Loading...
HomeMy WebLinkAbout06/19/1990, C-7 - SUBMITTAL OF PLANS AND SPECIFICATIONS FOR DOWNTOWN STREET LIGHTING REPLACEMENT PROJECT. Agenda report from 5/"/90 meeting. elyl'I lu"I'I; 'r:..j MEETING CAT O ,.,i.:l:l�dl � IIIG•c �: � E city of San Luis osispo - COUNCIL AGENDA REPORT ITEM NUMBER: FROM: Arnold Jonas, awnunity Development Director; Prepared By: Jeff Hoo I SUBJECT: Submittal of lans and Specifications for Downtown Street Lighting Replacement Project. CAO RECOMKENDATION 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 for street light replacement if the lowest responsible bid is $102,000 or less, and authorize the Finance Director to transfer $117,300 from the Capital Control Account to cover project costs. BACKGROUND As part of the Downtown Beautification Program, the City Council approved plans to replace all of the remaining 25 "modern" street light poles with a fluted-style pole which is more compatible with the downtown's character. Replacement poles would match the older- style poles which were originally installed in the 19401s. The street light replacement program has been endorsed by the BIA and the Architectural Review Commission as part of the City's Downtown Improvement Program. To match the adopted street light design, Councilmembers recently required that the sixteen-flute pole be used in a major downtown traffic signal replacement program. i DISCUSSION The programs objectives are to: 1 ) provide an attractive, uniform a : ppearance 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 replaced with the historic fluted-style pole. In most cases, the replacement pole would be installed in the same location, use existing wiring, and where possible, use the existing foundation. Before adopting this program, the City considered installing a two-tiered lighting system with low-level (12-15 ' height) pedestrian lighting in addition to the existing 30' tall street light poles. This approach could enhance downtown's character and increase lighting levels, but it has these drawbacks: I 1. It would be substantially more expensive than the recommended program. The City Engineer estimated the initial installation cost at $1,2001000, and an increase I 0 city of San Luis ogispo WiiN COUNCIL AGENDA REPORT Staff Report Page 2 in the monthly operating expense from $1200 to $2700 dollars (1982 dollars) . 2.. Additional poles may further constrict already narrow downtown sidewalks, thus increasing possible conflicts between pedestrians and street furniture/equipment. 3. The Downtown streets and sidewalks would require excavation to install new footings and electrical conduit. This program would use P.G. g and E. approved poles and fixtures, thus maintaining the City's desirable LS-1C billing rate and on- going P.G. and E. maintenance of the lighting fixtures. The range of poles and fixtures approved by P.G. and E. is very limited. The low-level fixtures which might be most appropriate architecturally j are not approved by P.G: and E. due to lower lighting efficiency I and higher maintenance requirements. There are definite advantages to proceeding with "the entire replacement program at this time: i 1. Cost: The per unit cost of the poles will be less with one larger order, rather than several smaller orders. In addition, there is only one supplier of the sixteen- flute steel pole in the U.S. , and cost of the pole is likely to increase in the future. 2;. Installation Efficiency: A single shipment and a one- time, complete installation job is easier and more economical for the City. 3 . Downtown Impact: The inconvenience to downtown businesses would be minimized by completing the job in one phase, by one contractor, with all the materials and equipment available at the same time. FISCAL IMPACT Engineer's Estimate $102, 000 i 15% contingencies 15, 300 ! TOTAL 117,300 1987-89 CIP Budget Amount 40. 000 Additional Funding Required 77, 300 This is a carryover budget item from the 1987-89 Financial Plan (Page E-22, 1987-89 Financial Plan) , budgeted for $40, 000. As indicated above, the engineer's estimate exceeds budgeted amount rJ �lii MY of San lues OBISPO COUNCIL AGENDA REPORT 5taff Report Page 3 by $77, 300. This cost variance is due to the increased cost of ' labor and materials 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 several alternatives. to the staff-recommended action: 1. Modify project scope. At the current funding level, twelve replacement street lights could be installed (9 along Higuera i Street between Osos and Nipomo Streets; 3 along Broad Street between Marsh and Monterey Streets) . Installation of the remaining thirteen replacement street lights would be deferred until funds were available. 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 high quality steel pole; 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. i 3. Encourage pedestrian-level lighting in addition to the standard street lights. Staff believes existing street lighting levels to i be adequate for public safety without additional low-level lighting. However in special situations, some provisions for improved lighting may be warranted. For example, in some areas street trees enclose and partially obscure the street lights. Here, additional pruning may be desirable to increasing lighting levels below the tree canopies. BIA Comments i i while the BTA supports the proposed street light replacement i program, it has expressed concern that additional measures need to be taken to improve pedestrian lighting downtown. BIA representatives and staff discussed options for improved pedestrian lighting, including wall-mounted lights, low-level street lights between the existing streetlights, and downlighting in city street trees. j Staff supports the BIA's view. For Farmer's Market or other special events, supplemental lighting would improve visibility for Pedestrians, curbside vendors and information booths. Privately- . d -3 a :,;u ;�lii��i��p ` ;i► city of san Luis oBispo MaZe COUNCIL AGENDA REPORT Staff eport Page 4 installed, wall-mounted lights g (eg. , the wall lights on the osos St. elevation of the J.P. Andrews Building) could meet the need for additional lighting. To address the issue, staff will work with the BIA and other interested groups to develop: 1) a pedestrian lighting plan to identify needs and lighting placement, 2) design standards for wall-mounted lights, 3) new permit procedures for expediting privately-installed lighting which meets City standards, and 4) property owner incentives to encourage installation of pedestrian lighting. Staff is already working on encroachment guidelines which could set design standards for this type of privately installed lighting. The overall pedestrian lighting plan will be addressed in the context of the Downtown Physical Plan which is currently budgeted and to be completed in Fiscal Year 1990-91. i SUMMARY RECOMMENDATION I 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 i less, and authorize Finance Director to transfer $117,300 from the Capital Control Account to cover project costs. i NOTE: Plans and specifications are available for inspection in the I Council 's office. i i JH/D:lights i i i • 7