HomeMy WebLinkAbout03/06/1990, 5 - SUBMITTAL OF PLANS AND SPECIFICATIONS FOR DOWNTOWN STREET LIGHTING REPLACEMENT PROJECT. 1111/111 f W§j City of san Tuts OBispo _ MEETING oarE.
COUNCIL AGENDA REPORT "E ""
FROM: Arnold Jonas, Community Development Director; Prepared By: Jeff Hoo
SUBJECT: Submittal of Plans and Specifications for Downtown Streetlighting
Replacement Project.
CAO RECOMMENDATION: Approve the plans and specifications for Downtown Street
Light Replacement (City Plan No. N-09B), authorize the CAO to solicit bids and to award
the contract if the lowest responsible bid is $102,000 or less, and authorize the Finance
Director to transfer $72,300 from the Capital Control Account to cover project costs.
BACKGROUND
As part of the Downtown Beautification Program, the City Council supported plans to
selectively replace "modern" street light poles with a fluted-style pole which is more
compatible with the downtown's character and scale. Replacement poles would match the
older-style poles which were originally installed in the 19401s. The program's objectives are
to: 1) provide an attractive, uniform appearance for downtown street lights; 2) reinforce
the "Main Street" character of downtown; and 3) maintain existing lighting levels for
downtown streets and pedestrian safety.
Downtown currently has a mix of three different styles of street light poles. The older,
16-flute pole predominates on Palm, Garden, and Monterey Streets and is considered to be
more in keeping with downtown's architectural context. Tubular steel poles would be
removed, and in most cases, the replacement pole installed in the same location using
existing wiring, and where possible, the existing foundation.
FISCAL IMPACT
Engineer's Estimate $102,000
15% contingencies 15.300
TOTAL 117,300
Current CIP Funding (45,0001
Additional Funding Required 72,300
This is a carryover budget item from the 1987-89 Financial Plan (Page E-22), currently
funded at $45,000. As indicated above, the engineer's estimate exceeds budgeted amount by
$72,300. This cost variance is due to two factors: program funding was originally set at
about one-half of staff's preliminary cost estimate of $92,400, and 2) the cost of labor and
materials has increased since 1982 when preliminary cost estimates were made. Based on
final bid amounts, any variance will be funded from the Capital Control Account pursuant
to the City's Capital Appropriation Policy (Page E-2 of the 1989-91 Financial Plan).
ALTERNATIVES
If the City Council wants to proceed with this program, there are two alternatives to the
staff-recommended action:
1. Modify project scope. At the current funding level, nine replacement street lights could
be installed along Higuera Street between Osos and Nipomo Streets. Installation of the
remaining sixteen replacement street lights would be deferred until funds were available.
�u�iM�uVlllllh�I►AMY Of saf-1 tUs OBIspo
SIMMS COUNCIL AGENDA REPORT
Staff Report
Page 2
2. Modify street light design. The proposed street light is a Union Metal, sixteen-flute steel
pole which matches those in front of City Hall and elsewhere in the central business
district. Union Metal is the sole source for this item; and while other, less expensive street
lights are available, none would match the City's existing, older-styled poles except the
Union Metal pole. With this approach, Council and staff's original program objective to
provide uniform street lighting downtown would not be achieved.
SUMMARY RECOMMENDATION
Approve plans and specifications for Downtown Street Light Replacement (City Plan No.
N09B), authorize the CAO to solicit bids and award contract if the lowest responsible bid
is $102,000 or less, and authorize Finance Director to transfer $72,300 from the Capital
Control Account to cover project costs.
NOTE: Plans and specifications are available for inspection in the Council's office.
JH/D:lights