Loading...
HomeMy WebLinkAboutItem 5j. Award the Construction Contract for Reservoir No. 2 Cover Replacement Project (Spec. No. 2000034-2) Item 5j Department: Public Works Cost Center: 6004 For Agenda of: 12/5/2023 Placement: Consent Estimated Time: N/A FROM: Matt Horn, Public Works Director Prepared By: Anthony Ramos, Engineer III SUBJECT: AWARD A CONSTRUCTION CONTRACT FOR THE RESERVOIR NO. 2 COVER REPLACEMENT PROJECT, SPECIFICATION 2000034-2 RECOMMENDATION 1. Authorize the City Manager to award a Construction Contract to Layfield USA Corporation in the amount of $2,891,917.26 for the Reservoir No. 2 Cover Replacement project, Specification Number 2000034-2; and 2. Authorize the appropriation and budget transfers to the Reservoir No. 2 Cover Replacement Project account (2000034) as follows: a. $516,031 from Water Fund Unreserved Working Capital; and b. $60,379.26 from Water Fund Undesignated Capital (Completed Projects); and 3. Authorize the City Engineer to approve Contract Change Orders up to the available project budget; and 4. Adopt a Draft Resolution entitled, “A Resolution of the City Council of the City of San Luis Obispo, California, authorizing use of Unreserved Working Capital Fund to support the Reservoir No. 2 Cover Replacement, Specification Number 2000034 -2.” POLICY CONTEXT Per the May 16, 2023 Council Agenda Report, the Reservoir No. 2 Cover Replacement Project (Project) must be awarded by Council if the construction contract is higher than the publicly disclosed funding amount. DISCUSSION Background Reservoir 2 is the City’s largest treated water storage reservoir with a capacity of approximately 7.50 million gallons and provides supply for both drinking and firefighting uses. The reinforced concrete reservoir has been in operation since its original construction in the early 1940s. The reservoir has two separate basins that include a floating cover and plastic liner for each basin designed to protect the water from contamination and reduce evaporation from the reservoir. The Project will replace the existing floating cover and liner that have reached the end of their service life and upgrade water quality sampling instrumentation and the chlorine feed system. Page 273 of 325 Item 5j On May 16, 2023, City Council authorized the invitation of bids for the Reservoir No. 2 Cover Replacement. On July 20, 2023, a bid opening was held where one bid was received by Layfield USA Corporation at a price of $3,264,881.00 (Attachment A). On September 22, 2023, the City Manager authorized staff to reject all bids and re- advertise the Project (Attachment B). After review of the bid results from the first project advertisement, staff split the bid items into a base bid and an additive alternative “A”. The base bid includes all work required to replace the floating cover, reservoir liner, and stormwater discharge pumps. Additive alternative “A” includes the chlorine analyzer system, chemical metering pumps and delivery system, tank mixers, the instrumentation and controls, and the electrical work required to complete these items. The goal of the base bid and additive alternative was to solicit responsive bids within the publicly disclosed funding amount to begin repairs at the beginning of next year. While the intent of this action was to complete all work items of the original project plan with the awarded contract, the priority is to replace the cover and liner since the existing cover and liner will likely not last another year. The project went out to bid a second time on October 12, 202 3, including the base bid and an additive alternative A. On November 2, 2023, a bid opening was held where a bid was submitted by Layfield USA Corporation and came in at a price of $2,891,917.26 for the total bid (Base Bid + Add. Alt. “A”) which was over t he engineer's estimate of $2,403,000 for the total bid (Attachment C). Table 1: Bid results for bid opening on November 2, 2023 Engineer’s Estimate Layfield USA Corporation Base Bid $2,232,000 $2,498,107.90 Additive Alternative A $171,000 $393,809.36 Total Bid (Base + Add Alt. “A”) $2,403,000 $2,891,917.26 The bid price may be attributed to overall construction cost escalation as well as a lack of competitiveness in this specialized area of construction as demonstrated by the number of bids received for both bid openings. Although the bid from Layfield USA Corporation was over the engineer’s estimate, staff is recommending the award of the contract (Attachment D) and transferring $516,031 from Water Fund Unreserved Working Capital to the project account and $60,379.26 from Water Fund Undesignated Capital (Completed Projects) to the project account to fund the Project as described in the Fiscal Impact section of this report. Staff recommends award of the Project to ensure the cover is replaced before November 2024 due to seasonal demands of the water treatment system. Previous Council or Advisory Body Action On May 16, 2023, the City Council authorized staff to advertise for bids for the Reservoir No. 2 Cover Replacement project. Award of the project contract requires consideration and approval by Council if the construction bids are higher than the publicly disclosed funding limit. Page 274 of 325 Item 5j Public Engagement This project was included in the public engagement process as a part of the 2021 -23 Financial Plan. No specific public engagement was performed for this project. CONCURRENCE The Public Works Department and Utilities Department concur with the recommendations in this report. ENVIRONMENTAL REVIEW This project is categorically exempt from environmental review pursuant to section 15301 of the CEQA Guidelines (Existing Facilities) since it is a maintenance and replacement project. A Notice of Exemption has been filed through the Community Development Department. FISCAL IMPACT Budgeted: Yes Budget Year: 2023-24 Funding Identified: Yes Fiscal Analysis: Funding Sources Total Budget Available Current Funding Request Remaining Balance Annual Ongoing Cost General Fund State Federal Fees Water Fund – Reservoir No. 2 Cover Replacement (2000034, Task 01) $2,752,007 $0 $0 Water Fund – Unreserved Working Capital $12,545,850 $516,031 $12,029,819 Water Fund – Undesignated Capital (Completed Projects) $296,224.24 $60,379.26 $235,844.98 Total $15,594,081.24 $576,410.26 $12,265,663.98 $0 Page 275 of 325 Item 5j Reservoir 2 Cover Replacement, Specification No. 2000034-2 Reservoir Maintenance Account (2000034, Task 01) Unreserved Working Capital Water Completed Projects (601.9501.71501) Project Total Costs Total Project Bid $2,315,507 $516,031 $60,379.26 $2,891,917.26 Contingencies (15%) $434,000 $0 $0 $434,000 Printing: $2,500 $0 $0 $2,500 Total Project Cost $2,752,007 $516,031 $60,379.26 $3,328,417.26 Current Project Balance $2,752,007 $12,545,850 $296,224.24 Remaining Balance $0 $12,029,819 $235,844.98 The Reservoir 2 Cover Replacement Project had a $714,126 project balance after appropriations in FY 2019-20 and FY 2020-21. Additional funding was appropriated in FY 2021-22 for $10,000, in FY 2022-23 for $950,000, and in FY 2023-24 for $200,000. To support the project cost, staff transferred $999,279.70 from the Water Fund Undesignated Capital account based on the available balance described in the Council Report to advertise the project (Item 6h, 5/16/2023). After all design expenses have been expended or obligated, the Reservoir 2 Cover Replacement Project has an available balance of $2,752,007. Staff are requesting approval for $576,410.26 more for the Reservoir 2 Cover Replacement project, due to bids exceeding the publicly disclosed funding limit. Staff are proposing that this additional funding be transferred from the following accounts: 1. $516,031 is being requested from Water Fund Unreserved Working Capital (Draft Resolution - Attachment E). This amount will be offset by a deferral of the Edna Saddle Water Tank Coating project identified in the 2023-25 Financial Plan for FY2024-25. Resolution 11440 previously appropriated $483,969 from Water Fund Unreserved Working Capital for the Johnson Waterline Replacement project and was also offset by Edna Saddle Water Tank Coating project. 2. $60,379.26 is being requested from the Water Fund Undesignated Capital account, which represents cost savings from projects that have been completed underbudget. Page 276 of 325 Item 5j ALTERNATIVES 1. Deny the award of the construction contract and defer the project for re- advertisement in the Winter of 2024. The City Council may choose to not award the contract at this time, reject all bids, and defer the project for re-advertisement in Winter of 2024. Staff does not recommend this option as it would further delay construction and risk catastrophic failure. The risk also includes that project costs continue to rise resulting in an increased bid price. 2. Deny the award of the construction contract and cancel or defer the project to a future budget cycle. The City Council may choose to not award the contract, reject all bids, cancel the project entirely, or defer the project for a future budget cycle. Staff does not recommend this option because the condition of the floating cover is in poor condition and needs to be repaired prior to failure. ATTACHMENTS A - Bid Results from 07-20-2023 B - City Manager Report Authorizing Re-advertising C - Bid Results from 11-02-2023 D - Draft Agreement with Layfield USA Corporation E - Draft Resolution authorizing use of Water Fund Unreserved Working Capital to support the Reservoir No. 2 Cover Replacement Page 277 of 325 Page 278 of 325 Item No.SS Item Description Unit of Measure Estimated Quantity Unit Price Total 1 7, 013233, 019310 GENERAL CONDITIONS/MOBILIZATION LS 1 69,548.00$ 69,548.00$ 2 334700, 334713 REMOVE AND DISPOSE OF EXISTING LINER AND COVER LS 1 185,328.00$ 185,328.00$ 3 334713 CONDUCTIVE GEOTEXTILE UNDERLAYMENT SYSTEM LS 1 153,985.00$ 153,985.00$ 4 334713 RESERVOIR LINER SYSTEM LS 1 386,796.00$ 386,796.00$ 5 334700 FLOATING RESERVOIR COVER WITH EIGHT (8) ACCESS HATCHES, AND RAINWATER COLLECTION/DISPOSAL SYSTEM LS 1 1,275,361.00$ 1,275,361.00$ 6 431000 TANK MIXER EA 2 36,040.50$ 72,081.00$ 7 TS DIV. 26, TS DIV. 40 CHEMICAL METERING PUMPS AND DELIVER SYSTEM LS 1 220,187.00$ 220,187.00$ 8 TS DIV. 26, TS DIV. 40 CHLORINE ANALYZER SYSTEM LS 1 63,157.00$ 63,157.00$ 9 TS DIV. 26 ELECTRICAL LS 1 461,410.00$ 461,410.00$ 10 TS DIV. 26, TS DIV. 40 INSTRUMENTATION AND CONTROLS LS 1 -$ -$ 11 334700 FLOATING COVER INFLATIN/INSPECTION LS 1 184,713.00$ 184,713.00$ 12 334700 DISINFECTION LS 1 91,005.00$ 91,005.00$ 13 7 OSHA COMPLIANCE LS 1 -$ -$ 14 334700 REPLACE CONCRETE ANCHOR BOLTS FOR LINER/COVER EA 50 162.50$ 8,125.00$ 15 334700 REPLACE SS BATTEN BARS LF 50 41.50$ 2,075.00$ 16 030130 CONCRETE CRACK REPAIR LF 50 41.00$ 2,050.00$ 17 030130 REPAIR OF SPALLED CONCRETE TO A DEPTH OF TWO (2) INCHES SQFT 100 236.50$ 23,650.00$ 18 15 REPLACEMENT FENCE POSTS EA 20 3,270.50$ 65,410.00$ Layfield BASE BID ITEMS 3,264,881.00$ TOTAL PROJECT BID Page 279 of 325 Page 280 of 325 City of San Luis Obispo, City Manager Report Final City Manager Approval Approver Name Date Approved ACM Community Services WM 9/21/23 Reviewer Routing List Reviewer Name Date Reviewed Finance EJ 9/22/23 City Attorney SMS (please see approval note) 9/18/23 Department Analyst Nicole Lindner 9/17/23 City Engineer Brian Nelson 9/15/23 September 7, 2023 FROM: Matt Horn, Director of Public Works MH 9/17/2023 PREPARED BY: Anthony Ramos, Engineer III SUBJECT: Authorization to Reject All Bids and Re-Advertise the Reservoir No. 2 Cover Replacement Project, Specification No. 2000034-2 RECOMMENDATION Reject all bids and authorize staff to re-advertise the Reservoir No. 2 Cover Replacement Project for bids with a Base Bid and Additive Alternative. DISCUSSION On May 16, 2023, the City Council authorized inviting bids (Attachment A) for the Reservoir No. 2 Cover Replacement Project, Specification Number 2000034-1. The same action also authorized the City Manager to award the contract if the lowest bid was within the publicly disclosed funding amount of $2,500,000. One bid was received (Attachment B) and opened on July 26, 2023; Layfield USA Corporation was the only bidder with a bid of $3,264,881, which is greater than the Publicly Disclosed Funding Amount by $764,881. Staff is recommending that the bid from Layfield USA Corporation be rejected and the project be re-advertised in September of 2023 with a Base Bid and an Additive Alternative “A” in order to provide additional flexibility to award the project. After bid opening, staff will prepare a recommendation to award the construction contract if the lowest responsible bid is within the publicly disclosed funding amount of $2,500,000 authorized by Council using either: · TOTAL PROJECT BID, if bid for Base Bid + Add. Alt. “A” is less than $2,500,000; or · BASE BID, if Base Bid is less than $2,500,000 and Base Bid + Add. Alt. “A” is greater than $2,500,000. Page 281 of 325 Authorization to Reject and Re-Advertise Bids - Res 2 Cover Replacement Page 2 Due to the deteriorating condition of the reservoir’s floating cover, the Base Bid will include all work required to replace the floating cover, reservoir liner, and stormwater discharge pumps. The base bid will also include any electrical and mechanical work within the reservoir that requires the reservoir to be drained. The Additive Alternative will include the chlorine analyzer system, chemical metering pumps and delivery system, tank mixers, the instrumentation and controls, and the electrical work required to complete these items. These items came in significantly higher than the Engineer’s Estimate, so staff believes that separating them into an Additive Alternative will solicit responsive bids within the publicly disclosed funding amount to allow staff to begin needed repairs at the beginning of this next year. The goal is that all elements of the original project plan be completed under the awarded contract, but the priority (as made clear in the Council Agenda Report) is to replace the cover and liner since staff does not believe the existing cover and liner will last another year. Staff believes this to be the most expeditious route in order to ensure construction can start in early February and be complete by the 2024 winter season. FISCAL IMPACT There are no fiscal impacts associated with rejecting all bids. Completing the project fiscal impacts are unchanged as detailed in the Council Agenda Report (See Attachment A). ALTERNATIVES Reject All Bids and Cancel Project – The City Manager could reject all bids and decide not to re-advertise. Staff advises against this action, as the condition of the floating cover is in poor condition and needs to be repaired prior to failure. ATTACHMENTS 1. Attachment A – CAR to Advertise 2. Attachment B – Bid Results https://slocitycloud.sharepoint.com/sites/SLOHub/Administration/Documents/City Manager Reports/Public Works/2023/CIP Engineering/2000034-2 Reservoir No. 2 Cover Replacement - Reject Bids CMR to Reject and Re-Advertise - Spec 2000034-2.docx Page 282 of 325 Item No. SS Item Description Unit of Measure Estimated Quantity Unit Price Total 1 7, 013233, 019310 GENERAL CONDITIONS/MOBILIZATION LS 1 14,109.57$ 14,109.57$ 2 334700, 334713 REMOVE AND DISPOSE OF EXISTING LINER AND COVER LS 1 211,552.43$ 211,552.43$ 3 334713 CONDUCTIVE GEOTEXTILE UNDERLAYMENT SYSTEM LS 1 137,126.65$ 137,126.65$ 4 334713 RESERVOIR LINER SYSTEM LS 1 376,039.10$ 376,039.10$ 5 334700 FLOATING RESERVOIR COVER WITH EIGHT (8) ACCESS HATCHES, AND RAINWATER COLLECTION/DISPOSAL SYSTEM LS 1 1,391,644.86$ 1,391,644.86$ 6 7 OSHA COMPLIANCE LS 1 -$ -$ 7 334700 CONCRETE ANCHOR BOLTS FOR LINER/COVER EA 50 159.99$ 7,999.50$ 8 334700 SS BATTEN BARS LF 50 39.43$ 1,971.50$ 9 30130 CONCRETE CRACK REPAIR LF 50 38.40$ 1,920.00$ 10 30130 REPAIR OF SPALLED CONCRETE TO A DEPTH OF TWO (2) INCHES SQFT 100 225.35$ 22,535.00$ 11 15 FENCE POSTS EA 20 3,221.55$ 64,431.00$ 12 334700 FLOATING COVER INFLATION/INSPECTION LS 1 179,053.99$ 179,053.99$ 13 334700 DISINFECTION LS 1 89,724.30$ 89,724.30$ 14 431000 TANK MIXER EA 2 59,335.19$ 118,670.38$ 15 TS DIV. 26, TS DIV. 40 CHEMICAL METERING PUMPS AND DELIVER SYSTEM LS 1 213,547.25$ 213,547.25$ 16 TS DIV. 26, TS DIV. 40 CHLORINE ANALYZER SYSTEM LS 1 61,591.73$ 61,591.73$ Layfield BASE BID ITEMS 2,891,917.26$ TOTAL PROJECT BID BASE BID 2,498,107.90$ ADDITIVE ALTERNATIVE A 393,809.36$ Page 283 of 325 Page 284 of 325 AGREEMENT THIS AGREEMENT, made on _________________________, by and between the City of San Luis Obispo, a municipal corporation and charter city, San Luis Obispo County, California (hereinafter called the Owner) and LAYFIELD USA CORPORATION (hereinafter called the Contractor). WITNESSETH: That the Owner and the Contractor for the consideration stated herein agree as follows: ARTICLE 1, SCOPE OF WORK: The Contractor shall perform everything required to be performed, shall provide and furnish all of the labor, materials, necessary tools, expendable equipment, and all utility and transportation services required to complete all the work of construction of RESERVOIR NO. 2 COVER REPLACEMENT PROJECT, SPEC NO. 2000034-2 in strict compliance with the plans and specifications therefor, including any and all Addenda, adopted by the Owner, in strict compliance with the Contract Documents hereinafter enumerated. It is agreed that said labor, materials, tools, equipment, and services shall be furnished and said work performed and completed under the direction and supervision and subject to the approval of the Owner or its authorized representatives. ARTICLE II, CONTRACT PRICE: The Owner shall pay the Contractor as full consideration for the faithful performance of this Contract, subject to any additions or deductions as provided in the Contract Documents, the contract prices as follows: Item No. Item Description Unit of Measure Estimated Quantity Item Price (in figures) Total (in figures) BASE BID ITEMS 1 GENERAL CONDITIONS/MOBILIZATION LS 1 --- $14,109.57 2 REMOVE AND DISPOSE OF EXISTING LINER AND COVER LS 1 --- $211,552.43 3 CONDUCTIVE GEOTEXTILE UNDERLAYMENT SYSTEM LS 1 --- $137,126.65 4 RESERVOIR LINER SYSTEM LS 1 --- $376,039.10 5 FLOATING RESERVOIR COVER WITH EIGHT (8) ACCESS HATCHES, AND RAINWATER COLLECTION/DISPOSAL SYSTEM LS 1 --- $1,391,644.86 6 OSHA COMPLIANCE LS 1 --- $0 7 CONCRETE ANCHOR BOLTS FOR LINER/COVER EA 50 $159.99 $7,999.50 DocuSign Envelope ID: 96E97ED1-DB2A-4537-A28B-18BF7DB4E6CC Page 285 of 325 8 SS BATEN BARS LF 50 $39.43 $1,971.50 9 CONCRETE CRACK REPAIR LF 50 $38.40 $1,920.00 10 REPAIR OF SPALLED CONCRETE TO A DEPTH OF TWO (2) INCHES SQFT 100 $225.35 $22,535.00 11 FENCE POSTS EA 20 $3,221.55 $64,431.00 12 FLOATING COVER INFLATION/INSPECTION LS 1 --- $179,053.99 13 DISINFECTION LS 1 --- $89,724.30 Base Bid $2,498,107.90 Item No. Item Description Unit of Measure Estimated Quantity Item Price (in figures) Total (in figures) ADDITIVE ALTERNATIVE A BID ITEMS 14 TANK MIXER EA 2 $59,335.19 $118,670.38 15 CHEMICAL METERING PUMPS AND DELIVERY SYSTEM LS 1 --- $213,547.25 16 CHLORINE ANALYZER SYSTEM LS 1 --- $61,591.73 Additive Alternative A $393,809.36 Base Bid $2,498,107.90 BID TOTAL: $2,891,917.26 Payments are to be made to the Contractor in compliance with and subject to the provisions embodied in the documents made a part of this Contract. Should any dispute arise respecting the true value of any work omitted, or of any extra work which the Contractor may be required to do, or respecting the size of any payment to the Contractor, during the performance of this Contract, said dispute shall be decided by the Owner and its decision shall be final, and conclusive. ARTICLE III, COMPONENT PARTS OF THIS CONTRACT: The Contract consists of the following documents, all of which are as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached: 1. Notice to Bidders and Information for Bidders 2. Standard Specifications and Engineering Standards 3. Special Provisions, any Addenda, Plans and Contract Change Orders 4. Caltrans Standard Specifications and Standard Plans 2015 5. Accepted Bid and Bid Bond 6. List of Subcontractors 7. Public Contract Code Sections 10285.1 Statement 8. Public Contract Code Section 10162 Questionnaire 9. Public Contract Code Section 10232 Statement 10. Labor Code Section 1725.5 Statements DocuSign Envelope ID: 96E97ED1-DB2A-4537-A28B-18BF7DB4E6CC Page 286 of 325 11. Bidder Acknowledgements 12. Qualifications 13. Non-collusion Declaration 14. Agreement and Bonds 15. Insurance Requirements and Forms ARTICLE IV INDEMNIFICATION: The Contractor shall indemnify, defend with legal counsel approved by City, and hold harmless City, its officers, officials, employees and volunteers from and against all liability, loss, damage, expense, cost (including without limitation reasonable legal counsel fees, expert fees and all other costs and fees of litigation) of every nature arising out of or in connection with the Contractor’s negligence, recklessness or willful misconduct in the performance of work hereunder or its failure to comply with any of its obligations contained in this Agreement, except such loss or damage which is caused by the sole or active negligence or willful misconduct of the City. Should conflict of interest principles preclude a single legal counsel from representing both the City and the Contractor, or should the City otherwise find the Contractor’s legal counsel unacceptable, then the Contractor shall reimburse the City its costs of defense, including without limitation reasonable legal counsel fees, expert fees and all other costs and fees of litigation. The Contractor shall promptly pay any final judgment rendered against the City (and its officers, officials, employees and volunteers) with respect to claims determined by a trier of fact to have been the result of the Contractor’s negligent, reckless or wrongful performance. It is expressly understood and agreed that the foregoing provisions are intended to be as broad and inclusive as is permitted by the law of the State of California and will survive termination of this Agreement. The Contractor obligations under this section apply regardless of whether such claim, charge, damage, demand, action, proceeding, loss, stop notice, cost, expense, judgment, civil fine or penalty, or liability was caused in part or contributed to by an Indemnitee. However, without affecting the rights of the City under any provision of this agreement, the Contractor shall not be required to indemnify and hold harmless the City for liability attributable to the active negligence of City, provided such active negligence is determined by agreement between the parties or by the findings of a court of competent jurisdiction. In instances where the City is shown to have been actively negligent and where the City’s active negligence accounts for only a percentage of the liability involved, the obligation of the Contractor will be for that entire portion or percentage of liability not attributable to the active negligence of the City. ARTICLE V. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the bid of said Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said bid conflicting herewith. IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands this year and date first above written. DocuSign Envelope ID: 96E97ED1-DB2A-4537-A28B-18BF7DB4E6CC Page 287 of 325 ATTEST: _____________________________ Teresa Purrington City Clerk APPROVED AS TO FORM CITY OF SAN LUIS OBISPO A Municipal Corporation _______________________________ Erica A. Stewart Mayor CONTRACTOR: Layfield USA Corporation ________________________________ J. Christine Dietrick City Attorney ________________________________ Robert Rempel Vice President ________________________________ Steve Palubiski Chief Financial Officer DocuSign Envelope ID: 96E97ED1-DB2A-4537-A28B-18BF7DB4E6CC Page 288 of 325 R ______ RESOLUTION NO. _____ (2023 SERIES) A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN LUIS OBISPO, CALIFORNIA, AUTHORIZING USE OF UNRESERVED WORKING CAPITAL FUND TO SUPPORT THE RESERVOIR NO. 2 COVER REPLACEMENT PROJECT, SPECIFICATION NUMBER 2000034-2 WHEREAS, in June of 2019, City Council approved the 2019-21 Financial Plan, which identified funds for Reservoir Maintenance, including the Reservoir No. 2 Cover Replacement Project (Project) and a balance of $714,146 was carried forward to the Project account for design and construction efforts; and WHEREAS, in June of 2021, City Council approved the 2021-23 Financial Plan which identified the Reservoir No. 2 Cover Replacement project with a budget of $960,000 for design and construction efforts; and WHEREAS, in June of 2023, City Council approved the 2023-25 Financial Plan which identified the Reservoir No. 2 Cover Replacement project with the budget of $200,000 to support construction efforts; and WHEREAS, in May of 2023, staff transferred $999,279.70 from the Water Fund Undesignated Capital account to support construction efforts for the Reservoir No. 2 Cover Replacement project (Project); and WHEREAS, the Project total cost is estimated to be $3,328,417.26 and the available project balance is $2,752,007, therefore, an additional $576,410.26 is needed to fund the construction contract; and WHEREAS, to fund the Project, a transfer of $60,379.26 from the Water Fund Undesignated Capital account will be made, which has a balance of $296,224.24 to supplement partial funding needed; and WHEREAS, to provide funding to fully support the total construction contract for the Project, staff is recommending City Council approve the use of an additional $516,031 from the Unreserved Working Capital Fund; and WHEREAS, a balance of $12,545,850 is available in the Unreserved Working Capital fund. NOW, THEREFORE, BE IT RESOLVED by the Council of the City of San Luis Obispo as follows: Page 289 of 325 Resolution No. _____ (2023 Series) Page 2 R ______ SECTION 1. The City Council appropriates $516,031 from the Unreserved Working Capital Fund to the Reservoir No. 2 Cover Replacement project account 2000034. Upon motion of _______________________, seconded by _______________________, and on the following roll call vote: AYES: NOES: ABSENT: The foregoing resolution was adopted this _____ day of _____________________ 2023. ___________________________ Mayor Erica A. Stewart ATTEST: __________________________ Teresa Purrington City Clerk APPROVED AS TO FORM: __________________________ J. Christine Dietrick City Attorney IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the City of San Luis Obispo, California, on ______________________. ___________________________ Teresa Purrington City Clerk Page 290 of 325