Please note: this meeting's minutes have not been finalized yet. Actions taken on legislation and their results are not available.
Meeting Name: City Council Agenda status: Final
Meeting date/time: 2/27/2017 5:45 PM Minutes status: Draft  
Meeting location: Council Chambers - Upper Level
Published agenda: Agenda Agenda Published minutes: Minutes Minutes  
Meeting video:  
Attachments:
File #Agenda #TypeTitleActionResultAction Details
17-0217 2MinutesApproval of minutes of previous meetings as written.   Not available
17-0211 3-aLiquor License ApplicationMaag Toy Foundation This is a one-day charitable event to be held on Saturday, April 22, 2017 from 7:00 A.M. to 7:00 P.M., at Sloan Park, 2330 West Rio Salado Parkway. (District 1)   Not available
17-0212 3-bLiquor License ApplicationCVS/Pharmacy #7837 A retail pharmacy is requesting a new Series 9 Liquor Store License for German Dobson CVS LLC, 2807 North Power Road - Jason Barclay Morris, agent. The existing Series 10 license held by German Dobson CVS LLC, will be replaced by a new Series 9 Liquor License. (District 5)   Not available
17-0213 3-cLiquor License ApplicationVillage of Elgin Winery This is a one-day wine festival event to be held on Saturday, March 4, 2017 from 10:00 A.M. to 5:00 P.M., at Sunland Village, 4601 East Dolphin Avenue. (District 2)   Not available
17-0200 4-aContractThree-Year Term Contract for Credit Score, Identity Fraud Protection and Skip Tracing Services for the Business Services Department (Citywide) This contract will provide Fair Isaac Corporation (FICO) credit scores for utility customers who request to have the City waive utility deposits, positively identify potential customers and perform skip traces for delinquent accounts. The Business Services Department - Revenue Collections and Purchasing recommend authorizing a three-year contract using the U.S. Communities cooperative contract with Experian Information Solutions, Inc., at $40,000 annually, based on estimated requirements.   Not available
17-0171 4-bContractDollar-Limit Increase to the Term Contract for AudienceView Hosted Ticketing System for the Mesa Arts Center (Citywide) In 2013, Council approved the purchase of the Hosted Customer Relationship Management and Box Office Ticketing System solution for the Mesa Arts Center. Dollar-limit increases for years 3, 4 and 5 are needed for annual transaction overages, sales over and above the threshold/estimate that was negotiated in the contract. The Arts and Culture Department and Purchasing recommend authorizing the dollar-limit increase of $14,000, increasing the contract amount from $130,670 to $144,670 for year 3; and a dollar-limit increase of $38,000, increasing the contract amount from $106,670 to $144,670 annually for years 4 and 5, based on estimated requirements.   Not available
17-0203 4-cContractPurchase of Replacement Audiovisual Digital Signal Processing System as requested by the Arts and Culture Department (District 4) This purchase will provide audio processing equipment to support events in the Tom and Janet Ikeda Theater, the Virginia G. Piper Theater, the Anita Cox Farnsworth Studio Theater, and the Nesbitt/Elliott Playhouse, as well as backstage areas and the lobby. The equipment currently in use was installed over 12 years ago, has reached the end of manufacturer support and does not provide redundancy in the event of equipment failure. The evaluation committee recommends awarding the contract to the highest-scored proposal from Pro Sound, Inc., at $474,209.02.   Not available
17-0193 4-dContractThree-Year Term Contract for T-Shirts, Artwork and Graphics for the Parks Recreation and Community Facilities Department (Citywide) This contract supplies t-shirts and related artwork and graphics for the Parks and Recreation Division. Approximately 20,000 t-shirts will be purchased throughout the year in varying quantities and colors with a variety of artwork styles. The shirts are furnished to recreational event participants, volunteers, administrative staff and other officials. The evaluation committee recommends approving multiple vendors with the highest-scored proposals as pre-qualified vendors: Vida Ventures, Inc., dba Rainbow Graffixx (a Mesa business); Koehler Parker, dba Logowear Express; Kimball Concepts Ltd (a Mesa business); Surf and Ski Enterprise (a Mesa business); and Lane Award Manufacturing, cumulatively not to exceed $45,000 annually, based on estimated requirements.   Not available
17-0197 4-eContractThree-Year Term Contract for Vector Control Services for the Parks, Recreation and Community Facilities (PRCF) Department (Citywide) This contract will provide for the treatment of mosquito vector control at all City parks, retention basins and sports field facilities (146 locations) on a monthly/bi-monthly basis. PRCF will provide all the chemicals to be used by the service vendor. The Parks, Recreation and Community Facilities Department and Purchasing recommend awarding the contract to the lowest, responsive and responsible bidder, Checker Exterminating, Inc. (a Mesa business), at $98,784 annually, based on estimated requirements.   Not available
17-0189 4-fContractPurchase of One Replacement, Light-Duty Truck with a Utility Bed for the Parks Recreation and Community Facilities Department (Citywide) This vehicle that is being replaced has met established replacement criteria and will be either traded, auctioned, sold, or deployed to special uses as part of the ongoing City of Mesa vehicle replacement program. The Fleet Services and Parks Recreation and Community Facilities Departments, and Purchasing recommend authorizing the purchase from the contract with Berge Ford (a Mesa business), at $38,813.29. This purchase is funded by the Vehicle Replacement Fund.   Not available
17-0196 4-gContractRe-Award of the Three-Year Term Contract for Spray Marking Paint for the Materials and Supply Warehouse (for various City Departments) (Citywide) On August 22, 2016, Council approved the initial three-year contract with Arizona Water Works Supply. The product delivered did not meet specification and performance requirements. The City terminated the contract for default. Pursuant to the City’s procurement rules, if a contract is terminated within one-year of the solicitation’s due date, the City may re-award the contract to the next bidder. The Business Services Department and Purchasing recommend re-awarding the contract to second-lowest, responsive and responsible bidder, Border States Electric, at $57,300 annually, based on estimated requirements.   Not available
17-0195 4-hContractThree-Year Term Contract for Backflow Testing and Repair Services for various City Departments (Citywide) This contract will provide backflow assembly testing and repair services for the Transportation, Water Resources and Parks, Recreation and Community Facilities Departments. The contracted vendor will provide testing, repair, and report transmittals in a timely manner ensuring the backflow assemblies are in good working condition and in compliance with municipal code. The evaluation committee recommends awarding the contract to the highest-scored proposal, Metro Fire Equipment, Inc., at $90,000 annually, based on estimated requirements.   Not available
17-0216 4-iContractTwo-Year Term Contract for Tires for the Materials and Supply Warehouse (for the Fleet Services and the Fire and Medical Departments) (Citywide) The contract provides Bridgestone tires, primarily the large tires for heavy-duty vehicles such as solid waste trucks and Fire apparatus. Different brands of tires are required to meet the needs of varying vehicles and applications as well as to match existing tires on vehicles and equipment throughout the City. The Business Services Department and Purchasing recommend authorizing a renewal using the Maricopa County cooperative contract with Redburn Tire Company (Mesa location), at $300,000 annually, based on estimated requirements.   Not available
17-0199 4-jContractPurchase of Four Chevrolet Tahoes (Three Replacements and One Addition) for the Police Department (Citywide) This purchase will provide one police patrol vehicle to replace a vehicle that was damaged beyond repair and three police patrol K-9 vehicles (two replacements and one addition). The two vehicles that are being replaced have met established replacement criteria and will be either traded, auctioned, sold, or deployed to special uses as part of the ongoing City of Mesa vehicle replacement program. The Fleet Services and Police Departments, and Purchasing recommend authorizing the purchase from the contract with Midway Chevrolet, at $150,909.44. This purchase is funded by the Vehicle Replacement and Capital General Funds.   Not available
17-0207 4-kContractPurchase of Two Replacement and One Addition, Light-Duty Pickup Trucks for the Police Department (Citywide) The three vehicles will be used to support Police operations. The two vehicles that are being replaced have met established replacement criteria and will be either traded, auctioned, sold, or deployed to special uses as part of the ongoing City of Mesa vehicle replacement program. The Fleet Services and Police Departments, and Purchasing recommend authorizing purchase from the contract with Berge Ford (a Mesa business), at $117,749.75. This purchase is funded by Arizona Department of Homeland Security Grant Funds.   Not available
17-0204 4-lContractPurchase of One Additional Heavy-Duty Truck with Solid Waste Roll-Off Container System for the Environmental Management and Sustainability Department (Citywide) This heavy-duty solid waste collection truck will be an addition to the solid waste fleet used to support the Solid Waste Division expansion of service. The Fleet Services and the Environmental Management and Sustainability Departments, and Purchasing recommend authorizing the purchase from the lowest, responsive and responsible bidder, Freightliner of Arizona, LLC., at $276,770.03. This purchase is funded by Solid Waste Capital Enterprise Fund.   Not available
17-0170 4-mContractOne-Year Renewal Contract for Illuminated Street Name Signs and Maintenance Services for the Transportation Department (Citywide) This contract provides for illuminated street name sign supplies and maintenance services on an as-needed basis for the Intelligent Transportation System Operations group. The Transportation Department and Purchasing recommend authorizing the renewal with Fluoresco Services LLC, at $531,700, based on estimated requirements.   Not available
17-0169 4-nContractOne-Year Renewal Contract for Electric Line Clearance and Tree Trimming/Tree Removal Services for the Energy Resources Department (Citywide) This contract provides qualified contractors on an as-needed, hourly basis to remove and keep trees and vegetation clear of high voltage electric primary and secondary distribution lines and secondary service drops, in order to maintain safety and minimize and prevent electric service outages for the City’s electric transmission and distribution systems located within the Mesa electric service area. It also provides services to other City agencies for non-electric tree trimming and removal services on an as needed, scheduled basis. The Energy Resources Department and Purchasing recommend authorizing the renewal with Asplundh Tree Expert Co.; and West Coast Arborists, Inc. (a Mesa business); cumulatively not to exceed $60,000, based on estimated requirements.   Not available
17-0202 4-oContractThree-Year Term Contract for Class 800 Commercial Gas Meters for the Materials and Supply Warehouse (for the Energy Resources Department) (Citywide) This contract will provide large-capacity rotary gas meters used to monitor volume of customer gas usage for the purpose of billing on high demand, commercial services. The Business Services and Energy Resources Departments, and Purchasing recommend authorizing the contract with the lowest, responsive and responsible bidder, Western Gas Technologies, at $238,700 annually, based on estimated requirements.   Not available
17-0194 4-pContractPurchase of Two Replacement Meter Test Boards for the Energy Resources Department (Single Response) (Citywide) This purchase will provide one 3-phase bench mounted unit and one single-phase portable unit, used to test the accuracy of all meters in the electric distribution system. The new meter test boards will replace two existing, less efficient, less reliable single-phase meter test boards that are over ten years old and in disrepair. The Energy Resources Department - Electric Utility, and Purchasing recommend awarding the contract to the single, responsive and responsible bidder, Watthour Engineering Co., Inc., at $81,653.63. This purchase is funded by the Utility Replacement Extension and Renewal Fund.   Not available
17-0172 4-qContractOne-Year Renewal Contract for Original Equipment Manufacturer Heavy-Duty Equipment Repair Services for the Fleet Services Department (Citywide) This contract provides pre-qualified repair firms to provide non-exclusive equipment repair service on an as-needed basis. These vendors furnish all labor, tools, materials, garage facility and insurance to perform body and related mechanical repair work for the City's fleet of heavy-duty vehicles. The Fleet Services Department and Purchasing recommend authorizing the renewal contract with Empire Southwest LLC (a Mesa business); Balar Holding Corp., dba Balar Equipment Corp.; and Wayne Industrial Holdings LLC, dba OEM Parts and Service; cumulatively not to exceed $160,000 annually, based on estimated requirements.   Not available
17-0173 4-rContractOne-Year Term Contract for Repair and Maintenance Parts for De Nora Chlorine System for the Water Resources and Parks, Recreation and Community Facilities (PRCF) Departments (Sole Source) (Citywide) Water Resources and PRCF utilize a chlorine system manufactured by De Nora for water disinfection in order to be compliant with county, state, and federal regulations related to the Safe Drinking Water Act. This contract provides repair and maintenance parts for the De Nora (formerly Severn Trent) chlorine system at the Brown Road Water Treatment Plant, remote Water Facilities and Aquatics Facilities throughout the City. The Water Resources, and Parks, Recreation and Community Facilities Departments, and Purchasing recommend awarding the contract to the sole source vendor, McCarthy Integrated Systems LLC, at $215,000 for the one-year contract term.   Not available
17-0174 4-sContractOne-Year Term Contract for Hayward Gordon Repair Parts for Screw Centrifugal Pumps for the Water Resources Department (Sole Source) (Citywide) The Greenfield Water Reclamation Plant has large screw centrifugal pumps manufactured by Hayward Gordon. Ongoing ragging issues in the solids train accelerate the wear on the rotating and stationary wet end parts on both the recirculating and mixing parts of these pumps. The Water Resources Department, and Purchasing recommend awarding the contract to the sole source vendor, Hayward Gordon, at $50,000 annually, based on estimated requirements.   Not available
17-0168 4-tContractPurchase of Thirteen Replacement Chemical Feed Pumps for the Brown Road Water Treatment Plant for the Water Resources Department (Citywide) These chemical feed pumps for metering alum and coagulant are critical for plant operations. The existing pumps are 31 years old, are at end of life and no longer supported by the manufacturer. The contractor will provide the equipment and plant staff will install the equipment. The Water Resources Department and Purchasing recommend awarding the contract to the lowest, responsive and responsible bidder, McCarthy Integrated Systems LLC, at $70,433.59. This purchase is funded by 2014 authorized Water Bonds.   Not available
17-0190 4-uContractPurchase of a Replacement Gas Chromatograph Mass Spectrometer for the Water Resources Department (Citywide) This purchase will provide a gas chromatograph mass spectrometer to run organic analyses for wastewater, bio-solids, and drinking water. Currently organic analyses are performed by an outside laboratory and it can take 2 to 3 weeks to receive contamination data back from a sample. Quick analyses performed on this new equipment will help assess potential threats in the drinking water and wastewater effluent. The old gas chromatograph mass spectrometer was purchased in 1998 and does not achieve the detection limits needed. The Water Resources Department and Purchasing recommend authorizing the purchase using the City of Tucson cooperative contract with Agilent Technologies, at $127,066.83.   Not available
17-0192 4-vContractContract for Generator Rebuild at the Northwest Water Reclamation Plant for the Water Resources Department (District 1) This purchase will provide for a rebuild of a 600kw generator at the Northwest Water Reclamation Plant. The generator recently experienced a failure that required the engine be disassembled for inspection, and a recommended rebuild. The generator was installed 17 years ago and this rebuild will extend the life for another 15-plus years. If the rebuild is not done, the generator would need to be replaced soon at a cost of $900,000. In addition, the City co-generates power to SRP for approximately $81,000 in annual savings. The Water Resources Department and Purchasing recommend authorizing the contract using the City of Tucson National Intergovernmental Purchasing Alliance cooperative contract with Empire Machinery, at $106,778.42. This purchase is funded by the Utility Replacement Extension and Renewal Fund.   Not available
17-0228 4-wContractPioneer Park Improvements Guaranteed Maximum Price (GMP) No.1 (District 4) GMP No. 1 includes the preparation of engineering and installation documents relating to the iconic custom playground that will be installed with the forthcoming Pioneer Park improvements. In addition to the custom play structure, other proposed improvements to the park are the addition of a new water play plaza, remodel and ADA upgrades to the existing restroom, relocation and reconstruction of two basketball courts, expansion of Wi-Fi coverage and infrastructure to support special events, new landscaping in multiple areas as well as new site furnishings and lighting fixtures throughout the park. Staff recommends awarding the contract for GMP No. 1 of this project to Haydon Building Corporation in the amount of $162,681, and authorize a 5% change order allowance in the amount of $8,134. This allowance will only be utilized for approved change orders. This project is funded by the 2012 authorized Parks bonds.   Not available
17-0186 5-aResolutionApproving and authorizing the City Manager to enter into a Development Agreement with PHX-Mesa Gateway Airport 193, LLC, for the development of the 7300 through 7500 blocks of East Ray Road, which will be purchased by Gateway Properties of Arizona, LLC, the property holding company for EuroContempo Cabinetry, LLC, a European-style cabinet and materials manufacturing company. (District 6)   Not available
17-0245 6-aResolutionResolution declaring modified wastewater terms, rates, fees and charges for City-owned utility services filed with the City Clerk to be a public record and providing availability of the documents for public use and inspection. (Citywide)   Not available
17-0246 6-bOrdinanceOrdinance adopting modified wastewater terms, rates, fees and charges for City-owned utility services, Schedules SM3.1, 4.1, 7.1, 7.4, 9.1 and 9.2, which expands eligibility criteria. (Citywide)   Not available
17-0175 7-aSubdivision Plat"Mulberry - Parcel 5 Phase 1 & 2” (District 6) The 10100 thru 10300 blocks of East Guadalupe Road (north side). Located east of the northeast corner of Guadalupe and and Crismon Roads. 163 RSL4.5-PAD lots (43.7 ± acres). Desert Land Group, LLC, owner; Jesse Boyd, EPS Group, surveyor.   Not available
17-0176 7-bSubdivision Plat"Plaza De Fiesta” (District 3) The 2700 to 2800 blocks of South Alma School Road (west side). Located north and west of the northwest corner of Alma School and Guadalupe Roads. 2 LC PAD commercial lots (6.9 ± acres). 75 Cactus, LLC, owner; David S. Klein, Superior Surveying Services, Inc., surveyor.   Not available
17-0191 8-aPublic HearingPublic hearing prior to the release of the petition for signature for the following proposed annexation case A16-002, located south of Main Street and west of Ellsworth Road (36.58 +/- ac). Initiated by the applicant, Randy Carter of Sketch Architecture Company. (District 5)   Not available