Loading...
HomeMy Public PortalAbout1997.11.13 Airport Sewer Extension Contract - TO Engineers :t Memorandum To: Ashley Royal CC: Geoff Rowe From: Chevy Woodbury Date: 09/09/99 i Re: FAA Funds z Last week Geoff Rowe informed me that FAA should have sent the final reimbursement for AIP 06 and 07. This was in conjunction with Toothman Orton submitting the final master plan to FAA. The amount of the checkis from FAA should have been $18,825.53 and received somewhere around July 29th. Please research your deposits (most likely electronic as that is how FAA has paid in the past) and let Geoff know if it has been received. Toothman Orton has or will be submitting a final bill for$15 420.13 and it should reflect their work on the final master plan. If this is the case, it is OK to pay per Geoff and myself. Robertson Construction has or will be submitting a bill for$5,497.14. This is questionable. The funding from FAA would cover $3,405.40 of this but the City would have to come up with the remaining $2,091.74. According to Geoff it is for a mistake in subtracting cost figures on some material. My concern is why should the City pay for someone's miscalculations. That would allow any contractor on any project doing the same or similar and costing more to the City. It is not clear who did the miscalculations. If Toothman Orton made the mistake in the figures, then I feel they should pay Robertson the remaining $2,091.74. In either case, Toothman Orton and Robertson have both received HEFFTY PAYMENTS for this project so I feel whoever made the mistake should be responsible and not make the City responsible to pay. I would recommend payment of$3 405 40 only to Robertson 1 ATTACHMENT A (AMENDED) DESCRIPTION OF CONSULTANT SERVICES AND COST OF SERVICES AIRPORT SEWER EXTENSION NOVEMBER 13, 1997 The following paragraphs shall amend and be included as though set forth therein a previously executed agreement between City of McCall (Owner) and Toothman-Orton Engineering Company (Engineer) for airport sewer design services which is dated April 24, 1992 PROJECT DESCRIPTION Proposed project work is to include study of airport sewer service alternatives and inclusion of selected alternatives in a revision of the plan and specification set originally produced by Toothman-Orton Engineering in March of 1993 titled "City of McCall Airport Sewer Project". Professional services to be provided include all planning, civil design, surveys and geotechnical engineering necessary for project formulation; revision of existing design; preliminary and final design; bidding; construction administration and observation; quality assurance services; field surveys and overall coordination of all phases of the project. Improvements Are More Specifically Described as Follows: 1. Schedule A: Construction of a sewer main line from existing manhole AP-1 located in Riverside subdivision to existing manhole AP-11 located on the east side of the parallel taxiway. Additionally, a branch line will be constructed to serve future aircraft hangars in the "triangle" area. Work is anticipated to include: sewer line installation, manhole installation, boring under the USFS taxiway near the north end of the airfield, boring under Runway 16-34, two additional taxiway cuts or bores; and surface restoration. 2. Schedule B: Construction of a sewer main line to connect manhole AP-16 to manhole AP-17. Work is anticipated to include: sewer line installation and manhole installation. ATTACHMENT A (AMENDED) 1 OF 9 3. Schedule C: Construction of a sewer main line to connect manhole AP-17 to the Krahn Street lift station. Work is anticipated to include: sewer line installation, manhole installation, boring under State Highway 55 and modifications to the Krahn Street lift station wet pit to convert it to a gravity manhole. 4. Schedule D: Construction of a sewer branch line from manhole AP-15 north to serve existing aircraft hangars on the McCall Municipal Airport. Work is anticipated to include: sewer line installation, manhole installation, taxiway cuts or bores and surface restoration. ATTACHMENT A (AMENDED) 2 OF 9 t r SECTION 1.1 - BASIC SERVICES OF ENGINEER, PLANNING AND DESIGN More specifically, professional services required to accomplish the Project are anticipated to include the following activities. PHASE 1 - GENERAL ADMINISTRATION During the course of the Project, the following general administrative services shall be provided: 1.1 Coordination with the Owner, Payette Lakes Sewer District and Idaho Department of Environmental Quality (IDEA. It is anticipated that this will include meetings with the various parties as well as verbal and written communication. 1.2 Coordinate with IDEQ and present modifications to the originally approved plans and specifications. Coordinate with IDEQ as required to obtain approvals. PHASE 2 - PLANNING AND STUDY Planning and Study Phase Services shall include: 2.1 Study preliminary layout of alternate sewer system routings for review and selection by the Owner. 2.2 Review of feasibility of boring under the runway and taxiway versus open cuts for sewer installation. Coordination with the Federal Aviation Administration (FAA) in regard to cutting airfield pavements. Study of safety issues regarding working in the Runway Safety Area. Meet with Airport Advisory Committee to advise them of project status and receive input on airfield operations issues. 2.3 Calculation of required threshold displacement to provide safe approaches to the runway during construction of the sewer. 2.4 Prepare cost estimates for alternate airport sewer layouts as delineated by the Owner. Estimates to be used by Owner in selecting bid schedules. ATTACHMENT A (AMENDED) 3 OF 9 PHASE 3 - PRELIMINARY DESIGN Preliminary Design Phase Services shall include: 3.1 Preliminary design of the sewer layout chosen by the Owner. This includes new lines or alternate routes that were not included in the original plan set produced by Toothman-Orton Engineering in March, 1993. 3.2 Design of revisions to the Krahn Street lift station wet pit to convert it to a gravity manhole. 3.3 Preparation of additional Preliminary Design Plans for extensions not previously designed to approximately 60 percent completion. Includes review of Preliminary Plans with the Owner for general conformance with project goals. E F ATTACHMENT A (AMENDED) 4 OF 9 PHASE 4 - FINAL DESIGN Final Design Phase Services shall include preparation of detailed construction plans, specifications, and bid and contract documents suitable for obtaining competitive construction bids. Final Design Services shall more specifically include: 4.1 Preparation of Final Design Plans by revision of existing plan set produced by Toothman-Orton Engineering in March 1993. Incorporation of new alignments and alternate sewer routes into the Final Design Plans. 4.2 Revision of Construction Specifications to include updating and modifying specifications originally produced by Toothman-Orton Engineering in March 1993. 4.3 Preparation of an Construction Phasing and Operation and Safety Plan to be incorporated into the Final Design Plans. Includes review of construction activities for conformance with FAA operational safety procedures. 4.4 Preparation and submittal of FAA form 7460 "Notice of Proposed Construction or Alteration". 4.5 Prepare a revised estimate of costs based on detailed bid schedules. Bid schedules are anticipated to include: Schedule A - Manhole AP-1 to AP-11; Schedule B - Manhole AP-16 to AP-17; Schedule C - Manhole AP-17 to Krahn St. Lift Station; Schedule D - Manhole AP-15 to T-Hangars. The attached Figure 1 is a plan which shows the orientation of these schedules on the airport. A separate schedule for boring under the runway and USFS taxiway will also be considered. SECTION 1.2 - BASIC SERVICES OF ENGINEER: BIDDING, CONSTRUCTION, OPERATIONAL PHASES AND ADDITIONAL SERVICES. PHASE 5 - BIDDING Assist the Owner in the competitive sealed bid and contractor selection process. Prepare and process contract award documents. Bidding phase services shall more specifically include: 5.1 Revise Bid Advertisement, Instructions to Bidders, Multiple Bid Schedules for project elements, Agreement and Bond Forms, and other Contract Documents required for solicitation of Bids and execution of a construction contract following bid award. One Bid package is anticipated with multiple Bid Schedules. 5.2 Conduct a Pre-Bid Conference to familiarize bidders and interested parties with the construction project scope and requirements; prepare and issue minutes of the conference. ATTACHMENT A (AMENDED) 5 OF 9 5.3 Respond to contractor/supplier questions during pre-bid period. Issue addenda as may be required. 5.4 Attend and conduct the Bid Opening and assist the Owner with review and analysis of bids received. Evaluate qualifications of bidders and responsiveness to bidding criteria. Prepare Bid Tabulations documenting results and submit to Owner. 5.5 Provide a letter of recommendation of award to Owner, prepare Notice of Award and other contract documents, review Agreement, bonds and insurance documents submitted by Contractor, and assist Owner and Contractor in processing documents for the project. s ATTACHMENT A (AMENDED) 6 OF 9 PHASE 6 - CONSTRUCTION During the construction phase, the Consultant shall administer all aspects of the construction contract over which the Consultant can be expected to have realistic control in order to assist the Owner in monitoring and documenting the construction process for design compliance, quality assurance, and cost control. Construction Phase Services shall include: 6.1 Conduct a Pre-Construction Conference on behalf of the Owner; and prepare and issue minutes of the Pre-Construction Conference. 6.2 Review Contractor's Work Schedule, Operational Safety Plan, and Quality Control Plan. Assist Contractor as required to clarify specification and document submittal requirements. Coordinate construction activity schedule with Owner. 6.3 Provide one part-time project representative to monitor and document construction activities; schedule compliance; conformance of work with plans and specifications; review and document construction quantities; document significant conversations, situations, events or changed conditions; document input or visits from local authorities and officials; prepare and submit routine inspection reports; maintain a project diary; observe and document leakage testing. Note: The basis for work in Item 6.2 assumes one part-time onsite representative for 42 construction days, approximately 4 hours per day. 6.4 Review and approve monthly Contractor Pay Requests; and prepare Field Orders, Work Directives, Change Orders and Supplemental Agreements as may be required during the progress of work. 6.5 Conduct a Substantial Completion and Final Completion Inspection with the Owner and Contractor. 6.6 Coordinate with Owner throughout the construction process. Submit required construction documentation. Attend City Council meetings to advise Council of construction progress. PHASE 7 - OPERATIONAL Operational Phase Services shall include the following tasks: 7.1 Prepare As-Constructed Revisions to Design and Construction drawings for project improvements. Provide Owner with one set of Record Drawings. ATTACHMENT A (AMENDED) 7 OF 9 PHASE 8 - ADDITIONAL SERVICES Additional Services required during the Project shall include the following tasks: 8.1 Design and Construction Surveys: 8.1.1 Perform field surveys which provide detailed topographic and cross-section information of new improvement areas for design purposes. This work shall include surveys to verify invert and other critical elevation information of existing structures for design purposes. It is anticipated that invert elevation will be checked at manholes AP-1, AP-11, AP-15, AP-16 and the Krahn Street Lift Station. Additional topographic information may be required for new sewer alignments. 8.1.2 Provide, or obtain through the services of a subconsultant, baseline and control layout for construction surveys. Provide construction staking for sewer line construction. This work is anticipated to include one set of stakes for line and grade for construction of the sewer main, manholes and appurtenances. 8.1.3 Provide field surveys to document as-constructed conditions. FEES FOR SERVICES AND BASIS FOR REIMBURSEMENT Fee for Services: Section 1.1 Fee for services provided under Attachment `A' $17,424.00 Section 1.2 Fee for services provided under Attachment `A' $29,390.00 Subconsultant Fees: Section 1.2 Estimated Fee for Subconsultant (Strata) $5,500 Reimbursable Expenses: Section 1.1 Estimated Amount $675.00 Section 1.2 Estimated Amount $760.00 ATTACHMENT A (AMENDED) 8 OF 9 Fee Summary: Section 1.1 DESIGN SERVICES FEE= $18,099.00 Section 1.2 ESTIMATED CONSTRUCTION AND ADDITIONAL SERVICES FEE= $35,650.00 ESTIMATED TOTAL FEE _ $53,749.00 CLIENT: CITY OF McCALL TOOTHMAN-ORTON ADDRESS: P.O. BOX 986 ENGINEERING COMPANY McCALL, ID 83638 9777 CHINDEN BOULEVARD BOISE, IDAHO 83714-2008 BY: BY: W l.jr,Olt- 1 L k 6% TITLE: TITLE: C Q"iC-I'r w d SIGNATURE: SIGNATURE: DATE: (l v{ �� DATE: Al\/ 1-3 )GI ATTACHMENT A (AMENDED) 9 OF 9 EXHIBIT B PREVAILING FUNCTIONAL FEE SCHEDULE PROFESSIONAL SERVICES Effective April 1, 1997 I. PERSONNEL Principal/Chief Engineer . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $1 00.00/hour Project Manager III . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 90.00/hour Project Manager 11 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 85.00/hour Project Manager I . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 80.00/hour Project Engineer . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 75.00/hour Design Engineer II . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 65.00/hour Design Engineer I . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 60.00/hour Engineer in Training III . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Engineer in Training 11 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 55.00/hour . . . . . . . . . . . 50.00/hour Engineering in Training I . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 45.00/hour Landscape Architect . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 60.00/hour Inspector II . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 60.00/hour Inspector I . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 45.00/hour Planner . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 57.00/hour CADD Tech III . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 50.00/hour CADD Tech. II . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 45.00/hour CADD Tech. I . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 40.00/hour Clerical . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 35.00/hour Asst. Clerical . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 30.00/hour H. SURVEYING Survey Manager . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 65.00/hour Survey Party Chief- Senior . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 60.00/hour Survey Party Chief . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 50.00/hour Survey Technician . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 45.00/hour 2 Man Field Crew . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 100.00/hour 1111. COMPUTER -Hardware & Software CADD, Coordinate Geometry, Hydrology and Other Technical Uses . . . . . . 5.00/hour TotalStation . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4.00/hour Laser Level 10.00/day IV. IN-HOUSE REPRODUCTION COSTS Blueline Printing . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $2.00/sht Xerox Copies a) 8-1/2 x 11-inch . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 0.20/page b) 8-1/2 x 14-inch . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 0.25/page Outside Reproduction . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Actual Cost + 10% V. VEHICLE MILEAGE Vehicle 2-Wheel Drive . . . . . . . . . . . . . . . $0.30/mile Vehicle 4-Wheel Drive . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 0.40/mile ATV Vehicles . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5.00/hr VI. OTHER DIRECT CHARGES Direct costs for material or services incurred for the project . . . . . . . . . . . . . . . . . . . . . . . . . Cost + 10% NOTES: (1) All account balances not paid in full on or before the last day of the month of the account billing date shall bear interest at the rate of twenty-one (21) percent(%) per annum compounded monthly from the first day of the following month until paid in full. Any payments received shall be credited first to accrued interest and then to principal. All costs or fees incurred to collect overdue account balances shall be added to the account balance on the first day of the month following the date the cost or fee is incurred. (2) When employees perform work that requires overtime, the billing rate for that overtime work will be increased to 130% of the rate established above. Overtime shall be defined as any work required of an employee in excess of 9 hours per day, work during Saturdays, Sundays and during national holidays. (3) This fee schedule is subject to change without notice. EXHIBIT B (AMENDED) 1 OF 1 INSURANCE/INDEMNIFICATION/LINIITATION OF LIABILITY a. TOOTHMAN-ORTON will maintain insurance as will protect the City of McCall from claims under the Worker's Compensation Laws,and from General Liability and Automobile claims for bodily injury,death,or property damage arising from negligent performance by its employees in the functions and services required under this agreement. b. TOOTHMAN-ORTON asserts that it is skilled in the professional calling necessary to the services and duties proposed to be performed and that it shall perform such services and duties in conformance to and consistent with the standards generally recognized as being employed by professionals of TOOTHMAN-ORTON's caliber in the same locality,and to that end TOOTHMAN-ORTON agrees to indemnify and hold the CITY OF McCALL, its officers,agents and employees harmless from and against any and all liability,claims, suits,loss,damages,costs,and expenses arising out of or resulting from any negligent acts, errors,or omissions of TOOTHMAN-ORTON,its officers,employees,agents,or subcontractors in the performance of their services and duties,hereunder,but not from the negligence or willful misconduct of the CITY OF McCALL,its officers,and employees. Further,to assure the CITY OF McCALL that such standards will be maintained,TOOTHMAN-ORTON maintains professional liability insurance in the amount of$500,000 to protect the CITY OF McCALL from any negligent acts, errors, or omissions on the part of TOOTHMAN-ORTON. This insurance does not cover pollution based claims. c. Although the insurance as stated is currently in effect,due to the instability of the world insurance market,it is recognized that on periodic negotiation of policy renewals,it may not be possible to maintain the exact insurance coverage required under the terms of Agreement. In such event,TOOTHMAN-ORTON will use its best efforts to obtain insurance coverage that is reasonably available and most nearly equivalent to the insurance coverage herein described. Nothing in this paragraph c.shall be construed to permit TOOTHMAN-ORTON to violate applicable laws with respect to mandatory insurance. Nothing in this paragraph c.shall be construed to permit TOOTHMAN-ORTON not to have other insurance as provided below with prior written consent of the CITY OF McCALL. s S 1 Worker's Compensation State Statutory Employer's Liability $100,000 2 Comprehensive General Liability Bodily Injury and Property Damage Combined Single Limit $500,000 3 Automobile Liability Bodily Injury and Property Damage Combined Single Limit $500,000 4 Professional Liability TOOTHMAN-ORTON's Errors and Omissions $500,000 d. In consideration of the unavailability of professional liability insurance for services involving or relating to hazardous waste or asbestos elements of this Agreement,or the removal or encapsulation of asbestos,if applicable,it is further agreed that the CITY OF McCALL shall defend,indemnify,and hold TOOTHMAN-ORTON, its consultants,agents, and employees harmless from and against all claims, damages, whether direct,indirect,or consequential,losses,and expenses including but not limited to attorney's fees, court costs,and expenses,any and all claims and actions for bodily injury,death,or property damage arising out of or resulting from the alleged dispersal discharge,escape,release, or saturation of smoke,vapors,soot,fumes, acids,alkalies,toxic chemicals, liquids,gases,or any other materials, irritants,contaminants,or pollutants,in or into the atmosphere,or on,onto,upon,in or into the surface or subsurface of.a)soil;b)water,or watercourses;c)objects or d)any tangible or intangible matter whether sudden or not. Notwithstanding the limitations described above,TOOTHMAN-ORTON will be responsible for remediation of any direct spill caused by TOOTHMAN-ORTON during the course of this project. TOOTHMAN-ORTON will cause each of its subcontractors to assume responsibility to the CITY OF McCALL for its own spills. e. Notwithstanding any provisions in this Agreement to the contrary,if this project involves construction as that term is generally understood, and TOOTHMAN-ORTON does not provide engineering services during construction,including but not limited to on-site monitoring,site visits, shop drawing review, and design clarification, the CITY OF McCALL agrees to indemnify and hold harmless TOOTHMAN-ORTON, its consultants,agents,and employees from any liability arising out of this project or Agreement. Notwithstanding the limitations described above, TOOTHMAN-ORTON will be responsible for the professional content of all work products completed by TOOTHMAN-ORTON underthe terms and conditions of this Agreement. f. TOOTHMAN-ORTON shall not be liable for damages arising out of or resulting from the actions or inaction of governmental agencies, including but not limited to permit processing,environmental impact reports,dedications,general plans and amendments thereto,zoning matters, annexations or consolidations,use or conditional use permits and building permits other than that caused by the negligent acts,errors,or omissions of TOOTHMAN-ORTON. The CITY OF McCALL agrees to defend,indemnify,and hold TOOTHMAN-ORTON,its consultants,agents,and employees harmless from any and all liability,other than that caused by the negligent acts,errors,or omissions of TOOTHMAN-ORTON,arising out of or resulting from the same. g. It is understood that neither parry shall make any claim against the other in excess of available insurance,nor assert against the other any form of liability without fault. TERMS AND CONDITIONS (AMENDED) 1 OF 2 REUSE OF DOCUMENTS All documents including Drawings, Specifications and Electronic files prepared or furnished by ENGINEER (and ENGINEER'S independent professional associates and consultants) pursuant to this Agreement are instruments of service in respect of the Project and ENGINEER shall retain an ownership and property interest therein whether or not the Project is completed. OWNER may take and retain copies for information and reference in connection with the construction use and occupancy of the Project by OWNER and others; however, such documents are not intended or represented to be suitable for reuse by OWNER or others on extensions of the Project or on any other project. Any reuse without written verification or adaptation by ENGINEER for the specific purpose intended will be at OWNER'S sole risk and without liability or legal exposure to ENGINEER or ENGINEER'S independent professional associates or consultants, and OWNER shall indemnify and hold harmless ENGINEER and ENGINEER'S independent professional associates and consultants from all claims, damages, losses and expenses including attorney's fees arising out of or resulting therefrom. Any such verification or adaptation will entitle ENGINEER to further compensation at rates to be agreed upon by OWNER and ENGINEER. Notwithstanding the foregoing, it is the parties' intent that CITY OF McCALL may use these drawings and specifications for future projects without incurring any liability to ENGINEER other than for additional compensation as agreed above for verification or adaptation of the document. t z } s TERMS AND CONDITIONS (AMENDED) 2 OF 2 InNFUCI! I FCfi IILL ORION[NWRING CO. W RERROOIGINMI REUSI O7 YO UrIDN O INS MSIRUVENI OR ITS CO NEKS MIND SRECNC WGIIEN RERYSSM O,000YW WON ENGNl IM 00 rs SMMT CD O o o O — _�_- — - - — — — — — — --- - - - — - - s 0 0 Qd. p � a , oa « 0 a r O m rm o ; A w �oe� Ztm it �A I- x Z �o v r R) m #334 hum a Z v ON o goo Jilt -i 2 � r d J ; V O o d1 - - � - - N O � O U Z W Z �Z O O S SlilEEl' eo� I , z o I i Z I i 0 200 400cr g 3 I . ICI U s I I SCALE: 1" = 41 ✓ i 3 � W O VI cr cn, I N I I z (n o � II N �J W Z a � � 4 U z W W Z e Z FIGURE 1 - CONSTRUCT o g W .IRPORT SEWER a . _ +CCALL MUNICIP N W 1 TOOTHMAN—ORT( I f ENGINEERS SL 9777 CHINDEN BOULEM PHONE: 208-323-2, E—FILE: G:\92024\\FIGUREI.DWG s e