Loading...
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