Res 061-2010 5/11/2010 RESOLUTION NO. 61-2010
Resolution Authorizing The City Manager To Execute The Agreement
Between City Of Wichita Falls And Wichita County Water
Improvement District No. 2 For The Lake Diversion Spillway Failed
Slope Remediation (Emergency), Allocating 50% Of An Amount Up
To $931,218 To Each Entity
WHEREAS, the City of Wichita Falls has previously entered into an agreement
with the Wichita County Water Improvement District No. 2 for operation and
maintenance of Lake Kemp, the Diversion Reservoir, main canals, laterals and other
facilities used in connection therewith, which allocates costs from October 1, 2008 until
October 1, 2013; and
WHEREAS, the parties have determined that the cost allocation provided in that
contract does not account for the gradual damage through earth movement that has
now resulted in a failure of the slope face on the Lake Diversion Spillway, and this
resolution will authorize a supplemental contract that will allocate these slope failure
costs, and supplement the currently effective contract for allocation of other costs.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF WICHITA FALLS, TEXAS, THAT:
The City Manager is authorized to execute the attached Agreement Between
City of Wichita Falls and Wichita County Water Improvement District No. 2 for the
Lake Diversion Spillway Failed Slope Remediation (Emergency), with such
changes as are approved by the City Attorney.
PASSED AND APPROVED this the 11 day of May, 2010.
MAYOR
ATTEST:
;
,
� ity Clerk
Agreement Between City of Wichita Falls and Wichita County Water
Improvement District No. 2 for the Lake Diversion Spillway Failed
Slope Remediation (Emergency)
This agreement is made and entered into by and between the City of Wichita
Falls, Texas, hereinafter called "City," and Wichita County Water Improvement District
No. 2, hereinafter called "District," both being municipal and political corporations and
subdivisions of the State of Texas, each acting herein by and through its respective
officers hereunto duly authorized:
WHEREAS, in January of 2009, the City and District, the joint owners of Lake
Kemp, the Diversion Reservoir, main canals, laterals, and other facilities used in
connection therewith, previously executed a Contract for Operation and Maintenance of
Jointly Owned Lake and Canal Systems that allocated expenditures between
October 1, 2008 and October 1, 2013;
WHEREAS, that Contract did not account for damages to the concrete face of
the slope along the edge of the Lake Diversion spillway caused by soil movement over
time, and this soil movement now poses a threat to the integrity of the spillway; and
WHEREAS, the parties intend this contract to supplement the aforementioned
Contract for Operation and Maintenance of Jointly Owned Lake and Cana/ Systems,
and said Contract will remain effective for future repairs, maintenance, and operation of
the lake and canal systems.
THEREFORE, the parties agree as follows:
1. Nofinrithstanding anything herein contained, it is agreed that no
construction or interpretation of any of the terms of this agreement shall be construed to
alter, change or modify the ownership of the jointly owned facilities, including the
ownership of or rights to the use of the waters in Lake Kemp and the Diversion
Reservoir, but that such ownership shall remain the same as set out in a certain
agreement made and entered into by and befinreen Wichita County Water Improvement
District No. 1 and Wichita County Water Improvement District No. 2 dated April 4, 1923.
As established by that agreement, City owns an undivided 66.11 % interest in said
facilities, and District owns 33.89% interest.
2. The City will design and employ a contractor to perForm the Lake
Diversion Spillway Failed Slope Remediation on an emergency basis in accordance
with the description in Exhibit A.
3. The District will reimburse the City for 50% of the cost of these Lake
Diversion Spillway Failed Slope Remediation repairs. Without the prior approval of the
District, the total cost of these repairs will not exceed $931,218 and the amount
reimbursable by the District will not exceed $465,609. The District shall reimburse the
City within 30 days after the City pays the contractor and invoices the District for said
reimbursement.
4. The District grants permission to the City and the City's contractors,
subcontractors, employees and officers to enter the facilities for the purpose of
inspecting and effectuating the repairs described herein.
5. The term of this agreement shall be until the repairs contemplated
hereunder are completed, which are anticipated to be within 90 days from the date of
execution hereof.
6. Any reimbursement or payment by any third party for these repairs,
including, but not limited to, the U.S. Army Corps of Engineers, FEMA, or State of
Texas, shall reduce each party's expense by 50% of the amount of such
reimbursement/payment. Each party shall transfer 50% of such third-party
reimbursement/payment to the other party if it receives such reimbursement/payment
after payment for the work has been made pursuant to this agreement.
IN WITNESS WHEREOF, the parties have caused this agreement to be
executed by their duly authorized officers on this the day of , 2010.
CITY OF WICHITA FALL, TEXAS
By:
City Manager
ATTEST:
City Clerk
WICHITA COUNTY WATER
IMPROVEMENT DISTRICT No. 2
By:
President, Board of Directors
ATTEST:
Secretary, Board of
Directors
��� � �� W
� ,
/%// � T I
�
City of Wichita Falis, Texas
Russell Schreiber P.E.
Directar of Pubiic Works
Attn: Mr. RusselE Schreiber
RE: Lake Diversion Spillway
Slope Failure and Remediation
Wichita Falls, TX
Dear Russell,
Archer Western Contractors has teamed up with Craig Olden, Inc. to provide this cost proposal for the
Slope Failure Remediation at the Lake Diversion Spiliway. Craig Olden, Inc(COINC) is proposing a
fully engineered Soi! Nail Slope Failure Remediation System. Their proposal is attached and is
included as an attachmenf #o this proposat/agreement. Archer Western Contractors will be building
the site access ramp, upper earthen bench working area, lower earthen bench working area,
providing support for COINC for spoil removal etc., necessary dewatering of the work area, removal
of the earthen bench warking areas, removal of the site access ramp, and reseeding of the disturbed
areas. This proposat includes both fixed costs and time and material estimated costs. The C4fNC
proposal for the engineering and construction of the Soi! Nai! Slope Remediation System is a fixed
price. The other costs in the proposal are provided as an estimated cost and that work will be
pertormed on a time and material plus fee basis. Based on the conditions at the site as we know
them, we consider this proposal to be worst case cos# unless unforeseen issues are uncovered
during the course of the construction. The anticipated cost for this work is $931,218.00. The full cost
proposal is included for your reference. ft should be noted there are contingency items included in
the estimate for unknawn ar unforeseen items. The anticipated time frame for the construction is 6
weeks. Archer Western will need a signed proposal in order to proceed with the work. If a formal
agreement is needed at this time, please forward a copy for review. Please refer to the below notes
for specific items regarding this proposal.
Acceptance of Proposa!
Date
Russel! Schreiber P.E.
Director of Public Warks
City of Wchita Falls, Texas
�uu� ° �� Ln1
i /
�". "►
■
Notes:
1. This cost proposai is an estimated cost proposal and includes both fixed costs(identified in
item 2 below) and estimated time and material costs. All costs will include a mark up fee of
fiftesn percent. All labor costs will be direct c�sts plus a 55% labor burden for applicable
payroll costs. Receipts will be grovided for all other costs. For any equipment that is owned
by Archer Westem, the costs for that equipment witl be billed at an equivalent rate for similar
equipment from a local rental company. Archer Western will provide a dasly log of all
activities and provide back up for all costs as needed. Progress payments shalt be monthly
and shall be due within 30 days of owner receipt of
2_ All notes in the attached proposal from Craig Olden, Inc. apply. The base cost �tems 1.0
Engineering $10,000.00, 2.0 Mobifization $15,000.00 and 3.0 Soil Nail Slope Failure
Remediation System $273,600.Q0 are fixed costs. All work listed to be performed by others
in notes 4,5,6,6 and 9 in the COIlJC proposal will be pertormed by Archer Westem on a time
and material basis.
3. Proposed cost for removal of spoils used for access road and earthen bench working areas is
based on stockpiling the material onsite in lieu of hauling it off. If the Water District can
provide a borrow area at the site with accep#able Pi materials, considerable costs could be
saved on the import of soils for #he earthen bench working areas.
4. Warranty for the work shall be per the COINC proposal.
5. The costs are based on working a 10 hour work day and a six day work week.
6. No Carp of Engineers or other governmental permitting is included in this proposal.
Archer Western Contractors
v i � +
�
Wayn ursley
Project Manager
Attachments: Craig Olden, Inc. Proposal dated 4/30/10.
Archer Western Lake Diversion Estimate dated 4/30/10
�� � � �� L.r'�l
OLl7�N
Crafg Old�ea, Inc.
Archer Western Contractors, Ltd. April 30, 2010
2121 Avenue J, Suite 103
Arlington, Texas 76006
Phone: 817.695.4200
Fax: 817.640.8734
Cetl: 817.401.5043
Email: wpursley�archerwestern.com
Attn: Mr. Wayne Purstey
RE: Slope Failure Remediation Proposal
Lake Diversion Spillway
Wichita Falls, Te�cas
Target No. L100609
Mr. Pursley,
We appreciate the oppo�tunity to worfc with you and to provide a proposai, compfete and in-place, subject to the
Notes listed below, the attached General Conditions, the preliminary drawing section prepared by Craig Olden,
inc. dated Aprii 30, 2010, and in accordance with the site visit made on Apri! 23, 2010 and the Diversion Dam
Spillway plans prepared by the Wichita County Water Improvement District No. 1 dated October 27, 1922, for the
foltowing work at the above referenced site:
BASE:
1.0 Engineering LS $ 10,000.00
2.0 Mobi{ization LS $ 15,000.00
3.0 Soil Nail Slope Failure Remediation System LS $ 273.600.00
Totat $ 298,60�.00
DD ALTERNATES:
4.0 Grouting of Voids {As Required) CY $ 500.00
Notes:
1. Engineered plans for the proposed slope failure remediation system shall be prepared and furnished by
Craig Olden, Inc., a Texas Registered Professional Engineering firm.
2. This proposal is based upon the field conditions as of the site visit by Ryan Watson, E.I_T_ and �cente
Yanez of Craig O(den, 1nc. on April 23, 2010. Any changes in field conditions prior to beginning the work
which would require alteration to the scope of work and cost shall be cause for equitable adjustment of
the conttact amount. This provision shall not apply to changes in field conditions and resultant changes
in the scope of work caused by COINC's negligence, willful misconduct, or intentional acts.
3. The proposed design and construction measures for the slope failure remediation system are based
upon the supposed sound condition of the unfailed portion of fhe existing spillway. It shall be cause for
an equitable adjustment of the corrtract amount should it become evident during the work that additional
portions of the spillway structure will require further remediation beyond the original limits of this
proposal.
4. A lower earthen bench along the northeast side of the spillway channel and adjacent to the spillway
structure and an upper earthen bench at the easf end of the spillway structure for access fo the site shall
be constructed by others prior to COINC mobilization on-site, maintained by others for the duration of the
work as proposed, and removed upon completion of the proposed work by others in order to facifitate the
work. COINC shall assist with handling of material only for fhe earthen bench removal during the course
of the work and only as required to facilitate the work as proposed above.
P.O. Box 5000, littfe EIm,TX 75068 � 972.244.5000 • 7.800AZ2.4b67 • Fax 972.294.266�4 • www.oldeninccom
��O � �� W
5. Care of water, as required, shall be by o#hers in order to facilitate the work.
6. Existing concrete on-slope at the east end of the spilEway structure shalE be sawcut, removed, and
disposed of by others as directed by COINC during tf�e course of the work.
7. Proposed soil nail sfope failure remediation system shali be composed of fuily grouted, corrosion
protected soil nails with a reinforced structural shotcrete fascia. Shotcrete fascia shall be a planar,
screeded surface following a vertical line at the upper portion of the spillway structure and then fit to the
slope intersec#s af the concrete spi8way and spiliway channel wall terminated at competent struc#ure.
8. Spoils generated fram the wark as proposed shall be set aside by COINC to be hauied-off and dispased
of by others.
9. Reestablishmen# of vegetation shall be by others as required following completion of the work.
1 �. This proposal is based on a ten (10) hour work day with no work hour restr'�ctions and a six (6) day work
week. Saturday shall be considered a normal work day.
11. This proposal is based on one (1) mobilization for the woric as proposed. Additional mobilizatians,
should they be required, are $15,000.00 per each.
12. This proposal is contingent upon aceeptable contract documents. This proposal including the General
Notes shall be attached as a part of the contract documents. In the event of conflict between the contract
documents and the proposal, the terms and conditions of the proposal shail have precedence.
13. This proposal is good for thirty (30) days.
Craig Olden Inc.
Chris Robertson
Construction Operations
Attachment: General Conditions, COINC Preliminary Drawing Section, COINC Euhibif 01
OtDEN
Cnlg OWen, lnc.
E%157N6CONCRETE OEC1c r �
REV. IOA IX ��
' % � / /�/��i/�%/j�//�� � ; MrtT
',�% %��i� N B'MlIiFAMN1EMTPEWFOPGE03HOiCqETEFAGIH6 �����
/
2YIOI(FIIMtl
� /�//� : PNW.TEMPOPAIIYREINFdICED91qTCREiEFACIN6 . �6uGM/elno
50M1 LArtmRE7IXJiON
i ��/�� " V�RIES BIECIALISTBFOR
,/j j// � ovsn35 rs�as
YVO pMPoipE FqOM �ERM.K CHMNEY DAAIN9 (bPACk/0 TBA�
i�/.��/%
��/��% ElEV.1052aF
/���i�
//%/////. T ��
�/� ��/�� . \�
//��%��%%�� \ `` �11'%f2'CONCtiETEiR�klINOWALLALONCaE00E�Otl9TN(iBiRLWAY�BEYOIA) �
��%/j�� f/ ``\ }
� //���//��/� �' Q
��j��� ` CMIV.PERMANEtRNEWiORCEOSHOTCPEfEfACWG � O
�/%� / � F W �
/.
o ./%�/� `� J Q
� /%/��%��j . \ �'MRI.TEMPOMIiYAEWFqiCED5N0TCilETEFAGNG a W F
aO�`�W-`PjO 'i%%�//j / `�.\ Z W � O
,��%j jj�/
/ �� 0 � J � O
/ // . � W Q
i/%%//� \ PVCOf1ARlPIPESNiONVERTIGICHWHEYOMPlS(SP�GNGTA11a � a LL O
/ � l � `�� W O H �
��/�:i/� � � o U
�T.8.0. LU '� 3 �
� FEIUV�pFYL8AR50FFA1�W5LOPE � t v
VnOP0.5E0501LN1UL5 � iYP. PfItlfECTqN. 8AW AND PE1AOVfi E%ISTN(i
ooNCr� ro anwoe aEV+,anrt um
COlAIECfION TOCOMIfiTFNT$iPIIGTVflE.
APPRO%. E%{STMO WATEfl IEVEI
\
\
BOROMOFCONG0.EfESPLLWAY- 0wmnunpaqwc.
iMIGMESBVAPoE82AF&N.-�.VWUt. �:.��w �
�A • � oan
��� E(.EV.1000 ��, y�� M �
EXISiiN6 ft GONCRETE �OPE PFD7ECTqH w.wwvK� m
wrcc.mn: �a
TYPICAL SECTION SPILLWAY NOT FOR CONSTRUCTION ,,, �,;q
s�uE: �• • w THIS DOCUMENT I& RElEll9E0 FpA iHE PUAPOSE �,
PRELIMINARY ��A����WUNDERi/SEAVTNORffVOF wh ��
JOEIA.CUW(,P.E8511�ONM/�OH0.IT5N0TT0 NPICAL
NOT FOR CONSTRUCTION BE USEDFOR CONS(AUCTION, BIDDNG ON PERMIT SECTION
rur�ases. i OF 1
d£,�}' �ab ..(. fF-.ON�,v}�...' .
.. � - r I � � � ,
w �•�W� � - � y � � ,,�' .
9 �� (� �� t �,� � � �; � �, �,
� j � �� �: �
. � . ,� d �i� �J+�n� "� i f�'�,� } :. - . . . . �� .,.. , r : ,*t
�i�' ���� � ���� r' �+�a � ' � ��.
r i : '� � L ��`! "��`
+,�,��' '� 4 4 ` � , � � — �, �. a � J � �s
:_�� _ a � � �,�,� �
, � • �� �
y � d
"�, . ' _...,� a' ' _• 10 1 `S`� 9� ... _v , +'� �•� c �+ :�! �
. .�P� . - r L, ; ' lM .:
�, ti � a S_ T
� ,�, ��� ,.} � �� r `� k����' �
� � '�'l ht � a � PJ �' � �
F i �.� J . . i,. . � ` � p ��,y h � �, � :+t&y ' • •
la�l ... � 4 � � t `� t'�•'�, �+'� �. 4'h - � , 'a�l��� . � ��_� � )• � i��� 5, —
w. . .i ..... _...�.. .. y � �.1 w t� . �Jt�" � ; l � � �!,s•!„�ar .drt:� } �AE ��'Y ,, .� r �� � j �
. . . L e� F°� °�` , :1. � '?' � � � �'�. ` y f �� � �4,M j
- ' , � , � ^ �� F � � �� "��Y ��+� � �
.'•:.. . . , , 'F . }DV �� � � ��.•
i (� " � .
� �: j � ' � � . . .. � � �� �,.
.., �. . � 4 ` �t� . �.,� �i� .� �'� �.�!7'�,��:�i ��?Y
. i ` . . ` t . „ct � -.�`-� � �+"r ;:..
5 � „ � � . . . ������ � � 4_ , a '� �� *, � � � v� `�°'
� . .� 9 ,d� � �1
i
. � � .. , . ' � . � . x" - C !@��� . _ . . i ,'k,.'�+� d �, �[_�
Y . ' �y ' .. . . . .. ���u'�������f �
` '
. . y �% � � ' ' � ��
����lY� r . . . &��..d'���` �i�
y � � f pf
� ' � ������ � . .. ' . . . Yi�� f��'��X�.
'���t - r'' ��., a y
. ' ., . a�s.X,r � �«� � • '
��� �
r � w �� �� ... . �p;e i.�y d4��d't S
' � , N y+ 1b ' �,I' '�`'b �.
�° � � � s p��a,�i��i� , '. y � � � - � — � .. - � ���hi
,����� ',��i�tT�+.:S�°�7, ti# ��.N � � - ' �� ' � °{�r
- ��� Y � . . � . � . . . . . �.y �k�
W7
. d� t �',�
��
F i. F }n £ ;� G
��_ � � ,.
� . "`�' I F' .., �",�,' ��
�0000 Failure Re a�r ! ! � i"'d � 1 � '
t0oo�0encralCOnWtions I : :� ,'(���.t i
.AGniMftrWva 200 rk 200� 7.SOOi _ �':. _ /.500( _
arqaa�rroowr �.ao wk I i.00! 1.540' •;!' . �.5�0
E�rlhwdkSUpr4iMn7W 6.00 rk 6.00 9�808� .t ��� 5 9.8��
sw«Wrmeuraen �.00 s �mj 0.4ts! � ::��.� � s.a��
..---- ��s�a2�!! _�---- �'�-"-- w _... _ � . _ � �� ccoo_.00� a'�po� l: t :� * . .. . e i . . ..__..--
._ _._. _
� �m�?:. _ _ . ..'--t. Sa . ' - -.... ... .. 4Q9 �. • 420. ,.,.5�. �: �. r - � -'— 4.4W.�. . __... . - -
- �'� � �' :- �' . �. �. �s0000 ..':.,.'�ir .. z "-�--�-�-'---__..
_.__ . .__
. ��2T_R�:On�� ." "_ _.1.54 mD .___L' ___' '�_' " _50 : �L. ._. __f ,..: i,: -,r' � ' ..'_ . ' 250�'_' _ _ "_ — _
TiwX - W '
EOWmMFWUMiFYaN11CS 100 it tOD� . i �: (.. -. 230l100 ; Y 23.OD7� .
_��OOOGenenlCOnAltlons . .. _ '...... . .760,00 " � }. �1 55�85� . �. . . . . _ . ___ ___
_ _ .. _.._. ..__... .— ___
200U Actess RoafllWOtK PlatlOrm In" _ _'__ � � � -. . .... . __"" "'__
'—__ _ � ' � ' ' � ......�.__ � i
' __ _._._. _, _ .1� _ .
.. .. ___._._�S�.aa19x!3�L ___ —�oo_wic._ ..._'_'_' �—__ '_—._� �_ i.. —�f —.Y '�- 3i ±.w000���Y64� . _.._ � _ . _ _ . ._..__ ... __'.
�_- -----�: - ---- --- - -- i.00_w�c _---'-- - ----_ �. - -- ' � :, c ----' � --j - _ :?.L 3 oao 0o r:�1 -- -s °°°'- '1--- - --- ------ --
�
1 m S R -� '� i:f, 7 � 3
._.._. .{BheePitoalCtld37_ . __ Z�.�. .." ... .. .. �. . ..��..�I . - :6� r � .Y �70000 .._.�r _ �.��_. .. .. .... .
8�_gltl� 1pp�yp IM � .. I --�+j � 3 120f �Y _ l a8o' T
__� r .. _ - - ---- - - ; i F _ - � _ � . . _
_ _ svuaurtloamoero .. eao 4�E�+< _. . o�ao c� e?..442� _�Y�.§i ._. [— �-,,,-, }� 5 . i iaa ,..,� .
ir _ asoom _1. °I xoof �astou� eoo' e�u'1� r es000�
----' - �Swautaleeck�_..._ .�,3R934�Y._ oSC�3�..-- 2oaoo._�j L. atoo0 '�4�_! ___ . _t t� 000G fl . 2e.�+t.-- _ - „ --- , --.-.-_-
_. ...-'---
�Sp.TFENCE SOOAO lF 028EW311 � 10000 IFIMM I 5000 t . < �1 7.78F �. �' 819 4 2398' �
2000ACCessRoaAlWork � 188&00 , T� � � �f - ry� + t30,836�
;
� In __ � '.. .. — _._ .. _..._._. . � . ..____ ., __ J ___ . __ �__ . .. "___... _._ __ .^. .. _ ___...
_ '.. . �.'—'_,_..._ .. """ "'"".""_ .. �.
" " 7000� Soll Na1blSl�e Protettioa ' �:: �, - �. . '��. " 4 . __ . . . ___ . . . .. ......
.. . _' '. L—.__ _"". .
Ca15t0 5.00 WK ; 500� 0800 - 700000 � 7SBOOv j �
0 f
_ __ 1_ _' "_..� . ... ' _'_ _ �' "_'_""_" L . ___ "_. { . ..—_ _ � ' _ ' "' ..... .. . _._ . . —' . _'_ _'
�LOaCe/WMNHyER36 SAO WK _'_'. , . b00I O.B00 .. .._._ . 'F �, 1.85000_� '__ t0150 1_'— . � ___ . ..__' " _ " '__ Q Q
: Cteq OiOan —'—'—".—"'"' . 00 L3 �� � 206.800.00 � y i' 3D8.600 i TMS k a IkaE cost Yn0 M'RI rwt Ee D1btl at
--- �
"�`'�- � �Ume�nEmNM�t �
�OewalerinybyaMm 700 h OZYYTR37� � 210.000 mMS � 2�oa0 '�TY S.00O.OD k� 000 ' d to.iTt~ '
�s000 sou nauwsioP. � i aao ao � i +' '$iiA �iH f� � asz.azz i I
"_.'___.' Protecdon ! � - _ ___'. _-- . � _— .._...__..___ ..____'_._'._'
- t . �
�J om � r cGn�rvuork riaKOrm _ ._. f - I - r- -}• � � � i �
T------ _ - - r
�..-- -- � o.n _ ---- - � - _ �- { .__.. _ _. _ o
-- - ; 2�«cuosHxa�oao - ---- gaowrz ._ _. .._. . _ _;.�t.... � ..�_..�i� 1 � .r.���{��.��Z __. seoo�. . 1__ . . _. . ...._... _ �
— — - . � �m � — — � � _ -- ._ r . ��t .. _..--.- �; :1—� aao oo� 4� __ ?..� � 1 ---
�c�t 2ao w¢ I .. T s000' � -� — -�--� --
. . -- -- anee�roacu��@A ��r... _.._ 34o.'KiL .. ._ ..._... ... _ � 1�1 . _ �`f � s�-1,70000 _. . 2�44. _ i-- . .. --- --.....--
e a
._ ..fiTNtp .. . ___ BB0000_IjL . _ _ � `_.3.1. 500 ��:� .�� f_ �i . ._. . 13000 _ { _. ... .._ . . _'. _"_
&
.... __ � 1����€M+�! _ . _ .. 8.944?_� �Xcszs i as000_r!cn i tnui' .._-- • _. � �sm_a� - 1 — — , -- . __..___. _
�8eN31U 15.000.00 sf { � � :• � �, .��� 010!. y {�1 ' yj 1.60�
'0000Aeeess RoaOlWOrk i � 88b 71 �{ 1{� I � kif i'j�.i � ., ��,BZ� i
!Pl�ttormOut � F ' - ��� ., l. �t .� I
5000 � CorMin Rems
.,_.�.... __ ._(Cr,ay.oM� .6oin�nyofVaan ___."t000D Cv_ %. ._.__...._"�'__"__ _._.� . _'__'. � ?' _50000'� .�.�� — �__...._ +��{ . ....___.__ . . ..___...._____
� �' � f' � ; : . 1 I ..': �� 150000� ... ...L._.__
jUafMSMnllBms 7.W LS , ' 1 ..3� ifi0.000.00� . � ' � (y1
? So00 Contln9oncy Items ` . :' �I E . V I � 200�000 � i
t10000SIopeFailurf ! � 3.393.71�� 1 �� w S'�� ' . 4a � ��'� 792,136�
' air ii, �o �6�. . .��� is.>�.
Estimate Totals
. „ ._, . ..� - , �• �it� •�r=s +�. : r• i s :: �•n r.-5� � �!r.i�.s :_,.;.. .c� .� r . ; . .. , ,t , � �r �� � �; r. .�mr�. - yt�� , . . tx�flsiC �+aist�� •y �F��:JJt.i ..:iasY. cr ;� �S k • .:it r -.. . � :txr.:r.ra��rxir � m• • r ��r�
� z .! r�, s: 3 1 r,.t Ir ! z.. i 1 t f ��.Y.� t u ��'3� r� 31 Z S 1`". r� E U � [ - F� f.�
;2� �j;•� ::f [.!' ,r�.rs r . . , :� �' ..... . r:s }t � i , � - i i � . . � il fj�`` ���;� �V.
��� �R�'iountt�' a#a`t'es: x� i� ` �i . � s $t� C,`_css� � � 4�;: ` 'C,2SL�i ,� �
:��,�+�:�a�a��,�r�,��...,.���.��.,��.._.._._..__.._�.��;_.�__...�`��E���.�'....._�;:��������������'��-����.� � � #`�.� �� :� r� ��:ti ..,�� �3:. ....... ��....._.,..�... f �-��
Labor 77,225 3,383,7i4 hrs 220.64a ik 8299'0
Material 226,075 s45.929 /iC 24.269'0
Subconlract 419,380 1,138.229 Ik 45.0496
�quipment 68>45S 4,452.857 hrs i98.A44 lic 7.46°h
aher
792,136 792,136 2.263.246 Jk 85.�6 &b.06%
FEE 178.820 35.000 % F 339.487 /k 12.76�0
TEXAS 64N�S 12.812 B 36.608 Ac 1.88%
aNffRAL L}ASiUTY INSURAI3C6 7.450 4.0�8 $/ 1 T 21.285 lk 0.809'e
TOtel 93?,218 2,660.523 /K
�
�
0
00
O
�
�