Design drawings will be prepared at
full size (22" x 34") and plotted on 11" x 17" half size sheets. Submit four (4) sets of
design drawings for review by OWNER.
1.17 Prepare and submit 95% technical specifications. Standards and material -type
specifications used by the OWNER will be incorporated in the technical specifications.
Front end documents for bidding will be prepared by the OWNER following City
standard documents. Technical specifications will be prepared by ENGINEER. A bid
form and design cost estimate will also be prepared.. Submit four (4) sets of technical
specifications for review by OWNER.
1.18 Perform QAIQC on 95% submittal.
1
1.19 Prepare for and conduct with the OWNER Workshop 3 -- 95% Design Meeting.
- Prepare- and distribute meeting notes.
1.20 Incorporate comments and finalize the drawings for permits and bidding. The final
bidding documents will be signed and sealed by the registered Professional Engineer
in the State of Indiana. Deliverables include the following: (a) one full size hardcopy
and one half size hardcopy sets of stamped drawings, (b) one hardcopy set of
technical specifications, (c) PDFs of stamped drawings and technical specifications,
and (d) a complete set of technical specifications in MS word format. OWNER shall
provide reproduction services for bidding. OWNER shall provide inspection services.
2.0 Bidding (HOURLY)
2.1 Assist the OWNER. Staff in responding to Contractors' questions.
2.2 Prepare and certify any required addendums.
2.3 Prepare and lead a pre --bid meeting and prepare minutes of the meeting.
2.4 Assist the OWNER Staff in reviewing the bids as well as -evaluate and certify the bid
tabulation for the Project.
3.0 Construction (HOURLY)
The ENGINEER shall assist the OWNER during the construction of this Project. It is assumed
that the OWNER (a) will provide on -site resident project representatives (RPR) services, (b)
will take lead on reviewing record drawings and requests for information, and (c) will review
and recommend the Contractor's quantities and pay requests. The ENGINEER shall perform
the following activities'on an OWNER defined as -needed basis:
3.1 Prepare for and attend the pre -construction meeting.
6/21/2019 Commonwealth Engineers Inc.
EXHIBIT'N Page 4 of 9
3.2 Assist OWNER with reviewing select record drawings, request for i'nformation, and
change orders. Answer engineering related questions as they pertain to the plan and
specifications throughout the construction of the Project.
4.0 Geotechnical Services (SUB -CONSULTANT FEE + 16% ADMIN)
Upon separate written authorization by OWNER and after approval of negotiated fees,
ENGINEER may provide additional service such as those listed below.
4.1 Geotechnical investigations and general construction recommendations including rock
core allowance.
4.2 Geotechnical design and permitting assistance for railroad and river crossing.
4.3 Pre -award and post -bidding assistance.
4.4 Construction engineering assistance.
4.5 Contingency allowance (i.e. 2nd alternative design for river crossing, additional rock
coring, additional permit assistance, slope stability design, pavement cores, etc.)
OPTIONAL ADDITIONAL SERVICES Nat included in ry used fee
Upon separate written authorization by OWNER and after approval of negotiated fees, ENGINEER
can provide additional service such as those listed below.
Issue the project in multiple phases.
® Contaminated soil testing and 1 or groundwater monitoring.
Subsurface utility engineering.
Wetland mitigation and/or restoration plans.
• Phase I environmental assessment.
• Additional workshops, meetings, or site visits.
Conformed to contract drawings.
• Record drawings.
• Resident project representative inspection.
• Post construction monitoring.
• Green / sustainable infrastructure design.
6/21/2019 Commonwealth Engineers Inc.
EXHIBIT'A' Page 5 of 9
AP
PART 2 Fee Clarifications.
West Side Interceptor Basin Improvements
Richmond Sanitary District
The following clarifications pertain to the fee. structure (i.e. lump sum or hourly) for scope items
described above in Part 1.
1.0 Lump Sum - Clarifications
1.1 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. -
1.2 The Lump Sum - includes compensation for ENGINEER's services and services 'of
ENGINEER's Sub -Consultants, if any. Appropriate amounts have been incorporated in
the Lump Sum to account for labor, overhead, profit, and Reimbursable Expenses.
1.3 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.
2.0 Standard Hourly Rates - Clarifications
2.1 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 GUNNER.
2.2 The total estimated compensation for ENGINEER's services included in -the breakdown
by tasks incorporates all labor, overhead, profit, Reimbursable Expenses and .
ENGINEER's Sub -Consultants' charges.
2.3 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 Sub -Consultants' charges. Standard Hourly Rates are
subject to change o ' July 1 of each year.
3.0 Additional Services = Clarifications
3.1 -Additional service provided by ENGINEER can -be provided based on the Standard
Hourly Rates listed in Part 2, 4.0. Standard Hourly Rates are subject to change on July 1
of each year.
9 .
6/21/2019 Commonwealth Engineers Inc.
EXHIBIT'N Page 6 of 9
4.0 Employee Billing Rate Schedule
COMMONWEALTH ENGINEERS, INC.
STANDARD HOURLY RATES AND REIMBURSABLE EXPENSES SCHEDULE
July 1, 2018 -June 30, 2019
Billing Class Rate Per Hour
Billie Class
Rate Per Hour
Principal III $ 94.29
Environmental Compliance Manager
$
42.21
Principal Il $ 86.51
Compliance Specialist
$
26.00
Principal $ 79.08
Resident Project Representative 1V
$
36.99
Project Manager IV $ 78.26
Resident Project Representative Ill
$
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 III
$
29.83
Senior Electrical Engineer $ 73.22
Clerical 1I
$
24.12
Clerical
$
18.01
Project Engineer IV $ 60.80
Project Engineer III $ 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 $ 3.7.27
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: .$0.75 per square foot.
5. Special Tests and Services of Special
Consultants (not used without specific written consent of Owner):
Actual Costs, plus 15% profit.
It is agreed that the Owner will make payment of each invoice presented by Commonwealth within thirty (30) days
from the date of the invoice. Payments received after this time shall be subject to an
interest. charge of 1 % per
month.
6121/2019 Commonwealth Engineers Inc.
EXHIBIT'A' Page 7 of 9
i I _ .tar ., . t• ' r t- J y l" a r' t s 1 _ t rs.,..-:.,.. t r- „ • ,- ,. x a f ' w ..:r+
l t .. { wr - , ,- d i-' ,, �- vis, 7 --� vR a - � : ! - . ,y . _ ,i S '.
2""- [ _ •,#_-,.-�uj Cr- ..a..s., -e f � I . . I , � r , , ��, " j, � ,f 2 '_ i ..&.1 .-�. + F i L. 2 ? f ; .
-4.
- a ..`,;• _ _ , _ . -� r. i x-� .�'�S-� _„_ • k g ....a
«r x~_- ,y 1� _ - �¢-1,'_ , '.� t 9 =t Saa`...,,a: - • r f 1' a
r 1se p . ' ! { i 1 i'.... +e � - +� :L"" _- I� 1� -- ':c ��' x `� s
jig( t d v
y 'ti aM. a.� 1' 'r r 1 : 4 .w• It !` : Y` ... , y t '•i•, '� - �Y ',.. %" 1 p' �s �- . - t^
• 9 LY .:: '+ l• 'rr t.• .� '+ � .� j )'�L,_, 'f... J�A ,re MY .a
+ L ' i l• i ' r.. ". ..:.. - _ _ as C✓.'�%'b4. ' ' ' ll!• [' J' ,aY ,i i - `,1,�""i
' [ r. - :� L y '•iT �$..,M•�,r'• _ ^ " ` - y 1.= f,'. y:- '�. ' �.- j ,� iL.,iA.�°M<" n f i' ,r Zr.
f' r
_ __f F:rr' ..:IL` r t�raP }r "r i xr r: rx� ► a..
,tr ' r
.��l,[!Jx • ', r t¢,� 'srx. �M.'. f}j# ".... S]-_ t =� d- [r�� fRt -6 ;,_r• - .fir
$�k f',f•,•s. x ri Si "! {'r YI d. tt�� T.e ! ..-.r� ': ,i cif �' a$s. yra 6666 %_•
il !' .t r 3_;:`.:t•,, i�*''r' w'"�"t,` '8mti•E:el,fr�- i =J r's!! ...• ..`.� 2}3-INCH UTA 5ANITQRY-- 4.:' !-�'�.=..�Y ..� .'. - w,.,� `�
i ' I'yLl ppt'..�� W • '. � -, �Tr - 'k. SEWER (2,075 F7j � r ;,- `��s. -- _ r .�
_fnz
� .p.._. ,t .,, ''' !u - 1, 4,'zsz� ...- � I R, P ! w.1+ i.f p' R.:.. Y' - .., M )r � ,-,-s r%�"',>+c w-� • wa
•= d3n: » 4 ' -'-Z . Y,w 3. �• . ! ` i I a••• t J hLtii 4'•�'• '•J F • , ' Za'M ,,tt77,,,,,, r w..'H f J^X� iV+ � .
[,%. r••• i_I 3 .fix.:... _�: s t :., r +: r ,+.a 'aF'"s: r µu t;.""J• '-.. .rx cz
H1C ibfQiULdE AY>; Y 4- _ _ -, _. , �., 5;� r r_ � .Y ^ ¢ 1.*.' r ��' � ; 'z
�` p C S` r 1 a•5r i f,�.sx�a. .�.- -�'. r w 3Jr r' r 7jr a 1
1 !-{ 'ir ,. Lr`?. 'i �i� �f 51 t' � - 1 -..f. •.",r'.i �,• r .� r<.. ,-...
�.. i r, d.;t, a11;` �;�; ram_ 5' Fes."; �. �,f. .Y �� i- r
s
F z � - 1 7 - -- 'r ,
§ s,+ s � _c s r f . P °, - 14•INCfi & 18•INCH DIA. - -^ , kk fir:- -
Ef =r# -. uri=-� . a� _ •., ! SANITARY SIPHON (660FTj � •, -- - , - ���d%_� _ ;' �_� -]. ri' .1 �s-� �,
j'1 E'IyY '` !G" k, 3 t. ` 1 • tZ r 1 � »: r r3 -vr REDIRECT FI[0W TO EA57 p ! "r i v� $ 3 � a 1, pr±�ia
� � :e. •� s' k i�_ � - t9 L ' SIDEINTi.RCEPTOR � 1_1 Yi -. ' t r
F... • P. ',f r. !£. - 'N �.�` d., .. �., , _- -F v.Y;r.1,. _ � �<-.,f�- '{:ir ..JR,` t . �'_-`�'{�`' �°�t: 11. }
..
�� .,�i-~ ry.+ 4o"'! P if 1L�-t y .n - Y 4�a'1.' n, �.-,. .t. f` �-^''. �1�1 'f��7 -r`r :��^t .'"'.-�• .1 'f !'^.�.: t`S Z
;_=- } �UNCO{+Il<a71,• •: •�"W .�i� y .,sg%. 'i{ , a!a' �1 r -- "a. :j �.... i ,i.R.•, ; E ��• 'a �i -'" lw. , � � � .1k ���s �° £:-:_.
}'41 %c i••` I I - of r I(! a-�,I" A Y r � [, ct' a k.' ' r�''F i' 3Y a i. ,tee 'y' '"' �°"-Y"` 4�.. .tip - F t {
91
11
iy;,.•' t?' _ ' 3 } g�' � i r . •- , ; , rZ 1 %',�', d _ 3�` ' � , . #�' .. t -J..,V. �, ,.. i - i ;, Z-V 10 'r ¢ w,..4. _ %.1 T ! s 1_ sR egwc
,p•ET fr"•ft}�'iS;s 9°i .c �..• _1° .+'ir"' ��. ' '>1, - ` .] ••?i�l.. h'-~.•yas .r ,..�"' arr,r��=3 ��� _ . �;, .i7�',�. e_
' � '�: ter• , pp w d .r'^ .Tir S ' • =II fi {i. " >- .,r "1 'y ''' :r
241NCHDIA.5Ri1fITARY t.�iF_ . �'':t- __'F� aR .�E ?.[.:- _si ;t}.-
SEWER 2 300 FT � 'A _ , F } ..; ..•, # i ' ' a �,% �,:,�, . = � _'a , �` , !�. I
( Rf. ;i. ': _ } r - •_• f ' ; ,I %N. ` A tg5�y [ !ems I'� . "
k' "•" `tom . ' A .. 7 "= "4 �,--` 1 '�.+.. •£ f.- ,�a e�•' l�'ai T: A
+ {�. .n . "'! 4':,.1 `#"„ Ir. . f , � _-y._YYY �r �....._ ° �. - -��^ ' { _-_ !v: Y r _ A' 'a.�r_...
+"1 ]'! ., .� y., C �.. �" �q. -j --i 1:.' k.. .: ate. x
fl-
d? 'C�y..t. i� ;S• € �� F' '+1.'• 4 - ,- ,h�f',-�. r} ,"'•�• 1 .l r ....'.�,.r; • i ,�•-I. i
_iy s': a` __]'' u-x�.�3'� .'+ ..�.. { :F.p+ `• q , ! .! �.'.v<•t1 y s'�. t ,:+ y,q ;;}t .' _a.... ..__ ,{ i •x °":.. '''#.
1 ,W7� INSE�Y_s .a1. iRh1' 4 �'n '.��'..r'iv. �'4 •.,.. ;r .8S' :d� i` FI-' ;} .1.� . �- - ,r li Z 'q •..-..-. „I �Rl i � 1�. 3.;'. Via.-" -. SJ.vf i-F I r. - € ' a• :
V.
11
• _ % s '' a ilif v .1 �-" = r" a S�u=,L g. i
J.
lj�
1 a. t l/S . ; x P e" - F ° G i :r I , . S 1 .� jyr�� • i '] i2, ' I.
F �' 1 :ry
7
l.-+.ii7` t a._-_,.d .�[.� ,... }'.._- , +3 a-+� �'5.7.".a'1 L31 'd �' i,,,3 .�'
.. , ; - _ 'MAIN ST ' __ ;� _ 4 _-- M tN �.. :_ _ E
: ; _ - ,. '_�
-{ r' ray` �'r ..�.... £ t Y x °� `' � ._�' ^�w..j�.,:P' . '•-, r"i.: i-a�s°3.r •, . T' 1 �✓: . }e< 'r „qbW-' �
;'Ig r i i -` t„' tt s # a'rf' ¢ a a„ry t `R. ;ia r} ii .1 4 . 7k 14� % (jq fl �.
.'r>). L -71 i• 3. �. d7 s, I .4� ?, , .'i' k'z 1 3; i '�r .A
!'% X_: t t. ,,If I ;,fir. - t,i •.v • - 3 r � .. �_.:
ID -INCH DIA. SANITARY , " :.4 I, • ,' >' '.I ?. 3 ! - - �, ► - _'�: _ I
SEWER (345 FT) s^ .. r -I, .I,_ !._. .. _ _
17
,,. ' ABANf]flN E}SISTING INTERCEPTOR & .'• _ .. r F Y .. ; = + `'�y ",
_...� ; .►_ Fif.l WITH F1.OWA8LE FilI.14,79f1 �f] 4 �e� f ` : _ s s. x f f �f 3,C "' _'
i } [:. �• _ `. rft •'R'L__ . S"" ' ��'� _.'-.�..': ' ,, t F;a .. y"" . ,r. •� y _,� t3' -.. , C .� ' . N k =� s • • s ; �.._...
i ~" �r•� .`h^y • _' r _� . 'I �, i f a�{ ' 1.-. ':: n.,.. �' � `^. rt'I � '}`. '.��.='. .,. r..M. ..I t.�•e !• ••-X� .
%%
!'' 1 iy~rp' ! 1N i •�'8s Si' [.. la, ila { w °e 4� {tf it]
st - I. '', it I 4 -- ' A r ,, - ' ' _ ]•I � ii•' i . i. -: :•'. ; ' xl :':dal v r:k ^ ' r 'i "-�:i¢'m"..�' • 4 s« i:'' ,' %• r-' - & .
_ .,,y F .�•?•a.,-�111�, ,:�.: .'. '7k {r.11� •s..;, °'�� NS' i..., T"'i l: i'. - ed �'£"� .e^_.-.x.... 'a..-.7..., t r• 1 '�
I, -t - •,. r.'9• '.. N ..r.� p�:.iri'y' " �3°' r,� r lad 'IM. !. & i .,� `�a,i'r... i ap. �`i:
d^" ' { r'# . 4. '•I F,. ,4 r � �, r f °, r":. , r.. 1' $ .:.'s .. �+. r- f r•: ' ' Z �i"."
i:,'. ,
%
°4 r - T � 3"a'i v .:,••' f,., F'.' i i .ZI i " " ;C {j,:'` • ,J .ems ' ry.. "' �' 6a ,a :•-- 4.. «* �,.1 i^'^
wx. s�-.: 5�. r-- i$ .aa:"�. f' -1• • ':,r i •'Yp.Y ti _ -; } i. F .. ',W -�. 'r.!-".``-r'"° :: B
".`�+ .'w- -.i f'='Fli•i,s-r:'k' ,:`""v _ ' ,: e, % f`�"�.�YiA '1, ` f ,i'. :r.-�c:'t� ,.F' nti., 4 �� T y'
`' xl iv++ tr a'7 so. .3 "f v'" iF�Yilft:®.^.+N Y =+! .ii "" : dF„ v`�' 4a 4 -
: >� wf- b, w. " .'.v..:s a i a- i d' `r : f 4 '' ! L. ,�L.`••:•si f r • ` ~ i' '�' - a, � .? ,�, t - �•.¢.�t �� ice.. • H l,a>i F + * ,o, . ' :s�
! v
��.". q �.1.�'.��.T�•54_ I_ a 43; L
¢} I.,5 S •rw' ,,'^'' P"' 1 px« ' e , e' L. .y�. j,�'" w`.°" ; .�"+'��yM� S iw�s it�-r {,"• ,I = f.. A ,r, S i+i? Fr �F �a=x 9 :�' .!"
_.� ; `!'Z' i e ll. � .! i � .,.°.g�� n�i r '"' ?� �+ %, fax -'3'• i ' �- r r �ti i f?_ • � r ' {.x."� l � ,! . fir. P, ,f v..2srf�s ri..i. J = � : i T � $ � <„,�„'x {. x n •
a` ^ ....�+s . k i • '••�' r �d• - ��-.+ !t. 1.i;- .. :... s ER % ° a. i }I -,fi x'%,
.+i.�_I .' .?., ^. ,,,d. � 5�r� •.: � �A. . � %& i ' � ='». ,Ri'r�,.�'w'"� .p�,• ia,f n��' �L Y^ :,�'! 4 , i* ..,� I-i rt � s%,VL y1
" r.L11 rk, !tr
r.
_ l� sz'.
' ^ fy ', '•` �'j! q;.n.a 1; . e� , r . at s3° A�'. '7 4' �� ` �..... ^ _ a �y�j, h..""r} .W i+�_.�`�- '� �. `Y:s " P i
-� . .. •- U.� '1n,;ip`" y'" x; '�' -, 1 'i .' e • .^ - "" - .' � • y,. _ 2• • j.� a.a "] !-•r , f _ "� Yuri $ice' i l a?: - Z_'SraP.-${°.d d".;4..,. ' i . Y
��. 'l .-.. I'-== � .;� r'(� r•L"• r l Ai��.� 1 " .; "7..6 • " xr f_- 'f •}9a i.i r,? k .i =. :a. A1r .S."^^ .'±^^••M „e.
�•,�g•r. - ,�`', I x ».�•;: a. y '3':n• . ! ('^ C1sr r, .r. w�;.Y ... y�'� },e! Fl• ' - ".' s -__ iy�„
wa i; �_ � - Y, � ' . - Y $ r g✓•� Zf : Pa t '. `' t. y :«,: i 'p rj _: � ' a , C��. x&i' '.
. 1. :<i' i. �" +-.� Y C i^'; F7�5'- i' "�3' Ij`_'' ` ,t. r • i {�vr�`�: ,r i1 I + , �` r i �'r! +? 1 `.i ti " ,. !7:' •�jj[i - F% �,72
_ � . `y-•n4 g •,'r" " ,. ty'"` , •'. L' 3 � _ _ i i�•bx 't:•� p .., y 1 b . ,� :..xw.jyg , ,r - _ 4 , . x,. v' •+ F •� �, , i 1i-!l .. j z.
-_ y � 7•,r�... i ?' • �. 'fi: $'., I m'�R l r i 10 w„ #•. `I. f' 4 - _. "i � •,2 w r t. 6 . .
T. 'i v -'•:h ; -�.. .y�• .1. 1. _ i .. `"`E•• s 's :mot,. �:: '�. ,i��. a,p •� w: u-,"'.'. - '_'4 [ _ '?v •' :1: '-
. .... 1 a ' - i"" �r ,r - • '1 K5 '. a"°`..• :t S �. w__.s Mom, 'r' ! .; '{ p+-_ ({', . ! `- ' r.w G'.s ?�3� ',w.:��:"r ?�.a sv
a i d`;i . :^.3.Py .:.��,• , .} 11�q .sr, y\q.
a: r_ s:r:. ..•3 c' .t' ..�.. T 1.' �yi•z.A " � 3. ,:..^ {�. ,J
..4 . ,.r N'�.. t . - ly`.� _ .F '' !•79 . , b"' a r, } F. ' �i ; q a �'.; - - i . it
g, r -r-e- ' �'a -- Ar_ ^3 Y•., n .� -1 �j '.v.�t Rom_ _ �'}".., �'avSu"o' S _ 9 1'x ,r Kam.,:
'0� •'.'!,ram s !.� .. � �i , ' ... r . _ . w v dd .3. } 4 1 u.. ,-:�, t. r a _t { y'. 3•'"' v: - _ .. _
• ' � •fir '" : 7 S 7.: a i +- .-"„ y.. y, � ` j 1ZLh° d ', y s , •T"^, ,x�.,..--. ' s� .N.r�. �` L' 3 '�'� w' � 1 ��. :7. r _ '- t a'`..,,•
' 3i r~ } `';^ .r -�''�7 ` It . "� I 6 - i ! .�"' I .c yt yf• _ , , }.. r W �71 l ••,.. - tt r; ,�^.'d - y °. ice - F -=s-
E:c �'�, ��: p s n, 'K ��.v .�. .Yr j. K ` y� •• N .�ti >` rfx?4,A"R Y-'@'� ,4- ' 11--�r i�-''�r`.:H„Q ��- l.-r""•�li' t i '�, a+•i� _
i. 64¢Ft �^�-� � @ a -' y i.ir s5� • i . '. r �* ' s J �t'� � -* r k"'..r a. � " 'r' !•Bi"� t y`b�' 1,3Y E��'`c1 ,f=•' , t' pd• SNs .
•c: � + I - e''� r !• _ lr ��d�itSy YSa, ^4 ' f� � • . l £ � ; �'. � r''� 3 .� L . s`I ...c' f. � ��' •' , 1I • ��v q ` � +e".; • P C�''`'t' EL".i .�. ^a .� s'r
.°.:; + i S' y ' , .. I ,. rx - " i • � � ', • • ' -S . ! ,,:y1 i� '� .� � - % w_. �. �..�� ,7-3-. ' 7, . [' i�r�F".r�{%.. , !
�,r �. jk H , aI yr`s...�. .�:'� i _ Y. t3" f4n ['1: w;.. :- a - r-•s {w.» '.F�ii li " rR- : �`�...Y T-
Yni'�e�y�. £'•.el �.....-yd .s .rN --tx' �� M ; 5 x _ .��,i�� •j�. r -..j r` . ''� ^+ , J , V !ate ;it-.
,1,r." �^r; . .I.,.. J� �f � I' 1 � t �' ' s�i �'vF.� r 'y a pY� a i rtri� i;
v i '_,3 �,i _ i"r { �. 3 a ji` tam" -.?' .7i- + �,.
3 -.'r. A1•._ , --- _ I] ..� !'� i '�gr, + lrr'.S•r6' ' it $i k 4� ,_,f `-'.�+G. .rr ;1 w1",s'�� • Jt�` i�{x ` i �r
�,. { ?�' j E v 1"�' 9J ' F . I; z rt t`K xc is `,c
t ..a J aj� Ar- h. 11yp _ I f di µ r- , ..� _•'i a'
•Kr+ �, dr- - ..�' �1 {V•"a. _ -1 ' * A ,P d - -r.' ,�'.��_`,'�a -..._ y � F_ ' i t r ' .
,may .i �;! i wsvu3 i d rt ` s z. "' _ �.j �r- . -�' s4d.•�.; ro
x ,'. .a!` •+ 1 's _ g r.. -r _ - , ] _a. I: yr-n
-r . Y 1 r o+� 9 -, �' ___1 __1 ..w- - %$ f -1 •�' .. ` ?{° 4 "- . y -7"---,G.1'. , { � ,.r _ i yE.• •,'. �`�'' i'H � . -� - Z • :
i Il rr - 1. 4 i t �� ' �� f `r I sr r 4 3_' #. , , i ^
�k. S-', M14,� ., f s•. l _ •?-ri .� i j . I fk - .. :x •t S'-_ •{ 3. 'i w •� �,r� .. ,.i _-. t 73r. - �. .. '. :�:_.a•
i r � •1 ty� ' ,. ems^ N(ig $4 .... `e` Jf:. x £ . 1 , 11 rb;' _ - '-" p...^�w,!°' :,,�[ �,.
r•'. r �`�..I ;,•�'
7 r R', i�"� p '`r�• r _ i•� .r ii R I] a: f a.' 11 "<�',^ -v; , i �y�r.. `rS 4•+: >•.
"-' i j rt �:+ .. ',`x:..r I • •. .� ,xas,� c, F - ,. ,+a•. !."C•11,s- ,'4s�, 4� i �:f ' 'Sr �+tG ... -r." k." .
... 1 �•as .>t.• . _ _ - ! -:�. . _ . .. a . F _ T [ e--.,.-d z ' - j'" ..: 4 6^..
Pam. ._T, ,, .:. a• `_: 'I" -.� t _ 'w fi, ,1 .r•at'. in 3 F -.;°: .. .trr rL.
r% i y°Q �i + _ r; �.- s 'S~ a:".s •. ,`; 5;�_ 'p ".. . I m � _ r. - 's a>.. $. iCx
p.'�`'. , f° G$ r r *� �G ,� , , � r� M xt ,� � t i ce.' k"14 _, r. W t r .
e.
pry t 1 ,
�..,.,~�1.`i.y.><�.,d _� �`i' { -.� i r�A ems' •^� 5 s';-�•_ :�- ,q..,
�c£. r�'i'>i•'n.�$lsli". ,+•-5�.�1 ..q,%�;;�-•r' r #� i z-. ;w.�r''.. e.r` C w'a�Sr�'°' �a-i`.�° :i.•,.,d,�4 ,:•,r i .�..5"".lp'-e
�,.,, 1�c5'r_�1 a '",� �^ "': -: h, �rt'.I�•�}��."i'T. ' . ..n _ 1� f{j}fI i,,N�.. "� .};,s,-�''•_. 6,.,t`,.��`•�- •�'� �-r Rk. v=": I%-
v,...+-r•+r• rt= •�. -.; ,�'.P Y•. Y , . 'y,s'� ':,.. .7 i r '^^� r �/'-t id e'.'..,.,'.q. '...`} a"^a:'^s '�' ysi i:`_ t+r_
£i.L a �k j r If., . . x °' �� f. is 1,_ � ' �� �.=�;tm1; , ! ,-' �_ � bar ;%�.r+' 1[e
°$ �~ n 'S. F i If., .
�� •' _ !RR e (�F' �'y , • I . . 1. }�ror-x,• T>_Yr tt•"a• g i �.:.fl' k
•a �f : £ ; :• t1� 6'-,t 0. { ! %�' 1 = 9 • e _ ..f'"'a "� L M S�• i • �- • % • r, �. r' %i ° :. tF. L t •;> _� L- -
r-, ,. r }f� '.7. - !'.",xt ':r r. �' : - ' T{ i ' ,.3Y2 , 'ti�_J:' x„ {J i �' '% f" ".°-"_g-�- ' .' .`_3,,,�'! j r: `-''i-' k a '� • "w. F--
11
�r •-A. Y:.� rs t S - i } - F q a ]�Su r@''d • fT- ! f•,y i i 1f 4 . '.iirr 1 ` { _ram'•' Y _,�j3.15 ' `r``• sRt' 1 - a,a.
►" 3` + i�;E� - ,,. 1 � . - tIA1' LINING _ I • i f '- ic:' �.: i 3 `x� .s -. �'c , ;
'h •' lY ��'y e' �'a "Y• AA�� _ , �1_y, �.. �rrP ' 3, 8Y%v'• (2��� � »- J* = F `Zs �.rs � - •' i. "a.M �.� . Sa>` ; =tr gem IL - R - �: r r
w r•,fMf Y i, `% Y,i=•� ! • } �"r, •..�•s.- «F �!. jpt 1 i ${ti, 7r
' Y , 4r .. y �" : % i '" �. ,+ � .VW, ,, F l • .. k " °r. , e r r i p r-i i : � F i u r 0' ,
1 �" % - ( r t� x-•
.Y. iL $ ;.�. 7 w - _ .t ya; gw'y� „r. r,ek' -•d 1 !r ' .."�pri-`�.. ,g p �..: , �-.-' as-x . is +y,..�.�"
t j f ,ix• �. - - e+, '• •,,a! x r..,_ '4 .. 1 r t"%i Yd-,•`F '' : &�v+• rs .. r V -1w�' -A-A` ' :LM1 e
r .^r, ,. _. J',yf �*V �`!^ .,; �? r� x y M,'p'e1. yr- ii 91i• tr S' le ' _ •� „'• 1 I. -fff i
�'7 `kf".,,,,,.i,, rs? %•,! _.` �,, -[�'i .a'. "'rL t .�« ., LL ;�_`J , rr f s' '`'.n �.r s:•" 11 �
�^2 °^�ti.`--.'i'i• na r"ri� �. :1� S' I
& t4 LEGEND
. a %;
` Py x "• z" [
''Ic .. ` -yf z = q ". , C -i` r5' _ w , ?�, tol '}' k., ' � y s;'a.'4 ' •#�',. < t p
%i ,i .` 11 �.4; '' ,, . ;� 3f �a 5, I = F ISTING SANITARY
s - , E .y ,_;} x,r, > +t' f �F °-ay , a '' 1' - _ ' . r w 4°. v��,'. , r } t �y C q
• #' .Zt --!._. ' ` 3••." __ ^ `•�. pw, ^�s� • it s. i.� F . ¢ - ,� {r•�~ �,' .,i'yi„[W... , Ilf' '�.'`.'7 PROPOSED Ir SANITARY
RY
1f. N.I.,, -�� OP S D S N1 A
i 1 1 !"_' x 4• .'CY_ t e Fi. k 3 : °. ,i `i .. ^'""'. a". i -'yf".
W.
� 1�C Y .: SIPHON
4..{ •� L+G'••1 .�'' . i�Ci S ak -
'~x" ' .� .. r �, '� •I ..� ''x" .t ' _ ; ■r>l��■ IPPv G ;� - E3 a f PROPOSED C IIJ N
i" .
Figure I -West Side Interceptor Basin Improvements
6/21/2019 Commonwealth Engineers Inc.
. EXHIBIT'A' Page 8 of 9
d)
m
ul
V
A
I
Lu
z
0
w
W rr
LU
LL
Q
z
0
r
LU
LU �--
z 8
" 2
0
LLS 9L LL
t2i w W Lij W
�ion�wni�nnm�unnoiiioiiiiii�
��o�nnmm�mm�niii�oii�oiiiiii�
�omiiunn�ri�o�u�ioiiioiiiiii�
�nnu�uiii�n■om�oi�oimr�
��IllllllllUllllllull�0111�11�01111r�
�YIIIIIIIIIIIIII�IIAllllwllllllllll