Loading...
HomeMy WebLinkAbout2005-01-10 City Council (4)DISCUSSION Project Description The work to be performed under the contract is for emergency and/or critical rehabilitation of various components of the City of Palo Alto's water and wastewater system. The water work includes installing or replacing water services, fire hydrant assemblies, mainlines, gate valves, blow-off assemblies, air release assemblies, and line stops. The wastewater work includes installing or replacing manholes, laterals, cleanouts, and mainlines. The contract will be for three years, subject to Council approval of the budget for the work each fiscal year and satisfactory contractor performance. Description of Bid Process The bid process used to solicit bids for this proposed three-year contract is slightly different than the City's usual bid procedure for invitations for bids (IFB). Due to the uncertainty of the quantities of emergency work the contractor may be asked to perform under this contract, the bid item quantities were increased to include the maximum quantity of that bid item work that may occur as part of the contract within any given fiscal year. The bidders were informed that the maximum amount of all bid items would not be used in any of the fiscal years because of the City's limited budget. Bidders were informed that the City's proposed total budget for each of the fiscal years was $405,500 (FY 2004/05), $535,000 (FY 2005/06), and $537,000 (FY2006107). The bidders were also informed in the IFB that the total contract for all three fiscal years may reach $1,477,500 and that the second and third years of the contract would be subject to Council approval of the contract budget in fiscal years 2005/06 and 2006107. The grand total bid is comprised of a base bid for each fiscal year 2004/05, 2005/06, and 2006107 bid items. The bid for each year consists of 36 bid items. The quantity assigned to each bid item in the base bid reflects the estimated· maximum quantity of that bid item which could be constructed in anyone fiscal year. Since this project is for critical or other as-needed repair work, not all bid item quantities will be used in each fiscal year. Therefore, the total bid price of all the bid items exceeds the planned budget for each fiscal year (see Attachment B). The 3-year grand total bid amount was identified in the IFB as the dollar amount the City would use to determine the lowest responsible bidder. This work is being performed by contract because the project resource requirements are beyond the City's personnel and equipment capacity. CMR:106:05 Page 2 of4 'J Summary of Bid Process Bid NamelNumber Water and Wastewater Operations Services-Part 2/ IFB 106016A Proposed Length of Proj ect 36 months Number of Bids Mailed to 18 Contractors Number of Bids Mailed to Builder's. 10 Exchanges Total Days to Respond to Bid 43 Pre-Bid Meeting? Yes (Non-Mandatory) Number of Company Attendees at 3 Pre-Bid Meeting Number of Bids Received: 3* Bid Price Range $4,152,554 to $4,405,911 *Bid summary provided in Attachment B. A notice inviting formal bids for Water and Wastewater Operations Services project was sent on October 5, 2004 to 10 builders' exchanges and 18 contractors. The bidding period was for 43 calendar days. A non-mandatory pre-bid meeting was held on November 4, 2004; three companies attended the meeting. Bids were received from three qualified contractors on November 16, 2004, as listed on the attached bid summary (Attachment B). Bids range from $4,152,554 to a high of $4,405,911. Contractors not responding indicated that they did not submit a bid because they were too busy or too far away. Staff has reviewed all bids submitted and recommends that the bid of $4,152,554 submitted by Casey Construction be accepted to establish unit bid item prices and that Casey Construction be declared the lowest responsible bidder for each of the three contract fiscal years in the amounts of $405,500 (FY 2004/05), $535,000 (FY 2005/06), and $537,000 (FY 2006/07). The bid is 1 % above the staff/engineer's estimate of $4,100,000. Change order amounts of $40,000 (FY 2004/05), $53,500 (FY 2005/06), and $53,000 (FY 2006/07), which equal 10% per year, are requested. Staff confirmed with the Contractor's State License Board that the contractor has an active license on file. Staff checked references supplied by the contractor for previous work performed and found no significant complaints. CMR:I06:05 Page 3 of5 RESOURCE IMPACT The bid included pricing for a thirty-six month (3-year) agreement. Funds for the first year of this project are included in' the FY2004/05 Water System Improvements (WS-80014) and Wastewater Collection System Improvements (WC-99013) programs. Funding will be requested for the second and third years of the project in FY 2005/06 and FY 2006107 in the same WBS elements. POLICY IMPLICATIONS The approval of this contract is consistent with existing policies. This recommendation is consistent with the Council-approved Utilities' Strategic Plan, especially Supporting Objective No.2 -"Invest in utility infrastructure to deliver reliable service." and Key Strategy No.1; Operating the distribution system in a cost effective manner." ENVIRONMENTAL REVIEW The recommended action does not constitute a project under the California Environmental Quality Act. This project constitutes a Class 1 exemption as defined in Section 15301 of CEQ A. Class 1 consists of the operation, repair, maintenance, and minor alteration of existing facilities of public-owned utilities used to provide electric power, natural gas, sewerage, or other public utility services. PROJECT REVIEW 1. This project was initially budgeted in FY 200412005. 2. This project does not contain any elements requiring review by boards or commissions. ATTACHMENTS A: Contract B: Bid Summary C: Certificate of Non-Discrimination PREPARED BY: CMR:1'06:05 Robert Item, Engineer Edward Wu, Senior Project Engineer Roger Cwiak, Engineering Manager Scott Bradshaw, Assistant Director Page 4 of5 , . . . . .y.".""!r.,·",.";·!".;,,",,);-,,",~·,,,,.,.···,,··,··,,,,,,;·,,·,,.,,, IN WITNESS WHEREOF, the parties have by their duly appointed representatives executed this Contract in the city of Palo Alto, County of Santa Clara, State of California on the date first stated above. ATTEST: CITY OF PALO ALTO City Clerk By::-:-_____________ _ Its Mayor APPROVED AS TO FORM: Senior Assistant City Attorney APPROVED: CONTRACTOR: By: ______________ _ Assistant City Manager Name ________________________________ _ Title: _______________________________ _ Director of Utilities By: ______________ _ Director of Administrative Services Name: ____________________________ _ Insurance Review Title _______________________________ _ (Compliance with California Corporations Code 313 is required if the entity on whose behalf this contract is signed is a corporation. In the alternative, a certified corporate resolution attesting to the signatory authority of the individuals signing in their respective capacities is acceptable. ) CERTIFICATE OF ACKNOWLEDGMENT (Civil Code 31189) STATE OF __________ __ COUNTY OF _________ _ On , before me, a notary public in and for said County, personally appeared , personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose " CER-nACATION OF NONDlSCRJMINATION SECTION410 ---". .. ------ PROJECT: Wat~r and Wastewater OperatJsms Services --Part 2 Certification of Nondiscrimination: As suppliers of goods or services to the City of Palo Alto, the finn a0d individuals listed below certify thnt they do not discriminate in employment with regards to age, race, color, religion, sex, national origin, ancestry, disability, or sexual preference; that they are in compliance with all Federal, State, and local directives and executive orders regarding nondisc/imination in employment. THE INFORMATION HEREIN IS CERTIFIED CORRECT BY SIGNATURE{S) BELOW. Firm: ~Sc. Y (o/l/S7Y'f-L..-Ch'Oh_ Signature: ~~-.L--~ Name: Me.. / C,q 5e y Title: 0 IV)1 er (PRINT OR TYPE NAME) Signature: Name: Title: (PRINT OR TYPE NAME) Note: The City of Palo Alto, pursuant to Califomia Corporations Code Section 313, requires two corporale officers to execute contracts. "The signature of First Officer* must be one of the foflowing: Chairman of the Board; President; or Vice President. ""'The signature of tl1€ Second Officer !J?ust be one of the following: Secretary; Assistant Secreta/y; Chief Financial Officer, or Assistant Treasurer. (In the alternative, a certified corporate resolution attesting to the signatory authority of the individuals signing in their respective capacities is acceptable) CITY OF PALO ALTO PAGE 1 OF 1 t· , 11 21 EA I Replace 60" sewer manhole $7,210.001.<.' . $14,420.001 $6,1so.001<$12,300:601 $6,000.001 .'$i:i,oociQ\JI $6,600.001$13,200.001 $0.001" so.ool $0.001 $0.00 12 71 EA I Remove 48" sewer manhole $2,060.00 I ';$14,420:061 $3,SOO.00 /""'$24;soo.661 $4,000.00/'.":$28:606:001 $S,SOO.OO L$38,soo.601 $0.00/ ,'$0.001 $0.00 I $0.00 13 21 EA I Remove 60" sewer manhole $2,S9s.601$5,1il1:201 $4,2S0.00I:,i'(i;8,i;oo'001-$;:()00.001<Ho';ooo.oOr $S,soo.00/:$11,000.001 $o~ool':;" $6.001 $0.001 $0.00 14 71 EA I Construct new 48" sewer manhole $4,542.301.. : .. >$31,796'101 $4,4so.00I,';·$31,1S0'ool $S,000.001<;:$35;000.001 $4,400.001:$30.800:001 -$O.Ool>.'---c:so:ool $0.001 $0.00 15 21 EA I Construct new 60" sewer manhole $5,840.101'$11,680:201 $5,750.001': :',$11;500'661 $6,000.00/ . .0';;;$12:000.661 $5,500.001 . $11,000:001 $0.00/:,;'$0:001 $0.001 $0.00 16 sol EA I Install or replace 4"-6" sewer lateral cleanout $1,946.701" .• ; \::;;$97,335.001 $395.001:"';';>$19.750:001 $400.00/<,\;,$20.000.001 $550.00/: ':$27,s06:001 $0.00/0;:·: ';<':.$0:001 $0.001 $0.00 17 51 EA I Replace 1" water service $2.595.601"';':$12.978;001 $1,900.00F.;:\ '$9;500;001 $2.200.001.:>$11;060:601 $2,200.001-.":$11:000.001 $0.001> .,,>;$0,001 $0.001 $0.00 18 51 EA I Replace 1.5" water service I $3.244.501,');':'$16.222.501 $2,850.0012:)($,1!1:2so:001-$2,200.001···" '$1{ooa:ool $2,47s.001· ;'$12.37s.001 $0.00," ':';"'$0.001 $0.001 $0.00 19 21 EA I Replace 2" water service $3,893.401<:; ,;c) ',:$7.786':801 $2,950.00/;~'<:::,~5,'9oo;001 $2,500.001.' ;":$5;060:001 $2,750.001-"." '.:$5;500.001 $o.oolt:o:: : .' $0;001 $0.001 $0.00 20 21 EA I Replace or Install 6" fire hydrant assembly I $5,840.10I';;:,i;;"':·:/$il';6S:O:261 $S,7S0.00/::<;;/$j1,soo.()01· $5,500.00I'::$1'i;otiO:iibl $3,850.001> ;,'$7;700:001 $O.ooi'''';·· $0.001 $0.001 $0.00 21 I sool LF I Replace 6" PVC water main $84.46r:;;:i;:':>,i"iili2'.23@01 $1'05.001);;~';$'52;500;001 $115.001"$57;560.001 $121.00F..,$60,500.001 $0.001'·;') • Jl;o:'ool $0.001 $0.00 22 Replace 8" PVC water main 23 Replace 10" PVC water main 24 Replace 12" PVC water main 25 21 EA I Replace or install 4" gate valve I $2,s95.60F,';-;Ht/;::!$S';191:2()1 $3,950.00ji)'!'J;;/S7,s60:6iJl $4,600.001 "i.:,$S;200:ool $1,650.00ts.c$3;300:001 $o.ooh>:' "SO:ool $0.001 $0.00 26 sl EA I Replace or install 6" gate valve I $3,114.72I';::."<f$15:573:601 $3,97s.001(0.:\;$\:9;87s.001 ~.700.00h'>;$23;500:001-$1,925.001. ~'$9:62s:ool $0.00/::0",:.> '$0:001 $0.001 $0.00 27 sl EA I Replace or install 8" gate valve I $3,633.84l'S;:< ',$18;169;201 $4,000.001"'d~$2ci\li(jo:obl $4,800.001<:,\][$24;000.001 $2,035.001.$10;175.001 $O.OOh,;·\;;:'~$o.OQI $0.001 $0.00 28 21 EA I Replace or install 10" gate valve $4,412.521:::: .. >';-;$8';825:041 $4,400.00hiXF.;S8)i1Jb.aol $5,000.00I'),:i$10,060:061 $2,200.001 $4;400:001 $O.ooh::,'-'$o:ool $0.001 $0.00 29 21 EA I Replace or install 12" gate valve $5, 191.201?:'·:"·/$XO;382~4.01 $4,950.00[IT0Kf$$;eod.ool $5,250.00I':)(s""0;50"0;001 $2,750.001 :$5,500:601 $o.ooljj~,~ • .$0;001 $0.001 $0.00 30 21 EA I Replace or install 2" blow-off assembly $5,191.20F':'i;/$.1b~382:4dl $1,700.00b2't;;'$3;'lob.odl' $1,600.001 '::/;'$3;20'0:001 $2,7so.001·' $5;500:001 $0.001;;,<:: '. '($0:001 $0.001 $0.00 31 21 EA I Replace or install 0.5" air release assembly $4,542.30";;.' /}"$S;68'l:sol $1,300.001';>"$2;600:001 $1,600.001:; '::<S3,20o:ool $2.200.001'$4.400.001 $0.001::::·;':::\$0:001 $0.001 $0.00 32 21 EA I Install 4" line stop $3,60s.00Lt:;i:; ..• $'7~21.d:ool $2,796.001·;;':'(;"$s:s92:001 $f,800.001·'·'/;"ss;sod:ool $3,100.001;: "$6;200.001 $o.ooF'>:' '$0.001 $0.001 $0.00 33 sl EA IlnstallS" line stop I $4,635.001::<"'><'$23,175:1)01 $3.830.00k';, $19:150.601 $2,000.001·:C,i~,$,1bjjbQ:bol $3.600.00/< •• $18,000.001 $0.001\' "'>$0;001 $0.001 $0.00 34 sl EA Iinstall8" line stop I $S,4s9.001" (77:$27,29s:001 $4,475.00IY $22;375:601 $2,200.001>i$:f';;666:dbl $4,100.001':'$20,500.001 $0.001':< ;;'./$0;001 $0.001 $0.00 35 21 EA I Install 10" line stop $6,180.00L. •.. ·$12,360:iiol $5,000.001:'·'$io;006:OOI $3,00o.ooT,:c';'$6;OQb.OOI-' $4,850.00j,.'.$9;760:cml $0.001"'", '$0:001 $0.001 $0.00 36 21 EA Install 12" line stop $0.00 ~;:rO:rAt;(Fiscalyeai;20o.512006)' $0.00 C. ADDITIVE BID (Fiscal Year 2006/2007) 1 I 1001 EA I Remove and replace 4" sewer lateral 2 J 10/ EA I Remove and replace 6" sewer lateral 3 I 500 I LF I Remove existing sewer and replace with 6" sewer 4 I soo I LF I Remove existing sewer and replace with 8" sewer 5 I 500 I LF I Remove existing sewer and replace with 10" sewer 6 I 500 I LF I Remove existing sewer and replace with 12" sewer 7 I 2501 LF I Remove existing sewer and replace with 1S" sewer 8 I sl EA ISpot repair 6"-10" sewer main 9 I 51 EA !Spot repair 12"-15" sewer main 10 I 21 EA I Replace 48" sewer manhole 11 I 21 EA I Replace 60" sewer manhole 12 I 71 EA I Remove 48" sewer manhole 13 I 21 EA I Remove 60" sewer manhole 14 Construct new 48" sewer manhole 15 Construct new 60" sewer manhole 16 Install or replace 4"-S;' sewer lateral cleanout 17 I 51 EA I Replace 1" water service 18 I 5 I EA I Replace 1.5" water service 19 I 21 EA I Replace 2" water service 20 I 21 EA I Replace or Install 6" fire hydrant assembly 21 I sool LF IReplace 6" PVC water main 22 I 500 I LF I Replace 8" PVC water main 23 I SOO I LF I Replace 10" PVC water main 24 I 500 I LF I Replace 12" PVC water main 25 21 EA I Replace or install 4" gate valve 26 51 EA I Replace or install 6" gate valve 27 sl EA I Replace or install 8" gate valve 28 21 EA I Replace or install 10" gate valve 29 21 EA I Replace or install 12" gate valve 30 21 EA I Replace or install 2" blow-off assembly 31 21 EA I Replace or install 0.5" air release assembly 32 21 EA I Install 4" line stop $4,243.60 Ii",' ,'7$424;360;00 $4,455.781<;C;)"":.'$44,55i:'i:iQ $100.791'(5";;:;<$50;392);; $113.s21;'··<i$56;7i)S>ii) $133.671,";; ';'::,;$86:;836'70 $147.471;'\/;0$73;732'55 $167.621/052':;::;:;>$4:1(905(55 $4,774.051"Wi~:':;'X$23,870:25 $5,410.591:;,':':;.:<0;$27;052:95 $5,304.S0r;:· ;;';,::<$10;609:00 $7,426.301'i::;:~:":;;::'$14;8's2t66 $2,121.80 IC::'5~"$14)i52:!io $2,673.471';;::;:.>\">';':$$:346:'94 $6,01S.30 $2,00S.10 $2,673.471·,'$j3:36'(34 $3,341.84 Ii':'" <,$iii;i,o~X8 $4,010.20,""":· ,;',:o$ii';oziF40 $6,015.301D,i, ::$12j030:61 $86.991 \."T;;Y':$4S;;f9S'96 $100.791'77.(($'50;392.75 $119.88 F::i:,<:"jX'$59;94P'S5 $133.671·,:7:::/$66:836:70 $2,673.47/,: "'/;:"')'$5:346:"94 $3.208.16/ ::'/';->$16'.'0'40:8; $3,742.861":'''::: :::$1s;7ibe $4,544.901/' ;;.;' ::,.;,. $9,089.1'9 $5,346.941 'c,:' i.> >.$10;693;87 $5.346.94 ry'; :;,$10;693'87 $4.678.57 n,i.;, ":>'$9;3si:14 $3,713.151: .' :-;:$'7A26;~0 $5,660.001':;{.$566;000.00 $6, 1S0.00/ r ('$61:'506:00 $95.00 I j!j.'$47,50ifdo $110.001'> :';$55;00000 $116.00k,{V$5S;oOO;00 $120.00If0.:;:i$e;'ci";boo;()o $142.001,;'/;''$35;15:00:60 $3,soo.00If;:7;'$1.7;SOOpO $5.500.00 1{."~:\$27;560:00 $4,400.001·jJ<fy.$S;80Q.OO $6,1so.00ItP I}$12i306:oo $3,800.001;';)'Y$2S;600:0o $4.250.00 I' 0;::':;$8;506'60 $1,900.001 '::::$9;506:00 $2,950.001:,;;;:,·$14;750:00 $2,950.001::·'Y0$S;900:00 $4,950.001:':~~~$9:9bp:oo $10s.001:I:"$52;5iJb:60 $120.00 I ','">:$60;006'00 $12s.001:;<7;$62;500'66 $130.00 I :::"2$65';066:60 $3,850.001::'{ ::$1,700~~bli $3,975.001" ,'$19,875:00 $4.8S0.00j';'$24;2"so'60 $4,950.001,,::·:'$9:9'01);"60 $5,250.0015{,}$·10;sod:bo $1,750.00 V)::( $3,50'0.00 $1,200.00 "'."")'$2,400:00 $3.800.00 Ii?" :$7)jOO'OO 2 of 3 $6.000.00[.\$600,000001 $4,500.001:'·$450,000.001 $0.001\',:< :,,.$0.001 $0.001 $0.00 $6,000.001 \.IS60;000:001 $S,775.001 ,\:.$51;750:001 $o.OOI":i::; <'$0;001 $0.001 $0.00 $110.001";';;i'$S5;000;061-$174.001 $87,obo.ool $0.001 ' ":"$0.001 $0.001 $0.00 $115.00':':;';'$57;500:601 $185.001' .$92;500.001 $o.ool'::·>}":' $0'.001 $0.001 $0.00 $120.00/<'!$66;ooo:ool $192.001 ':$9S;O()o.ool $0.06F>,,:.;o, $0:001 $0.001 $0.00 $130.0012'';;::/$65,000:001 $231.001:>'$115;500:001 'H' '$0.001.</>, .;$d~OOI $0.001 $0.00 $1so.00HY:"$37;S06":Qol $243.00j;"i$6b:7S0.001 $0.001"::;"0;: ':.':$0':001 $0.001 $0.00 $4,000.001::)'j'$2b;bdo;ool $4.620.001:;:$23:1'00.001 $0.001:1:;"2;'$0'001 $0.001 $0.00 $5.000.001,:">:$25.000:"001 $5,775.00I"i·$2iUl75:001 $0.001: ,:···:$0'001 $0.001 $0.00 $5,000.00",< ,$.10;oQo:bdl $2,888.001:',' ~;;$5;776.001 $o.ool.~"':.:·: ... <>,$0.001 $0.001 $0.00 $6,000.001>fri:,$.12;ooo;ool $6,930.00IS>.;$1:i;sso.001 $0.001,,:;/':$0:001 $0.001 $0.00 $4.000.001: '($28;000;661 $5,775.001";;::'$40;425:001 $0.001:::' .. ",$0"001 $0.001 $0.00 $5,000.00I""/$10;QOVool $5,77S.00j;:'c':$11:s5P.061 $0.001:52. ':$0.001 $0.001 $0.00 $5,000.00 . $6,000.00 $500.00 : $2,500.001/:':;:$12.56'D.601 $2,310.001·>$11:550,001 $0.001 ·,'(,;:''<$.0;001 $0.001 $0.00 $2,500.001. ';:;;$j2;506:ool $2,599.001,:', .:$12;995:001 $o.ooli :2;',.$0;001 $0.001 $0.00 $4,000.001:'<:::':,$8;000'09J-$2,888.00/,,: "\$5)76:661 $o.ooIT ':""$0:001 $0.001 $0.00 $6.000.00I';:;\";;$t2;000'06I' $4,043.001:;0·· '$8,086:001 $o.ooj:':-?,;?So:Obl $0.001 $0.00 $11s.001/D,i$57;soO:ool $128.001';;;<$64.000:001 $o.ooIA';' <$0.001 $0,001 $0.00 $120.00 1F'::;:$60;doil'dol$134.001~~:::;$6i;6do.ool $o.ooF:': ':;:($0.001 $0.001 $0.00 $122.001 "'$61,06&661 $139.001:'~";<$61l:soo:061 $0.001": '?i'~$O.oOI $0.001 $0.00 $140.001.:, <$10;000 .. 001 $1S1.001' /'$15:500.061 $0.001"" ',.;$0;6bl $0.001 $0.00 $4,800.001:' '$E(606:001' $1 ,733.001","::';$3,466;001 $0.00k::·'~$.o.061 $0.001 $0.00 $4,900.00,'.-:-:',$24;500.061 $2.022.001'$10;110'061 $o.ool~;,", "so'ool $0.001 $0.00 $5,000,001";;;'$25;060:001 $2,137.00/ '$10:685:001 $0.001:::2(':· $o.ciOI $0.001 $0.00 $S,500.001 ""'.$H;ooo:ool $2,31 0.00 I'c ,"':.$4,62i:i:ool $o.ooT"''''::':,': $0.001 $0.001 $0.00 $8,000.001 "$16;060'001 $2.888.001:;':;:.,.$5,776:601 $o.oots·· '$0.661 $0.001 $0.00 $1,600.00I:;$3~200'bdl $288.00L'. ·./$576.001 io.ool )$0:001 $0.001 $0.00 $1,600.00/>'$3;200'001 $2,310.001;" $4,620.601 $0.001 .. $0.001 $0.001 $0.00 $1.800.001 ':$3,600;001 $3,200.001>' "'$6,400.001 $o.ooi'" · .. ·$0.001 $0.001 $0.00 J l'" 'V' 33 51 EA linstall 6" line stop $4,774.05 $23;87(i,251 $4,397,001'>$21.985:001 $2,000,00F;,':'{ii1o;ooo:ool $3,700,001····$18,500:00 $O.OOP .' $0.00 $0.00 $0.00 .i~ 34 51 EA linstall 8" line stop $5,622.77 .' $28;1.13:85 $5,612.001";$28;060.00 $3,000.00 I;. :$15,000:00 $4,200.00 I,. 0$21,00000 $0.00 ,"$0.00 $0.00 $0.00 35 21 EA linstall 10" line stop $6,365.40/$12.730'80 $6,000.00/;,::.:'$12;600.00 $4,250.00/: : ;-$8,506:00 $5.950.00/"$11 ;900.00 $0.00' , $0:00 $0.00 $0.00 36 21 EA Iinstall 12" line stop $6,895.851.','$13,791:70 $6,500.001",.':0$13',000.'00 $4,500.001::,·"$9;666:00 $5,700.001 . ·• .. $1.1,400.00 $0.00 '$0:0'0 $0.00 $0.00 ~TOTAL(FisCaI year.2006/2007) .. . '$1,436,827:.79 '. $1;487;270.00 ':$1;5<\4;100.00 '$1;579~336:00 '$0;00 $0.00 ~~~N[j,;tPTAt;fQ~)3I'lEiil:~s?il)'!"G&:7i~@[*S~l!if;i i?l.$#;l!~s';:1'~:g~ 7;$4;1$2:551:00 "($4;~2l;AQ.Q:oO ;;;$4,40'5;9.11:00 ',:S02{C$OJ)O $0.00 Bid Summary: Engineer's Estimate $4,100,000 Casey Construction $4,152,554 (Lowest bidder) Trinet Construction $4,323,500 Shaw Pipelines $4,405,911 3013