the honorable mayor and council members, city …
TRANSCRIPT
THE HONORABLE MAYOR AND COUNCIL MEMBERS,
CITY MANAGER, DEPARTMENT HEADS, AND ALL INTERESTED PARTIES
This notice shall serve as your formal and official notification of the REGULAR CITY COUNCIL MEETING to be
held on MONDAY, October 8, 2018, AT 7:00 PM, in the Council Chambers of the Municipal Civic Center, 6000
Middlebelt Road, Garden City, Michigan 48135; (734) 793-1660.
REGULAR CITY COUNCIL MEETING AGENDA 1. OPENING CEREMONIES 2. CALL TO ORDER 3. ROLL CALL 4. APPROVAL OF AGENDA 5. RECOGNITION
A. Presentation 1. Allyson Bettis, Retirement
6. COMMUNITY EVENTS
7. COMMENTS FROM STATE AND COUNTY OFFICIALS 8. PETITIONS AND COMMUNICATIONS 9. PUBLIC HEARINGS 10. ITEMS FOR CONSIDERATION
A. Consent Agenda
1. Mayoral Appointment a. Commission on Aging
i. Dawn Corey—completing the term of Michele Jarrait—term expiring
12/31/21 B. Action Items
1. Fire Prevention Week Resolution 2. DDA Executive Director Contract 3. WCA Assessing Contract Renewal
4. Supplemental Appropriation — Wayne County Parks Millage
5. Intergovernmental Agreement — Garden City Park & Various Ball Fields
6. Parks & Recreation Master Plan Agreement 7. Purchase of two police patrol vehicles
8. DPS Pick-Up Truck Replacement
9. Toolcat 5610 Utility Work Machine 10. Fire Department Ford Explorer XLT
11. Fire Department Ford Escape SE
11. PUBLIC COMMENT - GENERAL (non-agenda items only) 12. REPORT FROM CITY MANAGER 13. CITY COUNCIL COMMENTS 14. CLOSED SESSION
A. Medical Marijuana B. Grievance C. CM Review
15. OTHER BUSINESS
16. ADJOURNMENT
Garden City Council Meeting Agenda October 8, 2018 Page 2
Michelle Mastej Interim City Clerk-Treasurer
ADA Accommodation. The City of Garden City will provide necessary auxiliary aids and services (such as signers and audio tapes) to individuals with
disabilities attending meetings or hearings. A two-week notice is required. For assistance, please contact the Administration office at (734) 793-1660.
Public Participation at Meetings. Members of the public shall speak only when recognized by the presiding officer. Members of the public shall have the opportunity to speak following city council discussion on each agenda item prior to a vote by the city council on that item (limited to three [3]
minutes and during the "Public Comment — General" for issues not on the meeting agenda (limited to three [3] minutes). Prior to addressing the city council, members of the public shall register with the city clerk on a form provided by the clerk and shall identify themselves by name and city of
residence at the podium prior to speaking. The city clerk shall record in the meeting minutes the name, city of residence, and/or organizational
affiliation of persons addressing the city council and the topic. Each speaker shall observe the specified time limitation unless the rules are waived by a majority vote of the City Council. A person shall not be excluded from a meeting that is otherwise open to the public except for a breach of the peace actually committed at the meeting.
Disorderly Conduct at Meetings Prohibited. The presiding officer may call to order any person who is breaching the peace or being disorderly by speaking without recognition, engaging in booing or catcalls, applauding, failing to be germane to the topic or issue being considered, speaking longer than the allotted time, speaking vulgarities, name calling, personal attacks, or engaging in other conduct which is determined by the presiding officer to be disruptive to the meeting. Any person so disrupting a lawful public meeting of the city council may be removed or excluded from a meeting that is
otherwise open to the public in accordance with the Michigan Open Meetings Act and shall be guilty of a misdemeanor pursuant to state statute, being MCL 750.170 et seq, and §131.03(B) of the city code of ordinances. The chief of police or his designate shall serve as the sergeant-at-arms at council meetings for purposes of enforcement of the rules under this section.
Date: 10/01/18 OFFICE USE ONLY ITEM # /4:2 e) Council Meeting of DATE: 10/08/18
Submitted To: Dale Dougherty Submitted By: Catherine M. Harman, Fire Chief
TITLE-/ DESCRIPTION-OF:ITEM', F ORDINANCE,' CITE TITLE/CHAPTER/SECTION(S)).
G/L Acct. Number PO# (if existing) Fiscal Year Amount FINANCIAL,
PROPOSED RESOLTUR}N To adopt a resolution observing the week of October 7-13, 2018 as Fire Prevention week in the City of Garden City and authorize the City Manager to execute all necessary documents related to this resolution.
Fire Prevention Week Resolution October 7-13,2018 "Look, Listen, Learn"
ACTION REQUESTED BID/CONTRACT BOARD APPOINTMENT CEREMONIAL EXECUTE AGREEMENT FEE WAIVER LIQUOR LICENSE
NEW/AMENDED ORDINANCE ON-STREET SALES OTHER
PERMIT PD CHANGE OF USE PD SITE PLAN PRESENTATION PROCLAMATION RESOLUTION
REZONING SUPP/TRF APPROPRIATION PUB HEARING REQUIRED
xx
IIEVIEW.CLIECKLIST
DEPARTMENT(S): Fire FINANCIAL: COMMISSION(S): CITY ATTORNEY: CITY MANAGER:
DATE: 10/01/18 DATE: DATE: DATE: DATE:
CITY OF GARDEN CITY CITY COUNCIL AGENDA ITEM
REQUEST FORM
Resolution Observing Fire Prevention Week
October 7-13, 2018
WHEREAS, the City of Garden City is committed to ensuring the safety and security of all those living in and visiting our community; and
WHEREAS, fire is a serious public safety concern both locally and nationally, and homes are the locations where people are at greatest risk from fire; and
WHEREAS, fires killed more than 3,390 people in the United Stated in 2016, an average of 9 lives per day, and fire departments in the United States responded to more than 1,342.000 fires the same year; and
WHEREAS, residential structure fires accounted for 371,500 of those fires, and 2,735 of those killed; and
WHEREAS, cooking is the leading cause of home fires and associated injuries, and the second leading cause of home fire deaths; and
WHEREAS, heating, electrical equipment and smoking materials are among the leading causes of all reported home fires; and
WHEREAS, home candle fires are responsible for 24 home fires per day, on average; and
WHEREAS, the risk of dying in a home structure fire caused by smoking materials rises with age; and
WHEREAS, working smoke alarms cut the risk of dying in reported home fires in half; and
WHEREAS, automatic fire sprinkler systems cut the risk of dying in a home fire by about 81%; and
WHEREAS, Garden City Firefighter-Paramedics are dedicated to reducing the occurrence of home fires and home fire injuries through education, prevention, and emergency response; and
WHEREAS, Garden City's residents are responsive to public education measures and are able to take personal steps to increase their safety from fire, especially in their homes; and
WHEREAS, residents who have planned and practiced a home fire escape plan are more prepared and will therefore be more likely to survive a fire; and
WHEREAS, the 2018 Fire Prevention theme "Look, Listen, Learn;" Look for places fire can start, Listen for the sound of the smoke alarm, Learn two ways out of each room
THEREFORE, the Mayor and Council of the City of Garden do hereby proclaim October 7-13, 2018 as Fire Prevention Week in our community urging all citizens of Garden City to protect their homes and families by heeding the important safety messages of Fire Prevention Week 2018, and to thank all those attending the Garden City Fire Department Open House on October 13, 2018 from 1 lam-3pm.
CITY OF GARDEN CITY CITY COUNCIL AGENDA ITEM
REQUEST FORM Submitted To Mayor and City Council Date: I 13 ' i
2018 '.00cEivs.E. a . .-. .;,, iiv: , :. ' ,"',':.
Submitted By: DDA Chairperson John Prosch
ITEM* /0
Council Meeting of
DATE: 10 Lei /8 ~lu,i L'f °11114,414ili :IX : i010keitigt*TnitrataggrAraalat: BID/CONTRACT X PERMIT BOARD APPOINTMENT PD CHANGE OF USE CEREMONIAL PD SITE PLAN EXECUTE AGREEMENT PROCLAMATION FEE WAIVER RESOLUTION LIQUOR LICENSE REZONING NEW/AMENDED ORDINANCE SUPP APPROPRIATION ON-STREET SALES TRAN APPROPRIATION OTHER PUB HEARING REQUIRED
JULTafroltr 3411: 11 ; 6 lilli hl P.!i i in 0 O.. 0 o I -, V 0 : i ry a j '111104 SW 04A ; DDA Executive Director Contract
' :'INf'l 4 Ifr 1.31=7 ':' t h 14 '''' i Di, ".i 70,1N' -.110 VAIMINI - lit qt, • . v: .,. ;,7
DDA Board of To approve the contract for the DDA Executive Director as approved by the Trustees.
4 TOL .3, .?. WIN 971, ' i ,,i , Dr tAFIETELT,HdriffilliffrWRIM 11:., nal:Year .; .'ect NuMber e ',' ' , . : ' Amount:. : POit (if ixistin ) ,•
.],,j. .,16Fir, 10 %,a1-_; ,.43',4; 1 , ::1:41. mg ..litMIA ;$. ,At R1151 WW1 tgElck._ ,tfa DEPARTMENT(S): DDA DATE: 9-18-2018 COMMISSION(S): DATE: CITY ATTORNEY: DATE:
CITY MANAGER: DATE:
DOWNTOWN DEVELOPMENT AUTHORITY
September 18, 2018
Mayor Randy Walker Mayor Pro-Tern Mark Jacobs Council Member Kelly Kerwin Council Member Brian Earle Council Member Patricia Squires Council Member Pat McKarge
Council Member Jaylee Lynch City Manager Dale Dougherty
RE: DDA Executive Director Contract
Dear Honorable Mayor and Council:
On September 18, 2018, the Garden City DDA Board approved the enclosed DDA Executive Director contract. The DDA respectfully asks City Council to approve the contract as outlined in the enclosed documentation.
In the meantime, should you have any questions or require additional information, please do not hesitate to contact me at 734.748.2495 or 734.522.7718.
John Prosch, Chairman Garden City Downtown Development Authority
Enc.: Contract for Executive Director, dated April 1, 2018
29213 Ford Road, Garden City, 04-148135 734.261.2830 www.downtowngardencity.com
John Prosch, DDA Chairperson .hn Fleming, DDA Secretary September 18, 2018 September 18, 2018
DOWNTOWN DEVELOPMENT AUTHORITY
EXTRACT TAKEN FROM THE DDA BOARD MEETING OF SEPTEMBER 18, 2018
The Garden City Downtown Development Authority Board of Trustees met in a Regular Meeting on Tuesday, September 18, 2018 at 8:30 a.m. at the Garden City Downtown Development Authority Office located at 29213 Ford Rd, Garden City, Michigan., 48135.
REGULAR MEETING
Present were: Chairman John Prosch, Vice Chairman Bruce Boland, Secretary John Fleming, Treasurer George Karafotis, Trustee John Santeiu, Trustee Melissa Radiwon, Trustee Kevin Kramis, Trustee Penni Mei, Trustee Laurie Viviano, DDA Executive Director Kimberly Dold, DDA Administrative Assistant Theresa Manuel, City Manager Dale Dougherty, Police Chief Timothy Gibbons, Community Resource Officer Bruce Shippe and Officer Rudy
C. ACTION ITEMS
2) Executive Director Review
Motion by John Santeiu, supported by Penni KIM, to approve the Executive Director contract for the period of April 1, 2018 to April 1, 2021. Motion passed unanimously
I hereby certify that the foregoing is a true and exact copy of the resolution adopted by the Garden City Downtown Development Association Board of Trustees at their Regular Meeting held on September 18th , 2018.
GARDEN CITY DOWNTOWN DEVELOPMENT AUTHORITY
DIRECTOR EMPLOYMENT AGREEMENT
Effective April 1, 2018
This Agreement made and entered into as of April 1, 2018, by and between the GARDEN CITY
DOWNTOWN DEVELOPMENT AUTHORITY, located in Wayne County, Michigan, hereinafter referred to
as "DDA," and Kimberly L. Dold, hereinafter referred to as "Executive Director," both of wham
understand and agree as follows:
WiTNESSETH:
WHEREAS, by the authority granted to the DDA Board of Trustees in Section 125.1655 of Public
Act 197 and DDA Ordinance 33,165, to appoint an Executive Director for an defined term and fix her
compensation as the central administrator of the Garden City Downtown Development Authority; and
WHEREAS, the DDA has determined that Kimberly L. Dold is qualified to fill the position as the
Executive Director and that it is in the best interest and welfare of the DDA to employ her services;
WHEREAS, It Is the will of the DDA to provide salary and benefits and establish other conditions
of employment;
NOW, THEREFORE, in consideration of the mutual covenants and agreements contained herein,
the parties agree as follows;
SECTION 1. EMPLOYMENT CONTINUATION
A, The DDA hereby employs Kimberly L. Dold as Executive Director for the DDA of Garden City,
Michigan, effective the 1st day of April, 2018 and shall remain in force as a three year
contract, until April 1st, 2021, unless earlier terminated by either party as provided below.
B. Kimberly L. Doid hereby accepts the employment subject to the terms and conditions of this
Agreement, as well as those conditions and restrictions set forth in state law and city
ordinance.
•-•--_-_-_,--•-•-
1 [Page
SECTION 2. DUTIES
A. The Executive Director shall perform those duties set forth In the Executive Director's Job
Description adopted June 27, 2008, and shall perform such other duties as may be described
by the DDA which are legally permissible and proper duties and functions, not inconsistent
with the Executive Director's Job Description at the direction of the DDA.
B. The Executive Director hereby agrees to devote her best efforts to the position, and shall
not Intentionally do any act nor fall to perform any act where such act or failure to act
operates to the detriment of the DDA. Further, the Executive Director agrees to faithfully
and fully endeavor to perform all obligations intended upon the position of Executive
Director.
C. It is recognized that the Executive Director is expected to engage in the hours of work that
are necessary to fulfill the obligations of the position, must be available at all times and
must devote time outside the normal office hours to the business of the DDA.
D. It is also recognized that the Executive Director is a professional and shall be accorded
reasonable discretion in establishing her routine work hours, so long as full and proper
performance of her duties are not compromised. The position is a salaried position and the
Executive Director is expected to work an average of 40 hours per week. Compensatory time
off may be granted at the discretion of the DDA Chairperson. Work in excess of 40 hours
shall not be compensated.
SECTION 3. SALARY
A. Effective upon April 1st, 2018, the DDA agrees to pay the Executive Director an annual salary
amount of S52,416.00, payable bi-weekly.
B. The ODA Executive Board will continue to conduct performance reviews of the Executive
Director on an annual basis on the anniversary date of hire.
1--•-- ---•--•-^^,---_-_-_-_•---•-••-^•^- .•
2 'Page
SECTION 4. BENEFITS
A. Life insurance In the amount of $20,000.00 will be provided by the DDA subject to the
availability, requirements, and limitations of such insurance. Non-occupational sickness and
accident insurance, or self-insurance if the DDA so elects, which shall be payable on the 2"
day of accident or 9th day of sickness, will provide a benefit of 65% of executive directors'
weekly wages for a maximum of 52 calendar weeks. Any additional details or limitations
shall be governed by the DDA. Insurance under this section shall not cover disabilities
incurred while performing work-for-hire for another employer or when self-employed.
These benefits shall cease upon termination of employment.
B. Holidays: The Executive Director shall be entitled to the following paid holidays: New Year's
Day, Good Friday, Memorial Day, Independence Day, Labor Day, Veteran's Day,
Thanksgiving Day, Day after Thanksgiving, Christmas Eve, Christmas Day and New Year's Eve
Day. When one of said holidays falls on a Sunday, then Monday shall be deemed the
holiday. When one of said holidays falls on a Saturday, then Friday shall be deemed as the
holiday.
C. Combined Time Off (CTO): The Executive Director shall receive fifteen days (15) combined
time off without a vesting period. However, CTO which Is not used in a given calendar year
may not be carried into a subsequent year and compensation shall not be paid for CTO time
which is not used. All CTO time must be approved in advance by the DDA Chairman.
D. The Executive Director has Health and Medical benefits from her spouse and such benefits
are not offered with this contract.
E. The Executive Director may, subject to any necessary authorizations, requirements and
limitations, participate In the 457 plan administered by the City of Garden City. The DDA will
contribute ten percent of the Executive Director's salary to the 457 Plan. No other
retirement or post employment benefits shall be provided to the Executive Director.
SECTION 5. IDEMNIFICATION
The DDA shall defend, save harmless and indemnify the Executive Director against any tort,
professional liability claim, and/or civil rights claim, whether state, federal or demand or other legal
action taken against her arising from her professional duties required under this Agreement; however,
3 'Page
this provision shall not limit liability of the Executive Director for acts or omissions which involve
intentional misconduct or knowing violation of law,
SECTION 6. BONDING
The DDA shall bear the full cost of a faithful performance blanket bond in the amount of Five
Thousand Dollars ($5,000.00).
SECTION 7. TERMINATION
A. The Parties understand and agree this agreement may be terminated with or without cause
by the Executive Director or the DDA Board of Trustees for any reason upon giving notice, In
writing, to the Executive Director or DDA Board of Trustees at least fourteen (14) days
before the effective date of said notice of termination.
B. It is specifically agreed upon termination of this Agreement by either party, with appropriate
fourteen (14) day notice as specified above, that the DDA shall pay the Executive Director,
her heirs or assigns, for all services rendered to date of termination, plus any accumulated
but unused CIO as such benefit is established in this Agreement and upon such payment, no
further compensation shall be due or awing to Executive Director. The DDA may elect to
Waive the fourteen (14) day termination notice by providing fourteen (14) days severance
pay upon immediate termination.
SECTION 8. COMPLETE AGREEMENT
This written Agreement embodies the whole agreement between the parties and there are no
inducements, promises, terms, conditions or obligations made or entered Into by either party other than
as contained herein.
This Agreement is subject to the approval of the Garden City Council.
IN WITNESS WHEREOF, The DDA has ca used this Agreement to be signed and executed on its behalf by
its Board of Trustees, and the Executive Director has signed and executed this Agreement; and both
parties hereto having set their hands and seal, as of the date first above written.
WITNESSES: GARDEN CITY DOWNTOWN DEVELOPMENT THORITY:
Jor,n Prosch, Chairman
John Fleming, Secretary
K imberl . Dold:Executive Director
DDA Executive Board Approval: September 6, 2018
Council Approval: September, 2018
DDA Board Approval: September 18, 2018
lPage
2018 RESOLUTION AND SPECIAL ASSESSMENT CONTRACT
PARKING AREA IMPROVEMENTS
This Resolution and Special Assessment Contract is entered into this ____ day of
, 2018, by and between Mazzoni & Mazzoni LLC, for and on behalf of, itself,
it's representatives, successors and assigns the City of Garden City, 6000 Middlebelt Road, Garden
City, Michigan 48135, (hereinafter "City") and the City of Garden City Downtown Development
Authority, 29213 Ford Road, Garden City, Michigan 48135 (hereinafter "DDA").
WHEREAS, Mazzoni & Mazzoni LLC, whose address is 29217 Ford Road, is the owner of
certain real property commonly known as 29217 Ford Road, Garden City, Michigan 48135, which is
more fully described on the attached EXHIBIT A.
WHEREAS, the City, the DDA and Mazzoni & Mazzoni LLC, have determined that a parking
improvement to the property should be constructed and maintained at the building located at 29217
Ford Road, Garden City, Michigan 48135 to rehabilitate, beautify and enhance the value of the afore
described premises, for the benefit of Mazzoni & Mazzoni LLC and the residents of the City; and
WHEREAS, the City, the DDA and Mazzoni & Mazzoni LLC agree that the whole cost of said
parking improvement should be done by special assessment upon the property, as previously
described herein, Parcel lD# 35-013-01-0014-301 and
WHEREAS, Mazzoni & Mazzoni LLC is willing to grant to the City and the DDA an easement
for the purpose of access to the property to determine that the parking improvement will be
constructed and maintained on the commercial property located at 2921 Ford Road, Garden City,
Michigan 48135 during the period of the repayment of the special assessment and according to the
terms specified herein.
NOW, THEREFORE, IN CONSIDERATION of the mutual promises contained herein, the
parties agree as follows:
1
1. The City hereby directs the City Assessor to prepare a special assessment roll in the amount of Eight
thousand, Seven hundred - Fifty and 00/100 (8,750.00) Dollars, in accordance with this Contract upon the premises of
Mazzoni & Mazzoni LLC being certain real property commonly known as 29217 Ford Road, located in the City of
Garden City, County of Wayne, State of Michigan, which is more fully described on the attached EXHIBIT A.
2. Mazzoni & Mazzoni LLC is the owner of certain real property commonly known as
29217 Ford Road in the City of Garden City, County of Wayne, State of Michigan, and hereby agrees
to repay the special assessment amount of Eight thousand, Seven hundred - Fifty and 00/100 (8,750.00)
Dollars. Annual payment of the special assessment shall be deferred until August 1, 2022. Payment
of the special assessment shall be made in seven (7) annual installments, with the first installment
due and payable on August 1, 2022. Each succeeding installment shall be due and payable August
1st for the next six (6) years. The City shall invoice each annual special assessment installment. If
the payment is received by the City Treasurer's office more than ten (10) days after the due date, a
late fee shall be assessed in the amount of Twenty Five and 00/100 ($25.00) Dollars or five (5%)
percent of the payment amount, whichever is greater.
The interest rate on the special assessment of Eight thousand, Seven hundred - Fifty and
00/100 (8,750.00) Dollars shall be interest free (0%) until August 1, 2022. Thereafter, the interest
rate on said assessment shall be calculated based upon the prevailing prime rate, less fifty (50%)
percent. The "prevailing prime rate" is defined to mean the average prime rate of major U.S. Money
Center commercial banks as published in the Wall Street Journal on the date of the invoice of the
first installment payment. The interest rate shall be fixed at that rate for the duration of the
repayment of these special assessment funds. The assessment payment will consist of principal
and interest.
3. Mazzoni & Mazzoni LLC hereby agrees to reimburse the City for any out-of-pocket
expenses related to the formation and performance of this Special Assessment Contract, including
all reasonable fees allocated to the assessment.
4. Mazzoni & Mazzoni LLC hereby agrees to execute a Parking Improvement Easement
upon execution of this Special Assessment Contract.
5. Mazzoni & Mazzoni LLC hereby agrees that any improvements or alterations to the
parking improvement as funded herein shall not be initiated on the afore described property without
the written consent of the DDA for the term of this Special Assessment Contract. The City through
its DDA, at its discretion, may declare the entire balance of the special assessment immediately
due and payable upon the failure of Mazzoni & Mazzoni LLC to comply with this Special
Assessment Contract.
6. Mazzoni & Mazzoni LLC may repay all or any part of the principal balance of the
Special Assessment Contract on three (3) business days' notice, provided the prepayment amount
includes all interest and costs owing at the time of any such prepayment.
7. Mazzoni & Mazzoni LLC hereby agrees not to transfer, sell or assign any of the afore
described property during the term(s) of the loan and further agree that if all or any part of the
afore described property or any interest in the property is transferred without the prior written
consent of the City, through its DDA, the City may, at its discretion, declare the entire balance of
the Special Assessment Contract plus the cost of collection including the City and the DDA's
attorney fees to be immediately due and payable.
8. The City Charter provisions pertinent hereto are incorporated herein by reference and
made a part hereof, specifically including Sections 8.08, 8.09 and 8.11.
9. The City hereby agrees to release the sum of twenty-five (25%) percent of the special
assessment/parking improvement funds upon completion of twenty-five (25%) percent of work upon
the afore described property and upon the receipt of a sworn statement from the general contractor
and waivers of construction, and/or mechanics, and or any other liens recorded against said
property in conjunction with the parking improvement construction upon said premises; evidencing
payment of all monies due and owing for work performed for the parking improvement construction.
The release of said funds shall be subject to the prior inspection and approval of the work
performed at that time by the appropriate Departments for the City and the DDA. Said construction
must conform to all applicable building codes, zoning ordinances, state statutes and prior approved
plans.
Thereafter, another twenty-five (25%) percent of the funds shall be released as outlined
above until a total of seventy-five (75%) percent of the parking improvement funds has been
released. The balance of said funds shall be released when the parking construction has been
completed and the aforementioned waivers have been presented.
3
10. The provisions of this Resolution and Special Assessment Contract shall bind the
parties, their representatives, successors and assigns, and shall run with the land.
IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed on
the
day of , 2018.
WITNESSES: Mazzoni & Mazzoni LLC
By: By: Orin Mazzoni Jr, Property Owner
By: GARDEN CITY DOWNTOWN DEVELOPMENT AUTHORITY
By: John Prosch Its: Chairman
CITY OF GARDEN CITY
By: Allyson M. Bettis Its: Clerk-Treasurer
4
STATE OF MICHIGAN) ) ss
COUNTY OF WAYNE )
Subscribed and sworn to before me this day of , 2018, by Orin Mazzoni Jr, who is to me known to be the person described in and who executed the above and acknowledged the same to be his free act and deed.
, Notary Public County, Michigan
My Commission Expires:
STATE OF MICHIGAN) ) ss
COUNTY OF WAYNE )
Subscribed and sworn to before me this day of , 2018, by John Prosch, Chairman of the Garden City Downtown Development Authority.
, Notary Public County, Michigan
My Commission Expires:
STATE OF MICHIGAN) SS
COUNTY OF WAYNE )
Subscribed and sworn to before me this day of , 2018, by Allyson M. Bettis, Clerk-Treasurer for the City of Garden City.
, Notary Public County, Michigan
My Commission Expires:
Drafted by and when recorded return to:
Garden City Downtown Development Authority Attn: Kimberly Dold 29213 Ford Road Garden City, MI 48135 (734) 261-2830
This instrument was reviewed by:
Joe Couvreur, Attorney for Garden City Downtown Development Authority
5
DATE: DATE: DATE: DATE: DATE:
DEPARTMENT(S): FINANCIAL: COMMISSION(S): CITY ATTORNEY: CITY MANAGER:
G/L Acct. Number PO# (if existing) Fiscal Year Amount
Date: 10/3/18 OFFICE USE ONLY ITEM # /06 3 Council Meeting of DATE: 10/9/18
Submitted To: Mayor and City Council Submitted By: Michelle Mastej
X PERMIT PD CHANGE OF USE PD SITE PLAN PRESENTATION PROCLAMATION RESOLUTION REZONING SUPP/TRF APPROPRIATION PUB HEARING REQUIRED
BID/CONTRACT BOARD APPOINTMENT CEREMONIAL EXECUTE AGREEMENT FEE WAIVER LIQUOR LICENSE NEW/AMENDED ORDINANCE ON-STREET SALES OTHER
PROPOSED: RESOLUTION: To approve the renewal of the Assessing Contract with WCA Assessing, and authorize the City Manager to execute all necessary documents.
TITLE / DESCRIPTION :OF ITEM (1.F.0 RDINANcE; 'CITE TITLE/CHAPTEWSECTION(S)). WCA Assessing Contract Renewal
ACTION, REQUESTED
FINANCIAL;: IMPACT
REVIEW:CHECKLIST
CITY OF GARDEN CITY CITY COUNCIL AGENDA ITEM
REQUEST FORM A Great Nate to Call Horne!
ASSESSMENT CONTRACT FOR CITY OF GARDEN CITY, WAYNE COUNTY, MICHIGAN
WHEREAS, City of Garden City, hereinafter called "City", with its principal offices
located at 6000 Middlebelt, Garden City, Michigan, 48135, is interested in having all real
property and all personal property assessed and having said assessments maintained on
an annual basis.
WHEREAS, WCA Assessing, with principal offices located at 38110 Executive Drive, Suite 200, Westland, Michigan 48185, hereinafter called the "Company", is
interested in the contract for assessment and maintenance work for City property
effective November 1, 2018;
IT IS THEREFORE AGREED:
1. Company agrees to plan, administer and provide overall supervision of
property appraisal programs for assessment purposes; maintain appropriate
levels of qualified staff to ensure work is completed to achieve overall
department goals. The company is familiar with the laws, regulations and directives regarding the appraisal of real and personal property for
assessment purposes with the State of Michigan.
2. Company has policies and procedures for staff in determining true cash value
of assessable real and personal property including locating, identifying and inventorying quantity and characteristics of the property for determining the appropriate value and classification. During the term of this agreement, an
Advanced Michigan Assessing Officer, or Master Michigan Certified Assessing Officer shall act as the assessor of record and supervise the preparation of the
2019, 2020, and 2021 assessment rolls, utilizing the services and personnel
proposed herein.
3. Company agrees to respond to inquiries and requests for assessment
information from the public. The City agrees to provide office space within the
City Hall, or other City owned buildings for the completion of the terms of this contract. The office space shall be made available so as to not impede the performance of the department. Any days in which the Company is scheduled
to be in the office but the office is closed due to holidays, acts of God,
educational purposes, or any other causes beyond the control of the
Company, shall be considered included within the hours to complete this
agreement. The purpose of office hours are:
1
• To meet with City staff to answer questions and give advice;
• To be available to assist with providing information and answering
inquiries of taxpayers/residents/others.
• Serves as a liaison between the City and prospective business and industry investors; acts as a resource for City citizens by responding to
inquiries and interpreting State laws.
• To perform certain other functions as described herein.
4. Company agrees to oversee maintenance of departmental files including
property records/cards, physical data, legal descriptions, splits and combinations of parcels, ownership transfers, and strives to identify
new/improved methods for carrying out the responsibilities of the
department.
5. Company agrees to represent the City in defending assessments appealed to
the Michigan Tax Tribunal (MTT) if requested to do so by the City Manager. The company shall be available to defend all assessments to the MIT as
needed during this contract.
6. If Company is retained by the City, the City agrees that responses to the Full MIT shall be prepared by the Company's legal staff. City agrees to provide full
cooperation with Company's legal staff. Should expert witnesses and/or preparation of respondent's valuations disclosures be necessary, the
Company shall notify the City Manager of such requirement.
7. Company agrees throughout the term of this contract to provide field
inspections of all properties as necessary; to perform assessment ratio studies to determine true cash value; to perform personal property canvasses to
ensure all personal property is equitably assessed; to update property records
and ensure notification of annual assessment changes. All assessments
completed by Company throughout the term of this contract will be in
adherence to State Tax Commission procedures as to the valuation method, assessment manual, personal property multipliers, and general requirements.
Company agrees to perform the duties of the certifying assessor for said City including but not limited to;
• Inspect, revise, and re-evaluate property record cards with new
construction, demolition, and property splits.
• Perform neighborhood market studies and land value analyses
throughout the term of this contract.
• Prepare assessment roll(s), all county and state equalization forms
and requirements as determined by the State tax Commission.
2
• Provide digital photographs of all properties visited for maintenance purposes.
• Working with the Building Department to ensure all new property is equitably assessed.
• Prepare all new property record cards in compliance with State tax Commission requirements.
• Attend, prepare, and work with all Boards of Review.
• Assist City in establishment of any IFT, CFT, DDA, TIFA, Brownfield,
or other statutory tax incentive program as established by the legislature.
8. Company agrees to meet with the City Manager and/or other designated staff
of the City to review progress that the Company has made towards meeting the terms of this proposal/agreement, preparation of assessment rolls, and
other matters parties deem necessary to review. In addition the Company will suggest any budgetary information necessary to upgrade and/or improve the City's assessment process.
9. City agrees that in addition to the responsibilities provided herein, the staff of
the City shall provide full and reasonable cooperation to the Company in completion of the herein-stated services.
10. The Company shall be liable to the City, and hereby agrees to indemnify and hold the City harmless but only to the extent of its insurance coverage set forth
below, against all claims covered by said insurance coverage arising out of the performance of the services rendered hereunder caused by any negligent
conduct, intentional conduct, or act of the Company or any of its employees in the performance of this contract that are covered by the policies listed in subparagraphs "a" through "c" below.
The Company will carry the following insurance coverage at all times during this agreement:
a. Comprehensive general liability insurance covering the Company and
the City in the project with not less than the following limits of liability; bodily injury or death, $1,000,000 each person and subject to the same
limit for each person; $1,000,000 for two or more persons in any
occurrence; property damage, $1,000,000 each occurrence; $2,000,000 annual aggregate.
b. Worker's Disability Compensation Insurance, securing compensation for
the benefit of the employees of the Company, as required by Worker's Disability Compensation Act of State of Michigan.
3
c. The Company shall also carry professional liability and errors and
omissions insurance with not less than $2,000,000 limit of liability for each claim and in the aggregate including claim expenses. However, the City
understands that it cannot be listed an additional insured under this type of policy. Should the City or its officers, directors, employees, and elected
officials ever be held financially liable for any error or omission of the Company and seek indemnification from Company as a result thereof,
under no circumstance shall the Company's cumulative liability to the City or its officers, directors, employees and elected official exceed the coverage of the errors and omissions policy referenced herein.
All required insurance shall be maintained with responsible insurance
carriers qualified to do business in the State of Michigan. As soon as practicable upon execution of this contract and upon commencing any
performance hereunder, the Company shall deposit with the City the previously mentioned policies of insurance or certificates therefore. During the duration of this contract, a copy of said insurance or certificate
shall be given to the City Clerk at the beginning of each year.
11. The Company shall not be held liable for any damages caused by strikes,
explosions, war, fire or act of nature that might stop or delay the progress of
work. In the event of a claim against the City relating to any act or failure to
act of the Company that is not covered by the insurance coverage as set forth above, the City has no right to indemnification from Company.
12. The City and Company agree that the relationship of the City and Company is
that of a client and contractor and not of that of and employer and employee and should not be construed as such.
13. In the event that the Company shall not be in substantial compliance with the
terms of this agreement, the City shall give the Company written notice of said breach and thirty (30) days to cure the breach. If the Company fails to cure
the breach within thirty (30) days after such notice, the City may terminate this Contract immediately without further notice or liability to the Company,
other than for permitted fees and expenses accrued through the date of termination.
14. The City and Company agree that the Company shall not assign or transfer neither this agreement nor any portion therein without first receiving written
approval from the other party.
4
15. The City agrees to pay the Company as follows;
November, 2018 to October, 2019 $ 63,465 annually November, 2019 to October, 2020 $ 66,639 annually
November, 2020 to October, 2021 $ 69,970 annually
The payments shall be made in four (04) equal installments due on the
fifteenth (15th) day of the month.
The City's representation for all Michigan Tax Tribunal petitions not in the Small Claims Division, shall be provided by Company's pa ra legal staff,
possessing experience in the representation of municipalities before the Michigan Tax Tribunal at the rate of:
November, 2018 to October, 2019 $ $136.16 / Hourly
November, 2019 to October, 2020 $ $140.93 / Hourly
November, 2020 to October, 2021.. $ $145.86 / Hourly
The City's representation for all Michigan Tax Tribunal petitions not in the
Small Claims Division relative to Tribunal Hearings, shall be provided by Company's legal staff, possessing experience in the representation of municipalities before the Michigan Tax Tribunal at the rate of:
November, 2018 to October, 2019 $ $157.11 / Hourly November, 2019 to October, 2020 $ $162.62 / Hourly
November, 2020 to October, 2021 $ $168.30 / Hourly
18. MICHIGAN TAX TRIBUNAL APPRAISAL SERVICES PLUS SPECIAL PROJECTS Appraisal services rendered by the Company in Full Claims Michigan Tax Tribunal matters, and or any special services approved by the City, shall be
provided to the City at the rate of:
10/01/18 10/01/19 10/01/20
Title 09/30/19 09/30/20 09/30/21
Appraiser Aide ... ... $44.50 $46.05 $47.67 Appraiser $61.60 $63.76 $66.00
Level III Appraiser $109.20 $113.00 $116.95 Assessor .... .............. .... $125.45 $129.85 $134.38 Hourly fees include clerical costs and overhead for the Company.
19. Michigan Tax Tribunal appraisal services and requested special projects are separate from normal assessment and appraisal functions.
5
20. The City and Company agree that the term of this contract shall begin November 1, 2018 and expire October 30, 2021. The term of this agreement
may be extended, by amendment, if mutually agreed upon in writing by each party.
21. The City and Company agree this contract is entered into subject to the charter
and ordinances of the City and the applicable laws of the State of Michigan.
22. The Company agrees that in the performance of this contract neither the
Company nor any person acting on its behalf will refuse to employ or refuse to continue in any employment any person because of race, creed, color, national origin, sex, or age. The Company will in all solicitations or advertisements for
employees placed by or on behalf of the Company state that all qualified applicants shall be considered for employment without regard to race, creed, color, national origin, sex, or age.
23. The Company shall acknowledge receipt of and comply with the City's ethics policy, computer usage policy or other signed documents.
24. The City agrees the Mayor and City Manager possess complete authority by resolution of the City Council or otherwise to execute this agreement on behalf of the City.
6
WITNESSES: WCA ASSESSING:
By: Doug Shaw, for WCA Assessing,
as its Member
WITNESSES: CITY OF GARDEN CITY:
By: Randy Walker, MAYOR
By:
Dale Dougherty, CITY MANAGER
7
STATE OF MICHIGAN
COUNTY OF WAYNE
I, , a Notary Public in and for said County, in the State aforesaid, do hereby certify that on the day of
20 , Doug Shaw doing business as WCA Assessing, known to me to be the person
whose name is subscribed to on the foregoing instrument, appeared before me this day
in person and acknowledged that he signed, sealed, and delivered the said instrument
as his free and voluntary act, for the uses and purposes therein set forth.
NOTARY PUBLIC
County, Michigan
My Commission Expires: STATE OF MICHIGAN
COUNTY OF WAYNE
Be it remembered that on this day of , 20 , before me, the undersigned, a Notary Public in and for the County and State aforesaid, came Randy Walker, Mayor for City of Garden City, and Dale Dougherty, City Manager
for City of Garden City, a Municipal Corporation duly organized, incorporated and existing under and by virtue of the laws of the State of Michigan, known to me to be the
persons who executed the foregoing instrument of writing on behalf of said Municipal
Corporation, and such persons duly acknowledged the execution of the same to be their
act and deed of said Municipal Corporation.
In testimony whereof, 1 have hereunto set my hand and affixed by official seal the day
and year last above written.
NOTARY PUBLIC
County, Michigan
My Commission Expires:
)
)ss
)
)
)ss
)
8
Garden City Assessment Services
2012
Parcel Count
12,634,
Term Amount Increase $ per Parcel
10/27/2008, 10/31/2009 $ 47,695.00 $ 3.78 11/1/2009. 10/31/2010 $ 50,080.00 4.76% $ 3.96 11/1/20101 101/2011. $ 52,080.00 3.84% $ 4.12 11/1/2011. 10/31/2012. $ 54,166.00 3.85% $ 4.29
*Wayne County Assessment & Equalization Pricing is $13.0041- per parcel beginning in 2010.
Community Provider
Oakland County
2010
Real Personal Total Budget Per Parcel
Berkley OCED 7171 614 7,785 $129,.520,60 $ 16.64
Birmingham OCED 9686 1730 11,416 $186,114.00 $ 16.30
Clawson OCED 5347 555 5,902 $ 97,781.00 $ 16.57
Commerce Twp. OCED 17231 1306 18,537 $309,121,40 $ 16.68
Highland Two 7814 611 8,425 $140,414,40 $ 16.67 OCE
Huntington Woods OCED 2487 167 2,654 $ 44,349.80 $ 16.71
Keego Harbor OCED 1450 216 1,666 $ 27,328.40 $ 16.40
Lyon Twp OCED 6585 588 7,173 5 119,23&20 $ 16.62
Madison Heights OCED 11522 1758 13,280 $217,673.20 $ 16.39
Milford Twp. OCED 6709 812 7,521 $124,1.21.80 $ 16.50
Pleasant Ridge OCED 1260 1.0 1,368 $ 22,759,20 $ 16.64
Rochester OCED 4924 820 5,744 5 93,876.00 5 16.34
South Lyon OCED 3783 347 4,130 $ 68, 613.80 S 16.61
Walled Lake OCED 3126 419 3,545 $ 58,337.50 $ 16.46
Bingham Farms southfield two 6038 987 7,025 $114,884.80 $ 16.35
2010 Per
Community Personal Re al Total Parcel
Gibraltar 101 2,195 2,296 $ 9.58
Plymouth City 911 4,128 5,039 $ 9.72
Redford Township 1,013 22,239 23,252 $ 12.47
Salem 248 3,255 3,503 $ 13.13
Canton Township 1,847 29,933 31,78° $ 13.99
Chelsea 435 2,3t 2,739 $ 14.60
Plymouth Twp 1,145 10,669 11,814 $ 20.23
Northville Twp 442 10,486 10,928 $ 2105
Ann Arbor Twp 217 1,900 2,117 $ 21.26
2
As you can see, the costs in 2012 were an excellent savings for the City. Additionally in 2018 that still remains as you can
see in the following;
Unit Farce! Co4Budget $$ per Par
Northville Twp 11,142 $301,800.40 $ 27.09
Romulus 11,565 $384,290,00 $ 33.23
Plymouth Twp 11,940 $ 272,146.14 $ 22.79
Inkster 12,031. $100,000.08 $ 8.31
Southgate 1E377 $182,700,00 $ 14.76
Garden City 12,645 $ 59,474.96 $ 4,70
Wyandotte 1Z675 -
Brownstown Twp 13,341, $ 212,567.00 $ 15,93
Allen Park 13,603 $167,605.00 S 12.32
I have attached a proposed contract for your consideration for 2018-2012. This contract continues an extremely cost
effective solution to meet the City's Assessing needs. Upon review, please give me a call to discuss.
Thanks,
Aaron P. Powers, MMAO Managing Director
WCA Assessing apowers@wcaassessingcom
38110 Executive, Westland, MI 48185 Office (734) 331-3980 Fax (734) 331-3376
Cell (734) 905-2999 www.wcaassessing.com
3
G/L Acct. Number Fiscal Year Amount 2018-2019 101-752-744.400 $15,726.00 (Expenditures)
$15,726.00 (Revenues) 2018-2019 101-587-589.300
FINANCIAL IMPACT.
PROPOSED 'RESOLTUION
TITLE / DESCRIPTION OF ITEM (IF ORDINANCE, CITE 'TITLE/CHAPTER/SECTION(S)) Supplemental Appropriation - Wayne County Parks Millage
Submitted To: Dale Dougherty, City Manager Date: 10/2/2018 Submitted By: Dan Plamondon, Parks & Recreation Director ITEM # /0.6'
Council Meeting of DATE: 10/8/2018
OFFICE USE ONLY
ACTION REQUESTED
X
BID/CONTRACT BOARD APPOINTMENT CEREMONIAL EXECUTE AGREEMENT FEE WAIVER LIQUOR LICENSE NEW/AMENDED ORDINANCE ON-STREET SALES OTHER
PERMIT PD CHANGE OF USE PD SITE PLAN PRESENTATION PROCLAMATION RESOLUTION REZONING SUPP. APPROPRIATION PUB HEARING REQUIRED
REVIEW CHECKLIST
DEPARTMENT(S): Dan fiCantandon FINANCIAL: COMMISSION(S): CITY ATTORNEY: CITY MANAGER:
DATE: 10/2/2018 DATE: DATE: DATE: DATE:
CITY OF GARDEN CITY CITY COUNCIL AGENDA ITEM
REQUEST FORM
SUPPLEMENTAL APPROPRIATION Ordinance No. A18-
WHEREAS, the City Manager has certified that there is available for appropriation, monies in excess of those in the current budget, and
WHEREAS, additional monies are needed in various accounts, and
WHEREAS, Section 5.03 of the City Charter exempts ordinances dealing with the budget, appropriations, and the levy of taxes from the requirements of other legislative enactments, and
WHEREAS, these specific enactments under Section 6.09(A) are not permanent in nature and need not be compiled in the City Code:
NOW, THEREFORE BE IT ORDAINED, that the City Council of the City of Garden City hereby adopts the following form for this supplemental appropriation and also for the passage of those ordinances exempt from the requirements of Section 5.03 of the City Charter:
THE CITY COUNCIL OF GARDEN CITY HEREBY ORDAINS:
The FY 18/19 budget is hereby supplemented by appropriating the amount of $15,726.00 and authorizing the expenditure of that money in the following departments, office and agencies listed:
ACCOUNT# ACCOUNT NAME AMOUNT Revenue: 101-587-589.300 Wayne County Parks Millage $15,726.00
Expenditure: 101-752-744.400
WC Parks Improvements $15,726.00
Randy Walker Mayor
ADOPTED:
Resolution#:
Michelle Mastej Deputy Treasurer
TITLE / DESCRIPTION OF1TEM•(EE-ORDINANCE,CITE TITLE/CHAPTER/SECTION(S)) Intergovernmental Agreement - Garden City Park & Various Baseball Fields
Submitted To: Dale Dougherty, City Manager Date: 10/2/2018 OFFICE USE ONLY Submitted By: Dan Plamondon, Parks & Recreation Director ITEM # /0 ,g
Council Meeting of DATE: 10/8/2018
ACTION REQUESTED BID/CONTRACT BOARD APPOINTMENT CEREMONIAL EXECUTE AGREEMENT FEE WAIVER LIQUOR LICENSE NEW/AMENDED ORDINANCE ON-STREET SALES OTHER
PERMIT PD CHANGE OF USE PD SITE PLAN PRESENTATION PROCLAMATION RESOLUTION REZONING TRANSFER APPROPRIATION PUB HEARING REQUIRED
X
CITY OF GARDEN CITY CITY COUNCIL AGENDA ITEM
REQUEST FORM A Great Place to Call Home/
PROPOSED RESOLTUION To approve the attached Intergovernmental Agreement between the Charter County of Wayne and the City of Garden City, authorizing the use of Wayne County Parks Millage dollars to be allocated towards the Fit Court Project at City Park and improvements to Moeller & City Park baseball fields, and to authorize the Parks & Recreation Director to authorize all necessary documents.
-FINANCIAL IMPACT
Fiscal Year GIL Acct. Number Amount
2018-2019
101-752-744.400
$32,271.00 (Expenditures) 2018-2019 101-587-589,300
$32,271.00 (Revenues)
'REVIEW CHECKLIST
DEPARTMENT(S): Dan Pi tan-Landon FINANCIAL: COMMISSION(S): CITY ATTORNEY: CITY MANAGER:
DATE: 10/2/2018 DATE: DATE: DATE: DATE:
October 2, 2018
Dale Dougherty
City Manager, City of Garden City
Re: Intergovernmental Agreement for City Park & Ball Field Improvements
Mr. Dougherty,
Through the Wayne County Parks Millage program, the City of Garden City has been awarded a total of $32,271.00 in parks mil lage grant funding for the County's fiscal years
of 2016-2017 and 2017-2018. With support from the Parks and Recreation Commission,
we have identified two projects within the City for use of the funds.
The first project is to utilize the 16/17 funds, totaling $15,726.00, to have the 7 baseball fields at Moeller Park and 2 youth fields at City Park to be re-crowned and perform other
various improvements. Such improvements include cutting out the excess lip between the infield and outfield, power-raking the infields, and the option to top-dress each infield
with a red infield conditioner. All of these measures add up to improved drainage and
playability for the youth of Garden City. This amount will be reimbursed from Wayne County when the project is complete, which we plan to have done before Thanksgiving.
Parks & Recreation
200 Log Cabin Road Garden City, Michigan 48135
Phone: 734-793-1882 Fax: 734-793-1881
www.gardencitymi.org
Dan Plamondon,Director
The second project is to utilize the 17/18 funds, totaling $16,545.00, for the Fit Court
Project at Garden City Park. As you all know, earlier in 2018 the Community Resources Department received a grant for this project that entailed the City having to raise
$50,000, which resulted in a $50,000 match from the Michigan Economic Development Corporation. Above and beyond the $100K, an additional $16,545.00 was needed for the
concrete pad. This amount will be reimbursed from Wayne County when the project is com plete.
I will be in attendance at the October 8th regularly scheduled City Council meeting to discuss further if any additional information is needed.
Mayor & City Council Randy Walker, Mayor
Mark Jacobs, Mayor Pro-Tem Brian Earle, Council Member
Kelly Kerwin, Council Member Jaylee Lynch, Council Member
Patricia McKarge, Council Member Pat Squires, Council Member
Doc Dougherty, City Manager
Regards,
Sincerely...
j)an dIamondon
Dan Plamondon Director of Parks & Recreation
City of Garden City
AGREEMENT
between
THE CHARTER COUNTY OF WAYNE
and
THE CITY OF GARDEN CITY
for
Improvements to
GARDEN CITY PARK AND VARIOUS BASEBALL FIELDS
FY 2016-17 and FY 2017-18
TABLE OF CONTENTS 1. PURPOSE 3 2. SCOPE OF THE PROJECT 3 3. TERM OF CONTRACT 3 4. COUNTY'S COVENANTS 3 5. CITY'S COVENANTS 3 6. TERMINATION 4 7. DATA TO BE FURNISHED 5 8. ADMINISTRATION 5 9. RELATIONSHIP OF PARTIES 6 10. INSURANCE 6 11. HOLD HARMLESS 6 12. LIABILITY 6 13. ENVIRONMENTAL MATTERS 6 14. COMPLIANCE WITH LAWS 8 15. AMENDMENTS 8 16. NONDISCRIMINATION PRACTICES 8 17. ETHICS IN CONTRACTING 10 18. NOTICES 10 19. WAIVER OF ANY BREACH 11 20. SEVERABILITY OF PROVISIONS 11 21. MERGER CLAUSE 11 22. JURISDICTION AND LAW 11 23. MISCELLANEOUS 11 24. AUTHORIZATION AND CAPABILITY 12 25. SIGNATURE 12 EXHIBIT A: LEGAL DESCRIPTIONS 15 EXHIBIT B: PROJECT DESCRIPTIONS 19 EXHIBIT C: SIGNAGE SPECIFICATIONS 20 EXHIBIT D: INSURANCE COVERAGES 22
2
THIS AGREEMENT ("Agreement") is between the County of Wayne, Michigan, a public body corporate and Home Rule Charter County, acting through its Department of Public Services, Parks Division (hereinafter the "County") and the City of Garden City, a Michigan municipal corporation (hereinafter "City").
1. PURPOSE
1.01 The County and City have an interest in entering into cooperative parks and recreation projects that are mutually beneficial to the citizens of Wayne County.
2. SCOPE OF THE PROJECT
2.01 The County will cooperatively fund the construction of improvements (the "Project") at Garden City Park and Various Baseball Fields, located in the City (individually, "Site" or collectively, "Sites"), for the citizens of Wayne County, at the location(s) described in Exhibit A attached hereto and made a part hereof. The County will finance any improvements agreed upon by the Chief Executive Officer for the County or his/her designee and the Mayor of the City or his/her designee, in creation of the Project under the limitations indicated in Sections 3, 4 and 5.
3. TERM OF CONTRACT
3.01 The effective date of this Agreement is upon approval of the County Commission and execution by the County Chief Executive Officer ("County Executive"), and shall terminate on September 30, 2020 at 11:59 p.m.
3.02 If City fails to complete the Project by the termination date as stated in Section 3.01, the parties agree that the County shall be under no further obligation to provide any remaining funds committed hereunder.
4. COUNTY'S COVENANTS
4.01 The County will assist in funding construction of the Project described in Exhibit B attached hereto and made a part hereof. The FY 2016-17 and FY 2017-18 funding provided by the County for the recreational Project shall not exceed Thirty Two Thousand Two Hundred Seventy One Dollars 032,271).
5. CITY'S COVENANTS
5.01 Prior to construction of any portion of the Project, City shall provide the County with documents evidencing title to each Site, including, but not limited to, deeds, assignments, leases, land contracts, and mortgage instruments. The documents must specify all covenants, restrictions, easements, or other encumbrances on each Site.
5.02 City warrants that it is the legal owner with good, valid, and clear title to each Site and that each Site is accurately described in Exhibit A. City shall hold harmless and defend the County against any claims, demands, penalties, fines, liabilities, settlements, damages, costs or expenses, including but not limited to, court costs and litigation expenses, known or unknown, contingent or otherwise, arising out of or in any way related to an action by a third party to quiet title in any Site described in Exhibit A.
5.03 City shall keep accurate records and account of the Project costs that shall be accessible for inspection and audit by a representative of the County.
3
5.04 City shall submit to the County no more frequently than once every 30 days, a certified application for reimbursement of acceptable Project costs together with all contractor and subcontractor certified invoices and any required supporting documentation for reimbursement, which shall be made upon receipt and approval of the application for reimbursement. The County is under no obligation to reimburse City for any unapproved costs or costs outside the scope of this Agreement.
5.05 City shall be responsible for financing the Project beyond the financial commitment the County has made as indicated in Section 4.01.
5.06 City shall operate and maintain improvements for public recreation, and that it shall allow each park to be open to the public on equal and reasonable terms and that no individual shall be denied ingress or egress thereto or the use thereof on the basis of sex, race, color, religion, national origin, residence, age or handicap.
5.07 City agrees that in consideration of the financial commitment that the County is providing for the Project, City shall operate each Site as a recreational facility for no less than ten (10) years after the Project is completed.
5.08 City will develop signage at its own expense, which recognizes the County as a donor at each Site. The signage shall comply with the specifications described in Exhibit C attached hereto and made a part hereof. The County shall have the right to approve the signage. Such approval will not be unreasonably withheld or delayed. City shall install the signage prior to the Project's completion.
5.09 City agrees to provide the County with an opportunity to participate in planning any press conference, ribbon cutting ceremony, opening ceremony, or other public/media announcement related to the Project ("media event"). City further agrees to provide the County with no less than thirty (30) days prior written notice of a proposed media event.
5.10 Breach of any of the provisions contained in this Article may be regarded as a material breach of this Agreement.
6. TERMINATION
6.01 This Agreement can be terminated by either party with or without cause upon thirty (30) days written notice, prior to commencing construction. If terminated prior to commencing construction of the Project, each party is solely responsible for its own costs, fees, and obligations incurred prior to the termination.
6.02 After the Project's construction is commenced, the County may terminate this Agreement with or without cause and shall be responsible for expenses previously approved by the County and incurred by City, not to exceed the amount stated in Section 4.01.
6.03 City may terminate this Agreement, with or without cause, after construction is commenced and shall return to the County any funding provided by the same under this Agreement.
6.04 This Agreement shall terminate if any Site is not operational and regularly open to the public.
4
7. DATA TO BE FURNISHED
7.01 City must maintain copies of all information, books, data, reports, records, etc., related to the Project. Such information and records shall be maintained for a period of three (3) years from the date City receives its final reimbursement payment under this Agreement.
7.02 Upon the request of the County or its authorized representative, including its Legislative Auditor General, City must furnish, without charge, copies of all information, books, records, data, reports, etc., of City, or any contractors, subcontractors, consultants or agents rendering or furnishing services under this Agreement, whether direct or indirect, that will permit adequate evaluation or audit of the services provided by City or any of its contractors, subcontractors, consultants or agents. City must include a similar covenant allowing for County audit in any agreement it has with a contractor, subcontractor, consultant or agent related to this Agreement. The County may delay reimbursement payments to City pending the results of any such audit without penalty or interest.
7.03 The County may schedule conferences at mutually convenient times with City administrative personnel to gather the information. If, as a result of any audit conducted by or for the County relating to City's performance under this Agreement, a discrepancy should arise as to the amount of compensation due City, City shall pay to the County on demand the amount of compensation in question. If City fails or refuses to make payment, in addition to other legal remedies available to the County, the County may retain said amount from any funds allocated to City but not yet disbursed under this Agreement or may offset such a deficiency against the compensation to be paid City in any concurrent, successive or future agreements between the parties.
7.04 City further acknowledges the right of the Wayne County Commission as a third-party beneficiary of this Agreement to sue for specific performance to enforce the audit rights provided herein for the Legislative Auditor General.
8. ADMINISTRATION
8.01 City must inform the County as soon as the following types of conditions become known:
A. Probable delays or adverse conditions which do or may materially prevent meeting the objectives of this Agreement, including changes, transfer, or assignment of any real property interest related to any Site;
B. Favorable developments or events that enable meeting time schedules or goals sooner than anticipated; or
C. Any changes or modifications in appropriations and funding for the Project.
5
9. RELATIONSHIP OF PARTIES
9.01 The parties are independent entities. No liability or benefits, such as Workers' Compensation, pension rights, or insurance rights, arising out of, or related to a contract for hire or employer/employee relationship, accrues to either party or either party's agents, contractors, subcontractors, or employees as a result of this Agreement. No relationship, other than that of independent contractor will be implied between the parties, or either party's agents, employees, contractors, or subcontractors.
10. INSURANCE
10.1 City will require that all contractors undertaking work on the Project abide the terms, and provide insurance coverage in said amounts, as set forth in Exhibit D.
10.2 All insurance and bonds shall name the Charter County of Wayne and the City as insured or beneficiary.
11. HOLD HARMLESS
11.01 City agrees to remain responsible for its own negligence, or tortious acts, errors, or omissions, and the acts, errors, or omissions of any of its employees, contractors, subcontractors, consultants, or agents. It is agreed that the County is merely acting as a funding source for the Project and that any negligence, or tortious acts, errors, or omissions on the part of the County shall only arise out of providing these funds or processing reimbursement requests made by City as submitted pursuant to Section 5.04.
11.02 This hold harmless provision must not be construed as a waiver of any governmental immunity by the County or City or any of their agencies, or employees, as provided by statute or modified by court decisions.
12. LIABILITY
12.01 The County does not assume and is not responsible for, payment of any debt service, lien, or encumbrance, including, but not limited to, mortgage, promissory note, land contract, or other obligation, incurred prior to the signing or during the term of this Agreement.
12.02 This Agreement is not intended to create beneficial rights in any third party other than the Wayne County Commission. This Agreement is entered into for the sole benefit of the parties to this Agreement.
13. ENVIRONMENTAL MATTERS
13.01 City warrants to the County that City will not use Hazardous Materials (as defined in Section 13.06) at any Site in violation of any governmental regulation pertaining to the use, storage, treatment, transportation, manufacture, refinement, handling, production or disposal of Hazardous Materials.
13.02 City warrants that it is not in violation of governmental regulations pertaining to the use, storage, treatment, transportation, manufacture, refinement, handling, production or disposal of Hazardous Materials at any Site, and, to the best of City's knowledge, there have been no actions commenced or threatened by any party for noncompliance which affects a Site.
13.03 City will keep each Site free of Hazardous Materials except to the extent that the Hazardous Materials are stored or used in compliance with applicable local, state and federal
6
regulations. City must not cause or permit any Site to be used to generate, manufacture, refine, transport, treat, store, handle, dispose of, transfer, produce, or process Hazardous Materials, except in compliance with governmental regulations. City shall not cause or permit, as a result of any intentional or unintentional act or omission on the part of City, any tenant, subtenant or occupant, the release, spill, leak or emission of Hazardous Materials at any Site or onto any other contiguous property.
13.04 Prior to commencing the Project, City must conduct and complete or cause to be conducted and completed an investigation, including a comprehensive environmental audit, studies, sampling, and testing, as the County deems necessary. A copy of any environmental audit, study, sampling or testing shall be provided to the County within ten (10) working days of City's receipt of such audit, study, sampling or testing. If the audit reveals the existence of any Hazardous Material at any Site, City shall immediately disclose the findings to the County. If the County decides to proceed with the Project, City shall do or cause to be done all remedial, removal and other actions necessary to clean up and remove all Hazardous Materials on, under, from or affecting the Site as required by all applicable governmental regulations, to the satisfaction of the County, and according to all federal, state and local governmental authorities. Any audit conducted by the County is solely for the benefit, protection, and interest of the County. City or any third party cannot rely upon the audit conducted by the County for any purpose.
13.05 It is agreed that the County is merely acting as a funding source for the Project and that the County shall only be responsible for providing these funds and processing reimbursement requests made by City as submitted pursuant to Section 5.04. Therefore, the County shall not be responsible for any claims, demands, penalties, fines, liabilities, settlements, damages, costs or expenses, including attorney and consultant fees, investigation and laboratory fees, court costs and litigation expenses, known or unknown, contingent or otherwise, arising out of or in any way related to:
A. The presence, disposal, release or threatened release of any Hazardous Materials on, over, under, from or affecting the Site or the soil, water, vegetation, buildings, personal property, persons or animals;
13. Any personal injury (including wrongful death) or property damage (real or personal) arising out of or related to Hazardous Materials at a Site;
C. Any lawsuit brought or threatened, settlement reached or government order relating to the Hazardous Materials with respect to a Site;
D. Any violation of laws, orders, regulations, requirements or demands of government authorities, or any policies or requirements of any mortgage, which are based on or related to the Hazardous Materials used at a Site;
E. This section applies to the presence, disposal, release, leakage, or threatened release of any Hazardous Materials prior to the effective date of this Agreement.
13.06 Hazardous Material means any material or substance:
A. Which is or becomes defined as a hazardous substance, pollutant, or contaminant pursuant to the Comprehensive Environmental Response,
7
Compensation and Liability Act (42 U.S.C. 9601 et. seq.) and any amendments thereto and regulations pursuant thereto;
B. Containing gasoline, oil, diesel, fuel, or other petroleum products;
C. Which is or becomes defined as hazardous waste pursuant to the Resource Conservation and Recovery Act (42 U.S.C. 6901 et. seq.) and any amendments thereto and regulations pursuant thereto;
D. Containing polychlorinated biphenyl;
E. Containing asbestos;
F. Which is radioactive;
G. The presence of which requires investigation or remediation under any governmental regulation; or
H. Which is or becomes defined as a hazardous waste, hazardous substance, pollutant, contaminant, or biologically hazardous material under any governmental regulation.
14. COMPLIANCE WITH LAWS
14.01 Each party must comply with and must require its employees to comply with all applicable laws and regulations.
14.02 City must construct and develop the Project or cause the Project to be constructed and developed according to applicable local, state and federal laws.
15. AMENDMENTS
15.01 No amendment to this Agreement is effective unless it references this Agreement, is written, is signed and acknowledged by duly authorized representatives of both parties and approved by resolutions adopted by the Garden City Council and the Wayne County Commission.
16. NONDISCRIMINATION PRACTICES
16.01 City shall require that all contractors, subcontractors, consultants and agents retained to perform work related to this Agreement comply with:
A. Titles VI and VII of the Civil Rights Act (42 U.S.C. §§ 2000d et. seq.) and the United States Department of Justice Regulations (28 C.F.R. Part 42) issued pursuant to these Titles.
B. The Age Discrimination Act of 1985 (42 U.S.C. §6101-07).
C. Section 504 of the Rehabilitation Act of 1973 (29 U.S.C. §794).
D. The Americans with Disabilities Act of 1990 (42 U.S.C. §12101 et. seq.) and its associated regulations.
E. The Elliot-Larson Civil Rights Act (P.A. 1976 No. 453)
F. The Persons With Disabilities Civil Rights Act (PA. 1976 No. 220).
8
G. The anti-discrimination provisions as required by Section 120-192 of the Wayne County Code of Ordinances.
16.02 All contractors, subcontractors, consultants and agents retained by City to perform work related to this Agreement shall not:
A. Refuse to recruit, hire, employ, promote or to bar or discharge from employment an individual, or discriminate against an individual in compensation, terms, conditions or privileges of employment because of race, color, creed, national origin, age, marital status, handicap, sex, religion, familial status, height or weight.
B. Limit, segregate, or classify an employee or applicant for employment in a way which deprives or tends to deprive any individual of employment opportunities or otherwise adversely affects the employment status of an employee because of race, color, creed, national origin, age, marital status, handicap, sex, familial status, height or weight.
C. Print or publish or cause to be printed or published a notice, application, or advertisement relating to employment indicating a preference, limitation, specification, or discrimination based upon race, color, creed, national origin, age, marital status, handicap, sex, religion, familial status, height or weight.
D. Except as permitted by rules and regulations promulgated pursuant to Section 120-192 of the Wayne County Code of Ordinances, or applicable state or federal law, make or use a written or oral inquiry or form of application that elicits or attempts to solicit information concerning the race, color, creed, national origin, age, marital status, handicap, sex, religion, familial status, height or weight, of prospective employees. City also shall not make or keep a record of that information or disclose such information.
E. Make or use a written or oral inquiry or form of application that expresses a preference, limitation or specification based on religion, race, color, creed, national origin, age, height, weight, marital status, handicap, or sex.
16.03 City agrees that it will notify all of its contractors, subcontractors, consultants, or agents of their obligations relative to non-discrimination under this Agreement when soliciting the contractor, subcontractor, consultant, or agent. City will include the provisions of this Article in any contract, as well as provide the County with a copy of any agreement with a contractor, subcontractor, consultant, or agent completing work related to this Agreement.
16.04 All contractors, subcontractors, consultants and agents retained by City to perform work related to this Agreement shall not discriminate against any employee or applicant for employment, training, education, or apprenticeship connected directly or indirectly with the performance of this Agreement, with respect to hire, promotion, job assignment, tenure, terms, conditions or privileges of employment because of race, color, creed, national origin, age, marital status, handicap, sex, religion, familial status, height or weight. This Section does not apply if it is determined by the County Division of Human Relations that the requirements are bona fide occupational qualifications reasonably necessary to perform the duties required for employment.
9
The burden of proof that the occupational qualifications are bona fide is upon City.
16.05 Breach of any of the covenants in this Article may be regarded as a material breach of this Agreement.
16.06 City acknowledges the right of the County Director of Human Relations to sue to enforce the provisions in this Article.
16.07 If City or any of its contractors, subcontractors, consultants, or agents does not comply with the non-discrimination provisions of this Agreement, the County may impose sanctions, as it determines to be appropriate, including but not limited to the cancellation, termination or suspension of this Agreement, in whole or in part.
16.08 In the event that City is or becomes subject to federal or state law which conflicts with the requirements of Section 120-192 of the Wayne County Code of Ordinances, the provisions of federal or state law shall apply and this Agreement shall be interpreted and enforced accordingly. In accordance with the Elliot-Larson Civil Rights Act, P.A. 1976 No. 453, as amended, MCL 37.2101 et seq., City covenants not to discriminate against an employee or applicant for employment with respect to hire, tenure, terms, conditions, or privileges of employment because of race, color, religion, national origin, age, sex, weight, height, or marital status, and to require a similar covenant on the part of any contractor, subcontractor, consultant, or agent employed in the performance of this Agreement.
17. ETHICS IN CONTRACTING
17.01 City and all of its contractors must comply with Article 12 of Chapter 120 of the Wayne County Code of Ordinances governing "Ethics in Public Contracting" or any similarly existing City ordinances.
18. NOTICES
18.01 All notices, consents, approvals, requests and other communications ("Notices") required or permitted under this Agreement must be given in writing and mailed by first-class mail and addressed as follows:
If to City: Director of Garden City Parks & Recreation
City of Garden City 200 Log Cabin Road
Garden City, Michigan 48135
If to the County: Director of Parks
Wayne County Parks 33175 Ann Arbor Trail
Westland, Michigan 48185 and
Director Wayne County Department of Public Services
400 Monroe, Suite 300 Detroit, Michigan 48226
18.02 All notices are deemed given on the day of mailing. Either party to this Agreement may change its address for the receipt of notices at any time by giving notice to the other as provided. Any notice given by a party must be signed by an authorized representative of such party.
10
18.03 Termination notices, change of address notices, and other notices of a legal nature, are an exception and must be sent by registered or certified mail, postage prepaid, return receipt requested.
19. WAIVER OF ANY BREACH
19.01 No failure by a party to insist upon the strict performance of any term of this Agreement or to exercise any term after a breach constitutes a waiver of any breach of term. No waiver of any breach affects or alters this Agreement, but every term of this Agreement remains effective with respect to any other then existing or subsequent breach.
20. SEVERABILITY OF PROVISIONS
20.01 If any provision of this Agreement or the application to any person or circumstance is, to any extent, judicially determined to be invalid or unenforceable, the remainder of this Agreement, or the application of the provision to persons or circumstances other than those as to which it is invalid or unenforceable, is not affected and is enforceable.
21. MERGER CLAUSE
21.01 This Agreement, including the Exhibits contains the entire agreement between the parties and all prior negotiations and agreements are merged in this document. Neither party has made any representations except those expressly set forth in this Agreement. No rights or remedies are, or will be acquired by either party by implication or otherwise unless set forth herein.
21.02 This Agreement may be executed in counterparts, each of which will be deemed an original but all of which together will constitute one agreement.
22. JURISDICTION AND LAW
22.01 This Agreement, and all actions arising from it, must be governed by, subject to, and construed according to the laws of the State of Michigan. Each party consents to the personal jurisdiction of any competent court in Wayne County, Michigan, for any action arising out of this Agreement. Each party will not commence any action against the other because of any matter arising out of this Agreement, in any courts other than those in the County of Wayne, State of Michigan unless original jurisdiction is in the United States District Court for the Eastern District of Michigan, Southern Division, the Court of Claims, the Michigan Supreme Court or the Michigan Court of Appeals.
23. MISCELLANEOUS
23.01 It is mutually understood and agreed that neither of the parties hereto shall be held responsible for damages occasioned by delay or failure to perform where due to fire, strike, flood, acts of God, unavailability of labor, material, legal acts of public authorities, or delays caused by public carriers or third person (including contractors or subcontractors) which cannot reasonably be foreseen or provided against.
23.02 The parties agree that upon termination of this Agreement, the following sections shall survive termination and shall remain in full force and effect: 5.02; 11; 12; 13; 14 and 22.
23.03 The term "County" includes the Charter County of Wayne and all other associated, affiliated, or subsidiary departments or divisions now existing or to be created, their agents, and employees.
11
23.04 This Agreement must not be construed as a waiver of any governmental immunity the County or City, or any of their agencies, or employees, has as provided by statute or modified by court decisions.
23.05 The headings of the articles in this Agreement are for convenience only and must not be used to construe or interpret the scope or intent of this Agreement or in any way affect this Agreement.
24. AUTHORIZATION AND CAPABILITY
24.01 This Agreement has been approved, as evidenced by the attached Resolutions adopted by the Garden City Council and the County Commission and executed by the County Executive and the Mayor of the City. Copies of such resolutions shall be attached to this Agreement.
24.02 Each party warrants that the person signing this Agreement is authorized to sign on behalf of its principal and is empowered to bind its principal to this Agreement.
24.03 This Agreement is effective only upon approval by the County Commission and the Garden City Council, and then execution County Executive, the Mayor of the City, whichever occurs last.
25. SIGNATURE
25.01 The County and City, by their authorized officers and representatives have executed this Agreement as of the dates written below.
[SIGNATURES ON THE FOLLOWING PAGE]
12
City of Garden City Garden City Park and Various Baseball Fields
County Commission approved and execution authorized by Resolution
No. Date:
CHARTER COUNTY OF WAYNE By: Warren C. Evans Its: County Executive Date:
)
)
)
STATE OF MICHIGAN
COUNTY OF WAYNE
This document was acknowledged before me on behalf of the Charter County of Wayne.
by Warren C. Evans, on
Notary Public, Wayne County, Michigan County of Wayne, State of Michigan My Commission Expires: Acting in Wayne County
13
Garden City Park and Various Baseball Fields Garden City Council approved and execution authorized by Resolution
No. Date:
CITY OF GARDEN CITY By: Randy Walker Its: Mayor Date:
City of Garden City
STATE OF MICHIGAN ) )
COUNTY OF WAYNE )
This document was acknowledged before me on by Randy Walker on behalf of the City of Garden City.
Notary Public, County of Wayne, State of Michigan My Commission Expires: Acting in Wayne County
#319138
14
EXHIBIT A: LEGAL DESCRIPTIONS
Parcel Number: 8235 018 02 0026 000
OWNERS ADDRESS: CITY Or GARDEN CITY
6000 M1DDLEHELT
GARDEN CITY, MI 48135
PROPERTY ADDRESS (C. PARK- ICE ARENA)
DATE PRINTED: 09/17/2018
2019 LEGAL DESCRIPTION: 14026 TO 140100 DOTS 26 TO 100 INCL ALSO ADJ VAC ST CHERRY HILL WOODS SUS T2S R9E L58 P85 WCR
Parcel Number: 8235 004 99 0011 000
OWNERS ADDRESS: CITY OF GARDEN CITY
6000 MTDDLEDELT
GARDEN CITY, HI 48135
PROPERTY ADDRESS: MUELLER PARK
GARDEN CITY, MI 48135
DATE PRINTED: 09/13/2018
2018 LEGAL DESCRIPTION: 10L6A 14613213 M6A2A--7 FART OF SE 1/4 OF SEC 10 T2S R9E BEG NEODEG 06M W 60FT AND NODEG 07M E 1015.60FT AND N89DEG 07M 40S W 5414.55FT FROM SE COR OF SEC 10 TM 1489DEG 07M 40S W 270.99FT TH NODEG 0Th. E 301,34FT TH 889DEG 33M 308 E 81.261T TH NODEG 09M 30S E 331,42FT TH S89DEG 33M 30S E 352.06F1' SODEG 0714 W 634.8OFT TO FOR
Parcel. Number: 8235 004 99 0017 000
OWNERS ADDRESS; CITY OF GARDEN CITY
6000 MIODLEBELT
GARDEN CITY, MI 48135
PROPERTY ADDRESS: MOELLER PARK
GARDEN CITY, MI 40135
DATE PRrNTED: 09/13/2028
2018 LEGAL DESCRIPTION1 10M4131 M5A M6R2A THE S 1/2 0' THAT Pr OF SE 1/4 SEC 10 T25 R9E DESC AS LUC. SODEG 10M W 990ET AND 889DEC 33M 30.5 E 1331.69E7 FROM CEN 1/4 COR SZC 10 TR SO9DEG 33M 30S E 410.62FT TH SODEG 07R W 662.76 FT PH N89DEG 06M 10$ W 411./BFT T. NODEG 09M 30S E 559.,48FT 70 P055 3.12 AC
Parcel NuMber: 8235 004 02 2971 002
OWNERS ADDRESS: CITY OF GARDEN CITY
[BPS
6000 MMOLEBELT
GARDEN CITY, MI 48135
PROPERTY ADDRESS: MUELLER PARK
OARDKN CITY, MI 48135
DATE PRINTED: 09/13/2018
2018 LEGAL DESCRIPTION: 1002 77.b TO 2985 N 15 FT OF LOTS 2571 10 2975 IN CL ALISO LOTS 2916 70 2985 INCL. FOLKERS GARDEN CITY ACRES SUB NO 19 T2$ 619E L56 P5 11,::P.
I L I f L #21:1 .41;
X31111er 96 1/ SI 19 -92
83
111111111111
MUM
maim anismi ei
r—
viiai 1. •
.. ' 2. •
eNPr
tan It0A0
1r 7e FT. -----P
/.1...■117.4m1DICal limn%
EXHIBIT B: PROJECT DESCRIPTIONS
September 25, 2018
Ms. Alicia C. Bradford Director
Wayne County Parks 33175 Ann Arbor Trail
Westland, Ml 48185
Ms. Bradford,
The City of Garden City has earmarked two projects for utilization of Wayne County Parks Mill .age for county fiscal year's 2016/2017 and 2017/2018 as detailed below. If any
additional information is required please don't hesitate to contact me.
Project Name: Youth Baseball Field Improvements
This project will focus on 9 fields throughout Garden City, and will include hiring a contractor to perform re-grading, leveling, lip-removal, power-raking and the addition of
infield slag material and finished with infield conditioner top-dressing (optionally quoted).
Field needs vary depending on size and current condition status, This e
completed with the 515,726 of Wayne County Parks Millage funding ear-marked for the
2016/2017 county fiscal year.
Parks 8: Recreation
200 Log Cabin Road Garden City, Michigan 48185
Phone; 734-793-1882 Fa.: 734-793-1881
www.gard.encityrni.org
Dan Plamondon,Director
"Estimated" Cost Breakdown:
Labor to Perform Work; infield Slag Material: Project Contingency:
$1,290 per field {x9) = $10,959,90 52,200 for 50 tons = $ 2,200.00 $3,446.00 $ 3,446.00
TOTAL: $15,726.00
Project Name; Fitness Court Installation
This project entails a grant that has been awarded to the City of Garden City from the
National Fitness Campaign (NEC) to install a pre-designed and turn-key ready outdoor
Fitness Court at Garden City Park, The City raised 553,200 from May 17 - July 17, 2018,
which was matched from the Michigan Economic Development Corporation (MEDC) in the amount of $50,000. Additional funding through the Wayne County Parks Millage is
needed to pay for the cement pad that will house the fit court, This prolect will be
completed with the additional 516,545 of Wayne County Parks Millage funding ear-
marked for the 2017/2018 county fiscal year.
Maur S.; City Council
Rarely Walker, Adam-
MarklacobS, Mow Froram Brian Earle, CairrAILiVenaba-
Kelly &emir', Colwell lidemBeg. Jaykt Lynch. Corztwil Member
PancialvicKarge, Carlaczakte.
Pat Squires, Coma Itfernbm-
Dec Donglierty, aryilianager Lan Plamondon, Director
Garden City Parks & Recreation
"Estimated" Cost Breakdown: Amount Raised through City Patronicity Campaign;
$53,200.00
Matching Grant Awarded from MEDC:
$50,000.00
Amount Needed from Wayne County Parks mi 1 a Pe:
$16,545.00
TOTAL COST: 5119,745,00
Thank You...
EXHIBIT C: SIGNAGE SPECIFICATIONS
WAYNE COUNTY. MEMORANDUM PARKS DIVISION
SIGN SPECIFICATIONS
Attached, please find sketch and sample of the sign layout that we are suggesting tar all IGA Grant projects. The Specs are as folloivs:
.• Sign size: 48" x 30" 3/4" marine grade plywood . ■ Sign is to be one sided. Two sided is optional • To be out with "Carriage" style ttip...ie arched. (optional) , . ■ Color options up to you 1,2,3 or 4 color...its totally up to you; of course more colors more cost
involved. • Pont should be traditional styles kr Helvetica, Aerial, Times New Roman something standard. ■ Include+ County Logo , County Executive and Commissioners bottom left • Include City Logo, Mayor and City Cornell bottom right ' II• Parks and Roc Logo above project name. s Wg NW* using 3M Reflective Adhesive water prop:vinyl. Painting is optional • Vertical posts shall be 4 x 6" weather prooftimbers routed on 4" side to accommodate the sign.
Staining of posts optional • Bury post minimum of 42" into ground and backall with dirt and compact. Concrete, footing is
optional • . - . ■ Bottom of sign shall be 2ft. min above grade. • Sign will be secured to postswith flat head Galv.wood screws (approx. #10) 2 per post. (min) • Proof to be provided of final design prior to fabrication & Installation
We are pretty flexible on fabrication and colors as long as it looks generally like the sign I attached. If you have any quoitions please give me a call.
4" TYP
48" X 30", 3/42- MARINE GRADE PLYWOOD
4" X 6" TREATED TIMBER-A' POSTS, ROUTED ON 4" SIDE TO HOLD SIGN, TYP.
WOOD SCREWS NOT VISIBLE FROM FRONT OF POST, TYP.
WAYNE COUNTY PARKS AND RECREATION DEPT. LOGO
NORTHVILLE BENNETT ARBORETUM PATHWAY 1
PATHWAY MADE POSSIBLE THROUGH THE WAYNE COUNTY PARKS MIU.AGE.
AND IN COOPERATION! WITH:
AVM ■XMAIST ECV, :110 "16" . ACHIERTA. MAIO CArIMMIERS:
I =3 0 67, scnrow.um
1\011 ‹,) LINI.01511
r11.1.111.3. LAMM, t u
PROJECT NAME TEXT TO BE BRIGHT YELLOW
ALL OTHER TEXT TO BE WHITE, TYP.
- RPO, CITY OF NORTHVILLE AND NORTHVILLE TWP. LOGOS
#10 FLAT HEAD GALV. WOOD SCREW, (2) PER POST, ATTACHED FROM THE BACK OF POST, TYP.
Pe)
WAYNE COUNTY LOGO
L J
SIGN IMAGE TO SE 3M - ADHESIVE WATER PROOF VINYL: COLOR TC BE WAYNE COUNTY STANDARD BURGUNDY WITH 0.75" WIDE WHITE BORDER, INSET 1.25" FROM SIGN EDGE.
ICI- TT
Th.= :TT
-4" X 6" TREATED TIMBER POSTS, ROUTED ON 4" SIDE TO HOLD SIGN, TYP.
1-FINISH GRADE
11
`zt
COMPACTED AGGREGATE, TYP.
1 a-
48"
CD COUNTY SIGN DETAIL SCALE 3/4" = 1 '-0"
COLOR CRITERIA:
1
BURGUNDY YELLOW TEXT 0=25% C=14% M=100% M=11% Y=100% Y=88% K=26% K=0%
OR #95191D OR 09 D735
Exhibit D: INSURANCE COVERAGES
City, at its expense, or any contractors, subcontractors, consultants or agents retained by City (each a "Contractor"), at their own expense, shall procure and maintain for the duration of this Agreement, insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the services by the Contractor, its agents, representatives or employees. Contractor shall maintain at least the following minimum coverage:
Commercial General Liability (CGL)
Insurance Services Office Form CG 00 01 covering CGL on an "occurrence" basis, including products and completed operations, property damage, bodily injury and personal and advertising injury with limits no less than $5,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this Contract or the general aggregate limit shall be twice the required occurrence limit.
Umbrella or Excess Liability
Policy in an amount not less than $3,000,000. Umbrella or excess policy wording shall be at least as broad as the primary or underlying policy(ies) and shall apply both to the Contractor's general liability and to its automobile liability insurance and shall be written on an occurrence basis. The County, officials, employees and others as may be specified in any "Special Conditions" shall be named as an additional insured under this policy.
Automobile Liability
Insurance Services Office Form Number CA 0001 covering, Code 1 (any auto), or if Contractor has no owned autos, Code 8 (hired) and 9 (non-owned), with limits no less than $1,000,000 per accident for bodily injury and property damage.
Workers' Compensation
Insurance as required by the State of Michigan, with Statutory limits, and employer's liability insurance with limits of no less than $1,000,000 per accident for bodily injury or disease.
Professional Liability (if Design/Build)
Insurance appropriate to the Contractor's profession, with limits no less than $3,000,000 per occurrence or claim, $3,000,000 aggregate.
Builder's Risk (Course of Construction)
Insurance utilizing "All Risk" (Special Perils) coverage form, with limits equal to the completed value of the project and no coinsurance penalty provisions.
Contractors' Pollution Legal Liability and/or Asbestos Legal Liability and/or Errors and Omissions (if project involves environmental hazards)
Insurance with limits no less than $1,000,000 per occurrence or claim, and $2,000,000 policy aggregate.
If the Contractor maintains higher limits than the minimum insurance coverage required as stated above in this Exhibit, the Contractor shall maintain the coverage for the higher
insurance limits for the duration of this Agreement.
Additional Insured Status
The County, its officers, officials, employees, volunteers, and others as may be specified in any "Special Conditions" shall be additional insureds on the CGL policy with respect to liability arising out of work or operations performed by or on behalf of the Contractor including materials, parts, or equipment furnished in connection with such work or operations. General liability coverage can be provided in the form of an endorsement to the Contractor's insurance (at least as broad as ISO Form CG 20 10 11 85 or both CG 20 10 and CG 20 37 forms if later revisions used).
Primary Coverage
For any claims related to this Agreement, the Contractor's insurance coverage shall be primary insurance as respects the County, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained by the County, its officers, officials, employees, or volunteers shall be excess of the Contractor's insurance and shall not contribute with it.
Notice of Cancellation
Each insurance policy shall state that coverage shall not be canceled, except with notice to the County.
Waiver of Subrogation
Contractor grants to the County a waiver of any right to subrogation which any insurer of the Contractor may acquire against the County by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether or not the County has received a waiver of subrogation endorsement from the insurer.
Deductibles and Self-Insured Retentions
Any deductibles or self-insured retentions must be declared to and approved by the County. The County may require the Contractor to provide proof of ability to pay losses and related investigations, claim administration, and defense expenses within the retention.
All insurance must be effected under valid and enforceable policies, issued by recognized, responsible insurers qualified to conduct business in Michigan which are well-rated by national rating organizations. All companies providing the coverage required shall be licensed or approved by the Insurance Bureau of the State of Michigan and shall have a policyholder's service rating no lower than A:VII as listed in A.M. Best's Key Rating guide, current edition or interim report.
Claims-made Policies
If any of the required policies provide coverage on a claims-made basis:
1. The retroactive date must be shown and must be before the date of this Agreement or the date the Contractor starts to perform the services.
2. Insurance must be maintained and evidence of insurance must be provided for at
least five (5) years after completion of this Agreement.
3. If coverage is canceled or non-renewed, and not replaced with another claims- made policy form with a retroactive date prior to this Agreement's effective date, the Contractor must purchase "extended reporting" coverage for a minimum of five (5) years after completion of Agreement work.
Verification of Coverage
Contractor shall furnish the County with original certificates and amendatory endorsements or copies of the applicable policy language effecting coverage required by this Exhibit. The County shall receive and approve all certificates and endorsements before the Contractor begins providing services. Failure to obtain the required documents prior to commencement of services shall not waive the Contractor's obligation to provide them. The County reserves the right to require complete, certified copies of all required insurance policies, including endorsements required by this Exhibit, at any time.
Subcontractors
Contractor shall require and verify that all subcontractors maintain insurance satisfying all the stated requirements, and Contractor shall ensure that the County is an additional insured on insurance required from subcontractors.
Special Risks or Circumstances
The County reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances.
➢ The Contractor must submit certificates evidencing the insurance to the County Risk Management Division at the time the Contractor executes an agreement with the City, and at least fifteen (15) days prior to the expiration dates of expiring policies.
Surety Bonds
The Contractor shall provide the following surety bonds: 1) bid bond; 2) performance bond; 3) payment bond; 4) maintenance bond. The payment bond and the performance bond shall be in a sum equal to the contract price. If the performance bond provides for a one year warranty a separate maintenance bond is not necessary. If the warranty period specified in the contract is for longer than one year a maintenance bond equal to 10% of the contract price is required. Bonds shall be duly executed by a responsible corporate surety, authorized to issue such bonds in the State of Michigan and secured through an authorized agent with an office in Michigan.
Submitted To: Dale Dougherty, City Manager Date: 10/3/2018 OFFICE USE ONLY Submitted By: Dan Plamondon, Parks & Recreation Director ITEM # /DA4
Council Meeting of DATE: 10/8/2018
ACTION. REQUESTED BID/CONTRACT BOARD APPOINTMENT CEREMONIAL EXECUTE AGREEMENT FEE WAIVER LIQUOR LICENSE NEW/AMENDED ORDINANCE ON-STREET SALES OTHER
PERMIT PD CHANGE OF USE PD SITE PLAN PRESENTATION PROCLAMATION RESOLUTION REZONING TRANSFER APPROPRIATION PUB HEARING REQUIRED
X
TITLE / DESCRIPTION. OF ITEM {IF ORDINANCE, CITE TITLE/CHAPTER/SECTION(S)) Parks & Recreation Master Plan Agreement
CITY OF GARDEN CITY CITY COUNCIL AGENDA ITEM
REQUEST FORM A Great Place to Call Home!
PROPOSED RESOLTUTON To approve the attached proposal from McKenna Associates for administration and project oversight of the Parks and Recreation Master Plan, with an amount not to exceed $23,100.00, and to authorize the Parks & Recreation Director to execute all necessary documents.
fINANCIALIMEACT:
Fiscal Year G/L Acct. Number Amount
2018-2019
101-292-965.000
$23,100.00
REVIEW CHECKLIST
DEPARTMENT(S): Dan Naincendon
FINANCIAL: COMMISSION(S): CITY ATTORNEY: CITY MANAGER:
DATE: 10/3/2018 DA' Z 'E: DATE: DATE: DATE:
MCKENNA
October 3, 2018
Mr. Dan Plamondon City of Garden City Director of Parks & Recreation 200 Log Cabin Rd, Garden City, MI 48135
Subject: Proposal to Prepare a Parks and Recreation Master Plan
Dear Mr. Plamondon:
We are pleased to present this proposal to prepare an updated Parks and Recreation Master Plan for the City of Garden City. The City's last Parks and Recreation Master Plan (PRMP) was adopted in 2011. As you know, to be eligible for various sources of funding from the Michigan Department of Natural Resources (MDNR), communities must update their PRMPs every five years; thus, the City is currently ineligible for MDNR grant funding, which is one reason to update the plan.
There are other important justifications for updating the Garden City PRMP, as follow: 1. Analyze existing parkland and provided recreation opportunities in the context of current population and
demographic trends. 2. Consider current offerings in context of parks and recreation best practices. 3. Engage residents in meaningful ways.
PROJECT TEAM Sarah Traxler, AICP, NCI, will lead the Garden City PRMP preparation as Project Manager. Sarah has worked with the City's elected and appointed officials since 2005, and has meaningful success in parks and recreation planning / grant funding over her 13 years with McKenna (recently managing the Birmingham, Harper Woods, and Westland Parks and Recreation Master Plans). Patrick Sloan will be involved to coordinate planning and serve as an advisor on current City initiatives.
WORK PLAN The MDNR provides specific guidance on PRMP preparation, and required elements. Thus, McKenna will follow the MDNR standards for preparation and submission of a PRMP in all elements of the proposed work plan. The process we will undertake to produce a state-of-the art, graphically rich PRMP is as follows:
Public Engagement McKenna will administer an online survey using Survey Monkey, a service to which we subscribe. We will develop the survey questions for approval by City Administration. We will provide a survey fink for the City to place on its website and will produce paper copies of the survey to be housed at the Ice Arena, Maplewood, City Hall, and any other key community locations.
Additionally, McKenna will facilitate one day of stakeholder roundtable discussions for key stakeholder groups and have identified the Commission on Aging, the Parks and Recreation Commission, and sports associations as groups with whom we will meet.
HEADQUARTERS 235 East Main Street Suite 105 Northville, Michigan 48167
o 248.5960920 F 248.596.0930 MCKA.COM Communities for real life.
Roundtable discussions allow for a deeper conversation and are often a more effective means of engaging harder-to-reach stakeholder groups. Additionally, MDNR provides additional points on grant applications in communities with that have undertaken these types of meaningful engagement efforts.
Meetings McKenna will attend the following seven meetings as part of the plan preparation process:
1. Project initiation with City Administration (9/26/18). 2. Roundtable discussions as described above (10/23/18). 3. Progress review with City Administration (10/29/18). 4. Open House during and presentation to Parks and Recreation Commission (10/30/18). 5. Presentation of draft plan to Parks and Recreation Commission (11/27/18). 6. Presentation of draft plan to City Council (1/7/19). 7. Public hearing and adoption of plan by City Council (1/21/19).
IF NECESSARY — Additional City Council meeting for adoption (1129/19).
Schedule McKenna proposes a four-month schedule to perform public engagement, prepare the PRMP, and deliver the draft for City Council consideration and Public Hearing.
Conceptual Designs Often, communities find it helpful to include the preparation of conceptual designs for future park improvements in the parks and recreation planning process. Should the City wish to have supporting park design concepts prepared, McKenna's expert park design team will provide those services at your planner's direction.
Professional Fee McKenna will prepare the Parks and Recreation Master Plan for the City of Garden City for a lump sum fee of nineteen-thousand dollars ($19,000). Payment is due in 30 days. Included in the fee are all reimbursable expenses, our attendance at the seven meetings described above, 10 bound copies of the adopted plan, and digital versions of the plan in .pdf and .doc format suitable for placement on the web and reproduction by the City. All work completed during the PRMP process will become the property of the City.
We have provided descriptions of potential additional services above and propose the following fees for each service (only to be provided if requested by the City):
• Additional City Council meeting for adoption (1/29/19) - $500 • Park concept plan design preparation (each) - $1,200
FEE SUMMARY Service Fee Preparation of PRMP $19,000 Attendance at additional City Council Meeting $500 Preparation of park concept plan designs $1,200/each
Garden City, MI - Parks and Recreation Master Plan October 3, 2018 2
Additional professional, meetings and other services are permitted by this agreement, only as requested by the City, which shall be compensated at the hourly rate of our professional services agreement for planning and zoning services. The City shall not incur further charges for additional services by McKenna without the City's written approval.
Attached to this proposal are qualifications of the firm. We look forward to working with the City on this important endeavor and sincerely appreciate the opportunity to further partner with your elected and appointed leaders.
Sincerely,
McKENNA
Sarah Traxler, AICP, NCI Vice President
Cc: Patrick Sloan, AICP
Encl.
Garden City, Ml — Parks and Recreation Master Plan - October 3, 2018 3
Firm Profile
McKenna's downtown Northville, Michigan headquarters — a repurposed Ford Motor Company plant designed by Albert Kahn, built in the 193os. Our work spaces reflect McKenna's commitment to our people, our communities, sustainable design and the rich technology heritage of the Midwest.
McKenna's team of talented planning, design and building professionals help municipal leaders develop and maintain communities for real life. From street festivals, neighborhood parks, and storefronts, to parking spots, coffee shops, and farmers' markets, we want your community to thrive. Headquartered in Northville with offices in Detroit and Kalamazoo, Michigan, McKenna provides planning, zoning, landscape architecture, community and economic development and urban design assistance to cities, villages, townships, counties, and regional agencies, as well as select private clients. Our success can be measured by the physical improvements to hundreds of McKenna client communities, and by our 40-year record of client satisfaction and on-time, on-budget delivery.
McKenna currently provides project services to more than 85 communities and private land investors in Michigan, Ohio, Kentucky, Indiana, and Illinois. Anticipating and responding to change is a major distinction of McKenna's practice. McKenna's innovation and depth of experience is a resource for public and private decision-makers; we are a corporation of roughly 20 planners, urban designers, and landscape architects formed under the laws of Michigan on May 2, 1978.
HEADQUARTERS DETROIT WEST MICHIGAN 235 East Main Street 28 West Adams Street 151 South Rose Street Suite 105 Suite 1000 Suite 920 Northville, MI 48167 Detroit, MI 48226 Kalamazoo, MI 49007 0 248.596.0920 0 313.888.9882 0 269.382.4443 F 248.596.0930 F 248.596.0930 F 248.596.0930 E [email protected] E [email protected] E [email protected]
PACKA.001111
MCKENNA
Areas of Service
Community Planning . Master Plans (Cities, Villages, Townships,
Counties and Regions) • Neighborhood Preservation Plans • Redevelopment Plans • Corridor Plans • Downtown Plans • Growth Management Plans • Park and Recreation Plans • Capital Improvements Programs • Community and Fiscal Impact Analysis • Waterfront Planning • Open Space Planning . Historic Preservation Plans • Transportation and Parking Plans • GIS Analysis and Alternative Testing • Access Management
Economic Development • Public/Private Partnerships • Brownfield Redevelopment Planning . Downtown Redevelopment Action Plans • Corridor Redevelopment . Tax Increment Finance Plans • Grant Applications • Redevelopment Project Management • Market Studies: Retail, Commercial, Residential,
Industrial, Institutional • Redevelopment Financing Assistance • Land Assembly/Eminent Domain Assistance
Building Department Administration • Zoning Administration . Building Code and Zoning Enforcement • Building Inspection • Electrical, Mechanical and Plumbing Inspections • Property Maintenance and Housing Inspection • Landscape Construction Observation • Code Enforcement • Compliance with State • Department Management Plans
Parks and Recreation • Parks and Recreation Master Plans • Park Design (neighborhood, community, regional) • Ball Field Planning and Design • Park and Recreation Facilities Design . Bikeway and Trail Planning and Design • Grant Applications • Public Participation • Universal and ADA Accessibility • Park and Recreation Furnishings
On-Site Management Services • Zoning and Planning Administration • Tax Increment Finance Authority Management • Downtown Development Authority Administration • CDBG Administration • Housing Rehabilitation • Project Management — Capital Improvement Projects • Redevelopment Project Administration • Community Development Administration . Economic Development Administration
Development Codes . Zoning Ordinance • Zoning Ordinance and Resolution Review and
Preparation • Continuing Advisory Services to Elected and
Appointed Officials, Planning and Zoning Commissions, and Boards of Appeal
• Subdivision and Condominium Regulations • Form-Based Codes • Environmental Regulations — Wetlands, Woodlands • Expert Witnessing and Court Testimony on Zoning • Sign Regulations . Annexation Advisory Assistance • Sex-Oriented Business Regulations and GIS Testing • Open Space Regulations • Planning and Zoning Code Training Seminars • On-Site Zoning Administration
Complete Streets and Transportation Planning . Complete Streets Policy Development • Complete Streets Design Guidelines • Complete Streets Procedure and Implementation • Corridor Plans • Streetscape Plans . Bicycle & Pedestrian Plans • Bicycle Parking Plans . Bicycle Sign Plans • Bike Share Feasibility Studies • Intersection Design & Crossing Plans • Zoning and Regulatory Review • User Maps and Wayfinding Studies . Transportation Master Plans • Site Plan Review of Transportation Facilities . Circulation Studies Vehicles and Pedestrian • TOD Studies • Education and Training • Transportation and Parking Plans • Access Management • Parking Studies
Public Participation (NCI Certified) • Charrettes • Hands-on Workshops • Focus Groups • Roundtable Discussions • Surveys (telephone, online, direct mail) • Public Hearings . Open Houses • Interactive Citizen Advisory Committees • Youth Outreach • Community Walks and Bike Rides . Pop-Up / Storefront Workshops • Consensus Building . Participatory Decision-Making • Interviews (one-on-one, intercept) • Community Preference Surveys
Community Development . HUD CDBG Administration . Analysis of Impediments to Fair Housing • Environmental Review Records • Consolidated Plans . Elderly Housing Assistance . Five Year and Annual Action Plans • CDBG Program Planning and Applications • Housing Rehabilitation Administration • Market Studies — Market Rate, Elderly and Assisted Housing • Housing Market Studies (MSHDA approved)
Urban Design • Community Design Plans • Placemaking Strategies • Parks, Greens, Commons and Plaza Design • Streetscape Design • Site Planning • Community Character Planning • Historic Park Design • Computer Visualization (before/after) • Design Review • Site Evaluation and Selection • Design Manuals • Neo-Traditional Design (TND) • Urban Form Pattern Books • Mixed Use (residential, retail, office,
public, institutional) Design • Public Art
Sustainability Plans • Sustainability Indicators Analysis, Evaluation Criteria,
and Program Improvements • Develop Neighborhood Stabilization Plans • Green Infrastructure Plan for Community's
Public Property • Walkable/Bikeable Audits and Implementation Plans . Community Master Plan, Strategic Plan, or Capital
Improvement Plan • Plan for Low Impact Development (LID) Components • Local Planning and Zoning . Access Management Plans for Transportation Corridors
Landscape Architecture • Residential Development Plans (single family
detached/attached; multi-family, elderly, mixed use, townhouses) Conventional & Cluster
. Site Analysis and Design • Site Layout and Planning . Construction Drawings and Construction Observation • Landscape Architecture (MSHDA-approved) • Arborist Services (tree surveys and
maintenance plans) • Greenways and Trail Planning and Design . Native Plant Landscapes • Wayfinding, Signs, and Interpretive Stations • Environmental Performance Standards • Public Art Development • Public Space Design — Greenways,
Bikeways, Streetscapes • Wetlands, Woodlands, Groundwater, Aesthetic, and
Vista Protection Regulations • Sustainable Landscape Design
Awards and Accolades McKenna has been honored by its peers and public with planning and design awards. We take pride in consistently delivering exceptional planning and personal service to public officials across the Midwest.
2017 Award for Excellence in Transportation Planning, Michigan Association of Planning. Delhi Charter Township (Ingham County), MI — Realize Cedar: Urban Design Framework.
2016 Award for Excellence in Transportation Planning, Michigan Association of Planning. City of Livonia, MI — Bike/Walk Livonia: A Future Transportation Plan.
2011 Outstanding Implementation Project, Michigan Association of Planning. City of Grosse Pointe, MI — Downtown Revitalization Program.
2010 Site Design/Parks Award, Michigan Recreation and Park Association. Van Buren Charter Township (Wayne County), MI — Riggs Heritage Park.
2009 Outstanding Implementation Project, Michigan Association of Planning. Buena Vista Charter Township (Saginaw County), MI —Town Center Project
2008 Merit Award, Outstanding Design, American Society of Landscape Architects, Michigan Chapter. Brighton, MI — Green Oak Village Plan.
2007 Planner of Year Award, Michigan Association of Planning. Phillip C. McKenna, AICP, PCP.
2007 Interactive Mapping Tool GIS for Everyone Award, Improving Michigan's Access to Geographic Information Networks (IMAGIN). River Rouge, MI.
2005 CAM Magazine Year End Special Issue, Construction Association of Michigan in recognition of outstanding facility planning and design. Flat Rock, MI — Community Center Site Design and Boardwalk.
2004 Innovative Park Resource Award, Michigan Recreation and Park Association. Downriver (Southeast MI) Linked Greenways — Wayside Companion Trail Signage and Wayfinding Manual.
2004 Outstanding Small Business Award, Crain's Detroit Business. McKenna.
2002 MRPA Master Plan Award, Michigan Recreation and Park Association. Oakland County, MI, Orion Oaks County Park Site (1,000 acre) Master Plan.
2001 Award for Landscape Architectural Design, Michigan Society of Landscape Architects. Flat Rock, MI — Community Fields Ballfield/Community Park Complex.
2001 Outstanding Facility Design Award, Michigan Recreation and Park Association. Flat Rock, Ml — Community Fields Ballfield/Community Park Complex.
2001 Award for Excellence in Comprehensive Planning — Large Jurisdiction, Ohio Planning Conference. Dayton, OH — West View Development Opportunity Redevelopment Plan.
1999 Outstanding Planning Project Award, Michigan Association of Planning & Michigan Society of Planning Officials. Hamburg Township (Livingston County), MI — Open Space Development.
1996 Outstanding Planning Project Award, Michigan Association of Planning & Michigan Society of Planning Officials. Plymouth Charter Township (Wayne County), MI — Ann Arbor Corridor Plan Commercial Corridor.
McKenna and its planners and designers have also been selected for other awards including Crain's Detroit Business 20-in-their-20's; Crain's Detroit Business 'Coolest Places to Work"; and the Michigan Business and Professional Association's The 101 Best and Brightest Places to Work in Southeast and West Michigan.
What we did:
1101 MCKENNA
Communities for reel life.
Parks & Recreation Master Plan CITY OF BIRMINGHAM, MICHIGAN
PLANNING
Parks and Recreation
Public Engagement
The City of Birmingham is one of Michigan's
premier communities, and part of its reputation
and tradition of excellence is its longstanding
commitment to world-class parks design and
recreation provision. The City engaged McKenna to
prepare a rewrite of its Parks and Recreation Master
Plan, which—in Michigan—is the basis for access
to State and other grants and loans for acquisition,
design, and development of parks. Additionally, the
Parks and Recreation Board wished to reexamine its
overall planning priorities, as well as specific plans
for each of its 26 parks, which cover more than 230
acres or 10% of the City's total acreage.
McKenna designed a robust public engagement
program; City leaders had desired to extensively
engage residents, who are extremely passionate
about Birmingham parks. Throughout the multi-
pronged engagement process, which included a
"Field Day" at the Fall Harvest Farmer's Market,
a comprehensive online and paper survey, key
stakeholder roundtable discussions, and public
presentations, a significant number of residents
indicated that the parks and recreation programs
were key to their choosing to invest and stay in
Birmingham.
McKenna's beautifully-designed, easy to
interpret Parks and Recreation Master Plan
document included all information required by
the State, as well as best practice and strategic
recommendations on features that the City wished
to investigate for future development, including
restrooms in public parks, green stormwater
handling, and other special planning topics.
City leaders are highly satisfied with the process
and resulting document, and are incorporating the
plan features into their other robust planning and
design priorities city-wide for a comprehensive,
coordinated program of community planning and
design excellence.
02017 MCKENNA
MCKA.COM
What we did:
MCKENNA
Communities for real life.
Parks and Recreation Master Plan CITY OF KALAMAZOO, MICHIGAN
Building off the City's highly successful community empowerment program for its Master Plan, Imagine
Kalamazoo, the parks and recreation plan ("Imagine
Fun"), engaged residents at four "Field Day"
events throughout the City, as well as through a
statistically valid survey, interactive online forums,
and neighborhood stakeholders meetings. The result
was a plan that truly reflected residents' visions for
improvements to their parks, both short-term actions and long-term aspirations.
The plan also integrated directly into the City's
ongoing parks capital improvements program,
allowing for simple and efficient implementation on a
clear schedule.
PLANNING
Parks and Recreation Nanning
Community Engagement
With a robust system of 33 parks spanning
throughout the City Kalamazoo wanted a cohesive
vision for its recreation system. The City engaged
McKenna to not only update its S-year Master Plan, but to go beyond the MDNR requirements with a 10-
year vision, including not only the parks but also the
connections between them and the neighborhoods surrounding them.
C2017 MCKENNA
MC KA.COM
Schedule of Meetings
Meeting # Meeting Description Date
1 Project Initiation with City Staff & Plan Consultant (McKenna) 9/26/2018
2 Survey Opens 10/5/2018
3 Roundtable Discussions with Special Interest Groups 10/23/2018
4 Survey Closes 10/26/2018
5 Progress Review with City Staff & Planning Consultant 10/29/2018
6 Open House & presentation to Parks & Recreation Commission 10/30/2018
7 Presentation of draft plan to Parks & Recreation Commission 11/27/2018
8 Presentation of draft plan to City Council 1/7/2019
9 Public hearing and adoption of plan by City Council 1/21/2019
10 Additional public hearing (if necessary) 1/29/2019
11 Submission to Michigan DNR 1/30/2019
Date: 10/02/18 OFFICE USE ONLY ITEM # /0,6 Council Meeting of DATE:
Submitted To: Mayor and City Council Submitted By: Tim Gibbons, Chief of Police
121 :ffrTL7 Tx:
AR. 0;119 To Authorize the purchase of two 2019 Dodge Charger Police Vehicles at a State Bid price of $23,806.50 from Galeana's VanDyke Dodge, and to further authorize the City Manager or his designee to execute any documents required to complete this transaction.
Purchase of two police patrol vehicles
qF-
BID/CONTRACT BOARD APPOINTMENT CEREMONIAL EXECUTE AGREEMENT FEE WAIVER LIQUOR LICENSE NEW/AMENDED ORDINANCE ON-STREET SALES OTHER
PERMIT PD CHANGE OF USE PD SITE PLAN PRESENTATION PROCLAMATION RESOLUTION REZONING SUPP/TRF APPROPRIATION PUB HEARING REQUIRED
XX X
CITY OF GARDEN CITY CITY COUNCIL AGENDA ITEM
REQUEST FORM
1:1; ' ' - Est
- - PaarLASINWAI 41*.,, ' '' s - 4f ';' Fiscal Year G/I, Acct. Number Amount PO# (if existing) 2019 401-401-332.024 $47,613.00
t
IAN d-44
DEPARTMENT(S): Police FINANCIAL: COMMISSION(S): CITY ATTORNEY: CITY MANAGER:
DATE: 10/02/18 DATE: DATE: DATE: DATE:
Request to Purchase Patrol Vehicles- Dodge Chargers
GARDEN CITY POLICE DEPARTMENT MEMORANDUM
NEED It is no secret that police vehicles are subject to an extraordinary amount of
wear and tear that most vehicles are not. Police patrol vehicles are driven in severe
weather, sometimes at higher rates of speed, and forced to run many hours at a
time. In order to maintain a fleet of police patrol vehicles capable of keeping officer
safe and responding to police calls for service in a timely manner, City Council has
included the purchase of two patrol vehicles in the 2019 budget. The purchase of
two vehicles each budget year since 2014 allowed us in 2018 purchase only one
patrol vehicle and upgrade vehicle police equipment (light bars, computer mounts,
and radar units) for nearly the entire fleet. With an upgrade of equipment
completed, we now request a return to the purchase of two patrol vehicles in 2019.
VEHICLES REQUESTED Our current fleet is comprised of SUV and sedan type vehicles. Since 2014,
the primary sedan purchased for the police fleet has been the Dodge Charger Police
Vehicle. The Charger has performed well during this time. The 2019 Charger Model
we are requesting has all wheel drive and spotlights already installed. Compared to
the Ford Police Interceptor, also with all wheel drive and spot lights, the Charger is
$2,707.50 cheaper. It is also important to note that we plan on replacing two 2014
Chargers in our fleet with these new Chargers. This creates a significant savings
because the department already posses most of the necessary police equipment
designed to fit the Charger. I have attached Lt. Eric Zimmer's memorandum for
further on this request to purchase.
COST The price of each Charger is $23,806.50. This is a state bid price. The funds to
purchase will come from the City's Capital Improvement Account, and will not
exceed the amount budgeted for patrol vehicles in the 2019 budget.
September 27, 2018
Ii.a.49 Lieutenant Eric Z. CO
Timothy Gibbons, Chief of Police
Request for new patrol vehicle purchase
File Name:
Subject:
GARDEN CITY POLICE DEPARTMENT INTEROFFICE MEMORANDUM
I am requesting authorization to purchase two (2) new Dodge Charger POLICE sedans patrol vehicles. When comparing sedan patrol vehicles my research leads me to strongly recommend the Dodge Charger POLICE sedan.
The following comparison was created to compare as close as possible regarding drive train, etc.
2019 Dodge Charger 4dr 5.7L V8(370hp) AWD dual spotlights $23,806.50
2019 Ford Police sedan 4dr 3.5L V6(365hp) AWD dual spotlights $26,514.00
Pricing explanation — • Ford equipped with 3.5L EcoBoost® and dual spot lights to match current patrol
requirements • Dodge equipped with dual spot lights and dark navy paint to match current fleet
and match current patrol requirements.
While the cost is in the Dodge Charger favor, also to be considered is the fact that the two vehicles being requested will replace two Dodge Charger patrol vehicles. The equipment from the "to be retired" Dodge Chargers will be removed and installed in the new Dodge Charger patrol vehicles. Ford Police sedans would require additional purchases of equipment.
Any questions or comments, please contact me at your convenience.
$i § lw0 8 N
4) 0 O
N 0" 0
0 N
N O
Police F
-150 R
esp
on
der (W
1P
) XI. 4
WD
Su
perC
rew 5.5
' Box
Polic
e - T
ahoe (C
K15706
) 4WD
4dr w
ith P
PV
(9C
1)
Polic
e - T
aho
e (C
K15706
) 4WD
4dr (3)
with
SS
P (5
W4
)
OM
B a3
iI0d
(ma
im) J
an
to
GM
V a
311 0
/1 (8
173
30
1) Jelie
io
x0B
LID
ulL-1
00
45 Re) m
a°
irx
bA
SS
(sessa
) 00
5T
CIA I
U (1
Zd) uep
as
Acg
dooim
ui a
Dll 0
d P
olice In
tercep
tor Sed
an
(P2
114) AW
D
Police In
tercep
tor Utility
(K8
A) A
WD
Police R
esp
on
der H
yb
rid Se
dan
(PO
A) F
WD
N O N
0 N O N
N 0
N O
N O to"
N O N
N O N 0
N O N 0
N O ‘0"
a 0 0 2_
0 3
0
3
- n
s03 leu0
RIP
PV *
(1361
950) 00
5T
WM
(lZ
d) ueP
aS
annv
(VSN
) A4
1191
1
(90L
5T)1
3) act
lei
(stu
sno)
am
iel
i8t7
330
1) Jaa
Amp
cu
m (
Vu)
uep a
s p
pgA
id
(svi
acn) Ja
mle
o
amv
(ma )
ueP
aS
F-150 (W
1P
) XL
4WD
Sup
erCrew
5.5
' Box
N
l eio
.trt a
y3 J
e lia
li
pod
uesu
aJ
or
l aio
mey
3 J
a Baa
n
4 eic
un
oto
JeB
iag
ap
oa a
l Aau
en
s.eu
eaie
9
al m
a alk
lueA
sm
uea
l e9
a2po
a a
lika
ueA
s, eu
eape9
pod
uesu
a lio
r
pod
ua
sun
ior
po
d u
asu
alror
pJ0j U
eSL
IBIJ
Or
N
W O
O
4.1) N N CO 00
0
N
N 0 O
Vt. N Oy
0 O
N
In N
OL4
111. N O In
V' 00 00
N in co
4/1. N
0
N in O
N
0
N
0 ;.11 0
;j1 0
N
O
N
N vi
A Great Plata to Call Nome]
PERMIT PD CHANGE OF USE PD SITE PLAN PRESENTATION PROCLAMATION RESOLUTION REZONING SUPP/TRF APPROPRIATION PUB HEARING REQUIRED
BID/CONTRACT BOARD APPOINTMENT CEREMONIAL EXECUTE AGREEMENT FEE WAIVER LIQUOR LICENSE NEW/AMENDED ORDINANCE ON-STREET SALES OTHER
Amount Fiscal Year G/L Acct. Number $28,095 2018-2019 202-202-977.000
$112,383 2018-2019 203-203-977.000
X
Submitted To: Mayor and City Council Submitted By: Doc Dougherty, City Manager
OFFICE USE ONLY ITEM # / 06 Council Meeting of DATE: 10/8/2018
Date: 10/3/2018
UEST
DEPARTMENT(S): FINANCIAL: COMMISSION(S): CITY ATTORNEY: CITY MANAGER:
DATE: DATE: DATE: DATE: DATE: 10/3/2018 Doc Dougherty4j-
CIKII
CITY OF GARDEN CITY CITY COUNCIL AGENDA ITEM
REQUEST FORM
A Great Nacelle Call Home!
Thank you for the consideration,
Doc Dougherty
10/3/2018
Mayor and Council,
Attached, please find the bid tabulation for the purchase of orange pick-ups for the DPS Department. Four Ford F250 trucks will be purchased, with two of them including a straight snow blade and two including a v-plow.
The vehicles will replace the 1997 GMC Pick-up, 2000 SIERRA 1500 Pick-up, 2000 SIERRA 1500 Pick-up, and the 2005 SIERRA 1500 Pick-up. Upon receipt of the new vehicles, the 2005 Sierra 1500 Pick-up will be transferred to the Parks and Recreation Department in place of their 1999 Ford F150. The remaining vehicles will be sold at auction.
In review of the attached quotes, it appears that Signature Ford —Lincoln and Hoekstra Truck Equipment of Owosso, Michigan was the lowest bidder. It was decided to purchase four vehicles instead of the five as indicated on the bid sheet. Through the bid, we requested the cost per vehicle, as well as the overall cost for five vehicles. Utilizing the same cost per unit of $34,537 with a straight snow blade and $35,702 with a v-plow, the overall cost for the vehicles is $140,478.
City Administration
6000 Middlebelt Road Garden City, Michigan 48135
Phone: 734-7934660 Fax: 734-793-1661
www.gardencitymi.org
Doc Dougherty, City Manager
The cost will be spit 80/20 in the following manner:
$28,095 from 202-202-977.000 (Major Streets — Cap Outlay — Equip.) $112,383 from 203-203-977.000 (Local Streets — Cap Outlay — Equip.)
Recommended Action:
To approve the purchase of four F250 pick-up trucks from Signature Ford —Lincoln and Hoekstra Truck Equipment of Owosso, Michigan in the amount of $140,478.
Mayor & City Council
Randy Walker, Mayor Mark Jacobs, Mayor Pro-Tern Brian Earle, Council Member
Kelly Kerwin, Council Member Jaylee Lynch, Council Member
Patricia McKarge, Council Member Pat Squires, Council Member
O
00 00 0
00 f
00
es.
W FBI
DE
PA
RT
ME
NT
: F
250 X
L T
ruck
s A
dmin
istr
atio
n
Mon
day
Oc to
ber
1, 2
01
8 1:0
0 PM
B
ID O
PE
NIN
G:
z
00
00
UQ
0 1:1
A. O
0 00
ON
E (
1) F
250
XL
TR
UC
K
FIV
E ( 5
) F25
0 X
L T
RU
C KS
NO
PR
ICE
LIS
TE
D
a N
O P
RIC
E L
IST
ED
NO
PR
ICE
LIS
TE
D
SIG
NA
TU
RE
F
OR
D-
LIN
CO
LN
W
/NB
C
TR
UC
K
EQ
UIP
ME
NT
°-■ 0 ; > o g4 —, `:.) la in
z v," g 'a F.
L,1 0_,
>
N-
—
La La 0 I— re Z 1117 ,,,, z —, . _, _ , la g °0102 < nee 0 iera' n EL eZ u .w Z 2 1LX 5
z x a ra Lu
a;-, 0 7. 7,- r.`4"
[Li 'f , g s c i ' , : t . ,- 1
>, n) -- -- e,
,ocis
Z 4 I— ix 0 IT z m o w x Lu 1— Z x 0 2
=la n 0- Z A 0 IX N om an' a 0
7 o Iii U.
a( ' -
,..., 1:1 g Icrn'
E-, .6.,,i ,
0
C4 0 K4' e .,
> a P 1
. `'° — ie -
In IX
LL W Z
5 re 41 U.
0 N I■
kri co co - , 9a
cv oO
0,- , s..9'
ON
E (
1) F
25
0 X
L T
RU
CK
5) F
250 X
L T
RU
CK
S
BID PRICE SHEET .
TOTAL PRICE, FOB DESTINATION, DELIVERED TO: City of Garden City City Hall 6000 Middlebeit Road Garden City, Mi 48135
Please list the final price, including all accessories described above. VSS il-ca V;.41 poi Ps (se)
1: Unit price for One (1) F250 XL Truck: $ 41 34 ,SW3-. O C*0-) ei/ elLb ftv‘C2-)
2: Price for Five (5) F260 XL Trucks: $ tC)1 I '8'0 0 00
3: Unit price for One (1) Explorer XLT: $ 3 5 D.0 O 0
4: Unit price for One (1) Escape SE: $ 4)-3 OS a (DO
Please bid appropriately, because the City reserves the right to award bids on an individual vehicle basis, or as a lump sum total for all listed vehicles.
Company Name: 616-paAirciotz Fciltte IAA.) Coi..A../ Date;
Address: __,3,3,sasL__e r__4netLt,__,J Sur ct%
Contact Name:
Signature:
Telephone: itg%wct,-3°S-SSg gxi Fax: 5 11-. 63 S
Federal Tax ID number:: C. 3S )-9 -S-S
11*. 0 ate-YL, -ro be LA.v.eyLL-( op..) tor
‘s pooftwe I o txs
GARDEN CITY, MICHIGAN
INVITATION TO BID
For
SUPER DUTY TRUCKS, SUVs, & VEHICLES
Bid Number: 2018-10-01-100 (1)
A Great Place to Call Home!
GARDEN CITY, MICHIGAN
Issue Date: 9/18/2018
City of Garden City Office of City Clerk-Treasurer
6000 Middlebelt Road Garden City, MI 48135
Telephone (734) 793-1620 Fax (734) 793-1621 [email protected]
For Bid
invitation
Number: (1)
Issue Date: 9/18/2018
TITLE: SUPER DUTY TRUCKS, SUVs, & VEHICLES Page 1 of 7
INVITATION TO BID:
1. Notice is hereby given that Garden City will receive sealed bids at the Office of the Clerk/Treasurer, located at, 6000 Middlebelt Road, Garden City, Michigan 48135, on or before Monday, October 1, 2018 at 1:00 p.m. (EST) for Super Duty Trucks, SUVs, & Vehicles.
NO BIDS WILL BE ACCEPTED AFTER THE ABOVE DESIGNATED TIME.
2. Bids shall be submitted in a sealed envelope marked - SEALED BID: "SUPER DUTY TRUCKS, SUVs, & VEHICLES".
3. Bids will be publicly opened and read on Monday, October 1, 2018, starting at 1:00 p.m. (EST).
4. Bids must include:
a) The Bid Price Sheet for bid vehicles b) Descriptive literature for bid vehicles c) Time-line for vehicle delivery
Two (2) copies of the SEALED BID PROPOSALS shall be delivered or mailed to:
City of Garden City Office of City Clerk-Treasurer
Attention: Super Duty Trucks, SUVs, & Vehicles 6000 Middlebelt Road Garden City, MI 48135
Mark the outside of the envelope SEALED BID - "SUPER DUTY TRUCKS, SUVs, & VEHICLES"
2
Garden City reserves full freedom (in addition to the right to reject any and all bids) in awarding bids to consider all available factors including, but not limited to, price, the provision of needed and unneeded features, usefulness to the using department and prior City experience. Hence, the City may award bids to other than the lowest bidder if in the judgment of the Garden City Council the interest of the City will be best served by award to another. Any required information not submitted with bids shall deem bid not responsive.
I certify that my bid meets these minimum specifications. This bid shall be valid and may not be withdrawn for a period of sixty (60) calendar days after the scheduled closing time for receiving bids.
Special Note.• Any manufacturer's names, trade names, brand names, photos or catalog numbers used in the specifications are for the purpose of describing and establishing general performance and minimum quality levels. Such references are not intended to be restrictive. Bids are invited on these and comparable brands or products provided the quality of the proposed products meet or exceed the quality of the specifications listed for the item(s). The City reserves the right to determine the equivalency.
3
F250 XL Trucks
Minimum Specifications
QUANTITY: Five (5) Pick Up Trucks — Dept. of Public Services
YEAR: 2019
MAKE/MODEL: Ford F250 XL Truck or Equivalent
COLOR: Omaha Orange
CAB: Super Cab
BOX SIZE: 8 Foot Box
ENGINE: 6.2L SOHC 2-Valve Flex Fuel V8 Engine
DRIVE: Four Wheel Drive - 4x4
INTERIOR FEATURES: FABRIC: Vinyl, Medium Earth Grey, 40/20/40 Front Seats WINDOWS/LOCKS: Power Windows, Power Locks SWITCHES: Up-fitter Switches REAR WINDOW: Rear Window Defroster FLOOR LINER: Black Floor Liners ENTERTAINMENT: AM/FM Stereo/Clock, 4.2" LCD Productivity Screen,
Rear View Camera with Dynamic Hitch Assist, Sync
EXTERIOR FEATURES: BED LINER: Spray-ln Black SPLASH GUARDS: Splash Guards (Front and Back) MARKER LIGHTS: Cab Roof Marker Lights (Clearance Lights)
PACKAGES: TOW PACKAGES: Trailer Tow Package SNOW PLOW PACKAGE: Snow Plow Package
Include: Three (3) Western 9' 6" MVP3, Stainless Steel, V-Plow Two (2) Western 9' PRO PLUS Blade
4
Macomb#71-15 TA, T.5, TA, T.7, T.8, T.9 2019 F-250 Reg. Cab, SuperCab, Crew Cab
Major Standard Equipment =_QHMUSAL., • Brakes - Pour-Wheel Disc Anti-lock Brake System • Engine 6,2L 2 Valve Gas SOHC EFI NA VS (Flex-Fuel) • Fuel Tanks — 29 Gallon (Diesel Engine) —142" or 148" Wheelbase — 34 Gallon (Diesel Engine) —160" or 164" Wheelbase —34 Gallon (Gas Engine) — NA 176" Wheelbase —48 Gallon (Gas and Diesel Engine)— 176" Wheelbase • TorqShift-G six-speed automatic w/SelectShift® EXTERIOR • Bumpers - front & rear, black painted • Doors — Two (Regular Cab only) — Four (SuperCab/Crew Cab only • Fender vents - front • Front License Plate Bracket • Glass - solar-tinted • Grille -black painted • Handles -door & tailgate, black • Sack — 2-Ton mechanical (250/350 SRW) • Lamps -pickup box and cargo area • Moldings - tailgate and box-rail • Tailgate -Removable w/key lock &Tailgate Lift Assist • "Three-Blink" lane change signal e Tow hooks front, two (2) • Trailer Sway Control • Trailer Tow Package - 7-wire harness w/relays & 7/4 pin connector • Tires-LT245/75Rx17E BSW A/S (5) • Wheels F-250/17-350 SRW -17" Argent Painted Steel w/painted hub covers/center ornaments — Spare tire, wheel, lock & carrier • Windshield wipers - intermittent
R1LORRCOMEORT • 2.3" Productivity Screen in IP Cluster • Air conditioning - manual, single zone • Cabin Air Particulate Filter • Convenience — Coat hooks -LH/RH color-coordinated — Dash top tray — Dome Lamp - LH/RH door activated 11/P switch operated w/delay — Handles, grab - driver & front-passenger —Handles, roof ride front-passenger (also over rear-doors on Crew Cab) —Map lights - dual (front and rear w/Crew Cab) —Powerpoint, auxiliary • Door-trim - armrest/grab handle & reflector • Floor covering-Black, full length vinyl • Headliner - color-coordinated cloth • Hood release • Horn - dual electric • Instrumentation - Multi-function switch message center w/Ice Blue® Lighting • Instrument panel - color-coordinated w/dual glove box, 4 air registers w/positive shut off, powerpoint • Instrumentation - Multi-function switch message center Moe Blue® Lighting • Mirror-rearview 11.5" day/night • Outside Temperature Display • Overhead console w/dual storage bins and map lights (NA Regular Cab)
• Powerpoint - auxiliary two (2) in instrument panel • Scuff plates - front, color-coordinated • Seats - Front, HD vinyl, 40/20/40 split bench w/center armrest, cupholder and storage (manual lumbar - driver's side), front center-seat w/integrated restraint • Steering -power • Steering - damper • Steering wheel - black vinyl with tilt and telescoping steering wheel/column; includes three (3) button message control • Sun visors - color-coordinated vinyl, driver w/pocket, passenger whineovered mirror • Window Rear, fixed • Windshield Wipers -intermittent SAFETY/SECURITY • AdvanceTraot with RSC® (Roll Stability Control) • Airbags — Driver and Passenger frontal and side airbag/curtain — Passenger side airbag deactivation switch • Belt-Minder® (front safety belt reminder) — chime & flashing warning light on 1/P if belts not buckled • Child tethers (Regular Cab, front-passenger and all rear-seating positions) • Center High-mounted Stop Lamp (CHMSL) • Driver and passenger frontal and side airbagkurtaire passenger side deactivation Switch • Headlamps - Quad beam jewel effect halogen • Individual Tire Pressure Monitoring System • Mirrors - manually telescoping two-way fold trailer tow with manual glass • Safety belts -w/height adjustment D-ring • Safety Canopy® System • SecuriLock® Passive Anti-Theft System includes MyICey® owner controls feature (PATS) • SOS Post-Crash Alert Systeem • Stationary Elevated Idle Control • Underhood service light DRIVER ASSLU • AutoLamp (Auto On/Off Headlamps) with Rainlamp Wiper Activated Headlamps • Hill Start Assist ▪ Rear View Camera FUNCTIONAL • Audio -Am/FM stereo (speakers; four (4) w/Reg. Cab, six (6) w/Super and Crew Cabs) • Axle — Twin I-beam front axle w/coil spring suspension (narrow front track) - 4x2 (F-250 and F-350) — Mono-beam front axle w/coil spring suspension (narrow front track) - 4x4 (F-250 and P-350) — Rear-Non-Limited-Slip (F-250/F-350) • Battery — Gas engine- 650-CCA, 72-AH (XL only) — Diesel engine - 750-CCA, 78-AH, dual (6,7L Power Stroke® Diesel engine) • Electronic Shift on the fly 4x4 • Heavy-Duty Alternator (157 AMP) • Intelligent Oil-Life Monitor® (6.7L Power Stroke® Diesel engine) • Oil !Milder system (6.21, Gas engine) • Shock absorbers -heavy-duty gas • Stabilizer bar - front
F-250 Page Two
9950# GVWR Regular Cab 8 Ft. Box, 142"WB, 10000# GVWR [ ] Base Price 4x2 (F2A/600a), (T.4) $21,696.00 [ Base Price 4x4 (F2B/600a), (T.6) $24,249.00 [ ] Base Price 4x4 (F2B/600a), (T.9) (6.71, Diesel Engine) $32,844.00
10000# GVWR SuperCab 6 314 Ft. SHORT Box, 148"WB, 10000# GVWR [ ] Base Price 4x2 (X2A/600a) $23,915.00
] Base Price 4x4 (X2B/600a), (T.7) $26,202.00
10000# GVWR SuperCab a Ft. Box, 164"WB, 10000# GVWR fillatasee ppriftle,4,?9 (X2r; IN82100:
10000# GVWR Crew Cab 6 314 Ft. SHORT Box, 160" WB, 10000# GVWR [ Base Price 4x2 (W2A1600a) $25,321.00 [ ] Base Price 4x4 (W2B/600a) $27,778.00
10000# GVWR Crew Cabs Ft. Box , 176" WB, 10000# GVWR [ ] Base Price 4x2 (W2A/600a) $25,501.00 [ ] Base Price 4x4 (W2B/600a) $27,962.00
Available Standard Options Ontion [ ] 6.7L Power Stroke 4V Diesel V8 (B20)/TorqShift 6-Spd Auto. 99T/44W I ] CNG/LPG Fuel Capable Engine (w/ 6.2L only) 98F I I Engine Block Heater 41H [ ] Seats, 40/20/40 Split Bench Cloth 1S [ ] Seat, Vinyl High Back Buckets (Regular Cab only) LS [ ] Seats, Cloth High Back Buckets 4S [ ] Tires, LT245/75Rx17E All-Terrain (5) TBM [ ] Tires, LT265/70R17E OWL All-Terrain (4)(Spare is BSW) TCD [ ] CNG/LPG Prep Fuel Capable Engine 98F [ ] Engine Idle Shutdown (avail. wan diesel Only) 63T [ ] Operator Commanded Regeneration (OCR) (6.71_ Diesel Only) 98R igi .Rowervnintogg,hL • _,.*frotedwategiusAndRetwite SOL/
_ Sul - - i,L., c : g Jr El_ 6-, 1 ] Powercode Remote Start System(Req. Power Equip. Grp.) 76S [ ] Dual Alternators, Diesel only (total of 377 amps) 67B [ ] Extra-Extra Heavy Duty Alternator 240 amp (Gas Engine Only) 67E [ ] Dual Batteries (78 Amp.) (Gas Engine Only) 86M [ ] 110V/400W Outlet 43C [ ] Keys Extra (Regular) $75.00 x ___= Sig [ ] Keys Extra (With Power Group) $220.00 x __= Sig [ ] Trailer Brake Controller 52B [ ] Transmission Power Take-Off Provision , Diesel Only 62R [ ] Manual Shift on Stop 4-Wheel Drive System (Floor Shift Lever) 21M I, I Cab Steps Molded Black 18B tiG Nistficif-rat tl ' B [ ] Reverse Vehicle Aid Sensor 76R
Price Reo.&Siiper/Crewcab
8,595.00 315.00 100.00
100.00/315.00 355.00 515.00/615.00 165.00 455.00 315.00 250.00 250.00
00t1125.00cc
195.00 115.00 85.00
210.00 75.00 75.00 ea
220.00 ea 270.00 280.00
N/C 320.001445.00 SOO
245.00
F-250 Page Three
[ Tailgate Step, Ind. Tailgate Assist, Step & Handle 85G 375.00 [ .] Speed Control 525 235.00
DALLVAffat—r 122_ ioo
[ ) Upfitter Interface Module 1:LUMitittc461.114tuovelAbleadT040:0101 VC_ 1400
18A 295.00 [ ] 9900 GVWR Package 68D 100.00 [ ] 4x4 Of Pkg (Incl.Skid Plates, E-Locking Axle & AT Tires)17X/X3E/TBM 950.00 [xi V 47A2mUm_kqicftki - •:, AR t ,It) - ) Art 1115.00: [ ] Camper Package 471 160.00 [ ] Snow Plow/Camper Package 47B 245.00 ( 3 Suspension Package, Heavy Service(N/A with 473) 67H 125.00 [ ] XL Decor Group (Chrome front and rear step bumper, Bright 17F 220.00
chrome hub covers and center ornaments) [ ] XL Value Pkq (Chrome front and rear step bumper, Bright 96V 1000.00
chrome hub covers and center ornaments, SYNC & Cruise Control
[ ] STX APPEARANCE PACKAGE (AM/FM Stereo MP3 player 17S 1690.00 (speakers; four (4) with Regular Cab, six (6) with SuperCab and Crew Cab), Bright Chrome Grille, Bright Hub Covers, Chrome Front and Rear Step Bumpers, Cruise Control, STX Fender Vent Badge, SYNC® 18" Sparkle Silver Painted Cast Aluminum Wheels (648), and LT275/65Rx18E BSW NS (TCH)
LtytcoetisThattte-m-, [ ] Pickup Box Delete(8' box only) [ ] Rearview Camera Prep Kit for Box Delete (Includes Loose
Camera, Wiring Bundle, and Electrochromic Mirror wNideo Display)
[ ] Heavy Service Package for Pickup Box Delete Only 63R 125.00 [ ] Spare Tire & Rim (for Box delete only) 512 295.00
942 390.00 [ 1 Axle, Electronic Locking X3
[ ] Daytime running Lights 94 45.00 [ ] Skid Plate Package 41P 100.00 [ ] Box Link Cleats 86B 75.00 [ ] Drop in Plastic Bedliner 85L 350.00
Bed Mat(N/A w/85S Tough Bed Spray-in-Bedliner) 85M 540400 'Atil atiOrtobOttiifieli 8 180.00
ii--
II MO1 , . k 1, L. ra n go __ 61L 180.00 61N 76C
325.00 140.00 60.00
655.00 A t141_17
660 872
AIM (465.00)
470.00
[ ] Wheel Well Liner (Front) [ ] Wheel Well Liner Front and Rear [ ] Exterior Backup Alarm [ LED Box Light (Not Available with LED Warning Strobes 91S) 66L [ ] LED Wamin•. Strobes-Amber 91S
attiglitioajtolo
btrilArice1129i.
Exterior Colors Race Red Blue Jeans Metallic Ingot Silver Metallic Agate Black Oxford White Magnetic Metallic Stone Gray SPECIAL PAINT School Bus Yellow Add $660.00 pigaMighir(p ro 0,) Green Gem Add $660.00
Colors for F-250 Interior Steel (Grey)
[PQ] [ ]
[N1] [ [UX] [ [UM] [ ]
[Z1] [ [J7] [ {D1} [
NIL _lig [W61 [
Invoice No.
Date
Order Type
Customer ID
Safes Person
Advisor
E301004187
0/26/2018
Service Estimate
SIGNATURE FORD - BILL CAMPBELL - THORSEN, MICHAEL R
THORSEN, MICHAEL R
CUSTOMER UNITS COMPONENT SIN IN SERVICE ODOMETER IN ODOMETER OUT I MAKE MODEL VIN I YEAR
SNOW 1/1/2015 0 0
JOB *I E104
-Tr? r—ori f‘cil )
• Estimate Operations
SSNOW BUILD PLOW - "V" OR MULTIPOSITION BLADE SERVICE BUILD PLOW - "V" OR MULTIPOSITION BLADE
GARDEN CITY BID.
F-250
OTT ITEM DESCRIPTION UNIT PRICE WO PRICE
1 3016/74695 BLADE ASSY-9.5 MVP3 SS
BLADE ASSY-9.5 MVP3 SS
FLARED WINGS REINFORCED BLADE STRUCTURE DUAL TRIP EDGE ULTRALOCK DOUBLE ACTING CYLINDERS MASSIVE CENTER PIN AND HINGE STEEL TOP CENTER GAP COVER BIGGER LIFT RAM T-FRAME DESIGN ULTRAMOUNT 2 FLEET FLEX SECURITY GUARD 9' 6" WIDE 39" BLADE HEIGHT AT ENDS / 31" BLADE HEIGHT AT HINGE PLOWING WIDTH: 8' 6" FULL ANGLE / 8' 2" SCOOP / 8' 7" FULL V
APPROX 1,022 LBS
5,560.00 5,560.00
LABOR 5104 BUILD PLOW - "V" OR MULTIPOSITION BLADE 595.00 595.00
HOEKSTRA EQUIPMENT
260 36TH STREET SE GRAND RAPIDS, MI 49548
Phone: (616) 241-6664 Fax: (616) 241-1111
MILL TO
SIGNATURE FORD - BILL CAMPBELL 1960 E. MAIN OWOSSO, MI 48867
DELIVER TO
SIGNATURE FORD/LINCOLN/MERCURY 1960 E. MAIN OWOSSO, MI 48867 P: (989) 725-2888
DATE PROMISED DATE INVOICE SALES TYPE UNIT ID TERMS CUSTOMER REFERENCE
9/26/2018 12:07:27PM
SSNOW SNOW NET30 9'-6" STAINLESS IVIVP3
Page 1 af 2
Invoice No,
Date
Order Type
Customer ID
Sales Person
Advisor
E301004187
9/28/2018
Service Estimate
SIGNATURE FORD - BILL CAMPBELL -1
THORSEN, MICHAEL R
THORSEN, MICHAEL R
HOEKSENA 260 36TH STREET SE
GRAND RAPIDS, MI 49548 Phone: (616) 241-6664 Fax: (616) 241-1111
11-4 -,,,,,
ik
=LED
LABOR $595.00 PARTS $5,560.00 MISC $0.00
SUBLET $0.00 SUBTOTAL $6,155.00
SHOP SUPPLIES $0.00 MISC SUPPLIES $0.00
TAX $0.00
TOTAL $6,155.00
PLEASE NOTE
Disclaimers of Warranties Any warranties on the product sold herby are those made by the manufacturer. The seller hereby expressly disclaims all warranties, either express or implied, including any implied warranty of merchantability or fitness fora particular purpose and the seller neither assumes nor authorizes any other person to assume for it any liability in connections with the sale of said merchandise.
Return Policy !To returns without invoice. No return on electrical parts. No return on special orders. 25% mstocking charge on returns. No returns after 30 days.
SIGNATURE DATEPITME
Please Remit Payment to HOEK STRA TRUCK EQUIPMENT PO BOX 2246 GRAND RAPIDS, MT 49501-2246
6162416664 6162411111
Page 2 of 2
invoice No.
Date
Order Type
Customer ID
Sales Person
Advisor
E301004188
912812018
Service Estimate
SIGNATURE FORD - BILL CAMPBELL -1 THORSEN, MICHAEL R
THORSEN, MICHAEL R
9/26/2018 12:11:23PM YEAR
MARE
SNOW
NET30
CUSTOMER UNIT A COMPONENT SIN IN SERVICE
I/1/2015
0' PRO PLUS STRAIGHT BLADE
ODOMETER IN
ODOMETER OUT
0
0
SSNOW
MODEL VIN
SNOW
HOEKSTRA MUNN t
260 36TH STREET SE GRAND RAPIDS, MI 49548
Phone: (616) 241-6664 Fax: (616) 241-1111
BILL TO
SIGNATURE FORD - BILL CAMPBELL 1960 E. MAIN OWOSSO, MI 48867
DELIVER TO
SIGNATURE FORD/LINCOLN/MERCURY I960 E. MAIN OWOSSO, MI 48867 P: (989) 725-2888
DATE PROMISED
DATE INVOICE SALES TYPE
UNIT ID
TERMS CUSTOMER REFERENCE
Estimate Operations
JOB #1 E102 SSNOW BUILD PLOW - STRAIGHT BLADE SERVICE EUILD PLOW - STRAIGHT BLADE,
GARDEN CITY BID
F-250
CITY ITEM DESCRIPTION UNIT PRICE EXTO PRICE
1 3016/76901 9 PRO PLUS W/QUAD
9' PRO PLUS BLADE ASSY
HEAVY DUTY STEEL MOLDBOARD REINFORCED PLOW BLADE STRUCTURE TRIP BLADE WITH SHOCK ABSORBERS STEEL BASE CHANNEL FOR STRENGTH OPTIONAL SNOW PLOW WINGS ISOLATION MODULE ULTRAMOUNTT 2 MOUNTING SYSTEM RELIABLE HYDRAULICS CHAIN LIFT SYSTEM INTUITIVE PLOW CONTROLS FLEET FLEX SECURITY GUARD NIGHTHAWK HALOGEN HEADLAMPS ULT'RAFINISH BAKED-ON POWDERCOAT 9' BLADE WIDTH / 31.5" HIGH 7' 9" PLOW WIDTH APPROX 837 LBS
4,480.00 4,480.00
LABOR E102 BUILD PLOW - STRAIGHT BLADE 510.00 510.00
Page 1 of 2
PLEASE NOTE
Disclaimers of Warranties Any warranties on the product sold herby are those made by the manufacturer. The seller hereby expressly disclaims all warranties, either express or implied, including any implied warranty of merchantability or fitness for a particular purpose and the seller neither assumes nor authorizes any other person to assume for it any liability in connections with the sale of said merchandise.
Return Policy No returns without invoice. No return on electrical parts. No return on special orders. 25% restocking charge on returns. No returns after 30 days.
HOEKSTRA EQUIPMENT
260 36TH STREET SE GRAND RAPIDS, MI 49548
Phone: (616) 241-6664 Fax: (616) 241-1111
Invoice No. Date
Order Type
Customer ID
Sales Person
Advisor
E301004188
9/2612018
Service Estimate
SIGNATURE FORD - BILL CAMPBELL -1
THORSEN, MICHAEL R
THORSEN, MICHAEL R
•
)) .
BILLED
LABOR $510.00 PARTS $4,480.00
MISC $0.00 SUBLET $0.00 SUBTOTAL $4,990.00
SHOP SUPPLIES $0.00
MISC SUPPLIES $0.00
TAX $0.00
TOTAL $4,990.00
SIGNATURE DATE/TIME
Please Remit Payment to: HOEKSTRA TRUCK EQUIPMENT
PO BOX 2246 GRAND RANDS, M149501-2246 6162416664 6162411111
Page 2 of 2
Doc Dougherty
DEPARTMENT(S): FINANCIAL: COMMISSION(S): CITY ATTORNEY: CITY MANAGER:
DATE: DATE: DATE: DATE: DATE: 10/3/2018
Date: 10/3/2018 OFFICE USE ONLY ITEM # /043 7 Council Meeting of DATE: 10/8/2018
Submitted To: Mayor and City Council Submitted By: Doc Dougherty, City Manager
TITLE / DESCRIPTION;OF ITEM Toolcat 5610 Utility Work Machine
IF ORDINANCE;- CITE TITLE/CHAPtER/SECTION(S))
GIL Acct. Number Fiscal Year Amount 2018-2019 2018-2019
$13,339.00 $53,358.18
202-202-977.000 203-203-977.000
FINANC1ALIMPACT-
PROPOSED RESOLUTION: To approve the purchase of a Toolcat 5610 Utility Work Machine, with attachments, from Carleton Equipment Company of Livonia, Michigan in the amount of $66,697.18.
ACTION REQUESTED BID/CONTRACT BOARD APPOINTMENT CEREMONIAL EXECUTE AGREEMENT FEE WAIVER LIQUOR LICENSE NEW/AMENDED ORDINANCE ON-STREET SALES OTHER
PERMIT PD CHANGE OF USE PD SITE PLAN PRESENTATION PROCLAMATION RESOLUTION REZONING SUPP/TRF APPROPRIATION PUB HEARING REQUIRED
X
REVIEW CHECKLIST.
CITY OF GARDEN CITY CITY COUNCIL AGENDA ITEM
REQUEST FORM
10/3/2018
Mayor and Council,
Attached, please find the bid tabulation for the purchase of a Toolcat 5610 Utility Work Machine for the DPS Department.
The vehicle will be used in the winter months to clear the sidewalks and walkways of all City properties of snow, as well as the City Park walking trail, and to sweep the dirt off of the street after a water main repair. In an effort to work smarter, not harder, the Toolcat will save man-power time and physical work by allowing our staff to work more efficiently.
In review of the attached bid tabulation, it appears that Carleton Equipment Company of Livonia, Michigan was the lowest and only bidder. Besides being advertised for two weeks on the City's website and the State-wide MITN Bid Network, the full bid specs were also mailed to the following companies:
City Administration
6000 Middlebelt Road Garden City, Michigan 48135
Phone: 734-793-1660 Fax: 734-793-1661
ynyw.gardencitynai.org
Carleton Equipment Company Bobcat Fleet/Sales Department 31231 Schoolcraft Road Livonia, MI 48150
Diuble Equipment Inc Attn: Fleet/Sales Department 4365 South Parker Road Ann Arbor, MI 48103
Bobcat of Motor City East Attn: Fleet/Sales Department 48135 Gratiot Ave Chesterfield, MI 48051
Carleton Equipment Bobcat Fleet/Sales Department 3380 Mack Road Saginaw, MI 48601
Bobcat of Lansing Attn: Fleet/Sales Department 3237 West Miller Road Lansing, MI 48911
Bobcat of Toledo Attn: Fleet/Sales Department 6763 Commodore Drive Walbridge, OH 43465
Doc Dougherty, City Manager
The cost for a Toolcat 5610 Utility Work Machine is $66,697.18. The cost will be spit 80/20 in the following manner:
$13,339 from 202-202-977.000 (Major Streets — Cap Outlay — Equip.) $53,358.18 from 203-203-977.000 (Local Streets — Cap Outlay — Equip.)
Recommended Action: Mayor & City Council
Randy Walker, Mayor Mark Jacobs, Mayor Pro-Tern Brian Earle, Council Member
Kelly Kerwin, Council Member Jaylee Lynch, Council Member
Patricia McKarge, Council Member- Pat Squires, Council Member
To approve the purchase of a Toolcat 5610 Utility Work Machine, with attachments, from Carleton Equipment Company of Livonia, Michigan in the amount of $66,697.18.
Thank you for the consideration,
Doc Dougherty
O
0
O z
0
o. z ci
c c) c a) w
L E Q.
O 3
ti O
DE
PA
RT
ME
NT
: A
dmin
istr
atio
n
P-4
CP. 00
C:D
as $-4
0
O CCJ
"C3
0
BID
OP
EN
ING
:
Fax:
BID PRICE SHEET
TOTAL PRICE, FOB DESTINATION, DELIVERED TO: City of Garden City City Hall 6000 Middlebelt Road Garden City, MI 48135
Please list the final price, including all accessories described above.
Bids must include: a) The Bid Price Sheet for bid vehicle b) Descriptive literature for bid vehicle c) Time-line for vehicle delivery
1: Unit price for One (1) Toolcat 5610 Utility Work Machine or Equivalent, with the following attachments: 3-Point Adapter, 48" Angle Broom, 60" Snow Blade, and 60" Snow Blower
The 2018 Unit Price = $ t Cpl 7Z /goArpAPIeVeravr
The 2019 Unit Price = $ more en jeg9 ;14,01, GreaSC -tit Ora., coy le hundrCe.1 don 0-!;.S Z j
Ltpolik rid o)e is ilecerIke.r..Z WV ernepfic;i15
Company Name: (a. r 17e ir.4? S-rdion,e44 CO . * 16"14P21e: /0 if //2o1(
Address: 3/ scherd20y-40- ri-
li 1/(7)4 lc, /14 7- grg--0
Contact Name: 2-36rf- /6'
Signatur
Telephone: 731/ V21- 99 fr
Federal Tax ID number. 3 72_31V6
GARDEN CITY, MICHIGAN
INVITATION TO BID
For
TOOLCAT 5610 UTILITY WORK MACHINE AND ATTACHMENTS
Bid Number: 2018-10-01-100 (2)
A Great Place to Call Home!
GARDEN CITY, MICHIGAN
Issue Date: 9/18/2018
City of Garden City Office of City Clerk-Treasurer
6000 Middlebelt Road Garden City, MI 48135
Telephone (734) 793-1620 Fax (734) 793-1621 [email protected]
Invitation For Bid
Number: (2)
Issue Date: 9/18/2018
TITLE: TOOLCAT 5610 UTILITY WORK MACHINE Page 1 of 5
INVITATION TO BID:
1. Notice is hereby given that Garden City will receive sealed bids at the Office of the Clerk/Treasurer, located at, 6000 Middlebelt Road, Garden City, Michigan 48135, on or before Monday, October 1, 2018 at 1:00 p.m. (EST) for Toolcat 5610 Utility Work Machine.
NO BIDS WILL BE ACCEPTED AFTER THE ABOVE DESIGNATED TIME.
2. Bids shall be submitted in a sealed envelope marked - SEALED BID: "TOOLCAT 5610 UTILITY WORK MACHINE".
3. Bids will be publicly opened and read on Monday, October 1, 2018, starting at 1:00 p.m. (EST).
4. Bids must include:
a) The Bid Price Sheet for bid vehicle b) Descriptive literature for bid vehicle c) Time-line for vehicle delivery
Two (2) copies of the SEALED BID PROPOSALS shall be delivered or mailed to:
City of Garden City Office of City Clerk-Treasurer
Attention: Toolcat 5610 6000 Middlebelt Road Garden City, MI 48135
Mark the outside of the envelope SEALED BID - "TOOLCAT 5610 UTILITY WORK MACHINE"
2
Garden City reserves full freedom (in addition to the right to reject any and all bids) in awarding bids to consider all available factors including, but not limited to, price, the provision of needed and unneeded features, usefulness to the using department and prior City experience. Hence, the City may award bids to other than the lowest bidder if in the judgment of the Garden City Council the interest of the City will be best served by award to another. Any required information not submitted with bids shall deem bid not responsive.
I certify that my bid meets these minimum specifications. This bid shall be valid and may not be withdrawn for a period of sixty (60) calendar days after the scheduled closing time for receiving bids.
Special Note: Any manufacturer's names, trade names, brand names, photos or catalog numbers used in the specifications are for the purpose of describing and establishing general performance and minimum quality levels. Such references are not intended to be restrictive. Bids are invited on these and comparable brands or products provided the quality of the proposed products meet or exceed the quality of the specifications listed for the item(s). The City reserves the right to determine the equivalency.
3
TOOLCAT 5610 UTILITY WORK MACHINE Minimum Specifications
QUANTITY: One (1) Vehicle
YEAR: 2018 or 2019
MAKE/MODEL: Toolcat 5610 Utility Work Machine or Equivalent
STANDARD EQUIPMENT ON 5610:
• Diesel Fuel • 3-Point Hitch • Rear PTO System • Horsepower - 61 hp • Travel Speed - 17 mph • Heater Air Conditioning • Work Lights • Enclosed Operator Cab (ROPS/FOPS) • Auxiliary Hydraulics • Bob-Tach Attachment System • Joystick Control • Hydrostatic Transmission • Air Conditioning • Cab Enclosure
ATTACHMENTS:
• 3-Point Adapter • 48" Angle Broom • 60" Snow Blade • 60" Snow Blower
Attachments: If bidder cannot provide an attachment, please state in your bid the equipment that is not being offered.
4
45-'76i)1111 Bobcat Product Quotation Quotation Number: HMM-11478v1 Date: 2018-10-01 09:16:12
Customer Name/Address: Bobcat Dealer ORDERS TO BE PLACED WITH:
Contract Holder/Manufacturer CITY OF GARDEN CITY
GARDEN CITY, MI 48136
Carleton Equipment Company Bobcat of Motor City, L 31231 SCHOOLCRAFT ROAD LIVONIA MI 48150 Phone: 734-421-9999 Fax: 734-261-9567
Clark Equipment Company dba Bobcat Company PO Box 6000, 250 E Beaton Dr West Fargo, ND 58078 Phone: 701-241-8719 Fax: 701-280-7860 Contact: Heather Messmer [email protected]
Description
Bobcat 5610 Adjustable Vinyl Seats All-Wheel Steer Automatically Activated Glow Plugs Auxiliary Hydraulics
• Variable Flow with dual direction detent Beverage Holders Bob-Tach Boom Float Cowl and Cowl Support Cruise Control Deluxe Equipment:
• Cab Enclosure with Heater and Air Conditioning • Deluxe Operator Canopy (Front Window, Rear
Window, Front Wipers, and 2-Electrical Power Port) • Deluxe Road Package (back-up alarm, turn signals,
flashers, tail lights, brake lights, rear view mirror, side mirrors, horn, lower engine guard, rear work light, and headlights)
Engine and Hydraulic Monitor with Shutdown Front Work Lights Full-time Four-Wheel Drive Horsepower Management Instrumentation:
• Hour meter, Job Hours, Speedometer, • Tachometer, Fuel Gauge, Engine • Temperature Gauge, and Warning Lights
Heavy Duty Battery High Flow Hydraulics and Attachment Control Kit Keyless Ignition System Power BobTach PTO Package (rear PTO-540 RPM, PTO Shield, PTO Tachometer) Three-Point Hitch Package (Three-Point, depth position gauge) Rear Remote Package (One set of poppet-style couplers, for use with implement hydraulics) Roll Over Protective Structure (ROPS) - Meets Requirements of SAE-11040 & ISO 3471 Falling Object Protective Structure (FOPS) - Meets Requirements of SAE-J1043 & IS03449, Level I Dome Light
Part No Qty Price Ea. Total M1223 1 $55,629,10 $55,629.10
Interior Trim Joystick, Manually Controlled with Lift Arm Float Lift Arm Support Limited Slip Transaxle Parking Brake, automatic Power Steering with Tilt Steering Wheel Radiator Screen Radio:
• AM/FM/Weatherbanb • Aux Input & Head Phone Jacks
Lower Engine Cover Rear Reciever Hitch Seat Belts, Shoulder Harness Spark Arrestor Muffler Storage Bins Suspension, 4-wheel independent Tires: 27 x 10.5-15 (8 ply), Lug Tread Toolcat Interlock Control System (TICS) Two-Speed Transmission Traction Control Machine Warranty: 12 Months, unlimited hours Bobcat Engine Warranty: Additional 12 Months or total of 2000 hours after initial 12 month warranty
3 pt. Hitch, Category ! & II 7110394 1 $986.68 $986.68
SB200 Snowblower - 60" Width M7001 1 $3,346.28 $3,346.28 --- 9.6 Hyd Motor Package (25 - 31 gpm) 10001-01•C04 1 $927.20 $927.20 60" Snow Blade 6906107 1 $1,667.44 $1,667.44 68" Angle Broom 6905805 1 $4,140.48 $4,140.48
Total of Items Quoted $66,697.18 Dealer Assembly Charges $0.00 Quote Total - US dollars $66,697.18
Notes:
*Prices off Michigan State Contract# 071B7700088. Contract Period: 01/13/17 THROUGH 01/12/21 *MUST Be a Member of the Ml Deal State Coop *Terms Net 30 Days. Credit cards accepted. *FOB: Destination within the 48 Contiguous States. *Delivery: 60 to 90 days from ARO. *State Sales Taxes apply. IF Tax Exempt, please include Tax Exempt Certificate with order. *TID# 38-0425350 *Orders Must be Placed With: Clark Equipment Company dba Bobcat Company, Govt Sales, 250 E Beaton Drive, PO Box 6000, West Fargo, ND 58078,
Prices & Specifications are subject to change. Please call before placing an order. Applies to factory ordered units only.
ORDER ACCEPTED BY:
SIGNATURE
DATED
PRINT NAME AND TITLE
PURCHASE ORDER #
SHIP TO ADDRESS:
BILL TO ADDRESS (if different than Ship To):
maw A Brand of Confidence Since 1938
Bobcat. DOMAN
•=165imphraiN, 517HE
TOOLCAT 5610 UTILITY WORK MACHINE
Time line for vehicle delivery : Please allow 4-8 weeks for delivery once order has been placed
Attachments not provided.
I cannot provide a 48" Angle Broom for a 5610 ToolCat it is not approved nor available for a machine this size. I did provide pricing for a 5610 ToolCat with an approved 68" Angle Broom and without. For a list of approved
attachments for the 5610 ToolCat please contact me. Once again thank you for this opportunity.
Ryan Barratt Territory Manager Livonia, Motor City West
(248) 767-0469
DOMAN—ORANGE IS THE NEW YELLOW
Michigan's Oldest Family Owned Construction Dealership - SINCE 1938
Serving Michigan with 6 Locations] KALAMAZOO - GRAND RAPIDS - SAGINAW - LIVONIA - CHESTERFIELD - JACKSON
CarletonEquipmentcom
Doc Dougherty
DATE: DATE: DATE: DATE: DATE: 10/3/2018
DEPARTMENT(S): FINANCIAL: COMMISSION(S): CITY ATTORNEY: CITY MANAGER:
G/L Acct. Number. Fiscal Year Amount 101-292-965.000 2018-2019 $32,219
Date: 10/3/2018 OFFICE USE ONLY ITEM # IDS; /0 Council Meeting of DATE: 10/8/2018
Submitted To: Mayor and City Council Submitted By: Doc Dougherty, City Manager
tet,ok-sownoN::OF ITEM Fire Department Ford Explorer XLT
IF ORDINANCE, :c.,:vtt:ftitiA/cHxrtER/$*c.Ti(:ii*Sj
, ovosEn Ids To approve the purchase of a Ford Explorer XLT from North Brothers Ford of Westland, Michigan in the amount of $32,219.
AtTION UESTED BID/CONTRACT BOARD APPOINTMENT CEREMONIAL EXECUTE AGREEMENT FEE WAIVER LIQUOR LICENSE NEW/AMENDED ORDINANCE ON-STREET SALES OTHER
PERMIT PD CHANGE OF USE PD SITE PLAN PRESENTATION PROCLAMATION RESOLUTION REZONING SUPP/TRF APPROPRIATION PUB HEARING REQUIRED
X
ANCJAbiTiVti!:'
EVIEWtc
CITY OF GARDEN CITY CITY COUNCIL AGENDA ITEM
REQUEST FORM
City Administration
6000 Middlebelt Road Garden City, Michigan 48135
Phone: 734-793-1660 Fax: 734-793-1661
www.gardencitymi.org
10/3/2018
Mayor and Council,
Attached, please find the bid tabulation for the purchase of a Ford Explorer XLT for the Fire Department.
The vehicle will replace the 2005 Chevy Blazer that is currently being used by the Fire Chief and has become very unreliable. Upon receipt of the new vehicle, the current vehicle will be sold at auction.
In review of the attached quotes, it appears that North Brothers Ford of Westland, Michigan was the lowest bidder. The cost for a 2019 Ford Explorer XLT is $32,219. The cost will be charged to account number 101-292-965.000.
Doc Dougherty, City Manager Recommended Action:
To approve the purchase of a Ford Explorer XLT from North Brothers Ford of Westland, Michigan in the amount of $32,219.
Thank you for the consideration,
Doc Dougherty
Mayor & City Council
Randy Walker, Mayor Mark Jacobs, Mayor Pro-Tern Brian Earle, Council Member
Kelly Kerwin, Council Member Jaylee Lynch, Council Member
Patricia McKarge, Council Member Pat Squires, Council Member
DE
PA
RT
ME
NT
: A
dmin
istr
atio
n
Mon
day
Oc t
ober
1, 2
018 1:00
PM
B
ID O
PE
NIN
G:
6,s z
00
kr;
71-
QS.
Ac
ON
E (
I) E
XP
LO
RE
R X
LT
z
N
ert
z La —
▪
o2 1 1 z—
• 0 co 111 Z 0 2
0. .
▪
71 ujEr Z c o m i- 0
w 0 -§
00
71: 00
14-)
FAIR
LAN
E F
OR
D
BID PRICE SHEET
TOTAL PRICE, FOB DESTINATION, DELIVERED TO: City of Garden City City Hall 6000 Middlebelt Road Garden City, MI 48135
Please list the final price, including all accessories described above.
1: Unit price for One (1) F250 XL Truck: $
2: Price for Five (5) F250 XL Trucks: $
3: Unit price for One (1) Explorer XLT: $
4: Unit price for One (1) Escape SE: $
C
Please bid appropriately, because the City reserves the right to award bids on an individual vehicle basis, or as a lump sum total for all listed vehicles.
Company Name: 1\_) YE Date:
Address:
Contact Name: f F i i--
Signature:
Telephone: :7'3 CI / :7- 0 3 Fax: 7 I/ - '0/ 456
Federal Tax ID number:
7
GARDEN CITY, MICHIGAN
INVITATION TO BID
For
SUPER DUTY TRUCKS, SUVs, & VEHICLES
Bid Number: 2018-10-01-100 (1)
A Great Place to Call Home!
GARDEN CITY, MICHIGAN
Issue Date: 9/18/2018
City of Garden City Office of City Clerk-Treasurer
6000 Middlebelt Road Garden City, MI 48135
Telephone (734) 793-1620 Fax (734) 793-1621 [email protected]
For Bid
Invitation
Number: (1)
Issue Date: 9/18/2018
TITLE: SUPER DUTY TRUCKS, SUVs, & VEHICLES Page 1 of 7
INVITATION TO BID:
1. Notice is hereby given that Garden City will receive sealed bids at the Office of the Clerk/Treasurer, located at, 6000 Middlebelt Road, Garden City, Michigan 48135, on or before Monday, October 1, 2018 at 1:00 p.m. (EST) for Super Duty Trucks, SUVs, & Vehicles.
NO BIDS WILL BE ACCEPTED AFTER THE ABOVE DESIGNATED TIME.
2. Bids shall be submitted in a sealed envelope marked - SEALED BID: "SUPER DUTY TRUCKS, SUVs, & VEHICLES".
3. Bids will be publicly opened and read on Monday, October 1, 2018, starting at 1:00 p.m. (EST).
4. Bids must include:
a) The Bid Price Sheet for bid vehicles b) Descriptive literature for bid vehicles c) Time-line for vehicle delivery
Two (2) copies of the SEALED BID PROPOSALS shall be delivered or mailed to:
City of Garden City Office of City Clerk-Treasurer
Attention: Super Duty Trucks, SUVs, & Vehicles 6000 Middlebelt Road Garden City, MI 48135
Mark the outside of the envelope SEALED BID - "SUPER DUTY TRUCKS, SUVs, & VEHICLES"
2
Garden City reserves full freedom (in addition to the right to reject any and all bids) in awarding bids to consider all available factors including, but not limited to, price, the provision of needed and unneeded features, usefulness to the using department and prior City experience. Hence, the City may award bids to other than the lowest bidder if in the judgment of the Garden City Council the interest of the City will be best served by award to another. Any required information not submitted with bids shall deem bid not responsive.
I certify that my bid meets these minimum specifications. This bid shall be valid and may not be withdrawn for a period of sixty (60) calendar days after the scheduled closing time for receiving bids.
Special Note: Any manufacturer's names, trade names, brand names, photos or catalog numbers used in the specifications are for the purpose of describing and establishing general performance and minimum quality levels. Such references are not intended to be restrictive. Bids are invited on these and comparable brands or products provided the quality of the proposed products meet or exceed the quality of the specifications listed for the item(s). The City reserves the right to determine the equivalency.
3
Explorer XLT
Minimum Specifications
QUANTITY: One (1) Explorer XLT — Fire Chief
YEAR: 2019
MAKE/MODEL: Ford Explorer XLT or Equivalent
COLOR: Ruby Red
ENGINE: 2.3L 1-4 EcoBoost® Engine
DRIVE: Four Wheel Drive — Intelligent 4x4
INTERIOR FEATURES: FABRIC: Medium Stone Cloth WINDOWS/LOCKS: Power Windows, Power Locks REAR WINDOW: Rear Window Defroster FLOOR LINER: Black Floor Liners, Cargo Mat ENTERTAINMENT: AM/FM Stereo/Clock, 4.2" LCD Productivity Screen,
Rear View Camera with Dynamic Hitch Assist, Sync
EXTERIOR FEATURES: SIDE-MIRROR: BLIS® (Blind Spot Info System) w/ Cross-traffic Alert RUNNING BOARDS: Running Boards - Black ROOF TOP: Roof Rail Crossbars SPLASH GUARDS: Splash Guards (Front and Back) WINDOW TINT: Medium Window Tint
PACKAGES: TOW PACKAGES: Trailer Tow Package — Class II INTERIOR: Driver Connect Package
5
MECHANICAL • Engine - 3.5L Ti-VCT V6 • Four-Wheel Disc Brakes with Anti-Lock Brake System (ABS) • Transmission 6-Speed Automatic with SelectShift® Capability
EXTERIOR • 18.6 Gallon Fuel Tank • Black - Molded-in-Color
— Door Handles — Lower Bodyside Cladding - Wheellip Molding
• Body-Color — Bumpers, Front and Rear (Body-Color Upper, Black Lower) — Spoiler
• Chrome Liftgate Appliqué • Configurable Daytime Running Lamps (DRL) (Activates LED Low
Beam Headlamps with Courtesy Delay) • Easy Fuel® Capless Fuel Filler • Front Air Curtain • Grille - Dark Foundry Gray Mesh Insert with Chrome Bars • Laminate Glass - Front-Row Side Windows • LED Taillamps • Privacy Glass - Second Row, Third Raw and Liftgate • Rear Bumper Step Pad -Molded-In-Color Black • Roof-Mounted Antenna • Roof-Rack Side Rails - Black • Skid Plate Elements, Front and Rear Molded-in-Color Black • Tires
— P245/60R18 Alf-Season (NS) BSW — Mini Spare
• Wheels -18" Five-Spoke Sparkle Silver-Painted Aluminum • Wipers
— Windshield - Variable Intermittent/Continuous — Rear Window - Single-Speed Intermittent/Continous
INTERIOR/COMFORT • Black Metallic Center Stack • Center Floor Console - Front
— Armrest — Storage Bin with Lid
• Climate Control — Cabin Particulate Air Filter — Manual Single Zone — Rear Auxiliary Controls
• Cruise Control • Cupholders -10 • Dark Galvano Instrument Panel and Appliqués, Door/Interior Trim
and Appliqués • Door-Sill Scuff Plates, Front and Rear- Black Molded-in-Color
(MIC), embossed with "EXPLORER" • Driver and Front Passenger Seat Back Map Pockets • Driver's Side Footrest • Floor Mats - Color-Keyed Carpet, Front and Rear • Grab Handles - Front-Passenger; Second Row-two (2),
includes Coat Hooks • Illuminated Visor Vanity Mirrors (Driver and Front Passenger) • Instrument Panel Cluster
— 4.2" Productivity Screen — Message Center — Outside Temperature Display — Trip Computer
• Leather Gear Shift Knob • Lighting
— Front Overhead Console Mounted Map Lights — Illuminated Entry System with Courtesy Lamp Delay — Rear Cargo Area Light — Second and Third Row Dome Lights
• Locking Glove Box • Overhead Console with Sunglasses Storage ▪ Powerpoints (12V) - four (4)
— Front row; one (1) in Media Hub, one (1) in front center console
— Second row; one (1) in rear section of center console — Rear Cargo Area; one (1)
INTERIOR/COMFORT (continued) • Seats
— Cloth — Front Row Buckets — 8-way Power Driver's Seat (includes Power Lumbar and
Manual Recline) — 4-way Manual Front Passenger (includes Manual Recline) — Second Row - 60/40 Split-Fold-Flat and Reclining Bench
(Manual fare/aft adjustable seat on "40" section only) — Third Row-50/50 Split-Fold-Flat
• Steering Column-Manual Tilt/Telescoping • Steering Wheel Mounted Features
— 5-Way Controls — Audio Controls — Cruise Controls
• Windows, Power -Front One-Touch-Up/Down Feature (door mounted controls)
SAFETY/SECURITY • AdvanceTrac® with RSC® (Roll Stability Controrm) • Airbags
— First Row: Driver and Passenger Dual-Stage Front, Front-seat Side and Passenger Knee
— All Rows: Safety Canopy® Side-Curtain with Rollover Sensor Note: The Irtflatable Rear Safety Baits (Second Row Outboard
Sealing Positions) feature is available on all series. • Center High-Mounted Stop Lamp (CHMSL) • Curve Control • Day/Night Rearview Mirror - Manually Adjustable • Door Locks, Power
— Autolock/Autounlock — Child-Safety Rear
• Head Restraints — Four-Way Manually Adjustable Driver and Front-Passenger
(Two-way up/down when Dual-Headrest Rear Seat Entertainment System (50S) is ordered)
— Two-Way Manually Adjustable Second and Third Row (Left and Right; Second Row Center Head Restraint is fixed position)
• Headlamps — LED Low Beams with Courtesy Delay — Halogen Reflector High Beams — Wiper-Activated
• Hooks — Cargo Net- Four (4) — Load Floor Tie-Down - Four (4)
• Individual Tire Pressure Monitoring System (ITPMS) • LATCH (LowerAnchors and Tether Anchors for Children) on
Second Row Outboard and Third Row Passenger Side Seating Positions
• Mirrors, Sideview- Power/Heated Glass, Manual-Folding with Integrated Blind Spot Mirrors and Black Molded-in-Color Caps
• MyKey® • Personal Safety System TMI • Rear View Camera with Backup Assist Grid Lines and Washer • Rear-Window Defroster and Washer • Safety Belts
— Front Row- Belt-Mindent (Front Safety Belt Reminder) — Front Row-Adjustable Height — Second Raw- Outboard and Center Seat Shoulder — Third Row- Outboard
• SecuriLock® Passive Anti-Theft System (PATS) (Explorer Base Series Only)
• SOS Post-Crash Alert SystemTM • Trailer Sway Control
Personal Safety System TM for driver and front passenger includes dual-stage front airbags, safety belt pretensioners, safety belt energy-management . retractors, safety belt usage sensors, driver's seat position sensor, crash severity sensor, restraint control module and Front-Passenger Sensing System.
09/0 1 /1 8
2019 EXPLORER BASE
PROPRIETARY
STANDARD EQUIPMENT The following features are standard on the 2019MY Explorer:
New for this model year
- 3 -
Ford Division
MECHANICAL • Heavy-Duty Front Brake Calipers (Rear are Standard Duty)
EXTERIOR • Door Handles – Body-Color • Grille –Silver-Painted Mesh Insert with Chrome Bars • Lower Bodyside Cladding – Black with Chrome Accent • Roof-Rack Side Rails – Silver • Skid Plate Elements, Front and Rear — Molded-in-Color
Silver • Wheels
— 18' Five-Spoke Sparkle Silver-Painted Aluminum (FWD only)
— 18" Five-Split-Spoke Sparkle Silver-Painted Aluminum (4WD only)
INTERIOR/COMFORT • Galvano Instrument Panel and Appliques, Door/Interior Trim
and Appliqués • Seats
— Unique Cloth — 10-way Power Drivers (includes Power Lumbar and
Recline) — 6-way Power Passenger (includes Manual Recline) — Second Row Armrest
• Steering Wheel – Leather-Wrapped
SAFETY/SECURITY • Perimeter Alarm
DRIVER ASSIST TECHNOLOGY • Hill Descent ConirolTm (4WD Only) • Reverse Sensing System
FUNCTIONAL • 72 AH Battery • Audio – SiriiisXNAR Radio
Note: includes a six (6)-month prepaid subscription. Service is not available in Alaska and Hawaii.
Note: SiriusXM audio and data services each require a subscription sold separately, or as a package, by Sirius XM Radio Inc. If you decide to continue service after your trial, the subscription plan you choose will automatically renew thereafter and you will be charged according to your chosen payment method at then-current rates. Fees and taxes apply. To cancel you must call SiriusXM at 1-866-635-2349. See SiriusXM Customer Agreement for complete terms at www.siriusxm.corn. All fees and programming subject to change. Sirius, XM and all related marks and logos are trademarks of Sirius XM Radio Inc.
• Intelligent Access with Push-Button Start • SecuriCodem Keyless-Entry Keypad
06/11/18 2019 EXPLORER XLT STANDARD EQUIPMENT
PROPRIETARY
Includes all Base standard equipment, plus:
,* = New for this model year - 6 - Ford Division
G/L Acct. Number Amount Fiscal Year 101-292-965.000 $22,831 2018-2019
DATE: DATE: DATE: DATE: DATE: 10/3/2018
DEPARTMENT(S): FINANCIAL: COMMISSION(S): CITY ATTORNEY: CITY MANAGER: Doc Dougherty
REVIEW CHECKLIST
FINANCIAL- iMPACT
PROPOSED:RESOLUTION To approve the purchase of a Ford Escape SE from North Brothers Ford of Westland, Michigan in the amount of $22,831.
ACTION REQUESTEb BID/CONTRACT BOARD APPOINTMENT CEREMONIAL EXECUTE AGREEMENT FEE WAIVER LIQUOR LICENSE NEW/AMENDED ORDINANCE ON-STREET SALES OTHER
PERMIT PD CHANGE OF USE PD SITE PLAN PRESENTATION PROCLAMATION RESOLUTION REZONING SUPP/TRF APPROPRIATION PUB HEARING REQUIRED
X
TITLE ;1,11ESCRIPTION OF ITEM (IF ORDINANCE, CITE TITLE/CH PWR/SEcTION(S)) Fire Department Ford Escape SE
CITY OF GARDEN CITY CITY COUNCIL AGENDA ITEM
REQUEST FORM
Submitted To: Submitted By:
Mayor and City Council Date: 10/3/2018 OFFICE USE ONLY Doc Dougherty, City Manager ITEM # /V 6
Council Meeting of DATE: 10/8/2018
City Administration
6000 Middlebelt Road Garden City, Michigan 48135
Phone: 734-793-1660 Fax: 734-793-1661
www.gardencitymi.org
Doc Dougherty, City Manager
10/3/2018
Mayor and Council,
Attached, please find the bid tabulation for the purchase of a Ford Escape SE for the Fire Department.
The vehicle will replace the 2001 Ford Crown Victoria that was used by the former Fire Marshall ten years ago. While expecting to hire a new Fire Marshall within the next few weeks, the new Ford Escape will become the new Fire Marshall vehicle. Upon receipt of the new vehicle, the current vehicle will be sold at auction.
In review of the attached quotes, it appears that North Brothers Ford of Westland, Michigan was the lowest bidder. The cost for a 2019 Ford Escape SE is $22,831. The cost will be charged to account number 101-292-965.000.
Recommended Action:
To approve the purchase of a Ford Escape SE from North Brothers Ford of Westland, Michigan in the amount of $22,831.
Thank you for the consideration,
Doc Dougherty
Mayor & City Council
Randy Walker, Mayor Mark Jacobs, Mayor Pro-Tern Brian Earle, Council Member
Kelly Kerwin, Council Member Jaylee Lynch, Council Member
Patricia McKarge, Council Member Pat Squires, Council Member
DE
PA
RT
ME
NT
: A
dmin
istr
atio
n
Mon
day
Oct
o ber
1, 2
018
1:00
PM
B
ID O
PE
NIN
G:
AO 1-1
.rn 00
N
bA
a. A
z 0 Ii L_j ° 0 CC ILI CC LL
1.1.1 W
BID PRICE SHEET
TOTAL PRICE, FOB DESTINATION, DELIVERED TO: City of Garden City City Hall 6000 Middlebelt Road Garden City, MI 48135
Please list the final price, including all accessories described above.
1: Unit price for One (1) F250 XL Truck: $
3671 iaa
2: Price for Five (5) F250 XL Trucks: $
3: Unit price for One (1) Explorer XLT: $
4: Unit price for One (1) Escape SE: $ AS
Please bid appropriately, because the City reserves the right to award bids on an individual vehicle basis, or as a lump sum total for all listed vehicles.
Company Name: IQ) 0 r—t- \ Ofkix) to-S"
Address:
id Date:
s a M 4 I
Contact Name:
Signature:
Telephone:
A n (IV I (V)V1-11-- er_5; - /91
3 4"-1 - 5.) - q Fax: 73 Lif - 444-d /506—
Federal Tax ID number:
7
GARDEN CITY, MICHIGAN
INVITATION TO BID
For
SUPER DUTY TRUCKS, SUVs, & VEHICLES
Bid Number: 2018-10-01-100 (1)
A Great Place to Call Home!
GARDEN CITY, MICHIGAN
Issue Date: 9/18/2018
City of Garden City Office of City Clerk-Treasurer
6000 Middlebelt Road Garden City, MI 48135
Telephone (734) 793-1620 Fax (734) 793-1621 [email protected]
Invitation For Bid
Number: (1)
Issue Date: 9/18/2018
TITLE: SUPER DUTY TRUCKS, SUVs, & VEHICLES Page 1 of 7
INVITATION TO BID:
1. Notice is hereby given that Garden City will receive sealed bids at the Office of the Clerk/Treasurer, located at, 6000 Middlebelt Road, Garden City, Michigan 48135, on or before Monday, October 1, 2018 at 1:00 p.m. (EST) for Super Duty Trucks, SUVs, & Vehicles.
NO BIDS WILL BE ACCEPTED AFTER THE ABOVE DESIGNATED TIME.
2. Bids shall be submitted in a sealed envelope marked - SEALED BID: "SUPER DUTY TRUCKS, SUVs, & VEHICLES".
3. Bids will be publicly opened and read on Monday, October 1. 2018, starting at 1:00 p.m. (EST).
4. Bids must include:
a) The Bid Price Sheet for bid vehicles b) Descriptive literature for bid vehicles c) Time-line for vehicle delivery
Two (2) copies of the SEALED BID PROPOSALS shall be delivered or mailed to:
City of Garden City Office of City Clerk-Treasurer
Attention: Super Duty Trucks, SUVs, & Vehicles 6000 Middlebelt Road Garden City, Ml 48135
Mark the outside of the envelope SEALED BID - "SUPER DUTY TRUCKS, SUVs, & VEHICLES"
2
Garden City reserves full freedom (in addition to the right to reject any and all bids) in awarding bids to consider all available factors including, but not limited to, price, the provision of needed and unneeded features, usefulness to the using department and prior City experience. Hence, the City may award bids to other than the lowest bidder if in the judgment of the Garden City Council the interest of the City will be best served by award to another. Any required information not submitted with bids shall deem bid not responsive.
I certify that my bid meets these minimum specifications. This bid shall be valid and may not be withdrawn for a period of sixty (60) calendar days after the scheduled closing time for receiving bids.
Special Note: Any manufacturer's names, trade names, brand names, photos or catalog numbers used in the specifications are for the purpose of describing and establishing general performance and minimum quality levels. Such references are not intended to be restrictive. Bids are invited on these and comparable brands or products provided the quality of the proposed products meet or exceed the quality of the specifications listed for the item(s). The City reserves the right to determine the equivalency.
3
Escape SE
Minimum Specifications
QUANTITY: One (1) Escape SE — Fire Marshall
YEAR: 2019
MAKE/MODEL: Ford Escape SE or Equivalent
COLOR: Ruby Red
ENGINE: 1.5L EcoBoost® Engine with Auto Start-Stop Technology
DRIVE: Four Wheel Drive — Intelligent 4x4
INTERIOR FEATURES: FABRIC: Charcoal Black Cloth WINDOWS/LOCKS: Power Windows, Power Locks REAR WINDOW: Rear Window Defroster FLOOR LINER: Black Floor Liners, Cargo Mat ENTERTAINMENT: AM/FM Stereo/Clock, 4.2" LCD Productivity Screen,
Rear View Camera with Dynamic Hitch Assist, Sync
EXTERIOR FEATURES: SIDE-MIRROR: BUS® (Blind Spot Info System) w/ Cross-traffic Alert SPLASH GUARDS: Splash Guards (Front and Back) WINDOW TINT: Medium Window Tint
PACKAGES: INTERIOR: Ford Safe and Smart Package
6
09/0 1 /1 8 2019 ESCAPE SE PROPRIETARY
STANDARD EQUIPMENT ALL S EQUIPMENT PLUS:
MECHANICAL • Engine - 1.5L EcoBoost® with Auto Start-Slop Technology
EXTERIOR - • Beftline Molding Bright
• Door Handles - Body-Color • Exhaust Tips, Dual - Chrome • Fog Lamps • Grille, Upper- Painted Silver Bars and Plinth with Chrome
Bar Insert and Chrome Surround • Privacy Glass - Second Row Side and Liftgate • Skid Plates - Molded-in-Color Silver, Front and Rear • Tires - 235/55R17 Low-Rolling-Resistance Ali-Season (NS)
BSW • Wheels - 17" Sparkle Silver-Painted Aluminum
INTERIOR/COMFORT • Acoustic Laminate Glass - Front-Row Side Windows • Climate Control - Dual-Zone Electronic Automatic
Temperature Control (DEATC) with Rear Air Duct • Seats
— Unique Cloth — Heated Front Row — 10-Way Power Driver Seat (includes Power Lumbar and
Power Recline) — Rear Center Armrest (Fold-Down with Two (2)
Cupholders) • Sliding Sun Visors with Illuminated Vanity Mirrors (Driver and
Front Passenger) • Storage - Second Row: Driver Seat Back Map Pocket • Windows, Power - One-Touch-Up/Down Front and Rear
SAFETY/SECURITY • Mirrors, Sideview - Power Glass with Integrated Blind Spot
Mirrors and Gloss Body-Color Caps (integrated Blind Spot Mirrors not included when equipped with BLIS®)
• Perimeter Alarm
DRIVER ASSIST TECHNOLOGY * FordPassTM Connect 4G Wi-Fi Modem
— Wi-Fi® hotspot connects up to 10 devices1 — Remotely start, lock and unlock vehicle2 — Schedule specific times to remotely start vehicle2 — Locate parked vehicle2 — Check vehicle status2
• SYNC® 3 — Enhanced Voice Recognition Communications and
Entertainment System — 8" LCD Capacitive Touchscreen in Center Stack with
Swipe Capability — AppLink® — 911 Assist® — Apple CarPlay114 and Android AutoTM Compatibility — Smart-Charging USB Ports -two (2)
' Includes atrial subscription of 3 months or 3 gigabytes -whichever comes first. Wireless Service Plan required after trial subscription ends.
2 Includes service for one (1) year from the vehicle sale date as recorded by the dealer.
•
* * * •
FUNCTIONAL Audio - SiriusXM® Radio Note: Includes a six (5)-month prepaid subscription. Service is not
available in Alaska and Hawaii, Note: SiriusXM audio and data services each require a subscription
sold separately, or as a package, by Sirius XM Radio Inc. It you decide to continue service after your trial, the subscription plan you choose will automatically renew thereafter and you will be charged according to your chosen payment method at
then-current rates. Fees and taxes apply. To cancel you must call SiriusXM at 1-566-635-2349. See SiriusXM Customer
Agreement for complete terms at vwvw.siriusxrn.com. All tees and programming subject to change. Sirius, XM and all related marks and logos are trademarks of Sirius XM Radio Inc.
Intelligent Access with Push-Button Start Keyless-Keysots - Passive Keys, Two (2) Remote Start System SecuriCodeTm Keyless-Entry Keypad
rk- =. New for this model year - 7 - Ford Division