PURCHASING ACTIVITY - WEEKLY REPORT TO CITY COUNCIL Week of December 31, 2018

Size: px
Start display at page:

Download "PURCHASING ACTIVITY - WEEKLY REPORT TO CITY COUNCIL Week of December 31, 2018"

Transcription

1 PURCHASING ACTIVITY - WEEKLY REPORT TO CITY COUNCIL Week of December 31, 2018 The procurement actions in this report are for the review of City Council. If a Council member desires any of the items that are subject to call-up to be added to a Council agenda, please notify Janice Napper, City Manager s Office, (303) , by 3:00 p.m. on Friday, January 4, If there is a contract over $500, that a Council member wishes to have submitted on Council agenda, please notify Janice Napper by 4:00 p.m. on Thursday, January 3, If you have any questions or concerns, please contact Bryn Fillinger at or Janice Napper at ITEM Subject to Call-Up by City Council: # OF ACTIONS Awards $25, $49, Awards $50, $2,000, for which at least three bids were received, the lowest responsive bidder was selected, and no bid protest was filed Awards $50, $2,000, and not based on lowest dollar basis (usually awards driven by qualifications rather than price) Change Orders and Amendments $25, to $99, where the cumulative total of all change orders to the contract does not exceed $100, Miscellaneous Approvals Subject to Call-Up: Miscellaneous Approvals 0 Miscellaneous Approvals Not Subject to Call-Up: Miscellaneous Approvals 0 Change Orders Not Subject to Call-Up: Change Orders and Amendments Less Than $25, Emergency Awards, Change Orders and Amendments 0 Prepared by Purchasing Services

2 S $25, $49, subject to call-up: DESCRIPTION OF BID DANIELS LONG CHEVROLET COLORADO SPRINGS, CO purchase of one (1) 2019 Chevrolet Traverse replacement vehicle for use by Water. $27, State of Colorado Price Agreement # HELENA AGRI- ENTERPRISES LLC AURORA, CO purchase of herbicides and pesticides as required by PROS through December 31, NOT-TO- $38, Multiple Assembly of Procurement Officials (MAPO) # Dept: PROS government agency s competitive bid it is treated the same as if it were our own bid. COLORADO BARRICADE DENVER, CO Dept: Public Works and Water Extend a competitively bid contract for barricade rentals on an as needed basis through December 31, 2019 Purchasing contacted Colorado Barricade for their 2019 pricing and they confirmed their pricing will remain unchanged from the current contract pricing. Since the October 2018 Municipal Cost Index shows an annual increase of 3.5%, staff considers the pricing to be fair and reasonable. NOT-TO- $40, B-4192 This is the final year of a three-year agreement. Purchases where a vendor offers to extend an existing contract under the same terms and conditions within current market pricing are authorized to be awarded through noncompetitive negotiations

3 S $25, $49, subject to call-up: (Continued) DESCRIPTION OF BID SPEEDPRO IMAGING ENGLEWOOD, CO Extend a competitively bid contract for the purchase of decals for City vehicles and installation services as required through January 31, This award represents the second year of a possible three-year contract. NOT-TO- $45, B-4383 Pricing remains the same as the initial award as Speedpro quoted firm pricing for all possible three years of the contract. Given the October Municipal Cost Index (MCI) increased 3.5% over last year, the pricing is considered to be fair and reasonable. Purchases where a vendor offers to extend an existing contract under the same terms and conditions within current market pricing are authorized to be awarded through noncompetitive negotiations

4 S $50, $2,000, subject to call-up for which at least three bids were received, the lowest responsive bidder was selected, and no bid protest was filed: DESCRIPTION OF BID / RESULTS SPRINT DENVER DENVER, CO Dept: Water MACDONALD EQUIPMENT CO. COMMERCE CITY, CO DANIELS LONG CHEVROLET COLORADO SPRINGS, CO Extend a competitively bid contract for printing services of the Aurora/Waterwise water bill insert. Staff requested pricing from the vendor and they proposed an increase of 10% over their current contract pricing. Given that the October 2018 Producer Price Index for Pulp, Paper and Allied products has risen 10% over last year, the vendor s pricing is considered to be reasonable and reflective of current market conditions. This is the second year of a potential threeyear agreement. Purchases where a vendor offers to extend an existing contract under the same terms and conditions within current market pricing are authorized to be awarded through noncompetitive negotiations purchase of one (1) 2018 LeeBoy Model 3000B Force Feed Loader for use by Public Works/Streets. Staff has confirmed that Macdonald Equipment is the sole authorized dealer for LeeBoy equipment, parts, and service for the State of Colorado. purchase of sixteen (16) 2019 Chevrolet Malibu replacement vehicles. $55, B-4275 $258, Sourcewell Contract # VTL $278, State of Colorado Price Agreement #

5 S $50, $2,000, subject to call-up for which at least three bids were received, the lowest responsive bidder was selected, and no bid protest was filed: (Continued) DESCRIPTION OF BID / RESULTS FARIS MACHINERY CO. COMMERCE CITY, CO TYMCO, INC. WACO, TX JOHN ELWAY CHEVROLET ENGLEWOOD, CO TRANSWEST TRUCK TRAILER RV BRIGHTON, CO purchase of two (2) Elgin Pelican street sweepers and selected options for Public Works/Streets. Staff has confirmed that Faris Machinery is the sole authorized dealer for Elgin street sweepers, parts, and service for the State of Colorado. purchase of two (2) Tymco 500X street sweepers for use by Public Works/Streets. purchase of twenty-nine (29) 2019 Chevrolet Tahoe Police Pursuit Vehicles (capital and replacement) for use by Police. purchase of five (5) 2020 Freightliner class 6 tandem axle dump trucks with selected snow removal equipment options (snow plow, under tailgate spreader, V-box sander, anti-icing/deicing system, tarp) and DOT lighting system. Both are replacement trucks for use by Public Works. $440, Sourcewell Contract # FSC $581, HGACBuy (Houston-Galveston Area Council) Contract #SW04-18 $1,095, State of Colorado Price Agreement # $1,229, CDOT Contracts # and #

6 S and AMENDMENTS not subject to call-up and which are less than $25, and the cumulative total of all change orders or amendments does not exceed $100,000.00: / DESCRIPTION OF PREVIOUS S TOTAL TO DATE MICHAEL S OF DENVER 3 $5, $0.00 $33, P0306 ARVADA, CO Change order to a competitively bid contract for food service to support the adult program at Morning Star. There are more participants attending Morning Star than what was originally anticipated. Pricing is in accordance with the original contract pricing. Therefore, the pricing is considered to be fair and reasonable. This Change Order is within the original scope of the contract and is appropriate for consideration under the City Code Dept: PROS 6

7 S and AMENDMENTS not subject to call-up and which are less than $25, and the cumulative total of all change orders or amendments does not exceed $100,000.00: (Continued) / DESCRIPTION OF PREVIOUS S TOTAL TO DATE WINFIELD SOLUTIONS LLC LONGMONT, CO Change order to an openly solicited contract for the purchase of herbicides and pesticides as required by Golf through March 31, Agronomically, 2018 proved to be an above average year regarding weed and disease control in addition to two courses requiring spraying for insect control. The increase in funding is required for the additional applications/products to maintain the overall health of turf conditions and playing conditions for City customers. Pricing for the products remains the same as the initial award. Therefore, the vendor s pricing is considered to be fair and reasonable. This Change Order is within the original scope of the contract and is appropriate for consideration under the City Code Dept: PROS/Golf 1 $7, $0.00 NOT-TO- $28, P0355B 7

8 S and AMENDMENTS not subject to call-up and which are less than $25, and the cumulative total of all change orders or amendments does not exceed $100,000.00: (Continued) / DESCRIPTION OF PREVIOUS S TOTAL TO DATE ALPINE CARSTAR AUTO BODY AURORA, CO Change order to a single source contract for the repair of thirteen (13) hail damaged vehicles resulting from the storm that occurred on June 19, The increase in funding is needed for additional repair costs on City units and that were not included in the original estimate. Risk Management had an independent third party, Property Damage Appraisers, Inc., provide repair estimates for each of the vehicles in need of repair. Initial estimates are utilized to confirm fair and reasonable pricing. Property Damage Appraisers reviewed the additional repairs and concurred the charges are fair and reasonable. This Change Order is within the original scope of the contract and is appropriate for consideration under the City Code $7, $0.00 NOT-TO- $23, P0955B 8