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: 3/4/2019 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
19-0223 2MinutesApproval of minutes of previous meetings as written.   Not available
19-0204 3-aContract16-Month Term Contract for Walk-In Groceries and Miscellaneous Items for Various City Departments and Strategic Alliance for Volume Expenditures (S.A.V.E.) Members as requested by the Business Services Department (Citywide) Glendale Elementary School District, as a member of Strategic Alliance for Volume Expenditures cooperative, acted as the lead agency for this contract. The purpose of establishing these contracts is to allow Citywide departments to purchase groceries and miscellaneous items from multiple local retail vendors within convenient proximity to our facilities. The Business Services Department and Purchasing recommend authorizing the purchase using the Glendale Elementary School District No. 40 cooperative contract with Bashas'; Food City; AJ's Market; Costco; Fry's Food and Drug; Safeway; Sam's Club; and Smart and Final; not to exceed $160,000 through June 30, 2020, based on estimated requirements.   Not available
19-0199 3-bContractOne-Year Renewal with a One-Year Renewal Option to the Term Contract for Clay, Glaze and Miscellaneous Arts Materials for the Arts & Culture Department (Citywide) This contract provides different types of clay, glaze, and materials for multiple classes and workshops for the public and students at the Mesa Arts Center, Ceramics Studio. The products specified have been tested and are found to be reliable, safe, and versatile. The Arts & Culture Department and Purchasing recommend authorizing the renewal with Marjon Ceramics, Inc., at $35,000 annually, with an annual increase allowance of up to 5%, or the adjusted Consumer Price Index.   Not available
19-0197 3-cContractPurchase of Two Mini Cargo Vans (Additions) for the Police Department as requested by the Fleet Services Department (Citywide) The two vehicle additions will be used for responding to non-emergency and not in-progress criminal incidents, and investigating crimes that do not require the presence of a sworn police officer. The Department received approval for two Civilian Investigation Specialist positions and two vehicle additions for FY 2019. The Police and Fleet Services Departments, and Purchasing recommend authorizing the purchase from the existing contract with PFVT Motors, LLC, dba Peoria Ford, at $60,007.10. This purchase is funded by the Capital General Fund.   Not available
19-0196 3-dContractPurchase of a Bomb Robot (Replacement) for the Police Department (Sole Source) (Citywide) This purchase will provide an updated bomb robot and includes trading in two obsolete bomb robots toward the purchase. There are a variety of bomb robots; however, each manufacturer is exclusive in the sale of only the brand they manufacture. The ICOR robot is utilized by the Bomb Response Teams throughout the Valley. Having similar equipment is imperative, because the teams work closely together on large call-outs, special events, and emergencies. The ICOR is the only bomb robot that is interoperable between agencies. The Police Department and Purchasing recommend awarding the contract to the sole source vendor, ICOR Technology Inc., at $49,242.34. This purchase is grant funded by the Arizona Department of Homeland Security.   Not available
19-0198 3-eContractThree-Year Term Contract for Binocular Night Vision Devices for the Police Department (Citywide) The Mesa Police SWAT Team has specified the LG PVS-31 binocular night vision devices because of the beneficial features of the equipment and the interoperability with other Arizona agencies. Mesa was awarded a grant from the Arizona Department of Homeland Security to be used for the initial purchase of four kits and eight mounts. The Police Department has requested an annual contract to accommodate additional purchases, in the event additional funding is identified for these purchases. The Police Department and Purchasing recommend awarding the contract to the lowest, responsive and responsible bidder, Emerging Tactical Solutions (a Mesa business), at $100,000 annually. The initial purchase of $51,496.63 is grant funded by the Arizona Department of Homeland Security.   Not available
19-0200 3-fContractOne-Year Renewal to the Term Contract for Deceased Animal Collection Services for the Community Services Department (Citywide) This contract provides a vendor to collect and dispose of deceased animals (up to 150 pounds each) that are reported within the City’s corporate limits. The contractor is responsible for the proper disposal by cremation, or other means in accordance with the standards and methods approved by the Maricopa County Health Department. The Community Services Department and Purchasing recommend authorizing the renewal contract with APM/Couts Enterprises, Inc., dba Arizona Pet Mortuary, at $54,000, based on estimated usage.   Not available
19-0201 3-gContractPurchase of Two Heavy-Duty Trucks with 8-Cubic Yard Asphalt Patch Bodies (Replacements) for the Transportation Department as requested by the Fleet Services Department (Citywide) The two vehicles that are being replaced have met established criteria and will be either traded, auctioned, sold, or deployed to special uses as part of the ongoing vehicle replacement program. The Transportation and Fleet Services Departments, and Purchasing recommend awarding the contract to the lowest, responsive, and responsible bidder, RWC International LTD, dba RWC Group, at $578,962.52. This purchase is funded by the Local Streets Fund.   Not available
19-0216 3-hContractThree-Year Term Contract with Two Years of Renewal Options for Dust Palliative/Stabilizer Product and Installation for the Transportation Department (Single Response) (Citywide) The Transportation Department has a need to apply dust palliative/soil stabilizer to storm channels, shoulders, and other City rights-of-way assets to aid in dust and erosion control. The Transportation Department and Purchasing recommend awarding the contract to the single, responsive, and responsible bidder, EarthCare Consultants, LLC, at $425,000 annually with an annual increase allowance of up to 5%, or the adjusted Consumer Price Index.   Not available
19-0202 3-iContractOne-Year Renewal to the Term Contract for Generator Rental Services for the Water Resources Department (Citywide) This contract provides generator rental services for large, non-portable generators that few vendors keep in stock for emergency use. Water Resources uses rental generators in the summer months to supply emergency back-up power to the pump stations that do not have a redundant power system. The Water Resources Department and Purchasing recommend authorizing the renewal with Empire Southwest LLC, dba Empire Power System (Primary); and Valleywide Generator Service LLC (Secondary) (a Mesa business); at $45,000, based on estimated usage.   Not available
19-0203 3-jContract9-Month Term Contract with Two Years of Renewal Options for Replacement Influent Pump Discharge Valve Actuators for the Water Resources Department (Citywide) This contract will provide various-sized replacement influent pump discharge valve actuators for the City’s water reclamation plants’ influent pump stations to replace obsolete actuators that have no spare parts available. The plants have approximately 70 Rotork actuators in use. The Water Resources Department and Purchasing recommend authorizing the purchase using the City of Goodyear cooperative contract with MISCO Water, at $50,000 annually, with an annual increase allowance of up to 5%, or the adjusted Consumer Price Index. This purchase is funded by the Utility Replacement Extension and Renewal Fund.   Not available
19-0217 3-kContract2-Month Term Contract with Two Years of Renewal Options for Replacement Rotary Actuators and Parts for the Water Resources Department (Citywide) This contract will provide REXA rotary actuators and parts for the Southeast Water Reclamation Plant aeration basins and some well sites. The Water Resources Department and Purchasing recommend authorizing the purchase using the City of Tempe cooperative contract with Industrial Automation Services, at $50,000 annually, with an annual increase allowance of up to 5%, or the adjusted Consumer Price Index. This purchase is funded by the Utility Replacement Extension and Renewal Fund.   Not available
19-0218 3-lContractThree-Year Term Contract with Two Years of Renewal Options for Turblex Blower Maintenance and Repairs for the Water Resources (Citywide) This contract will provide for the inspections, maintenance and repairs on the blowers at Greenfield Water Reclamation Plant and Northwest Water Reclamation Plant from a factory repair facility. Only factory parts are authorized for the blower repairs to maintain the safety and product warranty. An evaluation committee recommends awarding the contract to the qualified and single proposal from Howden Roots, LLC, at $250,000 annually, with an annual increase allowance of up to 5%, or the adjusted Consumer Price Index. This purchase is funded by Wastewater Operations and Maintenance budget and Greenfield WRP Joint Venture.   Not available
19-0157 4-aResolutionApproving and authorizing the City Manager to enter into a Pedestrian and Bicyclist Sub-Grantee Cooperative Agreement with the Arizona Governor’s Office of Highway Safety to accept $30,000 in grant funds. The funds will be used by the Police Department’s Traffic Division for overtime, employee-related expenses and supplies for pedestrian and bicycle safety throughout the City of Mesa. (Citywide)   Not available
19-0180 4-bResolutionAuthorizing the City Manager to accept $78,000 from the U.S. Department of Justice, U.S. Marshals Service for Mesa Police Officer overtime-worked in support of the Joint Law Enforcement Operations Task Force. (Citywide)   Not available
19-0193 5-aOrdinanceZON18-00958 (District 5) Within the 8400 block of East Broadway Road (north side) and the 200 and 300 blocks of South Hawes Road (east side). Located at the northeast corner of Broadway Road and Hawes Road (9± acres). Rezoning from RM-4 to RM-4-PAD; and Site Plan Review. This request will allow for the development of a multi-residential use. Brent Fike, Todd and Associates, applicant; David McHenry, NSHE Porterville, LLC, owner. Staff Recommendation: Approval with conditions P&Z Board Recommendation: Approval with conditions (Vote: 6-0)   Not available
19-0135 6-aOrdinanceZON18-00862 (District 6) The 8200 to 8500 blocks of East Baseline Road (north side). Located east of South Channing (Hawes Road) alignment on the north side of Baseline Road (69± acres). Rezoning 15± acres from AG to RSL-2.5-PAD incorporating the acreage into the approved 54± acre Baseline Mixed-Use PAD (Z14-021, ZON16-004, ZON17-00326, ZON18-00169 and ZON18-00171); and Site Plan Review. This request will allow for the incorporation of additional acreage into an existing PAD to allow for the development of a residential small-lot subdivision. Drew Huseth, AICP, Woodside Homes, applicant; NSHE Powell, LLC, owner. Staff Recommendation: Approval with conditions P&Z Board Recommendation: Approval with conditions (Vote: 5-0)   Not available
19-0208 7-aSubdivision Plat“Parcel J at PPGN” (District 6) Within the 9400 to 9600 blocks of East Cadence Parkway (south side); and within the 5400 to 5600 blocks of South Keene (west side). Located south and east of Ellsworth and Ray Roads within the Cadence at Gateway Community. 82 PCD single residence lots (9.84± acres). PPGN-Ray, LLLP, developer; Raymond S. Munoz III, EPS Group, surveyor.   Not available
19-0209 7-bSubdivision Plat“Parcel O at PPGN” (District 6) Within the 9800 to 9900 blocks of the East Williams Field Road alignment (north side); and within the 5800 to 6000 blocks of the South Crismon Road alignment (west side). Located south and east of Ellsworth and Ray Roads within the Cadence at Gateway Community. 75 PCD single residence lots (13.2± acres). PPGN-Ray, LLLP, developer; Raymond S. Munoz III, EPS Group, surveyor.   Not available
19-0210 7-cSubdivision Plat“Cadence at Gateway Phase 2 Parcel R” (District 6) Within the 9800 to 9900 blocks of East Toledo Avenue (south side); within the 9800 to 10000 blocks of the East Cadence Parkway alignment (north side); and within the 5600 to 5800 blocks of the South Crismon Road alignment (west side). Located south and east of Ellsworth and Ray Roads within the Cadence at Gateway Community. 75 PCD single residence lots (20.16± acres). PPGN-Ray, LLLP, developer; Raymond S. Munoz III, EPS Group, surveyor.   Not available
19-0211 7-dSubdivision Plat“Cadence at Gateway Phase 2 School Site Infrastructure” (District 6) The 9600 to 9800 blocks of the East Toledo Avenue alignment (south side); and the 9800 block of the South Cadence Parkway alignment (west side). Located south and east of Ellsworth and Ray Roads within the Cadence at Gateway Community. 7 PCD Tracts (5.34± acres). PPGN-Ray, LLLP, developer; Raymond S. Munoz III, EPS Group, surveyor.   Not available
19-0212 7-eSubdivision Plat“Map of Dedication for Mesa Technology Park” (District 6) The 3400 block of South Ellsworth Road (west side). Located north of Elliot Road and west of Ellsworth Road (2± acres). El Dorado Elliot 128, LLC, developer; James A. Brucci, Hunter Engineering, surveyor.   Not available