Académique Documents
Professionnel Documents
Culture Documents
Committee Room
FINANCE COMMITTEE
ROLL CALL
SPECIAL ORDER
Special Order to allow John Young, City of Flint water treatment advisor, to answer
questions regarding the water system, the Water Infrastructure Improvements for
the Nation (WIIN) grant and project funding.
RESOLUTIONS
Resolution resolving that all damage claims over $2,500.00 must be submitted to
the City Council for approval prior to disposition. INOTE: The City Council wishes
to be more involved in decisions regarding damage claims.1
Resolution resolving that all damage claims shall be processed by the City
Attorneys Office and only those claims over $10,000.00 shall be referred to the
City Council prior to disposition. [Administration Submission No. CA3672017]
Resolution resolving that the Flint City Council hereby approve a land use lease
agreement with Florence Cement Co., for a maximum of eight (8) months, at a rate
of $3,000.00 per month, as requested by Water Pollution Control, and to credit
WPC Revenue Acct. No. 590-550.100-677.000 with revenue generated from this
agreement. [NOTE: The Lease Agreement states that the Florence Cement Co.
desires to lease approximately two acres of land located within the treatment
plants fenced perimeter, located at G-4652 Beecher Road, for a temporary,
concrete batching plant on the property, near its Linden Road gate, during the
reconstruction of Linden Road.]
Resolution resolving that the proper city officials, upon City Councils approval, are
hereby authorized to enter into a contract with Cole Auction House for
internet/online gun auctioning services, in which the city will receive 92 percent of
the sales of guns and said vendor will receive eight (8) percent, with proceeds
being credited into General Fund Acct. No. 101-305.200-649.000, as requested by
Police. [NOTE: The bid went out two years ago and SSL Firearms Corp. has
confirmed they will honor the terms of the original submission].
Resolution resolving that the Department of Transportation, upon the City Councils
approval, is hereby authorized to pre-qualify the following engineering firms to
provide engineering services for major construction projects on an annually
renewable basis until June 30, 2019, and to solicit letters of interest from the
pre-qualified engineering firms to determine who will be selected to perform
engineering services for each scheduled construction project as they emerge: Fleis
& Vandenbrink Engineering, Inc., Flint; Hubbell, Roth & Clark, Inc., Bloomfield Hills;
Johnson & Anderson, Flint; OHM, Flint; Rowe Professional Services Co., Flint; and
Wade Trim, Inc., Flint.
Councils approval, to issue a purchase order to Gorno Ford for four (4) Ford
medium-duty trucks, with up-fitting, in an amount NOT-TO-EXCEED $219,486.00,
as requested by FleetjWater Service Center [Fleet/Central Garage Fund Acct. No.
661-451.100-977.500]. [NOTE: According to the Staff Review, four vehicles will be
removed from service and sold at auction for an estimated $7,000.00 to
$10,000.00.]
they were for, how much they received and how much they owe. fReferral Action
Date: 1/18/2017 Finance Committee Meeting]
170057 Referral/Status/Grants
Referral by Councilperson Fields to ADMIN/FINANCE, re: She would like all 677
payments made in November and December 2016. [Referral Action Date:
1/1 8/2017 Finance Committee MeetingJ
Referral by Councilperson Mays to CITY CLERK: re: He asks for the written
protocol on grants (what has to be approved by council). [Referral Action Date:
3/8/2017 @ Finance Committee Meeting]
ADJOURNMENT
PRESENTED: 3/13/2017
ADOPTED:
WHEREAS, the city desires to effectively and efficiently process all damage claims against the city;
and
WHEREAS, the city wishes to better manage its financial resources; and
WHEREAS, the City Council, as the legislative body, needs to be more involved in the decision-
making process prior to payment of large damage claims.
THEREFORE, BE IT RESOLVED, that all damage claims over $2,500.00 must be submitted to the
City Council for approval prior to disposition.
WHEREAS, the City desires to effectively and efficiently process all damage claims against the
City, and
WHEREAS, it is the Citys desire to better manage its resources, both human and financial,
THEREFORE BE IT RESOLVED, that all damage claims shall be processed by the City
Attorneys Office and only those claims over $10,000 shall be referred to City Council prior to
disposition.
CITY COUNCIL:
The DPW Water Pollution Control Division desires to enter into a land use lease
agreement for approximately two acres with Florence Cement Company for a maximum
of eight- (8) months for a concrete batch facility and staging area during the reconstruction
of Linden Road.
The eight- (8) month land use lease is estimated to begin prior to April 1, 2017 and will
require payments of $3,000.00 per month. The first months payment is to be received
prior to the first day of land use lease period and monthly thereafter.
IT IS RESOLVED, that the Flint City Council hereby approve a land use lease agreement
with Florence Cement Company, 12585 23 Mile Road, Shelby Township, Michigan for a
maximum of eight- (8) months, at a rate of $3,000.00 per month. The revenue generated
from this agreement is to be credited to WPC revenue account 590-550.100-677.000.
ngela heeler
JJJ Da~id Sabuda,
Interim Chief Legal Officer Interim Chief Financial Officer
THIS AGREEMENT made and entered into as to the effective date of this agreement to and
between the City of Flint, a Michigan Municipal Corporation (hereinafter referred to as the City)
and Florence Cement Company (hereinafter referred to as Lessee).
OWNE1VLESSOR LESSEE
City of Flint, a Michigan Florence Cement Company
1101 S. SaginawStreet 12585 23 MileRoad
Flint, Michigan 48502 Shelby Township, Michigan 48315
THE CITY of Flint, headquartered at 1101 South Saginaw Street, City of Flint, Genesee
County, Michigan, is the owner of various public facilities, including its Water Pollution Control
Facilities, headquartered at 0-4652 Beecher Road, Flint Township, Michigan 48532.
THE LESSEE is a corporation that desires to lease approximately two acres of land
located within the treatment plants fenced perimeter located at 0-4652 Beecher Road, at the NE
corner of Beecher and Linden Roads. The Lessee intends to place a temporary, concrete batching
plant on the property, near its Linden Road gate. The batch plant is to be utilized solely for the
purpose of repaving and reconstruction of Linden Road, from Calkins Road to Corunna Road, a
MDOT project. This project will begin during April or May, 2017. As a condition of the lease,
Florence Cement agrees (A) to restore the property to its Owners satisfaction and current
condition; (B) will defend and hold the City of Flint harmless for any claims which may arise
because of Florence Cements batch plant operation, and (C) will pay S7.00/ccf for potable water
used for this operation. Florence Cement will use the existing gate which enters from Linden Road
for ingress and egress to the property, and will be responsible for traffic control as necessary.
THE PARTIES desire to enter into a Lease Agreement for use of the Facility by Lessee
in accordance with the following terms and conditions:
1. TERM: The term of this agreement shall be for a maximum of eight48~ months.
and is not reassignable. If there are any modifications to this agreement it wilL be documented and
amended to this contract.
2. LEASE OF PREMISES: The City covenants that it has lawful title and right to
make this Agreement for the term aforesaid and that it will defend Lessee in the enjoyment and
peaceful possession of the Facility during said term so long as Lessee shall not be in default in
performing the covenants and agreements pursuant to this Agreement.
Page lof 6
Lease Agreement
Florence Cement Company WPC Land Use
3. RENT: In consideration of the exclusive right to lease the Land, Lessee shall pay
$ 3,000.00 per month. The first payment to be made prior to Florence Cement occupying the property
and subsequent payments will be made on the same date of each succeeding month.
4. UTILITIES: The City shall provide water service to the Lessee at a volume and
pressure similar to a fire hydrant. AU water usage shall be metered and Lessee will pay the City
for it at the rate of $7.00 per ccf of water.
7. USE: The City leases the Facility aand only, as described above) to Lessee on the
condition that the premises are to be used to carry out the purposes set forth below:
a. Lessee agrees that he/she will not use the Facility for any purpose in
violation of any law, municipal ordinance or regulation. Upon any breach of this
Agreement, the City may at its option terminate this Agreement forthwith and re-enter and
repossess the Facility,
b. Lessee covenants and agrees that his/her activities and those of his/her
officers, agents and employees upon the leased premises shall be conducted with moral
propriety and good taste, his/her officers, agents and employees will terminate any activity
deemed by the City, in its sole discretion, to be contrary to such Agreement of Lessee.
Page 2 of 6
Lease Agreement
florence Cement Company WPC Land Use
8. CONTINUING FIRST LIEN: The City shall have a continuing first lien upon all
personal property of Lessee situated at any time upon the leased premises herein referred to as the
Facility so as to further secure utility payments due and owing and any other sums which may
become due and owing by Lessee to the City under the provisions of this Agreement; and, Lessee
agrees that she shall cause to be executed any instrument deemed necessary for recording purposes
so as to secure said continuing first lien to the City.
The City also has the right to pursue any and all other legal options to recover any sums
which may become due and owing by Lessee to the City.
d. Lessee shall furnish the City with two certificates of insurance for all
coverages requested and with original endorsements for those policies requiring the
Additional Insured status. All certificates of insurance must provide the City with not less
than thirty (30) days advance written notice in the event of cancellation, non-payment of
premium, non-renewal or any material change in policy coverage. In addition, the working
endeavor to and but failure to mail such notice shall impose no obligation or liability of
any king upon the company, its agents or representatives must be removed from the
Page 3 of 6
Lease Agreement
Florence Cement Company WPC Land Use
standard ACORD cancellation statement. These certificates must identi~ the City of Flint,
Risk Management Division as the Certificate Holder. Lessee must provide, upon
request, certified copies of all insurance policies, If any of the above coverages expire
during the term of this contract, Lessee shall deliver renewal certificates andlor policies to
the City at least ten (10) days prior to the expiration date.
Notices to Lessee shall be deemed sufficient if in writing and delivered by hand or sent by
registered or certified mail, postage prepaid, addressed to: Anthony Sarotte, P.E.. Florence
Cement Company. 12585 23 Mile Road. Shelby Township, Michigan 48315 or to such
other address as may be designated in writing by Lessee from time-to-time.
13. NON-ASSIGNABILITY: Lessee shall not assign or transfer any interest in this
contract without the prior written consent of the City thereto provided, howevei that claims for
money due or to become due to the City from Lessee under this Agreement may be assigned to a
bank, trust company, or other financial institution without such approval. Notice of any such
assignment or transfer shall be furnished promptly to Lessee.
14; ARBITRATION: Lessee agrees that for all claims, counterclaims, disputes, and
other matters arising out of or relating to this agreement, Lessee must request the Citys consent
to arbitrate within 30 days from the date the Lessee knows or should have known the facts giving
rise to the claim, dispute or question.
b. Within 60 days from the date a request for arbitration is received by the
City, the City shall inform Lessee whether it agrees to arbitrate. If the City does not
consent, Lessee may proceed with an action in the appropriate court. If the City does
consent, then within 30 days of the consent each party shall submit to the other the name
of one person to serve as an arbitrator. The two arbitrators together shall then select a third
Page4of6
Lease Agreement
florence Cement Company WPC Land Use
person, the three together shall then serve as a panel in all proceedings. Any decision
concurred in by a majority of the three shall be a final binding decision. The Citys failure
to respond to a timely, conforming request for arbitration is deemed consent to arbitration.
c. The costs of the arbitration shall be split and borne equally between the
parties and such costs are not subject to shifting by the arbitrator.
d. The remedy for Lessees failure to comply with this provision is dismissal
of the action.
15. GOOD STANDING; Lessee must remain current and not be in default of any
obligations due the City, including but not limited to, the payment of taxes, fines, penalties,
licenses or other monies due to the City. Violations of this clause shall constitute a substantial and
material breach of this Agreement. Such breach shall constitute good cause for the termination of
this Agreement should the City determine to terminate on a basis other than conveniences.
Page 5 of 6
Lease Agreement
Florence Cement Company WPC Land Use
IN WITNESS WHEREOF, the City has caused these presents to be executed by its duly
authorized agent, and Lessee has executed these presents, or has caused the same to be executed
on its behalf by its agent, duly authorized, all in triplicate and on the day and year first above
written.
Title:_______________________________ ____________________
Date:______________
.47)17
Sylvester Jones Jr. Date
City Administrator
APPROVED AS TO FORM:
Page 6of6
Lease Agreement
florence Cement Company WPC Land Use
(Proposal #1 5000569) SUBMISSION NO.: ~ 712!?
PRESENTED: ___________________
ADOPTED: ____________________
The Department of Purchases & Supplies solicited a proposal for internet/on-line gun
auctioning services as requested by Police Department two years ago; and
SSL Firearms Corp., 2851 James P. Cole, Flint, MI submitted the highest responsive
proposal to receive revenue from the sale of guns fitm six submittals and has confirmed they will honor
the terms of the original submission. Proceeds from auction will he credited into following account: 101-
305.200-649.000; and
IT IS RESOLVED, that the Proper City Officials, upon City Councils approval, are hereby
authorized to enter into a contract with Cole Auction House for internet/on-line gun auctioning services in
which the City will receive 92% of the sales of guns and said vendor will receive 8%. (General Fund)
4~ 64
Derricl~ J n ,Purchasing Manager Day d L. Sabuda, Chief Financial Officer
______ hgela 4ijkttlk
_____
FY17 DFJ
RESOLUTION STAFF REVIEW
DATE: 04/12/17
Agenda Item Title: SSL Firearms Auctioneer services for firearms & related equipment
Staff Person:
J
I- ~
~y- ,
/70/F
(Proposal #17-534) SUBMISSION NO.: S YcZc2 O 17
PRESENTED:
ADOPTED:
The Department of Purchases and Supplies has solicited a proposal for professional engineering services as
requested by the Department of Public Works, and
The proposal stated the Department of Public Works reserves the right to pre-qualify the responsive bidders as
the engineering firms who will be ulilized to provide engineering services for major construction projects for a three year period that
will end June 30, 2019. The City also reserved the right to solicit letters of interest from the pro-qualified engineering firms to
determine who will be selected to perform engineering services for each scheduled construction project; and
The Department of Public Works is requesting authorization to pre-qualify the following engineering firms to
provide engineering services for major construction projects on an annually renewable basis until June 30, 2019, and to solicit letters
of interest from the prequalified engineering firms to determine who will be selected to perform engineering services for each
scheduled construclion project as they emerge:
IT IS RESOLVED, that the Department of Transportation, upon City Councils approval, is hereby authorized to
pre-qualify the following engineering firms to provide engineering services for major construction projects on an annually renewable
basis until June 30, 2019. and to solicit letters of interest from the pre-qualified engineering firms to determine who will be selected
to perform engineering services for each scheduled construction prqect as they emerge:
\ OVL A 10 ORAl
ilterin tier!.
FY17 - KRN
RESOLUTION STAFF REVIEW
Account No.:
ADOPTED:
The Police Department is requesting the issuance of a purchase order to procure six
Chevrolet Tahoe pursuit vehicles; and
Berger Chevrolet, Inc.. 2525 28th St., SE, Grand Rapids, MI has submitted a cost to
purchase said vehicles through the State of Michigan MiDeal program contract #07lB1300016. Funding
for said services will come from the following account: 661-451 .100-977.500; and
IT IS RESOLVED, that the Department of Purchases and Supplies, upon City Councils
approval, is hereby authorized to issue a puicliase order Lo l3erger Chevrolet for six Chevrolet
Tahoes in an amount not to exceed $21 9,272,58. (Fleet/Central Garage Fund) pending final adoption of the
FY18 budget
&~~tED~roI~INANCE _____________________
FY17 DFJ
RESOLUTION STAFF REVIEW
DATE:
03129/17
PreDared By:
Mike Rule
The specified vehicles have a purchase cost of $36,545.43 each, utilizing the State of Michigan
MIDeal pricing for the 2017 model year. Deliveiy and payment will be made in the FY18 fiscal
year.
(6) current pursuit vehicles will be removed from service as the new vehicles in-service.
Up-fitting and computer systems will be purchased and installed by a secondaiy vendor after
delivery.
Financial Implications:
Budgeted? Yes ~ Nofl Please explain if no:
Staff Person: ~f
(Dept Head6r other authorized staff)
/70/fl
(Bid #17000056) SUBMISSION NO.: E.4 5? q
PRESENTED: i-/3-17
_______
ADOPTED;
The Fleet Division is requesting the issuance of a purchase order to procure a Ford F650
with a Versalifi T34N aerial and post puller vehicle; and
Cannon Equipment, 51761 Danview Tech. Ct., Shelby Twp., MI has submitted a cost to
purchase said vehicle through the State of Michigan MiDeal program contract # 071B2200263. Funding
for said services will come from the following account: 661.451.100-977.500; and
IT IS RESOLVED, that the Department of Purchases and Supplies, upon City Councils
approval, is hereby authorized to issue a purchase order to Cannon Equipment for a Ford F650 with a
Versalifi T34N aerial and post puller in an amount not to exceed $142,654.00. ~FleetJCentral Garage Fund)
FY17 - DFJ
RESOLUTION STAFF REVIEW
DATE:
February 22, 2016
Prepared By:
Mike Rule
Financial Implications:
The Fleet Division is requesting the issuance of a purchase order to procure eighteen
Chevrolet vehicles as part of the FYI? vehicle replacement plan; and
Berger Chevrolet, Inc., 2525 28 St., SE, Grand Rapids, Ml has submitted a cost to
purchase said vehicles through the Slate of Michigan MiDeal program contract #071 B 1300016. Funding
for said services will come from the following account: 661-451.100-977.500; and
IT IS RESOLVED, that the Department of Purchases and Supplies, upon City Councils
approval, is hereby authorized to issue a purchase order to Berger Chevrolet for eighteen Chevrolet
vehicles in an amount not to exceed $473,146.00. (Fleet/Central Garage Fund)
FY17 DFJ
RESOLUTION STAFF REVIEW
DATE:
03/29/17
Prepared By:
Mike Rule
The specified vehicles have a purchase cost of $473,146.00, utilizing the Stale of Michigan
MiDeal pricing for the 2017 model year. Quoted (5) year lease pricing would cost the City an
additional $67,978.10 over a five year period.
The (18) vehicles that will be replaced will removed from service and sold at auction. Gross
auction proceeds are estimated between $18,000 and $25,000.
Any up-fitting requested by the user departments will be performed after delivery by a secondary
vendor and/or by the Fleet Garage.
Financial Implications:
Staff Person:_____________________
(Dept He o other authorized slaff)
All Manufacturer Purchase Cost
Where available
1 Stree~ 4027 Hon reg cab DRW C&C4x4 utility $35,842.52 $36,527.02 $37,183.32 $35,773.57
~ 2 Water Plant 7195 1 ton req cab DRW C&C 4x4 utility $42,791.82 $43,386.32 $44,116.82 $42,621.67
3 WSC-Sewer 7190 Med duty C&C utDity2wd 450 $0.00 $0.00 $47,829.90 $47,903.75 *
3 WSC-Sewer 7194 Med duty C&C utility 2wd 450 $0.00 $0.00 $47,829.90 $47,903.75
4 WSC-Water 7197 Med duty C&C utility2wd 450 $0.00 $0.00 $60,625.90 $61,680.75 *
4 WSC-Water 7196 Med duty C&C utility 2wd 450 $0.00 $0.00 $60,625.90 $61,680.75 -
6 Water Plant 7207 MId Size AWDSIJV [ $2094150 $000 $2186300 $2163015
7 WPC 7008 3/4 ton Cargo Van std length $21,412.00 $21,287.52 $22,220.40 $0.00
7 WPC 7116 3/4 ton Cargo Van sid length $21,412.00 $21,287.52 $22,220.40 $0.00
b WSC-Water 7159 ~i~bn 4x4cewab fsz~,sg~.so $27,939.00 $26,562.21 $26,841.90
10 Traffic 4103 3/4 ton 4x4 ext cabS box $26,031.50 $28,734.00 $27,891.30 $0.00
l Traffic 4105 3/4 ton 4x4 exi&~ 6 box . - j $26,031.50 $28,734.00 $27,891.30 $0.00
- 10 Traffic 4107 3/4 ton 4x4 ext cabs box $26,031.50 $28,734.00 $27,891.30 $0.00
10 Traffic 4100 3/4 ton 4x4 ext cabS box $26,031.50 $28,734.00 $27,891.30 $0.00
10 WSC-Water 7154 3!4ton 4x~ ext cabS box L $26,031.50 $28,734.00 $27,891.30 $0.00
11WPC 7135 3/4 ton crew cab 4x4 6o~~ r $29,017.50 $29,754.00 $28,199.55 $0.00
12 Water Plant 7188 3/4 ton 4x4 req cabS box $26,427.50 $26,405.00 $25,453.20 $25,120.90
12 Water Plant 7187 3/4 ton 4x4 req cab 8 box J $26,427.50 $26,405.00 $25,453.20 $25,120.90
izWaterPlant 7110 3i4ton4x4regcab8 box I $26,427.50 $26,405.00 $25,453.20 $25,120.90
12 WPC 7031 3/4 ton 4x4 req cab B box r$26t~y:so $26,405.00 $25,453.20 $25,120.90 -
13 WPC 7007 1 ton req cab 4x4 8 box ORW $35,871.50 $36,225.00 $36,813.40 $34,706.65
ADOPTED: _____________________
The Fleet Division is requesting the issuance of a purchase order to procure four (4) Ford medium duty
trucks with up-fitting as part of the FY17 vehicle replacement plan; and
Gorno Ford, 22025 Allen Rd., Woodhaven, MI has submitted a cost to purchase said
vehicles through the State of Michigan MiDeal program contract #07iBl300005. Funding for said
services will come from tile following account: 661-451.100-977.500; and
IT IS RESOLVED, that the Department of Purchases and Supplies, upon City Councils approval, is
hereby authorized to issue a purchase order to Gorno Ford for four (4) Ford medium duty trucks with up-
fitting in an amount not to exceed $219,486.00. (Fleet/Central Garage Fund)
FYI7DFJ
RESOLUTION STAFF REVIEW
DATE:
03/29/17
Agenda Item Title:
Purchase of 2017 Replacement Vehicles
Prepared By:
Mike Rule
The vehicles have a purchase cost of $219,486.00, utilizing the State of Michigan MiDeal pricing
for the 2017 model year. Quoted (5) year lease pricing would cost the City an additional
$25,000.00 over a five year period.
Because these are medium duty vehicles, they are not available from General Motors.
The (4) vehicles that will be replaced will removed from service and sold at auction. Gross
auction proceeds are estimated between $7%000 and $1 0.000.
Financial Implications:
Staff Person:____________________
(Dept Head r othe(Aulhorized staff)
170/9/
RESOLUTIONNO.; Ci) 397 2O/7
PRESENTED; 1-131
ADOPTED:____________________
ngel heeler, Acting Chief Legal Officer David Sabuda, Interim Chief Financial
Officer
Z77-/7
Date
2/
Date
7/l