Loading...
HomeMy WebLinkAbout1996-08-05 City Council (36)City of Palo Alto City Manager’s Report TO:HONORABLE CITY COUNCIL FROM:CITY MANAGER DEPARTMENT: PLANNING AGENDA DATE: August 5, 1996 CMR:362:96 SUBJECT:Embarcadero Pedestrian/bike Bridge and Bike Path Project (CIP 19310): Rejection of Bids ,_ REQUEST The design work for the Embarcadero Pedestrian/Bike Bridge and Bike Path Project has been fully completed and bids for the project were received on June 4, 1996. The purpose of this report is to request that Council reject all of the bids received (because the bids are substantially higher than the Engineer’s Estimate and the available project funds) and endorse a proposed strategy for proceeding with the project in a two stage approach. RECOMMENDATIONS Staff recommends that the Council take the following actions Embarcadero Pedestrian/Bike Bridge and Bike Path Project: with respect to the 1.Reject all of the bids received for construction; o Approve the following two-stage approach: Stage 1 - delete the proposed new bridge, bid the project again in the winter, mad construct the path portion of the project next spring; and Stage 2 - pursue funding for, and implementation of, the proposed new bridge portion of the project; mad Confirm the Council’s intent that the use of the existing railroad bridge is an interim measure and that it is the intent of the City to pursue alternative funding sources for the construction of the proposed new bridge. CMR:362:96 Page 1 of 11 POLICY IMPLICATIONS This project is consistent with existing Comprehensive Plan Policy 12: Promote bicycle usage, and would provide an important missing link in the Palo Alto Bikeways Master Plan. EXECUTIVE SUMMARY In order to provide an important missing link in the Palo Alto Bikeways Master Plan, Council approved a CIP to construct a new bike path and pedestrian/bike bridge on the west side of the CalTrain railroad tracks from Churchill Avenue to the Palo Alto/University Avenue CalTrain Station. Design of the project was completed and bids were received on Jmae 4, 1996. Four bids were received with the low base bid of $808,150, which is $280,467 over the Engineer’s Estimate of $527,683. Based on conversations with the contractors and the engineering design consultant, it was found that the bids were higher than expected due in part to the constraints of the work site, the complex nature of the project (requiring a high percentage of subcontractors), bridge design issues related to the appearance of the structure, and the proximity of the new bridge to the existing railroad bridge. In addition, the timing of the bidding at the start of a very busy construction season may have had an effect. Due to the excessive difference in the low bid and Engineer’s Estimate, as well as the resulting budget shortfall, staff recommends rejecting all of the bids. Staff further recommends that the project be bid again in the winter to take advantage of a potentially more competitive bidding environment. Staffproposes to restructure the project into two stages. Stage 1 would delete the proposed new bridge but hMude other major components of the proposed project. The existing railroad bridge would temporarily serve, for an interim period of time, as a substitute for the new bridge. Stage 2 would include pursuing additional funding for the new bridge, with construction to follow at such time that funding was secured. Staff considered three alternatives to rescope the project. The first alternative involves awarding the current project, which would require a $327,468 General Fund Budget Amendment Ordinance. The second alternative involves canceling the project, which would result in the continuation of an existing important need that would go unresolved and continue to surface in the future. The third alternative involves bidding the project and combining it with the Allna Street Bicycle Bridge mad Path Project. The scopes of work of the two projects m’e different enough to cause more administrative costs, and the combined project would still require substantial additional funding. CMR:362:96 Page 2 of 11 Power Engineering, the low bidder for this project, has offered a design/build proposal to complete the entire project for a lump sum of $662,000, with the proviso that a steel truss bridge be substituted for the proposed concrete girder bridge. This would require a General Fund Budget Amendment Ordinance in the amount of $181,833. However, the Attorney’s Office has determined that this proposal is legally non-responsive. Because the proposal is legally non-responsive and a steel truss bridge would be visually incongruous with the character of the surroundings, staff does not recommend this option. FISCAL IMPACT No additional funds are required or requested for tiffs current recommended Council action. There is, however, the outstanding intent of the City to pursue the eventual construction of a new bridge. While outside funding sources will be pursued, it may be necessary to consider some additional City funding if, for example, funding grants require some local match and/or funding grant(s) are not quite sufficient to cover the total cost. ENVIRONMENTAL ASSESSMENT A Negative Declaration (94-EIA-16) was approved by Council on August 1, 1994. Changes to the scope of work resulting from Council approval of staff’s recommendation (i.e., to delete the bridge) will not increase the potential environmental impact of the project. Therefore, no change to the Negative Declaration will be required. Prepared By: Ashok Aggarwal, City Traffic Engineer Department Head Review: KENNETH R. SCHREIBER Director of Plmming and Community Environment City Manager Approval: FLEMING City Manager CMR:362:96 Page 3 of 11 Manager’s City of Palo Alto Summary Report SUBJECT:Embarcadero Pedestrian/bike Bridge And Bike Path Project (CIP 19310): Rejection of Bids RECOMMENDATIONS Staffrecommends that Council take the following actions with respect to the Embarcadero Pedestrian/Bike Bridge and Bike Path Project: 1.Reject all bids received for construction; and Approve the following two-stage approach: Stage 1 - delete the proposed new bridge, bid the project again in the winter, and construct the path portion of the project next spring; and Stage 2 - pursue funding for, and implementation of, the proposed new bridge portion of the project; and o Confirm that it is the City’s understanding that the use of the existing railroad bridge is an interim measure and that it is the intent of the City to pursue alternative funding sources for the construction of the proposed new bridge. BACKGROUND Palo Alto has developed a project to construct a bike path along the west side of the CalTrain tracks, from Churchill Avenue to a point just north of Encina Avenue, as proposed in the Palo Alto Bikeways Master Plan. A feasibility study, completed in February 1993, concluded that (1) a bike path through this area was feasible, but would be complex because it would involve the interests of several entities including Peninsula Corridor Joint Powers Board, Stanford University, Palo Alto Unified School District, Sprint, Wiltel, and MCI; and (2) it would be more costly than originally anticipated. Since that time, the work has proceeded through the various stages of de’sign, and the necessary agreements have been negotiated with all of the affected entities. The scope of the project has evolved and changed, as a result of review and comments by the Architectural Review Board, Palo Alto Bicycle Advisory Committee, Palo Alto Unified CMR:362:96 Page 4 of 11 School District, Peninsula Corridor Joint Powers Board, MCI, Sprint, and Wiltel. The progress that has transpired with the submittal, review, and approval of the Palo Alto Medical Foundation’s proposed new facilities has also altered the scope of the project. The design of the project was fully completed in spring 1996, with the intent to construct the project during the summer and fall period of this year. POLICY IMPLICATIONS This project is consistent with existing Comprehensive Plan Policy 12: Promote bicycle usage, and would provide an important missing link in the Palo Alto Bikeways Master Plan. DISCUSSION Bidding Process An advance letter indicating that bid documents would be available beginning April 30, 1996 was mailed to 14 contractors (Attaclmaent 1) on April 25, 1996. A similar Fact Sheet was faxed to 39 contractors (Attachlnent 2) on May 8, 1996. Plans and specifications were mailed to 16 general circulation exchanges on April 29, 1996. The project was advertised in the San Jose Mercury, Palo Alto Weekly and Berkeley Post (a newspaper for Disadvantaged Businesses Enterprises) on May 1, May 3, and May 19, respectively. A pre-bid meeting was held on May 13, 1996 to discuss the project with prospective bidders. Plans and specifications were picked up or mailed to 21 contractors prior to bid opening on Jtme 4, 1996. An additional letter was sent on May 24, 1996 to each of the 21 contractors holding plans and specifications, reminding them that bids were due on June 4. The biddh~g period was five weeks, wlfich was an adequate period of time for this size and type of project. The bids were opened on June 4, 1996. Bids were received from four contractors, as listed on the attached bid summary sheet (Attaclnnent 3). The low base bid of $808,150 is $280,467, or 53 percent, over the Engineer’s estimate of $527,683. The four bids received ranged from a lfigh of $848,888 to a low of $808,150. The engineering design consultant (HMH, Inc.) was asked to explain the difference between the construction bids and the Engineer’s Estimate. In addition, staff contacted two of the contractors after the bid opening, to learn more about the reasons for the substantial variation between the Engineer’s Estimate and the bid prices. The following reasons appear to have contributed to the high bids: CMR:362:96 Page 5 of 11 The constrained site, which makes access, storage and work areas very restricted, affects the unit costs for such major items as excavation, asphalt path, fencing, and lighting, as well as the precast girders for the bridge. The complex nature of the project, which involves a relatively large dollar percentage of specialty work (e.g. precast girders, lighting, and fencing) that is normally done by subcontractors, results in a disproportionately lower percentage of the work remaining for the lead contractor. Bridge design issues related to the appearance of the structure (e.g. colored concrete, railings, light fixtures and test panels) appear to have resulted in substantially higher unit costs for several bridge related items. The need to construct the new pedestrian/bike bridge immediately adjacent to the existing bridge appears to have been a factor in higher unit costs for some items. The design consultant indicates that these factors were taken into account while preparing the Engineer’s Estimate, but, obviously, the contractors’ perspectives regarding the complexity of tiffs job were somewhat different than the consultant’s perspective, as reflected in the substantial difference between the Engineer’s Estimate and all four of the bids received for tiffs project. The design consultant has also indicated that the bidding climate in winter months is generally more favorable, and the bids could be lower by as much as $100,000. Conversations with contractors who bid on tiffs project do not confirm tlffs prospect. Staff is .proceeding on the assumption that little or no savings will be realized by bidding the job in the winter period; and, if in fact there are such savings, they will be viewed as an unanticipated benefit. Public Works Department staff also looked into the general bidding environment, examining similar local area projects that were bid this spring. For example, a bicycle bridge project for the City of Campbell received bids that were 45 percent above the Engineer’s Estimate, while roadway bridges at the Marsh Road/Route 101 interchange and the Willow Road/Route 101 interchange were 25 percent and 60 percent above the Engineer’s Estimate, respectively. The bids received on these projects, as well as for Palo Alto’s Alma Street Bike Bridge Project and the Embarcadero Pedestrian/Bike project, may have been high partly due to the fact that they were all bid around the start of the peak construction season, and that there is currently more demand for this type of construction than in past years, due to the improving econo~ny. CMR:362:96 Page 6 of 11 Due to the large difference in the low bid and the Engineer’s Estimate, as well as the resulting budget shortfall, staff recommends rejecting all of the bids. Staff further recommends that the project be bid again in the winter to take advantage of a potentially more competitive bidding environment. Prior to bidding again, staffwill revise the project scope to try and reduce costs to fit within the existing budget. Following is a more detailed discussion of the measures that are required to modify the project scope. Proposed Modified Two-Stage Approach In order to reduce the scope of work to fit the currently available funds, consideration was given to several possible measures, individually and collectively. Such possible measures include: (1) deletion of the path lighting throughout the project, (2) substitution of chain link fencing for the proposed steel fencing (between path and railroad tracks), (3) deletion of a complete segment of the path, (4) replacement of the proposed precast prestressed concrete girder bridge with a lower-cost prefabricated steel truss bridge, and (5) deletion of several smaller items that, after analysis, did not contribute much toward significant cost reduction. None of these measures alone, or in conjunction with others, was sufficient to reduce the cost of the project to match existing available funds. Upon further evaluation m~d consideration, it became evident that the only item of sufficient cost consequence to make a substantial difference is the deletion of the pedestrian/bike bridge from the project. While this is clearly not a preferred solution, it is a workable interim approach. Therefore, staffproposes to restructure this project into two stages as follows: I Stage 1:would include the construction of the pedestrian/bike path, essentially as proposed (e.g. lighting, steel fencing, etc.), with the existing railroad bridge serving, for an interim period of time, as a substitute for the proposed new bridge. The construction of the path portion would proceed early next year, mad staff believes it will then fit within the existing available funding. The original feasibility study had suggested that the existing railroad bridge could indeed be used. Staffhas had discussions with staff representatives from the Peninsula Corridor Joint Powers Board (CalTrain), and they were receptive to the possible use of the existing structure, if it is an interiln lneasure, with the clear tmderstanding that it is the intent of the City to pursue alternative funding sources for the eventual construction of the proposed new bridge. If this approach is followed, modifications to the fencing and some modifications to the existing CalTrain platform area will need to be incorporated into the CMR:362:96 Page 7 of 11 design plans and specifications. The impact that such modifications (fencing and platform) will have on the total cost of the project is still under review. Stage 2: would include pursuing funding sources for sufficient funds to build the proposed bridge structure. The construction of the new bridge would proceed when sufficient funding has been secured. While there are currently no ftmding source opportunities for this bridge project, historical precedent strongly suggests that there will be new and renewed funding programs at the federal, state and local levels. At such time that such opportunities materialize, tlfis project would likely be highly competitive since the design is complete, the cost is established, and the environmental review is approved. Securing funding for the bridge may occur within a one to two year time frame, but could take as long as five years or more. Additional Changes in the Scope of Work for Stage 1 The deletion of the proposed new bridge from Stage 1 will substantially reduce the project costs. In addition, staff would expect some reduction in mobilization costs as well. (Mobilization costs are co~ts associated with a contractor setting up on a job site, such as setting up an office, phone lines, etc. The mnount of these costs depend on the size of the project). Staff is also hopeful that there might be some reduction in overall costs by bidding the project again in the winter months, as well as some reduction due to the simplification of the project by deletion of the bridge. The total net effect of such reductions is not yet fully determined. Offsetting such reductions will be the additional costs associated with modifications to the fencing for flae existhag raikoad bridge mad modifications to the existing CalTrain platform area which will need to be incorporated into the project. The impact that such modifications (fencing mad platform) will have on the total cost of the project is still under review. As a back-up strategy, staff expects to include two further potential cost reduction measures into the rebidding process. One measure is to identify the landscaping and irrigation as a revocable item that could be deleted from the project. The second measure is to include a provision for the possibility of the City purchasing and providing the light standards to the contractor. While the cost of the light standards would still be charged to the project budget, there is some indication that the City might be able to purchase them at a substantial savings. Such deletion/change would be made only if the actual bid costs still exceed the budget and/or substantial savfllgs would result; mad in any event, only with the concurrence of Council at the time of the award of contract. CMR:362:96 Page 8 of 11 An additional back-up strategy would be to consider the possibility of requesting additional State TDA funds for this project, when the City submits its annual request in January 1997. While it is reasonably likely that some additional funding could be secured, the City has already indicated its intent to apply for TDA funds in January 1997 for the construction phase of the renovation of the Wilkie Way Pedestrian/Bike Bridge. A decision regarding which project(s) to include in the January 1997 application can best be made then, based upon available hfformation. ALTERNATIVES Three alternatives, for Council consideration, are as follows: Alternative 1; Award the current contract The first alternative is to award the contract to the low bidder. The total cost of the contract could be reduced by $43,845 by deleting Item No. 9, which provides for the replacement of a section ofexisting chain link fence with access control fence, and was bid as a revocable item. The Council would need to approve funding from the General Fund via a Budget Amendment Ordinance for $327,468, in order to cover the budget shortfall. Construction of the project would begin within 30 days and completed by May, 1997. Under this alternative, staffwould need to return to the Council on August 12, 1996 with a Budget Amendment Ordinance approval request and a contract award to the low bidder, Power Engineering. The contractor has agreed to extend his bid until that date. Alternative 2: Cancel the project A second alternative is to cancel the project completely. Approval of this alternative would result in the continuation of an existing finportant need that will go tmresolved..It would also forego $ 459,510 of State and Federal funds that have already been approved for this project and are as yet unspent. These State and Federal funds cannot be used for any other project in Palo Alto. Alternative 3; Rebid the project and combine with the Ahna Bridge C1P This alternative is to rebid the project, combining it with the Alma Street Bicycle Bridge and Path Project. While the scopes of the projects may seem similar, they do have siga~ificant differences. The grant funding and subsequent reporting requirements for each project are significantly different and would add more administrative costs to the projects than might be realized by savings in constn~ction costs. In addition, the Alma Street Bicycle Bridge and Path Project is smaller in scope than the Embarcadero Road Pedestrian/t3ike Bridge and Bike Path Project, and could conceivably attract smaller contractors than those who CMR:362:96 Page 9 of 11 would be unable to bid on a combined Alma/Embarcadero bid package. Under this alternative, the total cost of the combined project would still require significant additional funding. Another option is a Design/Build Proposal from Power Engineering Contractors. In a letter to the City (July 9, 1996), Power Engineering Contractors, who was the low bidder on this project, proposed to bt~d basically the same bikeway facility, utilizing a steel truss bridge on a pile foundation in lieu of the current planned prestressed concrete girder bridge. Power Engineering indicates they would do the entire project (design/build) through completion, with the alternate bridge design, for $662,000 ($618,000 if landscaping and irrigation are deleted). This would require Cotmcil approval of additional funding in the amount of $181,833, as compared to the $327,468 referenced in Alternative 1. Staff does not recommend this option for two reasons. First, the Attorney’s Office has determined that this proposal is legally non-responsive. Second, the design of the new proposed concrete girder bridge is the result of a design review process that recognized, and was sensitive to, the prominent location of the new bridge on Embarcadero Road, as well as its proximity to the existing railroad bridge. While a steel truss bridge would serve the same fimction for the pedestrian/bicycle path, the visual appearance would be incongruent with the character of the surroundings and inappropriate for the prominent visual gateway presently along Embarcadero Road. FISCAL IMPACT The total funds currently available for this project are $716,770, of which $183,503 is for design and inspection and .$533,267 is for construction, contingencies and testing. Project funding is from a variety of funding sources including: State TDA funds ($195,510), State TSM funds ($46,000), Federal CMAQ funds ($320,000), Holiday Inn mitigation fees ($37,000), and the City’s Street Improvement Fund ($118,260). No additional funds are required or requested for this current recommended Council action. There is, however, the outstanding intent of the City to pursue the eventual construction of a new bridge. While outside funding sources will be pursued, it may be necessary to consider some additional City funding, if, for exmnple, funding grants require some local match and/or funding grant(s) are not quite sufficient to cover the total cost. ENVIRONMENTAL ASSESSMENT A Negative Declaration (94-EIA-16) was approved by Council on August 1, 1994. Changes to the scope of work resulting from Council approval of staff’s recommendation (i.e., to delete the bridge) will not increase the potential enviromnental impact of the project. Therefore, no change to the Negative Declaration will be required. CMR:362:96 Page 10 of 11 STEPS FOLLOWING APPROVAL If Council approves the staffrecommendation, the following steps will be taken: 1.Revise the design plans and specifications to delete the new bridge and incorporate modifications associated with the use of the existing bridge. 2.Bid the revised project in January 1997. 3.Return to Council for award of a construction contract. 4.Start construction in March 1997. 5.Complete construction in November 1997. ATTACHMENTS 1.April 25, 1996 notice that project would be going to bid ’2.May 6, 1996 notice that bid documents were available 3.Bid Summary Sheet CO:Joint Powers Board (Tom Davids) Caltrans (Robert Wu) Palo Alto Bicycle Advisory Cormnittee Stanford University (Julia Fremon, Leonie Batkin) Palo Alto Unified School District (Rosemarie Bednar) Sprint (Douglas Freeman) MCI (Ken Bailey) World Com (JeffRinartz) HMH, Inc. (Steve Sherman) Anderson Pacific Power Engineering RGW RM Harris CMR:362:96 Page 11 of 11 Transportalion Division April.25, 1996 Cityo- Palo Alto D_epartment ofPlanning and ComnlunityEnvironment ATTACHMENT 1 .,Subject: Bid Documents-Construction of Embarcadero Road Bike/Pedestrian Bridge and a Bike Path Project Dear Sir or Madam: The purpose of this letter is to share with you that the bid documents for the above- mentioned project will be available beginning April 30. The project includes construction of a precast, prestressed, concrete, box girder bridge, and an asphalt, concrete bike path, including fencing, path lighting, signing, striping, landscaping and other related items. The cost of construction ranges between $400,000 and $600,000. Project Plans and Specifications may be obtained from the Transportation Division office, located on the sixth floor of City Hall, 250 Hamilton Avenue, Palo Alto, for a fee of $50.00 per set (checks or money orders only made payable to the City of Palo Alto). A pre-bid conference for this project is scheduled for May 13 from 1:00 p.m. to 3:00 p.m., in the Council COnference Room, on the first floor of City Hall. While the pre-bid conference is not mandatory, we do urge you to attend the conference. In the meantime, if you have any questions, please call me at 415/329-2575. Sincerely, ASHOK AGGARWAL,’P.E. City Traffic Engineer 2_~ Hamilton Avenue P.O.Box 10250 Palo Alto, CA 94303 415.329.2520 415.329.2299 Fax ATTACHMENT 2 May6, 1996 Subject:Bid Documents-Construction. of Embarcadero Road Bike/Pedestrian Bridge and a Bike Path Project The purpose of this communication is to share with you that the bid documents for the above mentioned project are now available. The project includes construction of a precast, prestressed concrete, box girder bridge, asphalt concrete bike path, including fencing, path lighting, signing, striping, landscaping and other related items. The cost of construction ranges between $400,000 and $600,000. Project Plans and Specifications may be obtained from the Transportation Division, located on the 6th floor of City Hall, 250 Hamilton Avenue, Palo Alto, for a fee of $50.00 per set (checks or money orders only made payable to the City of Palo Alto). A pre-bid conference for this project is scheduled for May 13 from 1 p.m. to 3 p.m. in the Council Conference Room, on the first floor of City Hall. While the pre-bid conference is not mandatory, we urge you to attend the conference. The bid opening is at 3:00 p.m., Tuesday, June 4. Time for completion is 240 calendar days. Project is partly funded by federal funds and the City has established a 18 percent disadvgntaged businesses participation (Caltrans certified) goal for this project. In the mean time if you have any questions, please call me at (415)-329-2575. Sincerely, ASHOK AGGARWAL, P.E. City Traffic Engineer Item I 2 3 4 Bid Summary Sheet Embarcadero Road Bike Path Extension Project 24 25 26 28 29 30 31 34 35 36 37 38 ~9 40 41 42 LF LB CY LF EA LB LF LF LF LF LF EA EA EA EA EA Engineer’s Estimate Unit Co~t 3.0 4,000.0 6,(~3.0 9,0 2.0 5.0 300.0 500.0 50.0 300.0 5,000.0 8,0 60.0 60.0 3,000.0 100.0 25.0 30.0 23.0 60.0 380.0 30,000.0 30.0 0.5 2~0.0 15.0 500.0 125.0 3.5 35.0 30 0 8.0 15.0 20.0 3,000.0 5000 150.0 100.~ 40.00 100.0 ToLal ! 7,65o 1,160 3,250 4,500 500 59~50 5,200 i 3380! 2,460 3,~ 3001 17,750i 11300 100~ 10,680: 26,98~: 8~0 9,350 75O 5OO 125 25,550 46,900 1,200 400~ 8,5501 9.40~ 6,000 750i 2OO 800: 600 200 Anderson Pacific Unit Ceg 1.00 5,000.00 ~.~ 2.~ 4.~ 750.~ 500.00 52.00 400.00 5,000.00 40.00 ~,00 45.00 1,0~.0~ 100.00 40.00 65.00 500.00 130.00 I,I00.00 40,0~,00 8,756.98 10.00 1.00 600.00 60,00 ~500.00 400.00 4,00 55.00 65.00 26.00 26.00 28 00 1,700.00 I,~0.~ 2~.~ 2~.~ 2~0.~ I~.~ 2,550.0 5,000.0 2,000.0 1,160.0 2,600.0 11,250.0 500 0 61,620.0 800.0 5,000.0 26,000.0 3,780.0 1,845.0 1,000.0 300.0 ~,400.0 25,350.0 Z000.0 23,140.0 78,100.0 80,000.0 17,514.0 280.0 18,700.0 1,800.0 720: 2,500.O 400.0 29,200.0 73,700.0 2,600.0 i’3oo.o 14,82.o.o 13,16o.o 3,400.0 3,000.0 1,00o.o 400.0 400 o 600.0 200.0 power Engineering Unit Co~t 6D~0.00 3,600.00 40.00 1.00 500.00 500.00 37.00 40000 10,000.00 50..00 100.00 200.00 1,000.00 700.00 50.00 85.00 600.00 35.00 1,000.00 48,000.00 50.00 0.75 500.00 10~.0~ 1,000.00 500.00 5.00 35.00 100.00 65.00 30.OO 36.OO 2,500.00 400~ 400 00 300.00 ToN 7,650,0 6,~00.0 3,60~.0 4,000.0 580,0 1,300.0 7,500.0 500,0 43,845.0 800.0 I0,000.0 32,50O.0 6,300.0 8,200.0 1,000.0 2,100.0 35,500.0 33,150.0 2,400.0 6,230.0 71,000.0 96,0~ 0 18,000.0 1,400,0 14,025.0 1,500.0 1,200.0 1,000.0 500.0 36,500.0 46,900.0 [ 4,000.0 3,250.0 17,100.0 16,920 o 5,000.0 2,700.0 2,o~ 0 800.0 600.0 1,200 0 200.0 RGW Unit ~ I 7.00 10,000.00 25,000.00 16.50 2.00 52.00 1,000.00 30.OO 100.00 "100.00 5,000.00 60.00 30.00 47.00 300.O( 85,00 1,600.00 40,000.00 50.00 1.00 1,0@3.00 1,500.00 1,000:00 5.00 55.00 22.00 22.00 24.00 1,400.00 875.00 220.00 360.00 165.00 65.00 85.00 2,550 I 100 650 15 1,185 2 t 650 63 41 3 710 390 4 178 71 2 2 28 18,700 3 1 1,340 40 50 570 470 2 3 5 2 2 6 2 3,000 1 1 300 3 2 05 400 7,600.0 6.5: 7,700.0 75.0 300.0 1,600.0 60,000.0 12,0~.0 30,000.0 1,500 40 7,600 1,95o 7,700 225 ~oo 1,6oo 5o,00o 12,00o 30,000 47,913 0.35 00.00 50,00O.OO 6.00 2,400.00 10000 150.00 2,00~.00 120,0~2 00 I0,000,00 I 0,~ 0~ 80,000 1,050.0 60.0 50,000.0 1300.0 2,400.0 300.0 300.0 2,000.0 120,000.0 IO,000.0 I0,0~.0 1.00 200.00 15,000.00 1200 22,000.00 40000 1,000.00 106,000.00 I00.00 20,O00.00 3,000.0 200.0 15,000 0 3,600.0 22,000.0 800.0 1,000.0 106,000.0 1000 20,000.0 80,000.0 0.40 55.00 15,000.00 29.00 13,600.00 300.00 2,500.00 5,000.00 89,800.0~ 20,000.00 10,~.~ ~,718.~ ToNal 17,850 0 I 0,000.o 25,000.0 1,650 0 1,160 0 2,600.0 7,500.0 61,620.0 2,000.0 5,000.0 19,500.0 6,300.0 4,100.0 5,0@3.0 180,0 I/~330.0 1.200.0 15,!30.0: 80,000.0 16,000.0 1,400.0 18,700.0 3,0~.0 360.0 1,500.0 1,0~).0 36,500.0 61,640 0 1,100.0 12,540.0 11,2g0.0 2,800.0 2,625.0 1,100.0 720.0 330.0 390.0 170.0 1,200.0 55.0 15,000.0 8,700.0 13,600.0 900.0 5,000.0 5,0@3.0 89,800.0 20,0~.0 10,~.0 84,718.0 RM Harris Unit Co~I To~l 4.00 10,200.0 5,000.00 5,000.0 8,000.00 8,000 0 30.00 3,000.0 5.OO 2,900.0 4.00 2,600.0 700.00 10,500.0 2,000.00 %000.0 50.00 59,250.0 . 1,000.00 2,000.~ 5,~0.00 5,000.C 65.00 42,250,C 150.00 9,450.0 100.00 4,100.0 8,OOO.00 8,OOO.0 500.00 1,500.0 40.00 28,400.0 50.00 19,500.0 500.00 2,000.0 200.00 35,600.0 500.00 32,000.00 64,000.0 10,000.0 30.00 840.0 030 13,090A 3,000,0~9,000A 300.00 3,600£ 5,000.00 600.00 5.00 36,500.( 44.00 58,960.I 60 00 2,4001 30.00 1,500.( 25.OO 14,250A 30 00 900.00 300.00 1,500: 200.00 400 ~ 1 00 00 200.’ 0.40 1,200 ~ 50.00 50.’ 30,0~ 00 32,000.00 32,000. 1,000.00 3,000. _2,00o.o~4,o~o. 100,000.00 100,000. 20,000.00 [20,0~. ATTACHMENT 3