Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20140350.tiff
RESOLUTION RE: APPROVE WORK ORDER FORM (FLOOD REPAIRS - EM-BR9.5/24.5A AND EM-9.5 GRADE CONTROL) PURSUANT TO AGREEMENT FOR DESIGN SERVICES AND AUTHORIZE CHAIR TO SIGN - ICON ENGINEERING, INC. WHEREAS, the Board of County Commissioners of Weld County, Colorado, pursuant to Colorado statute and the Weld County Home Rule Charter, is vested with the authority of administering the affairs of Weld County, Colorado, and WHEREAS, the Board has been presented with a Work Order Form (Flood Repairs - EM-BR9.5/24.5A and EM-9.5 Grade Control) Pursuant to Agreement for Design Services between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Department of Public Works, and Icon Engineering, Inc., commencing January 13, 2014, with further terms and conditions being as stated in said work order form, and WHEREAS, after review, the Board deems it advisable to approve said work order form, a copy of which is attached hereto and incorporated herein by reference. NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Weld County, Colorado, that the Work Order Form (Flood Repairs - EM-BR9.5/24.5A and EM-9.5 Grade Control) Pursuant to Agreement for Design Services between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Department of Public Works, and Icon Engineering, Inc., be, and hereby is, approved. BE IT FURTHER RESOLVED by the Board that the Chair be, and hereby is, authorized to sign said work order form. The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 3rd day of February, A.D., 2014, nunc pro tunc January 13, 2014. BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ATTEST: id. e' EL \ to * D gla Rademacher, Chair Weld County Clerk to the Boa (` eltt,ect Duo• ara KirkmeVro-Tem BY: De ty Clerk to the Boar Sean P. Conway APP VED A M: Mike Fre man ounty Attorney William F. Garcia Date of signature o?'5'1 : pIJ; DEm 2014-0350 Z_Le -(9 EG0070 BC0045 WORK ORDER FORM(FLOOD REPAIRS) PURSUANT TO AN AGREEMENT BETWEEN WELD COUNTY AND ICON ENGINEERING, INC. DATED: January 31,2014 Work Order Number: ICON- 1 Project Title: EM-BR9.5/24.5A and EM-9.5-Grade Control Design Services (Immediate Needs Prior to Spring Runoff) Commencement Date: January 13, 2014 Completion Date: March 30, 2014 Limitations on compensation: Not to exceed$108,872.00 Professional agrees to perform the services identified above and on the attached forms in The attached forms are hereby accepted and accordance with the terms and conditions incorporated herein: Exhibit A — Scope of contained herein and in the Professional Work, Exhibit B — Cost/Fee Breakdown, Services Agreement between the parties, dated Exhibit C—Proposed Schedule. January 13, 2014. In the event of a conflict between or ambiguity in the terms of the Professional Services Agreement and this work Weld Co ty Public Works Department order (including the attached forms) the Professional Services Agreement shall control. By: Ar2Gd -- Project Mana r Date: ICON Engineering, Inc. By: Director of Public Works Date: FEB 0 3 2014 jm By: mowTitle: President g 1��_ /j�� By: r ktds e yVVQ w - Douglas Rad macher,BCC Chair Date: 1/31/14 w• oggit I 1861 t tUgra ''"'`� �4 ATTEST: %aimse Weld County Clerk to the Board By. Deputy Clerk t he Board 2014-0350 coo t4 S EG O 3 ICON Engineering, Inc. 1[ C lON ENGINEERING, Inc. EXHIBIT A—SCOPE OF SERVICES Weld County 2013 Flood Recovery EM-9.5-Grade Control And EM-BR9.5-25A Bridge NOTE: Due to the proximity of the bridge and the grade control structure described herein, these two structures are discussed together for design purposes. However,for purposes of FEMA cost sharing, the construction quantities and associated costs for the bridge and grade control structure will be considered to be separate projects. Although a dividing line between the two structures has not yet been determined, for purposes of this scope and fee proposal, we have assumed that any improvements fitting within the normal roadway Right Of Way width will be associated with the bridge, and any improvement east of the normal road Right Of Way will be associated with the grade control structure. Grade Control Structure Description: This grouted boulder drop was constructed during 1998 and incorporates a PZ-27 sheet pile cutoff designed to be driven to refusal into bedrock. Along the cross section of the creek, the crest of the sheet pile is asymmetrical vertically with the terminus at the south end being approximately 6-feet above the terminus of the north end. Along the creek profile, the designed low flow channel dropped approximately 5-1/2-feet from a crest elevation of approximately 4821.1 into a small stilling basin with a 2-feet tall end sill. The grouted boulders had a D50 of 1-meter (approximately 3.28-feet). The grouted boulders extended approximately 8-feet upstream of the sheet pile cutoff with a 10:1 rundown slope. The sloping portion of the drop was underlain with a perforated pipe weep drain manifold system emptying into the stilling pool. Partially surrounding the grouted boulder drop along the downstream and either side is a layer of buried riprap (D50 = approximately 15- inches) on top of a thin layer of type 1 bedding. 1 Damage from the flood event includes significant erosion of the north d • '4, bank involving total or partial loss of about 70-feet of the width of grouted boulders from the northern edge to the low flow channel, G and also loss of most of the buried riprap on the north bank. The sheet pile appears to be still intact. Depth of water at the time of our initial field inspection did not allow evaluating the scour under the • remaining portions of the grouted boulders placed upstream of the sheet pile cutoff, however, it is expected that some undercutting has occurred. Along the southern side of the channel, a 10-feet wide concrete trail system was largely displaced and would be considered a complete loss. Emergency repairs to this area include placement of dumped riprap upstream of the drop to protect the 1-25 frontage road embankment, along with placement of a short section of sheet pile acting as a roadway wingwall. Bridge Structure Description: This bridge over St. Vrain Creek is on the Frontage Road parallel to 1-25 just east of the north-bound lanes of 1-25, and about 70-feet upstream of the EM-9.5-Grade Control structure. The bridge structure is a prestressed concrete girder bridge approximately 302-feet long with four spans. The deck is concrete cast-in-place with a bituminous pavement wearing surface. According to the 2012 Bridge Inspection Report, the sufficiency Rating of the improvement is 100 with no deficiencies noted. The Inspection Report indicates that the Average Daily Traffic is 103 although the traffic volume casually observed during our site visits indicates this may be low. The deck has a driving width of about 43-feet with no provisions for pedestrians. EM-9.5 Grade Control and EM-BR9.5-25A Bridge Page 1 of 9 ICON Engineering, Inc. 1[ (C(O)T ENGINEERING, Inc. During the 2013 flood event, the bridge was not apparently overtopped. Significant erosion damage occurred to the embankment and riprap placed along the northern abutment. This erosion scoured under the abutment wall, which is a concrete beam / wall supported on four 2-feet diameter concrete caissons. The caissons were advanced down into the bedrock several feet below the creek bottom. Each abutment has wingwalls extending about 16-1/5 feet back from the abutment wall parallel to the roadway. The wingwalls were placed without footings, and according to the construction drawings, each wall has a construction joint located at the elevation of the girder bearing seat. The erosion at the toe of the abutment beam / wall partially undermined the east wingwall of the north abutment. Although the erosion created a void under the abutment wall and possibly behind the wall, the design of the abutment likely precluded potential for failure of the abutment. At the time of our site visit, the wingwall was supported by the short row of _ _ - sheet pile with dumped riprap, placed as a part of the emergency repairs. We were therefore not able to visually determine damage to the �• "`:-� =h , wingwall, however, a picture provided by the County (left) taken prior to placement of the sheet pile does not indicate cracking or separation of the construction joint on the - - wingwall. Additionally, a local storm sewer , .� - outfall was lost and multiple utilities exposed. Similar to the abutments, the pier columns (three to a span) are also founded on concrete caissons, but the pier caissons at 3.5-feet in diameter are larger than the abutment caissons. Prior to the flood at least one of the piers had the top of the caisson exposed. Scour may have occurred at the pier caissons, but it was deemed unlikely that significant depth of scour occurred that would result in long term damage. Due to high flows at the time of our site visit, the extent of scour was not readily visible. Additional erosion damage also occurred under the bridge between the south abutment and Pier #2. This resulted in localized scour that evidently undermined a pedestrian concrete path. This concrete path was composed of a 10-feet wide unreinforced concrete trail that was largely destroyed. We believe that the scour allowed water to uplift the trail sections and each "stone" of the trail was then displaced, in most places by several feet. Construction details of the trail are not shown on the available drawings for the Additional minor erosion occurred along the abutment with some displacement of riprap. Grade Control Structure Work Required Before Spring Run-Off: St. Vrain Creek flows at the time of our site visit are more or less contained in the low flow channel and cascades over the drop structure in the apparently undamaged portion of the structure. If flows exceed the capacity of the center section of the drop, they will likely again go around the northern edge of the sheet pile (see photo to right) and could further damage the access road embankment. Also, scour upstream and downstream of the portion of -- -the sheet pile that is not currently protected by riprap could lead to • I. `p;,k failure of the sheet pile. It is our suggestion that prior to spring runoff ft - d that the northern end of the sheet pile be extended to the north N a w` i .- _.} , approximately 100-feet, with a secondary line of sheet pile extending ,� west to tie into a proposed wingwall for the frontage road, (discussed , under Project EM-BR9.5-25A — CR 9.5 Bridge over St Vrain) as shown on EM-9.5 Grade Control and EM-BR9.5-25A Bridge Page 2 of 9 ICON Engineering, Inc. 1[ Co 1 \' ENGINEERING, INC. the following figure. Placement of riprap on either side of the new sheet pile will be required. Also required before the spring runoff will be placement of additional riprap along the lower side of the existing sheet pile to extend from the end of the existing sheet pile south approximately 70-feet. This would be used to help bolster the sheet pile and would not have to be grouted at this time, but would be removed and replaced with grouted boulders as a part of a subsequent phase. iN:" f 1 -i- 1 ;'L° \ ' m;� Proposed improvements prior to spring runoff are l: j .1 I , I N�; 1"t _ ..NUS shown schematically to the left and consist of ' Minn INIFINI `► P"P° a61^ _' mechanically plated riprap placed along both sides of - - ' ! ��IN , "°° the exposed sheet pile and extension of the sheet pile to the north. Note that the sheet pile closure . oil.. �31i � ik back to the Frontage Road abutment is shown but is t�`:7I i_tli g ,— ' '"-- .- , considered to be a part of the separate project ` / ,t. �I, specific to the bridge. Also note that critical to ulr� I�� •a _ �uYi - i I O �`�j/ 4, I ,I:(+,I� � ��� 'i k getting the site through the spring runoff will be to 411: ILI •,`": / : I I i ,F-o , rebuild the storm sewer rundown on the northeast n rk 1\I``<< .;=- ``h,,. % �Ifi!;li�}rli3. i fn`11 n quadrant of the frontage road bridge which will have A e ,,,,,:, ;_ •1Y, i 4:;,' :n r,,, z, to be addressed as part of both the bridge and drop Z M3^ ���';' ' ;iaA .il',� D pill Zo structure projects. Additionally, working with the p `, I .i490� a t.�. 1 F, utility owners to reestablish buried lines in a manner til- '$ Z that will not interfere with the ultimate solution will be required. Bridge Work Required Before Spring Run-Off: The north abutment received emergency repairs in the form of drilling through the approach slab and placement of grout or "flofill" to help fill any void created by the undercutting of the abutment beam. The degree to which all voids were filled is debatable, but no grout was observed under the visible portion of the beam. Further injection of grout may be necessary by similarly drilling down from the road surface. Under the bridge, placement of non-erodible material (possibly pumped concrete) in and around the abutment beam is also advisable. We would also recommend that additional riprap should be place all along this abutment from the County ROW line adjacent to the I-25 north bound bridge and then extending downstream to the drop structure. As a further emergency measure, sheet piling was installed along the face of the wingwall, which provides support and protection but this is obviously a temporary measure. As discussed with the approach to the grade control structure (priority #1), it is anticipated that a second sheet pile wingwall will be advanced to the sheet pile of the drop structure to close off this badly eroded area. Fill will need to be imported and protected with riprap. This task will also need to address the storm sewer outfall and exposed utilities. Additional riprap may also be required at the south abutment, but this is not likely to be much more involved than rearranging, positioning and then equipment "plating" the existing riprap. Although the replacement of the trail system is important, we believe that this could wait to after Spring Runoff and is not immediately required. Due to the relatively high flows at the time or our initial site visit, we were not able to determine the degree of scouring that occurred at the bridge piers, although it is clear that the creek bed does dip at the piers. We recommend that an inspection be made of the bridge and scour holes to determine if significant changes have occurred to the structure when compared to earlier inspections. It is our understanding that this may be performed by CDOT, and if completed within the EM-9.5 Grade Control and EM-BR9.5-25A Bridge Page 3 of 9 ICON Engineering, Inc. 1[ (C(Q)i ENGINEERING, INC. needed timeframe of this project the results of the CDOT inspection will be incorporated into ICON's work. Due to the extremely tight schedule, as an optional service, the ICON Team can perform this inspection and we have therefore included the scope and fees as a deductible service. Grade Control Work Required To Return Assets To Pre-Flood Conditions: In order to return the structure to the pre-flood condition, it will be required to divert the creek partially around the damaged area so that the portion of the grouted boulders that have been undercut can be removed, the base stabilized and then replace the boulders, and grout in place. Rebuilding the trail/sidewalk along the southern bank will be included with this work. Although this may be considered mitigation or betterment, we would recommend that the trail be constructed with a creek-side cutoff wall to minimize opportunity for flood water to undermine and lift the concrete sections. We also will need to re-establish the irrigation return ditch and pipe along the southern bank, just downstream of the drop. We believe that the original design of the drop structure followed the then existing design criteria for grouted drop structures promulgated by the Urban Drainage and Flood Control District (UDFCD). There have been many changes UDFCD standards over the years, however we believe the fundamental design of the existing drop is sound. It must be pointed out that as a part of the original drop design, there was an effort made to protect and deflect to the south, the channel's northern bank upstream of the 1-25 South-Bound Bridge. The bank west of the 1-25 corridor was being eroded to the north as the creek was directing energy in that direction. We believe that it would be advisable for the County, in conjunction with CDOT, to further investigate if the deflection vanes upstream of the 1-25 South-Bound Bridge are still intact and performing as anticipated. Bridge Work Required To Return Assets To Pre-Flood Conditions: Assuming that the pre-spring runoff repairs are made, and assuming that the detailed inspection (regardless of who performs its) does not reveal scour damage or other structural damage, we envision that the only work required to bring the bridge back to pre-flood conditions is to replace the guardrails that were damaged in the flood event. Additionally, although not technically a part of the bridge, the trail system under the bridge has been extensively damaged and a decision will need to be made regarding its' replacement. A potential scope of work for this phase will be re-visited after the detailed inspection of the structure is completed. Work Required For Mitigation or Betterment: There are some minor maintenance issues associated with the bridge that could be considered, such as repairs of minor concrete spalling, and resealing and resurfacing the asphalt wearing surface of the deck. We feel that the armoring of the south bank in a similar manner as to what is immediately necessary on the north bank to create an effective closure from the bridge abutment to the drop structure sheet pile should be considered. Although this bank did not suffer the same degree of damage as the northern bank, we believe that providing a continuous barrier, similar to an extended wingwall, may have future value. Right Of Way Needs: A construction access easement should be obtained along the north east side of the bridge to allow repairs to the erosion in this area. Discussion will be held with the County to determine if this easement should be temporary or permanent in order to provide future maintenance access. It is our understanding that the County controls access to all of the adjacent downstream property to the south. An easement may be required to provide access and staging area for the repairs to the northern abutment. It is noted that there are several exposed utility lines, none of which were present during the original construction of the drop. Coordination with the utility companies will be required in order to ensure that the utilities are replaced in easement and do not interfere with the proposed sheet piling. EM-9.5 Grade Control and EM-BR9.5-25A Bridge Page 4 of 9 ICON Engineering, Inc. 1[ (CON ENGINEERING, INC. It is our understanding that the County controls access to most of the adjacent downstream property along the south bank and that additional ROW will not be required for any of the phases of construction on that side of the creek. Construction sequencing, constructability issues: In order to drive sheet pile, equipment access to a fairly flat surface is ideal. This then creates the constructability question of which should come first: the sheet pile or the needed embankment repair. Further, if the concept is utilized of constructing a wingwall type closure structure from the bridge abutment to the sheet pile cutoff wall, then the two walls may have to be constructed more or less simultaneously in order to not "box in" the sheet pile driver. Furthermore, access for placement of riprap along the Frontage Road bridge north abutment should be completed in advance of extending the sheet pile. Sequentially, this will require that the bridge and drop structure should be constructed simultaneously. Additionally, we are only generally aware that there are multiple parties involved with private party stakeholder's efforts on the north side of the river to put the river back in its channel instead of into the gravel pit. Working with them may require adjustment to construction sequencing. Detailed Scope of Work: We envision our work to follow the general outline below. Pre-Design Tasks: 1. Meetings: Common to all projects will be attending weekly meetings either as a participant with the other three consultants, or separately as a part of the projects specifically assigned to ICON. Meetings with the other consultants are assumed to be held at the Weld County Public Works office, while the ICON specific meetings are assumed to be held at the Weld County Services Center located near the County Road 24 Exit from 1-25. These meetings are assumed to start on January 28th and run through the completion of Phase 1 design for all of the projects within the St.Vrain basin. 2. Obtain Base Mapping: Although ICON has access to the CADD files of the original drop, it is in metric and does not reflect the extent of damage to the area. Accordingly, we will prepare base mapping using the available FEMA LiDAR information flown after the flood event. Additional field surveys will be required to pinpoint critical elevations and locations of improvements. This scope includes tying the projects to the CHARN and an NGS Bench Mark NAVD 1988 on Stateplane coordinates. A minimum of three control points will be set at for future construction. Utility locating will be coordinated by ICON, Kumar and King Surveyors will survey in any markings on site and add them to the Base Map. Platted and deeded property lines will be shown on the Base Mapping, and any acquired construction ROW created by separate documents will also be added to the base mapping. 3. Utility Research: We will request utility maps from owners known to operate in the area, and will plot the locations based upon the provided information. This information will be further refined by field surveys of exposed lines. Potholing is not anticipated. 4. Geotechnical Investigations: We anticipate drilling two exploratory borings through the backfill at the abutment to an elevation below the base of the abutment. These borings will be used to help assess the effectiveness of the emergency grouting previously placed. We believe that there is sufficient subsurface information along the grade control structure from previous studies to serve as an aid in designing the new sheet pile. However, work at this location will include providing geotechnical engineering recommendations and considerations for installation of additional sheet piles; foundation support recommendations for the grouted boulder portion of the drop; and earthwork recommendations for temporary and permanent slopes, trail EM-9.5 Grade Control and EM-BR9.5-25A Bridge Page 5 of 9 ICON Engineering, Inc. 1[ C`O)N ENGINEERING, INC. pavement subgrade, surface drainage and erosion control and scour protection for the reconstructed bank slopes. Additionally, we will determine if erosion and scour has removed foundation support under the remaining portions of the grouted boulders upstream of the sheet pile cutoff as this may impact the extent of the Phase 1 required construction elements. 5. Environmental Permitting Evaluations: ERO will prepare a listing and opinion of need for all/any environmental permits that may be required for each phase of work. Accompanying this subtask will be confirming letters from applicable review entities. (Note: it is assumed that no ID 404 Permit is required). 6. Easement Acquisition Services: This task will include preparing one legal description and exhibit for the temporary easement needed on the north bank area. This work will be completed by King Surveyors. When the description and exhibit is completed, our property acquisition experts, H.C. Peck will meet with the County to discuss temporary easement values; prepare an offer letter package; meeting with the property owners and present the offer package to secure the owner's signature. After that, H.C. Peck will order a warrant request, and then coordinate and provide informal closing services with the property owner. Note that Title searches are not included in our scope nor is the review of title commitments provided by others. Phase I: Design Work To Be Done So Construction Can Be Completed Before Spring Runoff: 1. Detailed site visit 2. Determine Design Flows: ICON will pull data from the St. Vrain Creek flow gauge station and past FIS reports. In particular, we will determine peak spring runoff figures for the past several years and also published flows estimated for multiple frequencies. This will allow us to qualitatively assess and compare the risk due to "normal" spring runoff flows against empirically derived flows determined by others for a variety of storm event frequencies. With the County's concurrence, we will then use engineering judgment to make an educated determination of the minimum design flows to protect against for the first phase construction. 3. Hydraulic Analysis: It is expected that a portion of the work will be within what would normally be defined as the creek floodway. As a result, the Phase 1 work will require a Flood Hazard Development Permit (FHDP). Among other things, this permit will require certification that the construction will not limit or restrict the flow capacity of the floodway, not cause a floodway rise and that fill material is designed to withstand erosional forces associated with the 100-year flood. Although portions of the Phase 1 work may be temporary for emergency purposes only, other portions of the work (most notably the sheet pile) will be permanent improvements. Accordingly, we will prepare a Hydraulic Analysis of proposed improvements to compare the effective floodplain with the proposed floodplain after construction. We assume that a no rise situation will result, therefore no FEMA LOMC required. 4. Design Phase 1 Improvements: Because there was significant damage to the grade control structure and exposure of the abutment and wingwall, we anticipate providing a structural inspection of these elements, and will, as a consequence of our activities, also report on any other noted structural deficiencies of the grade control and bridge. In order to protect the roadway embankment and grade control structure from further degradation as result of spring runoff, we anticipate that additional fill material (grout or flowable concrete) will need to be placed under and on the backside of the north abutment and that the grade control sheet pile cutoff will need to be extended north and then west to tie into the bridge wingwall. Roadway embankment material can then be place to stabilize the current vertical earthen wall. This will require alleviating utility conflicts and designing a new outfall for the existing storm sewer system. Additional design requirements will include proper sizing of riprap to be placed along EM-9.5 Grade Control and EM-BR9.5-25A Bridge Page 6 of 9 ICON Engineering, Inc. 1[ \C`O 1 ENGINEERING, INC. the abutment and along the cutoff wall to help bolster the sheet pile. As a part of the design, we will complete a sensitivity analysis to determine what additional level of protection (and associated costs) may be required to bring the riprap along the abutment up to ultimate design standards, that is, 100-year protection rather than just meeting anticipated spring runoff. We will advise the County if it appears in their best interest to complete the ultimately required construction during the Phase 1 work. Additionally, work on the south side of the channel will include verifying the working condition of the irrigation return line. 5. Prepare Right Of Way Plan Sheet: As an easement will be required, we will prepare a CDOT format Right of Way Plan Sheet. 6. Traffic Control Plan: We will prepare a traffic control plan for the First Phase construction. This plan will be a part of the "Write-Up" set of bid documents and as such will reference applicable CDOT standard traffic control detail plans anticipating the need to keep at least one lane of the roadway open during construction. This will include a tabulation of required signs etc. for bidding purposes. 7. Write-Up Bid Documents: ICON will provide the following pieces of this type of bid documents: 1. Contract Drawings 2. Bid Schedule with bid items and quantities 3. Project Special Provisions 4. Standard Special Provisions (Index only) In addition, owing to the specialized nature of the expected Phase 1 repairs, we will provide necessary detail drawings and notes as required to properly estimate, bid and construct the improvements. Where possible these are anticipated to be 8-1/2" by 11' sketch drawings, but it is recognized that a construction control sheet providing coordinates of critical items will be necessary and will likely have to be shown on full size sheets. 8. Coordination with local land owners and utility owners: We will coordinate with local land owners and utility owners to include informing them of the first phase construction plans, confirm any utility relocation / conflicts needing mitigation, and to gain (in the case of utility owners) written confirmation that the construction can proceed without impact to existing improvements owned by others. 9. Coordination with ICON Team Members: Rather than having sub-consultant involvement at each of the Progress meetings, ICON will be responsible for all in-house communication and feed back to our subs. Incorporated as a part of this task is communication, receiving and processing invoices, and receiving payment from the County and payment to subs. This task also includes receiving and processing progress and schedule updates. 10. Quantity Estimates: Quantities will be tabulated and formatted for inclusion on the Write-Up set of bid documents. 11. Unit Price Cost Estimate: ICON will prepare an estimated construction cost based upon recently received bids for similar work, and based upon discussions with contactors that typically complete this type of work 12. Submit Draft Plans and Specifications To County 13. Revise and resubmit Phase I:Services During Bidding For Construction Before Spring Runoff: 1. ICON will attend the Pre-Bid Conference to answer Contractor questions as needed. We will assist in preparing one Bid Addendum if needed. We will assist the County in tabulating bids, and reviewing Contractor qualifications to complete this type of work, which includes working in and around a major drainage corridor. EM-9.5 Grade Control and EM-BR9.5-25A Bridge Page 7 of 9 ICON Engineering, Inc. 11 \C `ON ENGINEERING, INC. Phase I: Services During Construction For Work To Be Completed Before Spring Runoff: 1. These services will be provided on an as needed basis to supplement County staff as needed. All of parts of the following tasks may be required: • Attend Preconstruction Meeting • Provide Site Visits: For purposes of this submittal we have assumed that work on this location will require inspection requiring our on-site presence for 120-hours. • Coordination With Quality Assurance Tester: ICON will request Construction quality control testing as necessary to meet the intent of the construction specifications. It is assumed that the actual testing will be provided by Kumar and Associates, acting as a subconsultant to the construction contractor for bid items and costs determined as a part of the Write-Up set of bid documents. We have not included costs for Kumar to complete quality control testing. • Coordination With Construction Staking/Surveying: ICON will generally confirm that the improvements are being constructed in the location and dimensions necessary to meet the intent of the construction specifications. It is assumed that the actual surveying will be provided by King and Associates, acting as a subconsultant to the construction contractor for bid items and costs determined as a part of the Write-Up set of bid documents. We have not included costs for King and Associates to complete construction staking / surveying. Phase 2 — Design Work To Return To Pre-Flood Conditions —The scope of work required to design the work needed to return the site to pre-flood conditions will be covered under another work order. Assuming that the inspection and design efforts of the First Phase of work do not reveal any structural deficiencies of the bridge, and assuming that the First Phase of work completes the work described above, we do not expect additional work to the bridge as being required under this phase, except for the trail replacement. Work on the grade control structure is expected to include: 1. Determine limits of removal and replacement of grouted boulders and buried riprap 2. Determine limits of buried riprap required 3. Design Trail replacements through drop structure (use concrete toewall along creek side). Confirm FEMA payment applicability 4. Design irrigation return outlet 5. Investigate upstream channel impacts near the deflection vanes; coordinate with CDOT and advise County 6. Phase 2 hydraulic analysis to confirm no-rise assumption 7. Determine quantities 8. Determine unit prices 9. Prepare draft Specifications 10. Submit Draft Plans and Specifications To County 11. Revise and resubmit Phase 3 — Design Work For Mitigation / Betterment Work —The scope of work required to design the work needed to return the site to pre-flood conditions will be covered under another work order, but is expected to include: 1. Design and grade out south wingwall/sheet pile return wall 2. Determine need for and conduct Benefit-Cost Analysis as needed to confirm FEMA cost sharing. 3. Design repairs of guard rails damaged by non-flood related events, and resealing and resurfacing the asphalt wearing surface of the deck. EM-9.5 Grade Control and EM-BR9.5-25A Bridge Page8of9 ICON Engineering, Inc. II II ( I ) 1 ENGINEERING, INC. 4. Design and grade out south wingwall/sheet pile return wall 5. Determine need for and conduct Benefit-Cost Analysis as needed to confirm FEMA cost sharing. EM-9.5 Grade Control and EM-BR9.5-25A Bridge Page 9 of 9 `o r O N- V O CD CD N O N O O O CO CO M V a co V 0 CO CD O UD 0 0 0 UD W N tD N- tD O r- V V r r 0 V 0 CO CO N 0 O M N M CO V O N O) r CD V O O O O V N CO 0 M M N r to N w v N w f` M M t7) N V CD O CD et w N O in N CO CO M V O) CD w CO O) CO Co r w CO 'V w CO CO CD V a N CA r 1` O w M CD V 0 0) 00 co O a N N VO co CO h J V V M N V M V CD O N tD M CO N CO M CO r O V O N) r "Cr O r r tp UD h M O) W t7) M M O O) N r r w h M CO co N UT N CD CD r co w w - w w w w N N w N w N w V) w w w w w w )` w w w w w w 6- 44 co Q Q r r N M f` N r r N 1• V r r M h r N V M tD h r N M Cif M 117 O Z H 44 Vi 44 N r w w w w co-) N w w r r w w 44 44 w w tD w w r r o w O Q O a w w w w a N r w Cr H w 0 C 0 0 0 O 0 0 0 0 0 0 0 0 0 0 CO 0 0 0 N 0 0 V 0 0 0 0 0 0 N O CD N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 y « O N N w w N w w w w w w N w N O N V) V CD N w O w w w w w N N N CD N w O tN w w w w N w w w w w N w w w w w w w w w 0 o a, V h 0 co V N r 0 Or N 7 w w H M 1" N Co M V N co 0 0 0 0 0 O O O O O O co c 7 0 o w r w N r r w Dj w w w w 44 w w N w w w C") c UJ C F- IA N V) N N U) N o 44 w w i. U - o 3 N •O 1 U O N N 0 0 ,c el Z_E y H C U7 C C a V) V U dC0 w , . , - . w mrN I I I ) d d o^ -C 7 CO 00 ! O^ « z o o °8 o r. - - 0 • II 0 o O 2 ip N \ i 1 ' ' . • ' . iv- co w 44 c W i 7 H L cU d CO co CO - c 0 CCU) M 0 0 n N N N N �.limmallr vC CV a ttn (i w t_,44 . N C W a� . c CO c (11t la d U G N r O O O O w U C C N N r to M <n N N M t COC V) CO Un N O_ Q W o d u.) p e_ d O N t6 C C r- a E 06 I.) N- N- 0 0 0'sa'Ca 0, tO U N N S o 7 fA to w CO O CO N N E C0 y C n- tr O O 0 O 0 0 O 2 _ tO v) w in v u- mY 7 to U to N V m CO CO t K 0 0Tt 0 40 1:5 N0 T 7 U 00 C� IC O 0 m E CC W tp/) C N N V) to 1O N C5 a d a V) w et H CC Mill v-03 0 f` V O t0 tD N O N 0 0 0 O a M V N O tD r tD O O O O) O O V CO CD V f` CD O f` V V r r O Q yy O CO CO N O O M N M CO V O V N O) r UD CO V O 211 V U M V) CO O M M w r N N N V w w N- r M M to CD tD O tO V N Co O N N ID W CO N CO N CO O CO O w CO V w W CO tD V N CO CO r f\ O N N O V O O O UD O O 3 Z 0 V V M N V M V (D O IA N co Cp r r Co co an r ,- V o C) r r O) r r CO CD O M O) CO O) M M CO O) N r r w N O) co CO M N CO CO N r V a �C U CO r N w w w a N w w w w w r, )_; r w V N ,f N _ N w r; N ,a N N w w w N N V) w N V) N r V) w w [)1, N C,.� In 00 d to O ~O 44 w w N N w w w 44 44 N 44 N w r) w w rN rw O cc NO H d N L Oa CA rn_ a W I I ' I I •S ) '.-E a) o //� (7 U = a) in cm N VI to O a )an O 0 0 to to 0 0 0 a u7 OO 00 ; 7 tO N N CO V C tf) M O U OO U w to Co M V) V) w to w V) Uo to Un Co t0�) NN } ` re Ca U -- w — 1 t to a y O In .0 co Q) E M j 0 0 0 O 0 0 0 0 0 0 0 ,`nD 0 0 0 0 0 O 0 CD een a) N 0 0 N Ni N co it) r r r p r C t` N r N CD CO O N N O O /y� S wS w w '� N m v) W a 0 0) � I - '- l0 a 0 to 0 N O E Z Cn O O) 7 0 0 o O 0 O O o O O O O 0 O o 0 0 o O o 0 0 0 0 o Co v J a (5 U _ CV N C M N N (D N M N N N M N a re) V N N N (O V O V) O to C� fD L CO J to to N -0 0 d - I 1 d oCo i m o o z CO *C. if) 0 00 0 d 0 7 O O 0 O 0 o 6 0 N CO Q U m 0 O to O co O CA r N Q C LL- d V) = r O+ U a w w .c C7i Cu o W c �.__, a 0 d a d d 0 Q -0-) c _ co D 0 O CO O O CID 0 0 O o N H A/ C � W p c0 CD Cp U-7 tt') 0 CO o to N _- 'LLn W C w S N 'n y) co V Z W O _.—. .--•--. 55 d O V c C _ O O O O 0 0 0 0 0 0 O o N d C r r V CD O r 0 V V C 0 C 0 ,- O En O to r C co m tt) r 7 W w to w op _ I— ' Tv - C c C 3 O co O o 0) H 'N c M 0 0 0 Oa O 0 O O oO M 0 0 O o n r 0 •A . r O r N CO Cr) 'Cr Cr r _ o a O a _ t CO ,- c01 w to r En w d w a _ to Co c0 to CO N •- __ to 4 0 0 O. 0 o O O 0 O O Co0 o CD U _ _V 7 0 _ CO 1` O w C O O Co) N N V N N N O, .4- r O a O a O V E X O CO N S Co N --- CO W CL o --- _ a To = o c m o a a t N o0 0 0 0 n no 0 0 0 `c o 0o to 00000 0o U n o 00 n r) 0 in c,00 n000 p � o00 ? � a - tn C to r N •O N L7 - r 0 to. N O y _ N C r r N O O r r CO N M V V N 0 CO M CO r r O 0 N r r 0 0 o p O V r _ V V m r r tD p cc w V) V3 N CO w a` In W V CD N N .a 0 0 0 0 to 0 0 O 0 0 O O O to O O Cn 0 O O O .n O to a CO tt1 O 0 to O O LO N C o 0 N 7 hCO C r 0 r to N r O r - CO r r N r� r r r O r r o r r r N O V CO r r 0 M r� c'. r 0 C t� C V CD CO .E .C w = to w to w E_ • V)� V) 0 0 0 N N a C/) F- 2 '. d '- d '- d )' d a' N T N O LLd. O LL 0 u_ 0 u_ D O to N = _ S - x x _ 0 U to — 43 - to — to — '° S J .c O O o O o O O o a o ff O H o ff O H Q H 7 0 H c 0 N N H r H O ,C a H .0 co N .C CO .C ea m .C ro w m O H R 2 L LL y d 0 U LLL d a d N .C CU v O vo v c a s L Nry d ' 4J v a ,- d t o V m T O to N CU 2' v m r ` aa R CO O m O 0 cC 0) U •0 C 0 V d 13 CC S_ 7 a d 'C 0 Y d L d co 0 Z d oo m CC In d 0 0 C T H L N To a O) c coc O N o r 3VI « c 'C C m CZ m o R a d en 0 C E a a 0a -' a; 0 0 2 In me a U d ea- d C N41 7 O v iY U O d J .. O) , t w c d 0 Y :LA O d a O J 4_ ` LL C O d H COCOC O) N Y N j �' V) N O Uad U N N C N a _ — N .O O y C C C M Q V > V 1 E t Of x 3ct) O i d E 2 — V! p Z c "gam"+ Y Nrn .� ` d C N J U O 0 4- N C m [! m 0 U -0 d p �' o - to .o > y H o .0 0 a) c N to — L3° O o .� d a LL y r N o n r oa7 > d TdCO E w— L o = « d u > aLc to = av U '> �n o O dQ M C U Y ..c- r O U ea O) a 'd0 CC d tOj d c Q. C O U r d > O W `O a c « N LL tU0 LL d c d d , d o c v co d o a c in ary � N c � 3 c c L H _z E o c � : c E o a c a q o $) N w ° rte c om et w cc - c a m w ._ 3 U ea 7 r c a T >` to m y o 0 0 ° d Z c a y v N m c N c R 7 w a v v a U y Z a a d p w Q d `e 7 a )- o ODM a, On a . � Q U aC y dH E cuq� N p .N 0, 7 oa u u ea c d � H c o O d m en d v c 2 rn R o 0 c .T. 3 c v C 01 on `.1 w O d M d ❑ ° CO) _n D 7 T O 3 y y a CO u) d O co U w c a o a c aC c m U Z :0 cu 0: v es 1C ≤ t6 R - C O d '> 0 d a N N E C C v O N C - 3 U N 6 « to dVuOi d w a rnT ,r p a = o mLL d a en m « i W m c a _o Q to 3 10 U C mO 7rnv d a 3 " Nv v w o v) .a U .a U ti i- tO .'? !n > 3 '� LLo _ @ _ > >> o d 3 0 _ c u u v 3 v- c JW ro Y d d .-z 5 7 J >. d c N T N j Tm U c > a., d7 d LL v 3 m C d c "' Ua d U t6d CpV) « N m >, rn V .C U C d N a C 3 O O d O dQ H U r2 a-. d C N y S Y d .d-. L'd > c = — d Cn d a O U L d v > d L V ._ r_ N oOCCO d « — O U) m r C • Y y �. a > d �% C r= 'O O co O C E r a O d rn 1`0 y E E E U d L CO .O CC O E CC O _ C N d L. U O U R f6 _ _ c 3 a c c v v o d u u O m Of 0 y CO C Z 10 A 7 d 8O r 7 CO v a• L C CO C O E C O .N U CO CO 7 U' 7 d = •� r C •+ a �' - CO •@+ N C O C6 U CC U U N C d RI 13 al 7 N U C 'O O V W Q•N d O) G1 41 2 Q J a U O. W LL d O E U Q ❑ S a d' Q tn.' a Cn 2' H > a m a g re C/) Q U O O 0 M W M W U co 2 m CO d w H CC p E ❑ d in o > O d CO N > C C O fl N CC W F- Q Y D OL .,, « —y N C O V) 'O d V) d o d d O 7 d a � z c- Ow d a` acng7 � � Li IL C7w oUH �' CO .0 u a mV Li o o a maQX a U aaOu) IX w O J W W Q a U a o r N M N in f` r N M V . r N M V Y J r N M V CO tO r r r N M V CA u. CL 0 0_ 00 _ Q m O 0 W LL U' S _ - Q m _ Q m U ≥ Q m U 0 W 2 a M N C 0 N M Cr) CD CA Nt N ti CO CO Nh LC) LO N O ti N' a0 CO Ef3 Ef3 Efl Ef3 C3') O CO I` CD N r CO Ef3 Eft W O N Ef3Ef3Ef3EF3 e N o e o to U 0 I co O o o r In r m r c� N N N N r O O) U) CC G r a O Efl g' 12 (") r r In o IN O • U 13 cc C r cOCD o (O CD 4C N O r I-- O O C 2 .OO r r O ^ M .... O Q CO Im +.+ ._ E4 IC p c En o o Eao ,E o a = a U) it o d a) o or) a to O 0 0 +4 OCD 0 � 3 a- )- C a3 r O V lJ.l m cc EA a3 O N sera :- r N dZs C M fa = 0,5 E r‘ C0 Co F- O E _ _ Lt] O H 'O O in N N Ey. 3C r 0 r V' N r Eft NI O r r ea WI - e �� `� O . d , 0o00 0CDL0000a ea cnrcoo0 ; c i a o (ti 2 s s s °) EA Ef} Ef3 tf3 Ef3 ta O I m g '0) 3- E1 co Cl) a- O O � ` ea :° U it) �. ?+ ,a; N Cl) +0.+ CO N (U O E (4 (9 .a co >, >1 E _, O dd ` O C.) U_ u) N O O O O U C N w 8- 0 Q) r E0 L. C p) U U Q) ) C U O O N (0 O LI Li crl vs K •- .°C .L= MOW- x o n .0300 J ILIddJa. U` W F- N ri C a = d O U = 00 e..{ LCD t_ N CO L- O V) .CI ItU CO J CO L o6 u 01 COtO r"•• C CD C It O 01 aJ CO - U if? in Q N ro 3 � V m co V N CO O > NN N N n w w in 1./). in. COCU n d' 4 1151N ai � Cl) a m ri O = in i!n L QI a) o Di _ >. O 2o J _ 0 Cl, z` a) > i O O U >. a) a, c OO N C N OA LL c a) a) cu a E en_, 'O Y O m O Z. 8 v C o Cl OA E u V .C 0 �-+ O a) tlI t_ a a `^ O Tii > a cov, CO L_ N 1L E-" rl N m , ...... - - i w I Ei 2 \ \ 2 & S E R E@ R § 2 E w _ _ ® & a ® Q Q - / o |I- 0a . . . n k k 0 In CD N CO CO = 2 = z wr \ Iii P- w O z o w � � / .78 CO 3q 2 M a II E v •::CC J 2 J _ 8 O O 2 c § join Z § z n m n 2 2 el Q o it 1_5 _ cc x w O w 2 . ,, _ II a I. D CA E § re 0 Li Q z jZw ] > 2 CD � a CC < N m k a o FE I- � q g CO . 0 w k x r r O 2 - . . - . - _ Iii i in w 41 in w a- w » 2 © S w m. < 2 3 0 O k• r.% UI I « r 44 ,. - - in Q tq 0 0.1 Lii w 0 w c o cri w k z r m scr _ « N m \ .- Cr 02 i cc a. E w _ . . . . CC . Ln cc) Ln \ \ z m / - ® E2 . , w \ o i cc § m se � > o t ] z k _ a) k $ cc w k k - 3 § 7 2 { \ C ° kCO { ° ° 2 @ 03 \ 7 J E 7a. m k R ¢ ° 2 ` \ k $ m 2 } § 2 / 2 / J @ • = 2 cr w t o t F 7 - 0 \ R TA @ \ \ § 7 f 8 3 0 0 ox 3 N m o g ' 2 i ' a\ 3 ' c o •i (t) § L _$ / d 7 g + 2 k i a B 2 ! ? _ CC o Cu- \ 0 / e 2 W 2 0 } k 3 k a w } 7 k } 0 < \ I- ^ k @to in In % � k GO Ro o CJ II CA § f ICO _ c0 @ m tn N. Cli kco e w 0 z E• $ 0.1 8 2 § - � G m a_ II z k < ~ ^ § O o m D ' cc O co ob § ft cc 0 W z O k g U) 1 = z 2 O >- z CC M cn E 2 ' ' ' Ii I— w q Lu o cc Iii z o z w z § < c © 2 O z k2 < < o w 2 w w $ z q e | _ w us Ls. & Ct 1_, < z k \ co co r.- ° / 0O O r R I ct u i - I— w — O• uj f UJIII R § - —) z _ co _ _ _ « o O � „ k � � aaLu In 9 | $ m0w ujjk ~ ^ 7- In / / � a2 / to if2 Ill ca 5 0 (2 CC k k IC k 3 \ wo f re ] - F 2 f ® 2 $ 5 • 0 t % E 1 1 2 f 6 < \ i % o ® z mg < 2 \ m @ I I 7 is t 0 0 § _§ co f ` ° I Q o r R \ k d i- 2 § a u Cr 0 2 a 0 at 5 - - I 1 az cm pptn .0. N vp co sal N a Eq C - 9 C v t/ N N_ Q G1 .,j h te I ill _ . a La U g 4, O U w in O 0 O O q 00 Q Hp 00 tVp en w U) L. 0 K. 00 e O M w 00 en tai C N C um T ( 4 .mg to O ti c •^" ` W ogo . OOOO q t-- ea u „ M1GaobOovDtV oo v; v'04, L o.03 1+1 N 2 W ‘o r,.. N W .- H rim fe Ea E u O O• cr ' O U •E I OOOOOOOOOO O4 C N N ',' "...i C N -it --- fV 00 Q o0 •-• tV et it g' rt p 444- ten C O i— .. Ua c., a °� SO 8co a .« ° ° — o c b ism Cie �' (tin � .O 0 W •° 3 v u O I o E _ _ I O c a I I U o 3U tti 13 "c -O b' I .C w a u c f/1 °° 2 -2 4, C. ` r St 07 L a I. I C � ° u 3 U h - F � ad 3�U ' _ Q a o F C 4nO o a el c •E v C� E ° G 3 o � : 3m r4 > 0 a• g ..7. a :p g 2 2 u u E :° obi E Q E I. D sit O c c a to S C u E Ea-. 0. .° C ` m a 3 v a Q m m 2,^ U o sr) O Le u C m o o c t.- 6. E eau , cti Hai . a C ,-' v O i z I ' es a Lai EU co 1.111 ob V 0. c al n a a E p _ E. C ��� FF 0 C o Ma� I _ J8t11I - d rt . jUlatnU 3 I I z Tr II{I�g 00 1IfI 1O S 8 N $ oo{Tri- �r. A I. 0 U va app app4. Q V3K N — . , . . ' . A. L. • is. CO U ' 4A c) �H . J . . _ . _ . r • u_V y 00 N N N U1 -- _ - - . k -e. r I-.. O g. N O O M i 4) CI ut c c', 0 M t .� C-11 y Ore r. 6. C to v Gr •0 . . ' 0000000 en t_ a �' .. cn gc 00 n N ' ' "i Ei u Q) O .`r G. a __ O cg C C 'n -r O r 1 r EI 61 Co) U fry ,i.if. cid VI op • , � °- a - v _ _ to z go en 1-4 U ;c N U u N 000000000 OD en n O C N aet N N nt o0 N N et et en en d 0 .t 7; 7U v c. O 0 0 a Sala :II _" W W eh v1 { 7 c u c , Ca Q3 `0 W Eu 02 ›c. , U v 6 U 0 _0 ^' 2 .cs n ;o u c `n c c,8,. o c...) u ac, o l co c .. 0u .— 3 'o a .C .s L• L. w ,422Oxil 2 E.- � 05 -e 0: c — 4 o jai � '� O Itot4 •oUIc E ° e 0 0 , u O iY so a ,r c4 i g c .• w, o e 3 E _ In u . U 'wl , -— > u el0 d. CA E a u — E Q E a L h � W O �°u, a vIU U E ° EC c..oL. o E n 2 U p u o r. U L • c c tp a:‘)° 0 2 z ac+ •r N u �+ Go EE c. Fl U o . 2 E o .2 oz E2 '$ Oy3 6vU c r U 0 L '- . a C ou a.II2' � u2 2 Eo u l i -- c — •r--i C v) in a •_.r. c c4 el IX c c o el est: E 0 € i aac .a3 � � ,a'a a.. 04v) U 3 2, I •s Ck I IMO INPFtitikStFtUCTURE EN GIN EERS , INC_ EM-BR9.5-25A — CR 9.5 Bridge over St. Vrain River: • Measurements of scour depths at piers under water. • Evaluate condition of the streambed around the pier for washout or infilling. Hourly Overhead Loaded Mob. Field Total Hours Rpt. Cost (Hrs) Rate Rate Rate Hours Hours Hours Engineer/Diver (1) $42.85 1.6769 $ 114.71 1 2 4 7 $ 802.94 Engineer(1) $58. 15 1.6769 $155.66 1 2 3 $ 466.99 Tender/Diver (1) $25.37 1.6769 $67.91 1 2 3 $ 203.74 Cad Technician $23.40 1.6769 $62.64 0 0 5 5 $ 313.20 Clerical $ 19.85 1.6769 $53. 14 0 0 2 2 $ 106.27 $ 1,893. 13 Equipment Daily Rate Number D of Number o Qty. (Equip) Cost E uip) aysf Dive Gear $ 40.00 1 3 N/A $ 120.00 Dive Truck Package $ 100.00 1 N/A 1 $ 100.00 Fathometer (diver handheld) $ 75.00 1 N/A 1 $ 75.00 Ultrasonics Instrument $ 120.00 1 N/A 1 $ 120.00 $ 415.00 Grand Total : $ 2,308.13 CA Aliel INFRASTRUCTURE ENGINEERS . INC . EM-9.5-Grade Control — CR 9.5 Grade Control Structure • Measurement of riverbed depths at d/s edge of bridge and u/s edge of drop structure. • Measurements of undermined/scoured area at the drop structure riprap. Hourly Overhead Loaded Mob. Field Rpt. Total Hours Cost (Hrs) Rate Rate Rate Hrs. Hrs. Hrs. Hours Engineer/Diver (1) $42.85 1.6769 $114.71 1 2 4 7 $ 802.94 Engineer ( 1) $58. 15 1.6769 $155.66 1 2 3 $ 466.99 Tender ( 1) $25.37 1.6769 $67.91 1 2 3 $ 203.74 Cad Technician $23.40 1.6769 $62.64 0 0 5 5 $ 313.20 Clerical $ 19.85 1.6769 $53.14 0 0 2 2 $ 106.27 $ 1,893.13 Daily Number of Number Quanti Equipment Rate Days of ty Cost (Equip) Dive Gear $ 40.00 1 4 N/A $ 160.00 Dive Truck Package $100.00 1 N/A 1 $ 100.00 Fathometer (diver handhe $ 75.00 1 N/A 1 $ 75.00 Ultrasonics Instrument $ 120.00 1 N/A 1 $ 120.00 $ 455.00 Grand Total: $ 2,348.13 L t» U - orir-Iri � THrlCrri �CO o C J = _ t/? co , L ust 4„i C Lfl "' E c L QJ 13 o OD Q '0 O to O L +' C c-1 m u w o ai in +h cc ea U U O N OA ri 1 O N O w Li1 a ih U). Q1 E CC w O O m a tio r,Incc 4 Kt CD i W ri ri ri Cr ri rI N ri ri W ri = L ;-4 O LA t,/} a) _ N ti4 0 O C rl M W N N a in in 0 CU CU u- a) O C _ ?• O To t .fl O O -' 4-, _ .0 U C to MI 4-0 a) u it o ON !Y U ir- cc 06 p cf o 0 o c c a C '+� o N w v o v LL I.- O co > +, o?S en cu +-0 L a0 c cn �r c +� C to -o ° 3 YpJo o a) ir. .� ,o OO ` •> L C C N QCD +^ 0 co U 0 CC O 3 U O to L o a. u p ° z«= v a c U •C C Y > u C to .— tsh o Cl-13 L— • a) .ac o u a o �v a a) > a) 4-0 to a Y i.n H to a a 0 P (A co LL C H e-i _ (iv _ M _ [t _ Lfl CD i•-•• _ Oo _ -t p N w N i w ti H ONO coN d; cc -.4- 0 O 9 v3 N N N C� a. _ lI1 H e) QO en cn b9 6r4 69 b9 to � � � a ill 1,e, cc: o o U H 0 Ni g1a cQ b H GI ti _/ 'El N f to � � a U a l z EA m m ...zi g ,D r . 0 a Q QM 7.I."7.I." sz o o +O czt ti„;F a' :a ¢ Ei v t- c E 9 ck E7 to g g o 5 03 oPU H " .2 cti col TD H a0 ca b � N t • • 1 o )23 x O Ow° �s � 1 a.' th ai r " v 54 _ J it � � g 3 A ° v ›, 00 Zi 00 u t a p § t1 a La''^^ y -- 01u o a. c �[a'y'7, 3 g x' 8 u .,d 6 g b Id .g tsg O 0 te-.1— 41.) E oil et th .•gO 4) :ici ° -ti *bee E. .5 8 t' 2 g 0 H a 4 6 '" 4, 13 9 „a .R L.,- 411 41 . Et 84 .;73 i : 0 k Ea ego U � 4 � u U t`14 Ett 11 4-1 2 g -6 t 't §1 lig L. -g .,2 ,g , 0 .4 I a O 2 °° if.) .-.. N M nt' cc p O �2 vG R' .--' k U� 1 y M a, g x3a U OM c Co 2 di 2 cn c a) CI) a) c LL c d' I w r Z a, -- O NIA 2 6-1J Iw IL ci I-I TIj c`o1�1 '2; I !WI fU- 'Cl-r_ 0F- al IC• 2 cn ! to ! u.. ! _i N,~ L co 5 U i to I I LL ; Co V' H I E ▪ . CO N � I U) .Q g 1 LL (f) I U) [ i et ~2 tp _ 1 T ~i i J .Q21 N LL0. LLtI I CI ---t Z 1 • r N u) .cstgI Q) W I m li col 0 kof 1 L- H N ~ FA i mim- a) •— LLt0 r 4.2 !co a • LL co W cal i_ ci2 cu U) V l— corniI—! c.2 i , as [ n u) .4.I- N`i . I— it _ 4- ¶ 4. 4- 4- .4- .4- it . it 4- it . it it . it it it - it r r r r r r r r r r r r r r r r r r r r r r r r r r r r r- r 1 4 CD 00 CO CG 1� 1� N 0) CD M4 CO M 1` O to Cl) 00 CD O CO tc N- O r N- r r N N N-- N N N N r el N N N N N r r N r r N N r r L N N — — N N N N (`') M Cn r r r r r r r c Q) M •` N N N -O N N CO CO M CO CO CO CO CO -c-v.5 C L •a) a) = L c c -a '•p L O 3 L O L _ p CU 'c a) •c "O c : c c a •C p a) `t ~ I- 1- H ~ " 0 H H ~ r 1I- H "' u" 2 I- - g is. H H H Cr) c it it it it v it it v it it it i 4- v v v .4- 4- -4- .4. -4- .4- .4- v it .4- v v v .4- a) r r r r r r r r r r r r r r r r r r r r r r r r r r r r r a) Y V a0 CO U) if) O 6) O h ti r V CO 'a CC O Cr) ()0 2 r r N N r r N NNN CO N ` r N N ` N N r r r r r N N N N as r r r r r r r r r r r a) i1 N ` N N N c N N CO CO e-..:5 CO CO CO CO CO r 7 O 0 0 O L LL O LL L. L`"o 0 o = o j _ ` Q) c 0 •c o LL L H H 2 H >, N >, >, >, fn to >. N >+ N N >. !n to N !n 00 to co N >+ 0 N N to N !n N (n(O C J. CO CO CO >, >, CO >, co Y >. co T >. >. >, >. >. >, >, >, CU >, >, >, >, >, >. >, >> O it p -0r r r 'a D V 3 -o -o -O -o -a -O P -o t t P -p P V V V P 'O CO 73 CD as as as as cu as co ro Ts as co as as as as co as C= U CU r r r N it COt o COLU N CON N N V 0 r (O L CO ap CO CO CO N Cn r p p) O r r N N r 0 C') -6- O 0 r C) L L a) I— Y> > Q) o a) L co . . C CO L -2 E a) Cr) > to a p cn U c c Cn c o rn ± a 3 LY o ,-(1) � I N C co E _ p �is 0 Y U c� � L co E O• >, o �, c O F- N 'o a) O U Q) : Q -c ..- O N V U Z L c — c LL U Y O co > Cll co or CD ., ca Q D 0 .5 (0 0 a U c o 5 _ V to (15 No Q d a) o c co "= a) L rn 0 0 U) E CC Q a) a 0 (Ni 2 >' C 's, co 3 .3 a) c CD -p a) 0) C C Q) CU = .� Q) .0 (O Q) a) Cn w. E O c Q) 2 70 O : t a co ... .._. .� o U L � L N m Q) O O) O U) 0 U � U Y N c c Q c CO o c a d o Y c3 ro rn [� am a tNa a > a a = 3 o 0 a co o o > a ai a) t Q) I- Y CU c +- a o O C O O Ce CO r a) c Cll O) w a) > C� 0 a. C� 0 0 0 a) i±-5 o o m c) a) a o m N . it o a U Q Z Li cts 'd rn O — a @ o a) aVj a O L O co •ui .5 al ci) 0Cn a) C a ?, _ „l- c --- W i a U) CD a W 0 !— O 0 Cl_ a U a, a Q a LL Y D � H H a a W 0 U V/ CC i Ali WOW O r N COV LU C.o 1-- coC3 0 r N CO V U) CD 1- CO Cr) O r s M -4- Cf) CD I---- 00 C3) O .a) C) w CC J - r r r r r r r r r r N N N N N N N N N N :M O LLaC a0
Hello