HomeMy WebLinkAboutOrdinance 5520 ORDINANCE NO. 5520
AN ORDINANCE WAIVING THE REQUIREMENTS OF FORMAL COMPETITIVE
BIDDING AND APPROVING AN AGREEMENT WITH AMERLUX EXTERIOR,
LLC FOR THE PURCHASE OF SEVENTEEN (17) STREETLIGHT POLES AND
FIXTURES MANUFACTURED BY DYNAMIC LIGHTING, INC. IN THE TOTAL
AMOUNT OF $28,415.93 FOR INSTALLATION ON DOWNTOWN
IMPROVEMENT PROJECTS ALONG MOUNTAIN STREET, COLLEGE AVENUE,
CENTER STREET, EAST AVENUE AND MEADOW STREET
WHEREAS, the City desires to complete an improvements project currently under construction
in downtown Fayetteville, including along Mountain Street, College Avenue, Center Street, East Avenue
and Meadow Street; and
WHEREAS, in order to remain consistent with existing, previously installed streetlight poles
and fixtures in the downtown area, the purchase of additional matching streetlight poles and fixtures
manufactured by Dynamic Lighting, Inc. and distributed by Amerlux Exterior, LLC is necessary;
NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE,ARKANSAS:
Section 1. That the City Council of the City of Fayetteville, Arkansas hereby finds that such
circumstances constitute an exceptional situation where competitive bidding is deemed not feasible or
practical, and therefore waives the requirements of formal competitive bidding and authorizes an
agreement with Amerlux Exterior, LLC for the purchase of seventeen (17) streetlights and poles
manufactured by Dynamic Lighting, Inc. in total amount of$28,415.93.
PASSED and APPROVED this 4th day of September, 2012.
APPROVED: ATTEST:
� ``ettttnntttt����
`� AGK/ rR��,Gi
• �T Y pF s
By: - By: -� • .�-
IO ELD J AN, Mayor SONDRA E. SMITH, City ClemEVILLE.�01=
�'.�sy
;'CANS .--'-'S-
G
City of Fayetteville Staff Review Form
City Council Agenda Items
and
Contracts, Leases or Agreements
August 21, 2012
City Council Meeting Date
Agenda Items Only
Terry Gulley Transportation Transportation Services
Submitted By Division Department
Action Required:
An ordinance waiving the requirements of formal competitive bidding for the purchase of seventeen (17) Dynamic
Lighting, Inc. light poles and fixtures and approving a purchase from Amerlux Exterior, LLC for the amount of
$26,010.00 plus sales tax.
$ 28,415.93 $ 1,491,380.00 Sidewalk Improvements
Cost of this request Category/Project Budget Program Category/Project Name
4470.9470.5418.00
4470.9470.5814.00 $ 323,417.15 Transportation Improvements
Account Number Funds Used to Date Program/Project Category Name
02053/1 $ 1,167,962.85 Sales Tax Capital Improvements
Project Number Remaining Balance Fund Name
Budgeted Item �X Budget Adjustment Attached
']•2 SI/Z Previous Ordinance or Resolution#
Depart Dire or Date
Original Contract Date:
Original Contract Number:
y Attorney Date
" ,.� 0. ' 2'5.201 " 07-25-1 2 P 0 1 :40 R C V D
Finance and Internal Services Director Date Received in City
Clerk's Office
�2 J4e=Ae4 —Z6-'Z
Chief of Sta Date ENT
00/ Received in
Ile Mayor's Office
May r a
Comments:
T`' O' ���� 6&t qAt, gln ///a �ised3J,anu ry 15, 2009
THE CITY OF FAYETTEVILLE,ARKANSAS
DEPARTMENT CORRESPONDENCE
ARKANSAS
0 0
CITY COUNCIL AGENDA MEMO
To: Mayor and City Council
Thru: Don Marr, Chief of Staff
From: Terry Gulley, Transportation Services Department Directoo�11-
Date: August 21, 2012
Subject: Bid Waiver for Light Poles & Fixtures
PROPOSAL:
Staff proposes an ordinance waiving the requirements of formal competitive bidding for the purchase of light
poles and fixtures needed to complete the improvements project currently under construction in downtown
Fayetteville, including Mountain Street, College Avenue, Center Street, East Avenue, and Meadow Street.
RECOMMENDATION:
In order to remain consistent with the existing light poles and fixtures in the downtown area, the purchase of
materials manufactured by Dynamic Lighting, Inc. and distributed by Amerlux Exterior, LLC will be necessary.
Staff recommends waiving the requirements of formal competitive bidding and approving the purchase of 17
Dynamic Lighting, Inc. poles and fixtures from Amerlux Exterior, LLC for a unit price of$1,530.00 and a total
purchase amount of$26,010.00, plus sales tax.
BUDGET IMPACT:
Funds for the acquisition of light poles and fixtures are budgeted in the Sidewalk Improvements capital project.
ORDINANCE NO.
AN ORDINANCE WAIVING THE REQUIREMENTS OF FORMAL
COMPETITIVE BIDDING AND APPROVING AN AGREEMENT WITH
AMERLUX EXTERIOR, LLC FOR THE PURCHASE OF SEVENTEEN (17)
STREETLIGHT POLES AND FIXTURES MANUFACTURED BY DYNAMIC
LIGHTING, INC. IN THE TOTAL AMOUNT OF $28,415.93 FOR
INSTALLATION ON DOWNTOWN IMPROVEMENT PROJECTS ALONG
MOUNTAIN STREET, COLLEGE AVENUE, CENTER STREET, EAST
AVENUE AND MEADOW STREET
WHEREAS, the City desires to complete an improvements project currently under
construction in downtown Fayetteville, including along Mountain Street, College Avenue,
Center Street, East Avenue and Meadow Street; and
WHEREAS, in order to remain consistent with existing, previously installed streetlight
poles and fixtures in the downtown area, the purchase of additional matching streetlight poles
and fixtures manufactured by Dynamic Lighting, Inc. and distributed by Amerlux Exterior, LLC
is necessary;
NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE
CITY OF FAYETTEVILLE,ARKANSAS:
Section 1. That the City Council of the City of Fayetteville, Arkansas hereby finds that
such circumstances constitute an exceptional situation where competitive bidding is deemed not
feasible or practical, and therefore waives the requirements of formal competitive bidding and
authorizes an agreement with Amerlux Exterior, LLC for the purchase of seventeen (17)
streetlights and poles manufactured by Dynamic Lighting, Inc. in total amount of$28,415.93.
PASSED and APPROVED this 21St day of August, 2012.
APPROVED: ATTEST:
By: By:
LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer
1 Cir'G 1 Vl 1
5220 Shank Road
28,E Pearland, Texas 77581
(800) 364-0098
(281) 997-5400
(281) 997-5441 Fax
www.dynamiclighting.com
i
1
(' Luminaire: D733AO
Luminaire
3 -Cast aluminum fixture D733A0
F t -Refractive Acrylic Lens Light Source
-Clear Textured Top
175 MH
-Type III or V Light Distribution
Voltage
I i -ETL listed for Wet Location g
i; -Max. 250w HPS or MH r 120 f 208 r 240
�i
l 277 f 480 r Other
Pole: D1305-12
ii -5" OD Fluted Extruded Shaft
(.155" wall thickness) Bracket
11,7„ ; -Cast aluminum base
. (A319 alloy)
;y Pole
D1305-12
Ali
lit
l Finish
l;,I Undecided
w^
No selection made
• r.
3
! Accessories
{
1Please Note
Due to the nature of the selection process and
17Y4" limitations of our web based system the information
contained on this sheet must be confirmed with the
factory before being used as a formal specification
•r! sheet.
17" rR
http://www.dynamiclighting.com/catalogbig 1003p,cfm?CF1D=30298900&CFTOKEN=84949... 1/24/2008
D730A0 SERIES -
2
DESCRIPTION
The D730AO Series consists of a refractive Acrylic
or optional Polycarbonate acorn surrounded by a
decorative cage with a choice of cast aluminum
fitters. An available perforated light reflector can
help minimize light to the upper hemisphere. It
offers state-of-the-art optical technology and
nostalgic styling.
1-18
h--1�'=-•I_X18"� f`— 18"---I
_._
y 140 41 _i 44'
�9'42„
c
D731AO D732AO D733AO D734AO
- j *2.16 *2.18 *2.25 *2.29
Al
39 ...._ 421. +p 43"
• D736AO D737A0 D738A0
• *2.11 *2.19 *2.34
SPECIFICATIONS
MATERIALS INSTALLATION
The fixture base, cage assembly and finial are cast The luminaire will mount to a 3"OD post or tenon with 5/16"cone point
aluminum. All hardware is stainless steel,and exterior stainless steel set screws to ensure a solid connection.The diffuser will be held
hardware is tamper resistant.The highly efficient refractive to the fitter by(4)5/16"stainless steel socket set screws.
lens will be molded in Acrylic(standard)or Polycarbonate
(optional). ELECTRICAL .
The easily accessible ballast will be High Power Factor(HPF),core and coil type,
FINISH pre-wired and tested.The ballast can be removed by loosening two set screws
The fixture will be finished with a premium quality and releasing the quick disconnect wiring harness.The glazed white porcelain
thermoset polyester powdercoat for a durable finish. socket will be medium or mogul base,4KV pulse rated with a copper alloy nickel
plated screw shell and center contact.All components are UL recognized and
Standard solid colors are: will be an integral part of the luminaire.The luminaire will carry an ETL label
GRN-Green TBK-Textured Black "Suitable for wet location".
WHT White BLK-Satin Black
CLB -Classic Bronze DIFFUSER
Premium finishes are: The fixture will have a high performance refractive lens molded in(standard)
Acrylic or(optional)Polycarbonate.Type III or V distribution is available in either
GTG-Granite Green ATC-Antique Copper material. Specify material and distribution type as shown below.
Standard Optional
AC-T3(Acrylic Type III) PC-T3(Polycarbonate Type III)
AC-T5(Acrylic Type V) PC-T5(Polycarbonate Type V)
5220 Shank Road•Pearland,Texas 77581-800.364.0098•Fax:281.9915441 ---ADI
WWW.dVnaMiclighling.com W-8-15 EnIGHTING INC.
D730A0 SERIES
Standard Photometrics
Cast
Aluminum
Finial D73SAO
/ Type III(T3)
with 175MH lamp
*Optional _
� Light lid
14,000 Lumen
(see below) 12'Mounting Height
I ,J
2 Peice Optical rrr-- .. ' Grid Spacing is 12'
Assembly
Complete _
/ Assembly st rypev(Ts)
Cast a y' can be easily
Aluminum �Y `Y removed by
Cageloosening two
Assembly \ hold down screws
in keyhole slots
4KV
Pulse rated —— H.I.D.
' _ Ballast
socket °
components
\
(4)1/4-20 x 1 .T l I Cast Ordering Guide(see"Accessories"for option details)
" --
Stainless steel Aluminum
socket set screws Base
i Diffuser
Material Light Source Finish
Options
1
"
Wires are 6 9/16f Quick Disconnect LL
secured with D735AO/AC-T3/100HPS-120v/BLK/TR SLL
plastic strap for .
strain relief \ (3)5/16" OR
I T T PCL
Slip fits 3"tenon- Stainless steel cHSS
socket set screws Luminaire Distribution Voltage
TS
*OPTIONAL REFLECTOR(specify part#LL or SLL after fixture)
The SLL 8 a solid light lid that minimizes uplight.The LL is a perforated reflector that minimizes uplight while
providing an aesthetically pleasing glow to the top of the diffuser.
LIGHT SOURCES
Ballast Circuit Min.Starting Standard
Order Code Description Voltage Type Temperature . Socket
50MH 50 watt Metal Halide 120,277 R/HX* -207 Medium
70MH 70 watt Metal Halide 120,208,240,277 HX -207 Medium
100MH 100 watt Metal Halide 120,208,240,277 HX -207 Medium
1SOMH 150 watt Metal Halide 120,208,240,277 HX -207 Medium
175MH 175 watt Metal Halide 120,208,240,277 CWA -20'F Mogul
250MH 250 watt Metal Halide 120,208,240,277 CWA -207 Mogul
50HPS 50 watt High Pressure Sodium 120,277 R -407 Medium
70HPS 70 watt High Pressure Sodium 120,208,240,277 R -407 Medium
100HPS 100 watt High Pressure Sodium 120,208,240,277 R/HX* -407 Medium
150HPS 150 watt High Pressure Sodium 120,208,240,277 R/HX* -407 Mogul
250HPS* 250 watt High Pressure Sodium 120,208,240,277 CWA -407 Mogul
PL-13 or(2)PL-13 13 watt Compact Fluorescent i 120,277 MAGNETIC 207 2-pin
Q28 28 watt Compact Fluorescent 120,277 MAGNETIC -207 2-pin
CFL 26,32,or 42 Compact Fluorescent 120,208,240,277 ELECTRONIC 0°F 4-pin
Ballast Circuit Type Codes: R-Reactor HX-High Reactance Autotransformer CWA-Constant Wattage Autotransformer (R/HX*depends on voltage selected)
480v is available on some light sources.Contact factory for details.
*Not Available in D735AO
5220 Shank Road•Pearland,Texas 77581-800.364.0098•Fax:281,997.5441 -MYNARMIC
www.dynamicllghting.com LU-B-16 EmIGHTING11W.
Date: Jul 18, 2012 Quote: PLGSPR12-5286-1 Quote
Page 1/1
4=0
Premier Lighting Group
8040 B Counts Massie RD
North Little Rock AR 72113
Phone: (501) 753-6599
Fax: (501) 753-6567
From: Justin Long
Project CITY OF FAYETTEVILLE / DOWNTOWN Quoter Ph: [(501) 753-6599x201]
Location IMPROVEMENTS email: justinlong@premier-Itg.com
Quote PLGSPR12-5286-1
To: Carolyn Smith For
CITY OF FAYETTEVILLE Bid Date Jul 18, 2012
113 WEST MOUNTAIN Expires Aug 17, 2012
FAYETTEVILLE AR 72701
Remarks:
NOTE: NO CUSTOM COLOR FEE IF ORDERED AT THE SAME TIME AS
QUOTE#PLGSPR12-5272 AS DISCUSSED
QTY Type MFG Part Price UQ ExtPrice
17 AMERLUXEXT D1305-12/CST/D733AO/AC-T3/175MH-MT-240/ $1,530.00 $26,010.00
SLLFDR/CST
CUSTOM COLOR -OFG BROWN GRAY-IFS PRSS
71503
Total: $26,010.00
Terms and conditions of sale:
.PLEASE INCLUDE QUOTE#WITH ALL REMITTANCE.
:L
Justin Long Page 1/1
SOLE WURCE�JUS -- ATION
PURPOSE:
This form, with one or more categories completed, must accompany purchase requisitions for the
sole source procurement of equipment,services or supplies exceeding$1000(purchased fix m State
Contract venders excepted). The purpose of sole source justification is to show that competitive
bidding is impractical because only one product or service provider can meet a specific need
Therefore, an equitable evaluation of comparable products or 'services must be made and
documented by the requester who shows that rejection of other products or services is based solely
on their failure to meet that need. In cases where no other comparable source can be identified, a
teclinicat description of the product requested and a listing of those companies which were
considered as alternative sources must be provided. Quality can be a subjective evaluation basad
upon opinion. Municipal (public) Procurement law requires price considerations be evaluated via
competitive quoting or bidding
While all sole source justifications are subject to review, sole source justified purchases of
$20,000.00 or more must be publicly bid or a bid waiver approved by Council.Justifications must
contain clear, in-depth, and accurate information in order to avoid protests and the possibility of
delaying the procurement
1NSTRtJCTIONS: .
1: Please type or print legible in ink.
2. Complete all categories and sections that apply.
3. Provide full explanation,complete descriptions,and/or list all relevant reasons where space
has been provided Sole Source Justification foams lacking sufi6icient detail cannot be
approved
4. Sign and date the form in the space provided for"signature".
5. Improperly connpleted,and/or unsigned forces will be returned to the sender.
TO: . Purchasing Di ton Date: `
FROM. Dept.,
Fawar�(C r
Soh -►'�.s.��:�
" u.-,
Names of Requisitioner and Dept Head
SUBJECT: Sole Source Justification
Purchase Requisition
Proposed Vendorr< .a r i Ci row Pei-/1'4.Ln.. 1117 t? li�x
Product Description ? - ,k`: e--0:'
O
r �is�lr y tZ7^s7�
STATEMENT
I am aware that Fayetteville Code of Ordinances,Title M Administration,Chapter 34,Article U
mandates that the procurement of services,materials,equipment and supplies be via competitive
quotes whenever the amount is over$1,000.00.However,I am requesting sole source Prot
based on the following criteria„(Attach additional sheets as necessary):
1. The requested product is an integral repair part or accessary compatible with existing
equipment.(please state the manufacturer and model number of existing equipment):
-7 {�s`wN z.rvil ec /i=t3R^
2. The requested product has special design/performance features which are essential to my
needs.
Bolls A and B portions of this catet=ory must be completes).
A. These features are.
B. In addition to the product requested,I have contacted other suppliers and
considered their product of similar capabilities.I find their product unacceptable
for the following reasons.(identify companies contacted,individuals costtacted,
model number and specific technical deficiency).
3. I have standardized the requested productlservice;the use of another
would require considerable time and money to evaluate.
Explain: .�e,s?y�' cFt.�rc r r'xjct• �� �PS� ',
4. The requested product is one which I(or my staff have specialized training and/or
extensive experience.Retraining would incur substantiae cost in money and/or time.
Explain:
5. Please consider sole source approval for this reason(s)(e g.trade-m allowance;
availability Of services,parts and maintenance;product is a prototype;inventory of parts
are maintained,etc.):
Authorization:
Full Name and Title of R is' 'over ,
ted in ink) IV
Signature Date
Full Name of Division Head r
_�(WW dr printed in ink
Date
Sign