Loading...
HomeMy WebLinkAbout12/02/1997, C4 - RAILROAD WATER TOWER RESTORATION Council Agenda Report- Ra,.oad Water Tower Restoration Page 3 the contract and authorize the transfer of City Hall funds as recommended plus the transfer of an additional$5,117 from the General Fund Balance. 2. Pursue the middle road,which would amend the work scope to include the original T&G roofing, but delete the interior tank cleaning and painting. Advantages. This approach would include the originally designed T&G roofing and cost less than alternate number 1. Disadvantages. The T&G roofing is less water tight than rolled asphalt roofing,and eventually may allow water to get into the tank and continue rusting from the inside. Estimated construction costs are $60,555 (base bid plus 5% contingencies)resulting in a budget shortfall of $15,000. If this alternative is to be followed Council should award the contract and authorize the transfer of all available City Hall fiords. 3. Downscope the project to fit the available project budget. Award the base bid which includes the T&G roofing,then negotiate a change order with the contractor to eliminate a significant portion of work to reduce estimated contract costs to within the available budget of$45,555. If this alternate is chosen, staff recommends that the painting and preparation of the tank (interior and exterior) be eliminated from the scope of work.Painting of the structure and new roof would still be included). Advantages. The historically correct T&G roofing would be installed and eliminate the need for additional funding at this time. Disadvantages. The restoration project,now in its 9th year, still remains incomplete. The steel tank would continue to deteriorate. Construction costs would continue to increase and additional staff time would be needed to research and obtain additional grant funds to complete the eliminated tank painting. 4. Reject all bids and direct staff to redesign the project to fit the budget This alternative is not recommended because the cost of restorations of existing facilities is difficult to estimate and rebidding a smaller project may or may not result in a savings. In addition, the additional cost of staff time to prepare another bid document will far exceed any savings the City will realize. Plus the restoration would still be incomplete. The only case where rejection of the current bids would be appropriate is if the Council decided to no longer pursue the restoration project at all. The decision to not restore the structure would allow the historic structure to continue to decline, and would not bring the structure up to current seismic safety standards. Attachments 1. Bid Summary 2. Contract gAprojects\mnks19100 rr water twr19100 car award Am November 14,1997 c -y3 777i- ,.Ds °� u A N - ° y ign �5W � cc O o 2 � � 7�0 �,'� •[i a 00 m z e b o � O r F- r IF r IF IF r G �e rn rn rn � rn m rn m A 70 ,I z r — — L L LLLa m GgZgi 0 0 0 0 0 0 0 0 0 0 0 0 E m yyy F = S N o a m a oo � 000000 c t 0 0 0 0 � N O\ til J O O N � -� � W 1P • y J J J A u O A O •Om0 O O O O 2 z t�S. o a o m ,ow0 0 0 0 0 0 0 0 0 0 0 SIC CIO, 0 0 0 0 0 0 00b r �e m d, b 0 0 0 0 00 0 0 0 1 � � m � o � 0 N N o in m "jccC tj O H -PIC O two O O W p O O O O O O O O O tG2q (� 00 O O O O O O O O O O m y 3 0 0 0 0 0 f- N m O O !4 - O Q O tOJ OAO O Q O O N 00 W u O O D O o 0 0 0 0 o O O �,,, CITY OF SAN LUIS OBISPO CALIFORNIA AGREEMENT THIS AGREEMENT,made on this day of 19_,by and between the City of San Luis Obispo, San Luis Obispo County,California,hereinafter called the Owner,and Specialty Construction, hereinafter called the Contractor. WITNESSETH: That the Owner and the Contractorfor the consideration stated herein agree as follows: ARTICLE 1,SCOPE OF WORK: The Contractor shall perform everything required to be performed,shall provide and famish all of the labor,materials,necessary tools,expendable equipment,and all utility and transportation services required to complete all the work of construction of Railroad Water Tower Restoration,Specification No.91-01 in strict accordance with the plans and specifications therefor,including any and all Addenda,adopted by the Owner,in strict compliance with the Contract Documents hereinafterenumerated. 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 11, 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 Item Unit Estimated Item Price Total No. of Quantity (in figures) (in figures) Meas are 1. OSHA Compliance L.S. 1 Job 500.00 $500.00 2. Site Work Tree Trim Only L.S. 1 Job 2,400.00 $2,400.00 3. (S)Asbestos Removal L.S. 1 Job 6,414.00 $6,414.00 4. Tower Repair L.S. 1 Job 10,150.00 $10,150.00 5. Roof Reconstruction L.S. 1 Job 20,770.00 $20,770.00 Alt I Altem te Roofing Material L.S. 1 Job -3,740.00 ($3,740.00) 6. (S)Paint and Finish L.S. 1 Job 27,788.00 $27,788.00 TOTAL BASE BID: $64,282,00 Payments are to be made to the Contractor in accordance with and subject to the provisions embodied in the documents made a part of this Contract - I - C 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,if not attached,as if hereto attached: 1. Notice to Contractorsand information for bidders. 2. ContractGeneral Conditions and Technical Specifications. 3. Accepted Proposal. 4. Public Contract code Section 10285.1 Statement and 10162 Questionnaire. 5. Noncollusion Declaration. 6. Plans. 7. List of Subcontractors. 8. Agreement and Bonds. 9. Insurance Requirements and Forms. ARTICLE IV. 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 or proposal of said Contractor,then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said proposal conflicting herewith. IN WITNESS WHEREOF,the parties to these presents have hereunto set their hands this year and date first above written. CITY OF SAN LUIS OBISPO, A Municipal Corporation City Administrative Officer APPROVED AS TO FORM: CONTRACTOR ry me Specialty Construction C -2-