Calhoun County Board of Commissioners Thursday, December 16 ...

549
Calhoun County Board of Commissioners Thursday, December 16, 2021, 7:00 p.m. Board of Commissioners Meeting Room Marshall, Michigan KATHY-SUE VETTE District 1 DEREK KING District 5 ROCHELLE HATCHER District 2 TOMMY MILLER District 6 JAKE W. SMITH District 3 GARY TOMPKINS District 7 STEVE FRISBIE District 4 1. Call to Order/Roll Call 2. Moment of Silence/Invocation 3. Pledge of Allegiance 4. Approval of Agenda (Action: Motion to Approve by Voice Vote) 5. Approval of Minutes (Action: Motion to Approve by Voice Vote) a. Minutes of the December 2, 2021 Board of Commissioners' Regular Meeting (Attachment) 6. Citizens' Time 7. Elected/Appointed County Officials' Comments 8. Special Order of Business a. Proclamation - Retirement of Emergency Manager Durk Dunham--Attachment (Action: Motion to Approve by Voice Vote) b. Proclamation - Retirement of Chief Deputy Clerk of Elections Teri Loew--Attachment (Aciton: Motion to Approve by Voice Vote)

Transcript of Calhoun County Board of Commissioners Thursday, December 16 ...

           

Calhoun County Board of CommissionersThursday, December 16, 2021, 7:00 p.m.Board of Commissioners Meeting Room

Marshall, Michigan

KATHY-SUE VETTEDistrict 1

DEREK KINGDistrict 5

ROCHELLE HATCHERDistrict 2

TOMMY MILLERDistrict 6

JAKE W. SMITHDistrict 3

GARY TOMPKINSDistrict 7

STEVE FRISBIEDistrict 4

 

           1. Call to Order/Roll Call    

2. Moment of Silence/Invocation    

3. Pledge of Allegiance    

4. Approval of Agenda (Action: Motion to Approve by Voice Vote)

  

 

5. Approval of Minutes(Action: Motion to Approve by Voice Vote)

  

 

a. Minutes of the December 2, 2021 Board of Commissioners' Regular Meeting (Attachment) 6. Citizens' Time    

7. Elected/Appointed County Officials' Comments    

8. Special Order of Business    

a. Proclamation - Retirement of Emergency Manager Durk Dunham--Attachment (Action: Motion toApprove by Voice Vote)

 b. Proclamation - Retirement of Chief Deputy Clerk of Elections Teri Loew--Attachment (Aciton:

Motion to Approve by Voice Vote) 

 c. Countywide Public Transit Presentation--Calhoun County Deputy Community Development

Director Doug Ferrall, and City of Battle Creek Public Transit Director Mallory Avis  9. Consent Agenda

(Action: Motion to Approve by Voice Vote)  

 

A. Petitions, Communications, Reports    

1. Resolutions from Other Counties to be Acknowledged:1} Cheboygan County re: Opposition to Legislation Related to Mehtal Health Services2} Alpena County re: Support for State ARPA Funds Match Program

  

B. Resolutions    

1. Senior Millage Allocation Committee Appointment:1} Shirley Tuggle, to replace Art Kale(Term ending April 30, 2024)

 2. 2022 Application for Survey & Remonumentation Grant--Attachment (Action: Motion to Approve

by Roll Call Vote) 

3. Community Action Senior Transportation Program Contract Amendment for Fiscal Years 2022 &2023--Attachments (Action: Motion to Approve by Roll Call Vote)

 4. Confirm Previous BOC approval and  Authorize CCRD Managing Director to sign the MDOT State

Trunklline Maintenance Contract from 10-1-2021 to 9-30-2026--Attachment 

5. Voluntary Recognition Agreement with TPOAM & Road Workers--Attachment 

6. Emergency Management Performance Grant Agreement for $18,128 in Supplemental ARPAFunding for 10/1/20-9/30/21--Attachment

 7. Approval of Resolutions Concerning the Partial Settlement of the National Opioid

Litigation--Attachments 

8.  Scheduling of the 2022 Board of Commissioners Organizational Session for Thursday, January 6,2022, at 7:00 p.m.--Attachment

 9. MERS Service Credit Purchase - Bradley Morgan--Attachment

 10. Special Committee/Workshop/Board Reports   

 

11. Unfinished and Old Business    

12. New Business and County Administrator's Report    

A. Administrator/Controller's Report    

B. New Business    

1. Professional Services Agreement for Brownfield Grant Cleanup Activities--Attachments (Action:Motion to Approve by Roll Call Vote)

 2. Supplemental Grant Appropriation for the Secondary Road Patrol Program---Attachment (Action:

Motion to Approve by Roll Call Vote) 

3. CCRD Pothole Patching RFP#126-21 Contract Recommendation (Attachments)--Action: Motion toApprove by Roll Call Vote

 4. MSU Extension Services Agreement for 2022--Attachment (Action: Motion to Approve by Roll Call

Vote) 

5. 2021 Final Budget Amendments--Attachment (Action: Motion to Approve by Roll Call Vote) 

6.  Calhoun County November 2021 Financials (Attachment) -- Action: Motion to Accept forInformation Only, by Voice Vote

 7. APAA Collective Bargaining Agreement 2022-2023--Attachment (Action: Motion to Approve by

Roll Call Vote) 

8. AFSCME 2022-2024 Collective Bargaining Agreement--Attachment (Action: Motion to Approve byRoll Call Vote)

 9. Contract to Construct a Storage Facility on County Property--Attachments (Action: Motion to

Approve by Roll Call Vote) 13. Citizens' Time     

14. Commissioners' Time     

15. Claims Payable Listing(Action: Motion to Approve by Roll Call Vote)

  

 

 

a. Claims Payable for November 24, 2021 through December 8, 2021 in the amount of$5,309,907.33--Atttachments

 16. Announcements    

17. Adjournment    

   AI-3760     5. a. BOC RegularMeeting Date: 12/16/2021  Minutes of the December 2, 2021 Board of Commissioners' Regular MeetingSubmitted For:  Kelli Scott, Administrator/Controller, Administration FROM: Susan Connolly, Legal Secretary, Corporation CounselDepartment: Administration

InformationRESOLUTION:Approval of Minutes(Action: Motion to Approve by Voice Vote)

RECOMMENDATION:It is recommended that the Board of Commissioners approve the Minutes of the December 2, 2021 Board ofCommissioners' Regular Meeting.

SUMMARY:Minutes of the December 2, 2021 Board of Commissioners' Regular Meeting (Attachment)

Fiscal Impact

AttachmentsBOC Minutes 120221 

1

PROCEEDINGS OF THE BOARD OF COMMISSIONERS

December 2, 2021

1. CALL TO ORDER/ROLL CALL

The Regular Session of the Calhoun County Board of Commissioners convened at 7:00 p.m., Thursday, December 2, 2021 in the Commissioners’ Meeting Room, County Building, Marshall, MI.

Chair Frisbie called the meeting to order and requested the Deputy Clerk call the roll. Corporation

Counsel Jim Dyer called the roll on behalf of the Deputy Clerk, who was unable to attend.

Present: Comrs. Rochelle Hatcher, Jake Smith, Steve Frisbie, Derek King, Gary Tompkins, and Kathy-Sue Vette.

Excused: Comr. Tommy Miller

Staff Present: Administrator/Controller Kelli Scott, Corporation Counsel James Dyer, HR/Labor Relations

Director Kim Archambault, and Communications Manager Lucy Blair.

2 and 3. MOMENT OF SILENCE/INVOCATION AND PLEDGE OF ALLEGIANCE

After a moment of silence, Comr. Vette led the Pledge of Allegiance.

4. APPROVAL OF AGENDA

Res.207-2021

“Moved Comr. Smith, second by Comr. Hatcher to approve the agenda of the December 2, 2021 Regular Session of the Calhoun County Board of Commissioners, as presented.”

On a voice vote, Motion CARRIED.

5. APPROVAL OF MINUTES

Minutes of the November 18, 2021 Board of Commissioners’ Regular Meeting.

Res.208-2021

“Moved Comr. Tompkins, second by Comr. Smith to approve the Minutes of the November 18, 2021 Board of Commissioners’ Regular Meeting, as presented.”

On a voice vote, Motion CARRIED.

2

6. CITIZENS’ TIME

Linda Freybler, CEO of the Calhoun County Visitors Bureau (CVB) expressed her support for American Rescue Plan Act (ARPA) funding for the McCamly Hotel renovation project being managed by Battle Creek Unlimited. Ms. Freybler shared that the CVB will also be investing some of its funds toward the McCamly project over several years as the renovation is critical to local tourism.

7. ELECTED/APPOINTED COUNTY OFFICIALS’ COMMENTS

County Clerk/Register of Deeds Kimberly Hinkley provided an update on the online marriage license

program and informed the Board that the PPO Coordinator has been working with Safe Place to

update their brochure for correct County information.

Sheriff Steve Hinkley provided an update on the newly created ARPA Summit Pointe positions to help

address mental health needs of jail inmates, and noted the successes he’s seen already. Sheriff

Hinkley provided an update on the growing and large number of COVID-19 positive cases within

inmates and employees of the jail, noting that it is having a significant operational impact on the jail.

8. SPECIAL ORDER OF BUSINESS

A. Public Hearing to Close Homeowner Rehabilitation and Emergency Repair CDBG Grant Program

Res.209-2021

“Moved Comr. King, second by Comr. Vette to Open the Public Hearing.”

On a roll call vote, Yes – 6, Comrs. Hatcher, Smith, Frisbie, King, Tompkins, and Vette.

Excused – 1, Comr. Miller.

Motion CARRIED.

Land Bank Property Project Coordinator Amy Rose Robinson presented a financial update on the program assistance.

Comr. Frisbie asked if there was any public comment.

Comr. Frisbie stated that there was not any public comment and asked for a motion and second to Close Public Hearing.

Res.210-2021

“Moved Comr. Tompkins, second by Comr. Hatcher to Close Public Hearing.”

On a roll call vote, Yes – 6, Comrs. Hatcher, Smith, Frisbie, King, Tompkins, and Vette.

Excused – 1, Comr. Miller.

Motion CARRIED.

3

Res.211-2021

“Moved Comr. Vette, second by Comr. Hatcher to accept the public hearing and accept the grant report,

as presented.”

On a voice vote, Motion CARRIED.

9. CONSENT AGENDA

A. Petitions, Communications, Reports

B. Resolutions 1. Appointment to the Calhoun County Broadband Task Force (terms indefinite):

a. Karla Fales, CEO, CareWell Services b. Benjamin Tenney, Housing Director, Nottawaseppi Huron Band of the

Potawatomi 2. Updated Policy #205 - Building & Office Hours 3. Calhoun County Board of Public Health Reappointments:

a. Mary Jo Byrne, Reappointment, term expires December 31, 2024, Chair Reappointment, term expires December 31, 2023

b. Rebecca Fleury, Reappointment, term expires December 31, 2023 4. Ratification of Acceptance of MEDC Grant Agreement for Additional Funding for Site

Studies at the Marshall Mega Site

Res.212-2021

“Moved Comr. Vette, second by Comr. King to approve the Consent Agenda of the December 2, 2021

Board of Commissioner’s Regular Session, as presented.”

On a voice vote, Motion CARRIED.

10. UNFINISHED AND OLD BUSINESS

There was none.

11. SPECIAL COMMMITTEE/ WORKSHOP/BOARD REPORTS

Comr. Tompkins reported that the Broadband Taskforce met on December 2 and heard from legal consultant Mike Watza with the Kitch Law Firm, who provided an introduction and overview of his services to coordinate other financial and technical consultants to help the County continue to create broadband project plans.

4

12. NEW BUSINESS AND COUNTY ADMINISTRATOR’S REPORT

A. County Administrator/Controller’s Report

County Administrator/Controller Kelli Scott reported that the County’s Local Jail Population Management Committee met early in the week with Commissioner Jake Smith chairing the meeting. She added that this was the first meeting of this committee this year. Ms. Scott added that the chief judge and other judges, court administrators, prosecutor, and those involved with community corrections were present, and that the Sheriff shared data and updates on the makeup of the local jail population, asking the group to continue to work together to communicate about processes for managing the population in the most appropriate and safe way.

Kelli Scott stated that there continues to be high levels of new COVID-19 positive cases within county government employees, increasing drastically in the month of November. She noted that the County’s HR department has also indicated that at least one of the most recent cases did involve workplace spread.

B. New Business

1. Calhoun County Fiscal Year 2022 Budget and Appropriations Resolution.

Administrator/Controller Kelli Scott noted the fiscal year 2022 budget and the appropriations resolution

is required by state law. She thanked Deputy Controllers Megan Banning and Jeryl Schoepke for

being present at the meeting, along with Shannon Rose, who has primary budgeting responsibility

within the road department.

Ms. Scott mentioned there were no changes in the budgets themselves from what was presented in our

public hearing and recommendation on November 18. Kelli Scott noted the tax millage rates are the

same as they have been for years.

Administrator/Controller Scott highlighted some items within the Appropriations Resolution, including

that all departments, regardless of the funding source, need to comply with board policies and is

required by state law that the Board of Commissioners set the salaries for non-union employees,

because they're not set by collective bargaining agreements, and then also the salaries for the Board

of Commissioners and our elected officials and their deputies.

Ms. Scott noted next year’s budget includes zero increase to expected county costs, and also 0%

increase to what employees will pay, for health insurance benefits, due to successful countywide

strategies implemented over the past several years. Kelli Scott highlighted that there continues to

be a large number of staffing vacancies and positions that have been left unfunded, as one of the

most critical needs to balancing the General Fund budget.

5

Administrator/Controller Kelli Scott provided an overview of the Road Department budget, noting that

there are a higher than usual number of federal aid grant-funded projects scheduled for next year

that come from long-term transportation plans. Ms. Scott shared information related to an

expected lower level of pothole patching, somewhat due to improvements in Emmett Township and

other townships that had recent road improvements.

Res. 213-2021

“Moved Comr. Smith, second by Comr. Hatcher to strike the figures contained in item number 11, and

instead to have the resolution regarding Commissioner pay reflect the salary figures contained as

part of the adopted 2021 budget.”

On a roll call vote, Yes – 2, Comrs. Hatcher and Smith

No – 4, Comr. Vette, Frisbie, King, and Tompkins

Absent – 1, Comr. Miller.

Motion DENIED.

Res.214-2021

“Moved Comr. Tompkins, second by Comr. Vette to approve the Calhoun County Fiscal Year 2022 Budget and Appropriations Resolution, as presented.”

On a roll call vote, Yes – 6, Comrs. Hatcher, Smith, Frisbie, King, Tompkins, and Vette.

Excused – 1, Comr. Miller.

Motion CARRIED.

2. County American Rescue Plan Act (ARPA) Appropriation Phase 3.

A. American Rescue Plan Act (ARPA) Appropriation #3 Resolution: $600,000 for one-time additional paid time off and cash-out option for PTO-eligible employees.

Ms. Scott noted this appropriation would provide county employees eligible for paid time off to receive

an additional one-time allocation of 40 hours of PTO, and that they would have the option to either

use the paid time off, or to cash out some or all of it between now and the end of 2022. She added

that this strategy was intended to recognize and show appreciation for county employees and their

dedication and perseverance throughout the pandemic, and that the U.S. Treasury has included this

type of expense as one of the four main eligible uses of ARPA funds.

Res.215-2021

“Moved Comr. Tompkins, second by Comr. Vette to approve American Rescue Plan Act (ARPA) Appropriation #3 Resolution: $600,000 for one-time additional paid time off and cash-out option for PTO-eligible employees, as presented.”

6

On a roll call vote, Yes – 6, Comrs. Hatcher, Smith, Frisbie, King, Tompkins, and Vette.

Excused – 1, Comr. Miller.

Motion CARRIED.

B. ARPA #3 Appropriation and Resolution: $2,000,000 to Battle Creek Unlimited for McCamly Hotel Renovation Project.

Ms. Scott invited Joe Sobieralski, CEO of Battle Creek Unlimited, to answer any questions the Board may

have. Kelli Scott noted that a copy of the May 29, 2021 presentation from BCU was provided with

the agenda packet and that it outlined the details of the current needs for the renovation, the scope

of the project, and the importance of community partnerships to make the project successful.

Res.216-2021

“Moved Comr. Vette, second by Comr. King to approve the ARPA #3 Appropriation and Resolution: $2,000,000 to Battle Creek Unlimited for McCamly Hotel Renovation Project, as presented.”

On a roll call vote, Yes – 6, Comrs. Hatcher, Smith, Frisbie, King, Tompkins, and Vette.

Excused – 1, Comr. Miller.

Motion CARRIED.

3. Health Dept. Staffing Request: 1.62 FTE increase (two .81 FTE SWP Program Technicians) in the School Wellness Program.

Administrator/Controller Kelli Scott stated this request relates to the school wellness program and

specifically adds staffing for the Harper Creek School District, at the District’s request and cost,

mainly due to the added work that they're experiencing because of COVID-19 issues.

Res.217-2021

“Moved Comr. King, second by Comr. Vette to approve the Health Dept. Staffing Request: 1.62 FTE increase (two .81 FTE SWP Program Technicians) in the School Wellness Program, as presented.”

On a roll call vote, Yes – 6, Comrs. Hatcher, Smith, Frisbie, King, Tompkins, and Vette.

Excused – 1, Comr. Miller.

Motion CARRIED.

4. Approval of the 2022 Equalization Services and Assessment Contracts.

Ms. Scott mentioned these are a continuation through 2022 of the Equalization appraisal and

Equalization director contracts for services that are currently in place.

7

Res.218-2021

“Moved Comr. Tompkins, second by Comr. Smith to approve the 2022 Equalization Services and Assessment Contracts, as presented.”

On a roll call vote, Yes – 6, Comrs. Hatcher, Smith, Frisbie, King, Tompkins, and Vette.

Excused – 1, Comr. Miller.

Motion CARRIED.

13. CITIZENS’ TIME

Matt Hall of Sheridan Township acknowledged the hard work performed by workers within the road department, noting that many of them have stepped up to cover vacancies to make sure the public is taken care of.

14. COMMISSIONERS’ TIME

Comr. King thanked the Budget Committee for their efforts and stated that he approves of the recommended allocations of ARPA funds so far.

Comr. Frisbie highlighted the increase in COVID-19 from his perspective within the ambulance industry, stating that there is a real and a currently severe impact on local hospitals and first responders.

15. CLAIMS PAYABLE

Res.219-2021

“Moved Comr. Vette, second by Comr. Smith to approve the Calhoun County Claims Payable for November 13, 2021 through November 23, 2021 in the amount of $5,886,997.91, as presented.”

On a roll call vote, Yes – 6, Comrs. Hatcher, Smith, Frisbie, King, Tompkins, and Vette.

Excused – 1, Comr. Miller.

Motion CARRIED.

16. ANNOUNCEMENTS

Comr. Tompkins shared upcoming holiday events.

17. ADJOURNMENT

The meeting was adjourned at 7:54 p.m. at the call of the Chair.

smc ________________________________ Susan M. Connolly Deputy Clerk to the Board of Commissioners

   AI-3772     8. a. BOC RegularMeeting Date: 12/16/2021  Proclamation - Retirement of Emergency Manager Durk DunhamFROM: Kelli Scott, Administrator/Controller, AdministrationDepartment: Administration

InformationRESOLUTION:

RECOMMENDATION:The Sheriff's Office recommends that the County Board approve the Proclamation honoring the retirement ofEmergency Manager Durk Dunham 

Fiscal Impact

AttachmentsProclamation - Dunham 

   AI-3773     8. b. BOC RegularMeeting Date: 12/16/2021  Proclamation - Retirement of Chief Deputy Clerk of Elections Teri LoewFROM: Kelli Scott, Administrator/Controller, AdministrationDepartment: Administration

InformationRESOLUTION:

RECOMMENDATION:The County Clerk requests the Board of Commissioners approve the Proclamation - Tribute to Teri S. Loew, aspresented.

Fiscal Impact

AttachmentsProclamation - Loew 

   AI-3759     8. c. BOC RegularMeeting Date: 12/16/2021  Presentation on Countywide Public Transit InitiativeFROM: Kelli Scott, Administrator/Controller, AdministrationDepartment: Administration

InformationRESOLUTION:

RECOMMENDATION:Presentation from Calhoun County Deputy Community Development Director Doug Ferrall and City of BattleCreek Public Transit Director Mallory Avis about the progress of the Countywide Public Transit Initiative 

Fiscal Impact

AttachmentsNo file(s) attached.

   AI-3750     9. A. 1. BOC RegularMeeting Date: 12/16/2021  Other County Resolutions to be acknowledged Submitted For:  Kelli Scott, Administrator/Controller, Administration FROM: Susan Connolly, Legal Secretary, Corporation CounselDepartment: Administration

InformationRESOLUTION:

RECOMMENDATION:The Board of Commissioners acknowledges receipt of these Resolutions.

Fiscal Impact

AttachmentsCheboygan County Resolution Alpena County Resolution 

BOARD OF COMMISSIONERS County Building

P.O. Box 70, Room 131

Cheboygan, Michigan 49721

CHEBOYGAN COUNTY RESOLUTION 2021-25

Tel- {231) 627-8858

Fax- (231) 627-8881

E-mail- ccaa@chebaygan~_aunty.net

Opposing Senator Shirkey's Gearing Toward Integration 'Proposal and Supporting Pathways Community Mental Health Services Program

WHEREAS, the Cheboygan County Board of Commissioners, has entered into an enabling resolution to help create North Country Community Mental Health Authority, pursuant to Section 100 et seq. and Section 205 of the Mental Health Code, 1974 PA 258, as amended (MCL330.1100 et seq; MCL330.1205); and

WHEREAS, North Country Community Mental Health , organized under the terms of Section 204(a) of the Michigan Mental Health Code (the Code), (MCL330.1204[a]); and

WHEREAS, Section ll6(b) of the Code (MCL330.1116[bl) requires that the Department of Community Health shift primary responsibility for the direct delivery of public mental health services from the state to a community mental health services program whenever the community mental health services program has demonstrated a willingness and capacity to provide an adequate and appropriate system of mental health services for the citizens of that service area; and

WHEREAS, N01th Country Community Mental Health has demonstrated such willingness and capacity to provide a broad array of innovative, cutting edge, community mental health services and is properly certified as a community mental health services program under the terms of Section 232(a) of the Code (MCL330.1232[a]); now

THEREFORE, BE IT RESOLVED that the Cheboygan County Board of Commissioners strongly urges its State Senate and House of Representatives to oppose Senate Bill 597 and 598 and subsequent changes proposed to the Michigan Mental Health Code and Social Welfare Act which would privatize the public mental health system and essentially eliminate the public safety net; and

BE IT FURTHER RESOLVED That Senator Shirkey's Gearing Toward Integration Proposal was formerly called Section 298 and that pilot program that provided the foundation for this latest proposal was abandoned as unworkable, and;

BE IT FURTHER RESOLVED that the Cheboygan County Board of Commissioners supports N01th Country Community Mental Health Authority's program system that provides necessary community safety net services and supports; and

BE IT FURTHER RESOLVED that copies of this resolution be provided to Governor

Gretchen Whitmer, Wayne Schmidt, 37 District State Senator, Sue Allor, State Representative, 1 06th

House District, John Damoose, State Representative, 1 07th House District, Michigan

Depattment of Health and Human Services Director Elizabeth Hertel,

District 1 District 2 District 3 District 4 Curtis Chambers Richard B. Sangster Michael Newman Ron Williams

Vice-Chairman

District 5 Roberta Matelski

District 6 John B. Wallace Chair

District 7 Steve Warfield

Behavioral Health and Developmental Disabilities Administration, Deputy Director Dr. George Mellos, the Michigan Association of Counties, and all Michigan counties .

Dated: November 23, 2021

Cheboygan County Board of Commissioners

I, Karen L. Brewster the undersigned, the Clerk of the County of Cheboygan, Cheboygan County, Michigan, do hereby certify that the foregoing is a true and complete copy of ce11ain proceedings taken by the Cheboygan County Board of Commissioners as its regular or reconvened meeting held on the November 23, 2021, relative to adoption of the resolution therein set forth; that said meeting was conducted and public Notice of said meeting was given pursuant to and in full compliance with the Open Meetings Act, being Act 267, Public Acts of Michigan, 1976, and that the minutes of said meeting were kept and will be or have been made available as required by said Act.

In testimony Whereof, 1 have hereunto set my hand and affixed the seal of said Court and County, this 23'd Day ofNovember, 2021.

--Karen L. Brewster Cheboygan County Clerk/Register

ALPENA COLINTY BOARD OF COMMISSIONERS

BOARD ACTION #33

TO County Clerk, County Treasurer

Alpena Counry Board of CommissionersFROM:

SUBJECT RESOLUTION #21-29 SUPPORTING ARP STATE MATCH PROGRAMS

BOARD ACTION:

RESOLUTION #21-29ALPENA COUNTY BOARD OF COMMISSIONERS

RESOLUTION SUPPORTING AMERICAN RESCUE PLANSTATE MATCH PROGRAMS

WHEREAS, the State of Michigan has faced tremendous challenges as it dealt with a deadly

pandemic for neady a year and a half and is now presented with an opportunity to strategically

invest in our residents, entrepreneurs, businesses and communities; and

WI{EREAS, Michigan witl receive more than $10 billion in fiscal recovery aid, with 82 counties

slated to get I .9 billion directly in Americal Rescue Plan (Appl funds; and

WmREAS, cities and larger townships will receive a total of $1.8 billion and non-entitlement

communities (smalter units) approximatety $6u14 million, with the state of Michigan itself

receiving more than $6.5 billion; and

WHEREAS, eligible expenditures include revenue reimbursements, savings and growing interest

on the funds, broadband infrastructure, economic development and individual assistance

programs; and

WIIEREAS, county leaders are already under pressure to announce spending decisions and

elected offrcials at all levels of govemment will have to make decisions on where and how they

will use the dollars within federal guidelines; and

WHEREAS, the Michigan Association of counties is working on a match program to earmark

close to $4billion in state ARP funds to leverage all levels of govemment to strategically invest

the one-time dollars in are of greatest need for improvement; and

WHEREAS, the Michigan Association of counties has received positive feedback on the ideas

put forth for match programs within the state; and

wHEREAS, Michigan has a chance to ampliry investments with the influx of federal funding and

a collaborative effort by all levels of government that will allow the dollars to be stretched to

invest in common goals; and

County Administrator Mary Catherine Hannah presented Resolution #21-29 for approval.

WHEREAS, the comprehensive approach to leverage ARP dollars will provide Michigan the

ability to ampli$ investment for our future by focusing resources in five key areas-water

infrastructure and broadband, local capacity and fiscal stability, housing and communitydevelopment, comprehensive economic development and public health and safety; and

WHEREAS, our future success is inextricably linked, and strategic investment of our available

resources needs to support and strenglhen these connections;

BE IT THEREFORE RESOLVED, that the Alpena County Board of Commissioners supports

the American Rescue Plan State Match Programs and authorizes the Board Chairperson and staff

to forward a copy ofthis resolution directly to all County Commissioners, or their equivalents,

in each ofthe 83 counties in the State of Michigan.

This action was )Qt APPROVED DISAPPROVED

BY: Ayes: 7 Nays: 0 Excused: 1 Absent: 0 Abstaining: Q

Alpena County Board Chairman's Signature:.rj

Moved by Commissioner Thomson and supported by Commissioner Gilmet to adopt the above

Resolution #21-29 as presented. Roll call vote: AYES: Commissioners GiLn*, Karschnick, Foumier,

Osboume, Thomson, Kozlowski and Adrian. NAYS: None. Commissioner Peterson, excused. Motion

carried.

Alpena County Board Vice-Chairman's Signature:

Date of the Board Meeting: November 30. 2021

oor

laa

L

ilA co

HIGA

District #2Chairman of the BoardRobert Adrian

District #7Vice-ChairmanMarty Thomson

District #3CommissionerDave Karschnick

District #4CommissionerBill Peterson

District #5CommissionerBrenda Fournier

District #6CommissionerKevin Osbourne

District #8CommissionerJohn Kozlowski

County AdministratorMary Catherine Hannah

Board Assistant ILynn Bunting

Board Assistant 2

Kim Elke

RESOLI]TION #21-29ALPENA COUNTY BOARD OF COMMISSIONERS

RESOLUTION SUPPORTING AMERICAI{ RESCUE PLAI\ISTATE MATCH PROGRAMS

WHEREAS, the State of Michigan has faced tremendous challenges as it dealt with a deadly

panderric for nearly a year and a half and is now pres€nted with an opporttmity to stratcgically invest

in our rcsidents, entrepreneurs, businesses and communities; and

WEEREAS, Michigan will receive more tban $10 billion in fiscal recovery aid, with 82 counties

slated to get 1.9 billion direcdy in American Rescue Plan (atU1 **' *O

WEEREAS, cities and larger townships will receive a total of $1.8 billion and non-entitlement

communities (smaller units) approximately $644 million, with the state of Michigan itsclf receiving

more than $6.5 billion; and

WEEREAS, etgible expenditures include revenue reimbursements, savings and growing interest on

the firnds, broadbaad ini'astructure, economic developm€nt and individual assistance prograrns; and

WEEREAS, county leaders are akeady under pressure to aDnounce spending decisions ard elected

offrcials at all levels of govemment will have to make de.isions on where and how they will use the

dollars wirhin federal guidelines; and

WEEREAS, the Michigan Association of Counties is working oa a match progmm to earmark close

to $4billion in state AIIP firnds to leverage all levels ofgovernnent to slrategically invest the one-time

dollan in are of greatest Deed for improvement; and

WEEREAS, the Michigan Association of Counties has received positive feedback on the ideas put

forth for match programs within the state; and

WEER.EAS, Michigatr has a chance to ampliry invesfiients with the inllux of federal funding and a

collaborative effort by all levels of govemment that will allow the dollars to be stretched to invest in

common goals; and

WEEREAS, the comprehensive approach to leverage ARP dollars will provide Michigan the ability

to amplifi investment for our future by focusing resources in five key areas-water infrastructure and

broadband, local capacity and fiscal stability, housing and coDreutrity development, comprehensive

economic development and public heslth and safety; and

WEEREAS, our future success is inextricably linked, and strategic investuent of our available

resources needs to support and strenBhen these conaections;

BE IT TEERXFORE RESOL\aED' that the Alpena County Board of Commissioners supPorts

the American Rescue Plan State Match Programs and authorizes the Board Chairperson and staff

to forward a copy ofthis resolution dtectly to all County Commissioners, or thet equivalents,

in each of the 83 counties in the State of Michigan.

Alpena County Board of Commissioners720 W. Chisholm Street, Suite #7

Alpena, Ml 49707Telephone: 989-354-9500

Fax: 989-354-9648Web Address: www.alpenacount!'.org

commissionersoffi [email protected]

District #lCommissionerDon Gilmet

Moved by Commissioner Thomson and supported by Co'nmissioner Gilrnet to adopt the above Resolution #21-29 as

presented. Roll call vote: AYES: Commissioners Gilnet, Karschnick, Foumier, Osboume, Thomson, Kozlowski andAdrian. NAYS: None. Commissioner Petemon, excused. Motion carried.

Adrian, ChairmanAlpena County Board of Commissioners

I, the undersigned, being duly qualified and acting Clerkof Alpena County, do hereby certift that the foregoing is atrue and complet€ copy of certain proceedings taken bythe Alpena County Board of Commissioners at a regularmeeting held on the 30th day of November 202 I , and thatnotice of said meeting was given in accordance with the

Open Meetings Act.

IN TESTIMOI.IY THEREOF, I have hereuto set myhand and affixed the seal of said Court, at Alpena this30th day ofNovember 2021 .

Bonnie Friedrichs, Alpena County Clerk

STATE OF MICHIGAN)County of Alpena)

   AI-3761     9. B. 1. BOC RegularMeeting Date: 12/16/2021  Appointment to the Senior Millage Allocation CommitteeSubmitted For:  Kelli Scott, Administrator/Controller, Administration FROM: Helen Guzzo, Senior Services Manager, Senior ServicesDepartment: Senior Services

InformationRESOLUTION:The Calhoun County Board of Commission does hereby approve the appointment of Shirley Tuggle, resident ofBedford Township, 118 Lakeway Drive, Battle Creek, MI 49037, to the Senior Millage Allocation Committee(SMAC) to fill a membership vacancy created with the resignation of Art Kale, with a term of service that startsimmediately and expires on April 30, 2024.

RECOMMENDATION:County Administration recommends approval of this appointment.  Shirley Tuggle is active in the community anda retired nurse.  She applied through the County website to serve on a County Board.  Shirley interviewed withthe Senior Millage Allocation Committee at its December 3, 2021 meeting and SMAC voted to recommend hermembership.  The Office of Senior Services advertised the open SMAC position on Facebook and in the BattleCreek SHOPPER news.  The Manager reached out to citizens that have previously applied to serve on SMAC. Another person applied for this open position, but they did not live in Calhoun County and hence were noteligible to serve as a member of SMAC.  SMAC is a 13 member committee currently chaired by CommissionerGary Tompkins.

Fiscal Impact

AttachmentsApplication for SMAC Membership 

11/2/21, 9:24 AM Revize Online Forms

https://calhouncounty.rja.revize.com/reports/176851 1/2

PrintApplication for Appointment

Submitted by: shirley tuggle

Status: Open

Priority: Normal

Assigned To: Human Resources

Due Date: Open

Application for AppointmentPlease note that some boards and committees require Calhoun County residency. If you have questions about this form, please contact

Communications Manager Lucy Blair.

* First Name

Shirley

* Last Name

Tuggle

Address

118 Lakeway dr.

City

Battle Creek

State

MI

Postal Code

49037

Phone

2692750028

* Email Address

[email protected]

*Which committee/board are you applying for?

Senior Millage Allocation

Are you a resident of Calhoun County? If yes, for how long?

life long

Are you at least 18 years of age?

Current Occupation:

Retired Registered Nurse

Employer and Work Address:

118 Lakeway dr.

Education background/Degrees:

Registered Nurse-RN, BSN Western Michigan University

List any appointed positions, boards, commissions, or committees on which you have served, and years of service:

Vice-Chair of the Battle Creek Homeless Committee, Bedford Township Planning Committee-Commission on Services to Aging

List an organizations to which you belong (professional, technical, community, nonprofit):

Sigma Theta Tau, International Honor Society of Nurses, Southwestern Urban League, Sojourner Truth Center

Brief statement regarding interest in serving on this Board/Commission, and why you would be qualified for the position:

YesNo

Yes

No

11/2/21, 9:24 AM Revize Online Forms

https://calhouncounty.rja.revize.com/reports/176851 2/2

I am a dedicated volunteer and advocacy for people and resources. I feel that for too long our older population has been neglected. With

adequate resources we can help to improve their lives.

Upload additional information

No file chosenChoose File

SHIRLEY A TUGGLE [email protected], 269-275-0028

Education

Grand Valley State University, Master of Science in Nursing 1999

Western Michigan University, Bachelors in Science 1984

Professional License in Michigan – Registered Nurse

Work Experience

Full time Home Care Services for Elderly 2014

Prepare medications, wound care, helped make resource visited, consultant

Kellogg Community College 2013

Part time nurse instructor – teaching nursing process to students. Taught student nursing skills for practice.

Full time PACE (All-inclusive care for the Elderly) 2011

Quality assurance director – data input

Full time Select Specialty Hospital 2009

Quality assurance director

Nurse Consultant Hospitals and Specialized Services 2002 – 2009

Conducts inspection of Hospitals, ESRD, and Ambulatory Care Facilities to ascertain that standards for Accreditation, Licensure and certification are maintained.

Community Affiliation

Battle Creek Homeless Committee (BCHC) – Vice Chair – NAACP – South Western

Urban League – NANBPWC, Inc.

Sigma Theta Tau – International Honor Society of Nursing

Delta Sigma Theta, Society Inc.

Awards

Professional Women of the Year

Sojourner Truth Awardee

   AI-3758     9. B. 2. BOC RegularMeeting Date: 12/16/2021  2022 Application for Survey & Remonumentation GrantSubmitted For:  Kelli Scott, Administrator/Controller, Administration FROM: Jen Bomba, Community Development Director, Community DevelopmentDepartment: Community Development

InformationRESOLUTION:Resolved, that the Calhoun County Board of Commissioners does approve the 2022 Application for a Survey andRemonumentation Grant as presented, and authorize the Administrator/Controller to sign the application onbehalf of the County. 

RECOMMENDATION:Community Development recommends the County Board of Commissioners approve and authorize signature ofthe 2022 Application for a Survey and Remonumentation Grant as prepared by the GIS Department forsubmission to the State of Michigan.

BACKGROUND:Calhoun County has participated in the Survey and Remonumentation Grant Program since its inception in 1993.The program has facilitated the remonumentation of approximately 3084 section corners to date and isproposing to monument an additional 60 corners in 2022. The budget for the 2022 program totals $101,944 andincludes $81,944 in funds allocated to Calhoun County from the State of Michigan, and $20,000 in county funds.County funds are provided through the capture of revenues generated from recording fees as provided by PublicAct 346 of 1990.  

ALTERNATIVES:The Board could choose not to approve the 2022 Survey and Remonumentation Grant application, at which timethe $81,944 allocated from the State of Michigan would go unused by Calhoun County.

SUMMARY:Community Development recommends the County Board of Commissioners approve and authorize signature ofthe 2022 Application for a Survey and Remonumentation Grant as prepared by the GIS Department forsubmission to the State of Michigan.

Fiscal Impact

BUDGETARY IMPACT:The Survey and Remonumentation Program is funded through monies provided by the State, along with fundscaptured by the county and earmarked specifically for the survey and remonumentation program (as permittedthrough Public Act 346 of 1990).  This request does not generate any impact to the general fund budget.    

Attachments2022 Remon Grant Application 

SURVEY & REMONUMENTATION APPLICATION / PROGRESS / COMPLETION REPORT Michigan Department of Licensing & Regulatory Affairs

Bureau of Construction Codes

Office of Land Survey & Remonumentation

PO Box 30254, Lansing, MI 48909

1st Floor Ottawa Building

611 West Ottawa Street, Lansing, MI 48933

Phone 517-241-6321

E-Mail: [email protected]

www. Michigan.gov/bcc

Grantee/County: Calhoun County --Section below for OLSR staff use only--

Grant #

VCUST#

Address Code

GG #

Template:

Grant Year: __2022___

State Grant Award

Grant Application Payment Request Grant Application Proposed Corners

$32,777.60 Start-Up Payment (40% of Grant Award) 60 Corners anticipated to be paid with funds

$49,166.40 Balance after Start-Up Payment Corners Completed

Progress Report Payment Request Corners completed & paid with grant funds

Amount Requested (up to 85% of Grant) Corners completed & paid by others

Grant Balance after Progress Report Corners revisited & paid with grant funds

Completion Report Payment Request Corners revisited & paid by others

Amount Requested (up to 100% of Grant) Common corners entered into Accela twice

Grant Balance after Completion Report Number of records entered into Accela

Corners revisited without record

I certify to the best of my knowledge and belief that this report is correct and complete, and all expenditures are for the purposes set

forth in and comply with the annual grant agreement.

Is this county on an approved Maintenance Plan during this contract? Yes No

_______________________________________________ _____________________

County Grant Administrator Date

--Section below for OLSR staff use only--

Payment Authorized: $ __________________ Records completed by County in current Grant Year: __________

Grant Balance: $ __________________ Records remaining to be completed in County Plan: __________

__________________________________ __________________________

Michael C. Barger, PS Date

Director, Office of Land Survey & Remonumentation

BCC-963 (Rev. 05/20) Page 1 of 3

Administrator

Name: Ms. Kelli Scott Phone: (269)781-0966

Email Address [email protected]

Physical Address 315 W Green St

City, State, Zip Marshall, MI 49068

Representative

Name: Mr. Michael P. Pratt Phone: (269)963-7977

Email Address [email protected]

Physical Address 14250 Beadle Lake Rd, Suite 130

City, State, Zip Battle Creek, MI 49014

Address for Payments

Name: Calhoun County Treasurer Phone: (269)781-0607

Physical Address 315 W Green St

City, State, Zip Marshall, MI 49068

The following section is divided into columns corresponding to the stages of the yearly Remonumentation Grant program, from left to

right. Fill out the sections within the column of the current stage, while leaving the information from the previous stages in place. If

the county does not submit a Progress Report, leave that column blank.

Budget (Grant Application) column refers to the estimated costs set forth by the County in the Grant Application.

Progress Report column will include any expenditures by the County up to that point. Expenditures must exceed the amount received

by the county in the 40% Start-up Payment. Any amount in this column must have receipts or invoices listing completed corners

attached for reimbursement.

Completion Report column will include all reimbursable expenditures by the County during the Grant Year. Any amount in this

column must have receipts or invoices listing completed corners attached for reimbursement.

County must provide copies of all invoices, receipts, payment vouchers, etc. for any expenditures being submitted for reimbursement

under the Remon Grant program. Invoices must be itemized (where applicable) and should not include costs outside of the

Remonumentation program. A county requesting payment for a Cost Allocation Program or similar policy must have a complete copy

of the Cost Allocation Plan on file with OLSR before payment is made.

County must provide a detailed, itemized budget report for all expenditures under the Remon program. Any payment amount that

does not appear on the budget report cannot be considered for reimbursement under the Remon Grant program.

BCC-963 (Rev. 05/20) Page 2 of 3

Remonumentation Program

County Expenditure Detail

Work Program Expenditures by Line Item

Budget (Grant Application)

Progress Report Expenditures

Completion Report Expenditures

Item A Remonumentation

Services $67,744.00

Item B Monument Maintenance

Services $0.00

Item C Remonumentation

Supplies & Materials $1,000.00

Item D Geodetic Control Maintenance &

Operations

$0.00

Item E Grant Administrator

Fees/Wages $0.00

Item F County Representative

Fees/Wages $13,200.00

Item G Additional Administrative

Staff Fees/Wages $0.00

Item H

Peer Group

$0.00

Item I Administrative Supplies &

Indirect Costs $0.00

Totals

$81,944.00

BCC-963 (Rev. 05/20) Page 3 of 3

   AI-3762     9. B. 3. BOC RegularMeeting Date: 12/16/2021  Contract Amendment to increase the unit rate for Community Action's Senior Transportation program for FiscalYears 2022 & 2023Submitted For:  Kelli Scott, Administrator/Controller, Administration FROM: Helen Guzzo, Senior Services Manager, Senior ServicesDepartment: Senior Services

InformationRESOLUTION:The Calhoun County Board of Commission does hereby approve a contract amendment for the SeniorMillage-funded Senior Transportation program administered by Community Action increasing the unit rate to$22.00 per ride for Fiscal Years 2022 and 2023 to enable Community Action to increase the pay rate for drivers,and authorizes the Board Chair to sign the contract amendment as presented.

RECOMMENDATION:County Administration recommends approval of this contract amendment which increases the reimbursementrate per ride for the Senior Transportation program.  The Senior Millage Allocation Committee (SMAC) approvedthe transportation rate increase at its December 3, 2021 meeting after a presentation by the Chief OperatingOfficer, Community Action, Chuck Asher..

Community Action administers a countywide van transportation system for older adults, age 60 and over, andpeople with disabilities in partnership with Senior Millage and funding through the Michigan Department ofTransportation.   Since the pandemic started, rides have gone down as seniors and people with disabilities havestayed home to stay safe or have found rides through alternative sources so that they did not have to sharespace with drivers and other riders.

Community Action has also lost drivers who also wanted to stay safe during the pandemic.  Most drivers areolder people who have retired and work on a part-time basis, these were people at high risk for COVID-19infections, so they stopped driving as a precaution.   As ridership has started to rebuild, Community Action hasbeen unable to recruit new drivers with a starting wage of $10.00 per hour with experienced drivers making$12.00 per hour.  Requested rides are unable to be filled because of a lack of drivers.    Currently, CommunityAction has six part-time drivers when it had 15 before the Pandemic.   In the current labor shortage in themarketplace, wages to attract new drives need to increase.

When needs assessments are conducted, transportation is often the number one need discussed by olderadults.  Ensuring success of this safety net program that provides rides to medical appointments, groceryshopping and other needed services by older adults who can no longer drive, requires a rate increase to attractand retain drivers.  With the increase, wage rates will increase to $14.50 to $17.50 based on number of yearsworking as a driver.     The reimbursement rate will increase from $17.50 in 2022 and $17.75 in 2023 to $22 forlast two years (2022 and 2023) of the five- year contract.  In addition to driver wages, Senior Millage providesfunding for gas, maintenance, insurance, dispatch and general administration of the Senior Transportationprogram.

Fiscal Impact

BUDGETARY IMPACT:The Senior Millage funded contract with Community Action is for $500,000.00 annually for five years,

The Senior Millage funded contract with Community Action is for $500,000.00 annually for five years,2019-2023.  This increase in the rate of reimbursement decreases the amount of rides that can be expected tobe provided under the funding contract.   At the new rate of reimbursement at $22.00 per ride, rides of 23,000per year are expected.  This Senior Millage-funded contract is budgeted under Senior Millage Contractualfunding, found at 15.158.2674, Service Allocations.  The number of rides being requested are down belowpre-pandemic rates.  If drivers are hired and demand for transportation increases, supplemental funding canbe requested through an additional contract amendment funded through Senior Millage fund balanceresources.

AttachmentsContract Amendment Sr. Transportation Original Contract 

AMENDMENT OF THE FY 2019-2023 SENIOR SERVICES CONTRACT

BETWEEN CALHOUN COUNTY AND COMMUNITY ACTION

FOR THE SENIOR TRANSPORTATION PROGRAM This Agreement, made and entered into on the 16th day of December, 2021, by and between the County of Calhoun, Michigan, (“the County”), a body corporate, located at 315 West Green Street, Marshall, Michigan, 49068, and Community Action, (hereinafter “the Contractor,” also known as Community Action Agency of South Central Michigan), a Michigan non-profit corporation, located at 175 North Main Street, Battle Creek, Michigan 49014.

WHEREAS, the County and the Contractor entered a contract dated

November 1, 2018, for Senior Millage funding for Senior Minor Home Repair and Senior Transportation programs from a period of January 1, 2019, through December 31, 2023, for seniors, age 60 years and older in Calhoun County; and

WHEREAS, the contract for Senior Transportation is for the payment of up to Five-Hundred Thousand Dollars and 00/00 ($500,000.00) for Countywide Transportation services for seniors, 60 years and older in Calhoun annually under the terms of the Contract; and

WHEREAS, because of the COVID-19 response for older adults to safe home and stay

safe, ridership of Senior Transportation was significantly reduced during the 2020 and 2021 Fiscal Years and Community Action is finding it difficult to hire drivers under its current wage structure and needs to increase pay rates to recruit drivers to provide rides as demand for transportation rebuilds; and

WHEREAS, Community Action has requested to increasing the Fiscal Years 2022 and 2023 unit rate to twenty-two dollars and 00/100 cents ($22.00) per one way ride under the current contract; and

WHEREAS, the Senior Millage Allocation Committee at its December 3, 2021, meeting approved increasing the unit rate for Fiscal Years 2022 and 2023.

NOW THEREFORE, the parties hereby agree as follows:

1. Article II, (B) (4) Unit Rates is amended for Fiscal Years 2022 and 2023 for Senior

Transportation to increase the per unit rate per one-way ride to Twenty-Two dollars and 00/100 cents ($22.00). This rate increase is effective for Fiscal Years 2022 and 2023, the fourth and fifth years of the Senior Transportation contract.

Page Two Senior Millage Transportation

Contract Amendment

2. Other than as set forth herein, the terms and conditions of the Agreement shall remain in full force and effect.

By the signatures executed below, the parties agree to the terms of this Amendment and the signatories represent that they have the authority to execute this Agreement on behalf of the party for which they have signed. Calhoun County Contractor: Community Action By: ____________________________ By: ________________________ Steve Frisbie, Chairman Michelle Williamson, CEO Board of Commissioners Chief Executive Officer Date: December 16, 2021 Date: December ____, 2021

   AI-3764     9. B. 4. BOC RegularMeeting Date: 12/16/2021  State Trunkline Maintenance Contract from 10-1-2021 to 9-30-2026Submitted For:  John Midgley, Managing Director, Road Department FROM: Kristine Parsons, Engineering Director, Road DepartmentDepartment: Road Department

InformationRESOLUTION:Resolved the Calhoun County Board of Commissioners does hereby confirm previous approval of the MichiganDepartment of Transportation State Trunkline Maintenance Contract #2021-0340 between the MichiganDepartment of Transportation and Calhoun County for the period October 1, 2021 - September 30, 2026 anddoes also authorize the Managing Director of the CCRD to sign on behalf of Calhoun County.

RECOMMENDATION:It is recommended that the Calhoun County Board of Commissioners confirm pervious approval of the MichiganDepartment of Transportation State Trunkline Maintenance Contract #2021-0340 for the period of Octobert 1,2021 - September 30, 2026.and authorize the Managing Director to sign the contract. 

BACKGROUND:This contract is the mutual agreement between MDOT and the Calhoun County Road Department to worktogether to improve maintenance activities on the state trunkline system.  Both parties agree that thispartnering relationship is in the best interest of the general public, and will endeavor, whenever possible, toreduce overall costs to the traveling public.   The County Board of Commissioners perviously approved thisagreement and authorized the County Board Chair to sign the contract.  For administrative ease it isrecommended that the Board take additional action to confirm this previous approval and authorize the CCRDmanaging director to sign the contract on behalf of the County.

ALTERNATIVES:The Board could choose not to confirm this previous approval of the State Maintenance contract  and authorizeadministrative signature, which would end the agreement with MDOT to provide mainenance activities on statetrunklines in Calhoun County.  

Fiscal Impact

BUDGETARY IMPACT:The contract between MDOT and the County Board allows for the reimbursement of all costs plus a percentageoverhead and administration reimbursement associated with performing maintenance activities by theCalhoun County Road Department on state trunklines in Calhoun County. 

Attachmentstrunkline contract 

3/1/21 1

STATE TRUNKLINE MAINTENANCE

CONTRACT OCTOBER 1, 2021 – SEPTEMBER 30, 2026

3/1/21 2

TABLE OF CONTENTS

PAGE

RECITALS AND OVERVIEW 1 Section 1 Scope of Work 2 Section 2 Integration of State and County Work 5 Section 3 Unemployment 5 Section 4 Highway Maintenance Contract Administrator 7 Section 5 Supervision 7 Section 6 Wage Schedule 8 Section 7 Materials to be Acquired and Specifications 9 Section 8 Price Schedule of Materials and Services 10 Section 9 Subcontracts 11 Section 10 Non-Discrimination 12 Section 11 Anti-Kickback 12 Section 12 Scope of Contract 12 Section 13 Insurance 13 Section 14 Workers’ Disability Compensation 14 Section 15 Reimbursement Schedule 14 Section 16 Budget 27 Section 17 Equipment List and Questionnaire and Overhead 28 Section 18 Records to be Kept 28 Section 19 Cost Certification, Reimbursement and Adjustment 29 Section 20 Contract Review and Response 30 Section 21 Adjustment to the Maintenance Advance 32 Section 22 Temporary Suspensions 32 Section 23 Contract Termination or Expiration 33 Section 24 Contractual Interpretation 35 Section 25 Dispute Resolution Process 35 Section 26 State of Michigan Administrative Board Resolution 37 Section 27 Employment of Retired State of Michigan Employees 37 Section 28 Term of Contract 38

Appendix A Joint Letter of Understanding for Bulk Salt Purchasing Appendix B Prohibition of Discrimination in State Contracts Appendix C Uniform Overhead Methodology Reference Guide Appendix D Overhead Rate Computation Based on Act 51 Appendix E Formula to Calculate the Payoff to the County Appendix F State Administrative Board Resolution Appendix G Calculation, County Seasonal Workforce Cost Reimbursement Program Appendix H Definitions Appendix I Subcontract Requirements for Amendments Appendix J Overview and List of Requested Documents

1

CONTRACT NO. 2021-0340 REGION: SOUTHWEST

AGENDA: DAB

MICHIGAN DEPARTMENT OF TRANSPORTATION

STATE TRUNKLINE MAINTENANCE CONTRACT

CALHOUN COUNTY

THIS CONTRACT, made and entered into this date of ____________________, by and between the Michigan Department of Transportation (MDOT), and the Calhoun County, Michigan, a public body corporate (County).

RECITALS:

MDOT is authorized by 1925 PA 17 Section 2, MCL 250.62 to contract with the County for the construction, improvement, or maintenance of state trunkline highways and appurtenant facilities. MDOT, subject to the approval of the State Administrative Board; and

MDOT has affirmatively found that contracting with this County for the maintenance of state trunkline highways and bridges within its contract area, is in the best public interest; and

MDOT has so advised the State Transportation Commission and the Appropriations Committees of the Senate and House of Representatives in accordance with 1951 PA 51 Section 11c, MCL 247.661c; and

MDOT and the County will work together to improve all maintenance activities on the state trunkline system including subcontracting services, billing accuracy, and the Property Damage Reclamation Process (PDRP). This partnership will strive to increase overall efficiency while reducing significant operating costs and minimizing review adjustments.

The County recognizes the potential benefits to utilizing subcontracting of services and materials to increase contract efficiencies, and agrees to review all agreements and subcontracts affecting the performance of activities within this contract, and make decisions in the best interest of both parties;

MDOT understands the importance of working with the County to develop and agree upon a strategic trunkline maintenance plan in a timely manner to allow the County a sufficient period of time to determine the County’s needs as a contract agency. This plan shall be developed annually unless the parties mutually agree in writing to another time frame.

2

When MDOT performs routine maintenance operation(s), normally performed by the County, the operation(s) will be identified in the annual work plan developed and agreed upon by MDOT and the County at the beginning of the fiscal year, except in the case of emergencies.

Section 1. SCOPE OF WORK

A. Services Provided: For the term of this Contract, the County agrees to maintain the state trunk line highways and, if applicable, appurtenant facilities within the Contract Area by performing maintenance work. Maintenance work will be performed under the direction of the Region Engineer of MDOT or a designee of the Region Engineer, acting under the general direction of the Engineer ofTransportation Systems Management and Operations (TSMO) of MDOT. For maintenance work not covered by the Budget, a Transportation Work Authorization (TWA) will be issued by the Region Engineer. MDOT reserves the right to modify the services provided by the County during the term of the contract. Prior to changing any services provided by the County, MDOT will meet with the County to discuss all impacts (financial, staffing, equipment, etc.) of the change and the potential impact to other services rendered under the Contract.

B. Specifications and Performance: The County will provide personnel, equipment, materials, and facilities to perform the maintenance work under the terms of this Contract in a manner consistent with MDOT’s established guidelines for winter and non-winter maintenance activities.

The County shall perform all maintenance work under this Contract in accordance with accepted maintenance practices and/or specifications provided by MDOT and in accordance with the approved Budget and annual Work Plan.

When MDOT recognizes that a certain maintenance activity, is not in compliance with accepted maintenance practices and/or specifications, it will, within sixty (60) days of the billing of work, issue a written notice to the County. Upon issuance of the first written notice, MDOT will work with the County to develop a corrective action plan. Once both MDOT and the County are satisfied with the corrective action plan, MDOT and the County will approve the plan for implementation. MDOT will reimburse the County for the cost of the non-compliant work. Once the corrective work is completed in accordance with the corrective action plan, the County will submit the cost for the corrective work for full reimbursement by MDOT. The County agrees that if corrective work is not in accordance with the corrective action plan, the County will not invoice MDOT for the non-compliant corrective work.

If MDOT determines that the corrective work is not in compliance with the corrective action plan, within thirty (30) days it will issue a second written

3

notice to the County describing the unacceptable corrective work, the reason for rejection, and include a written copy of MDOT’s maintenance practices and/or specifications, if applicable. Work not meeting the corrective action plan will be corrected by the County in accordance with the second written notice and the previously approved corrective action plan, without additional charge to MDOT. If MDOT, upon completion of the County’s second attempt to correct the non-compliant work, determines that the work is still not in compliance, MDOT will have the non-compliant work corrected by other means at MDOT’s expense and the County will reimburse MDOT for such expense through Local Agency Payment System (LAPS). If there is a disagreement between MDOT and the County regarding whether or not the corrective work meets MDOT’s maintenance practices and/or specifications, the County may request the Dispute Resolution Process as outlined in Section 25.

C. Service Area: Each October 1 the Region Engineer will provide the County a list of the Trunkline sections to be covered under this Contract. The list shall include the lane miles for each section. If MDOT plans to change the lane miles, the Region Engineer will provide written notice to the County. If MDOT plans to increase or decrease the lane miles maintained by the County by more than five percent (5%), MDOT will provide the County with written notice of its intended plan at least ninety (90) days in advance of any such change. In such event, MDOT will also meet and confer with the County in an effort to resolve necessary budget adjustments and/or the scope of work.

D. Coordination and Planning: MDOT and the County are committed to participation in planning and implementing maintenance operations plans. The primary objective of these plans is to provide consistent service across the system.

Major elements of the plans include: Development and implementation of Winter Corridors of Significance Maps, improved surface condition uniformity on a corridor level, and the establishment of committees as needed to address issues between MDOT and CRA.

1. Winter Corridors of Significance Map. MDOT will develop and maintain the Winter Corridors of Significance Maps which contains the minimum surface condition needs of the traveling public. The County will provide the means necessary to meet the minimum service levels as defined in the Winter Corridors of Significance Maps, and associated Winter Operations Guidelines.

2. Corridor Surface Condition Uniformity. The County will make efforts to minimize surface condition inconsistencies on corridors that cross jurisdictional boundaries.

4

3. Committees. MDOT and CRA will work together to create committees as needed with equal representation from MDOT and CRA.

E. Permits: At the request of the Region Engineer, the County may agree to inspect work performed by permit or otherwise assist MDOT with permits. In such event:

1. MDOT will require all Permit Applicants to “save harmless” the State of Michigan, Transportation Commission, MDOT, and all officers, agents, and employees thereof and the County, the County Road Commission, their officials, agents and employees, against any and all claims for damages arising from operations covered by the permit as a condition of all permits issued by MDOT.

2. MDOT will further require Permit Applicants to provide Commercialgeneral liability insurance, including coverage for contractual liability, completed operations, and/or product liability, X (explosion), C (collapse), & U (Underground), and a contractor’s protective liability policy with a blasting endorsement when blasting is involved, or Commercial general liability insurance which includes all the above, naming as additional parties insured on all such policies, the State of Michigan, Transportation Commission, MDOT, and all officers, agents, and employees thereof, the County, the County Road Commission, their officials, agents, and employees. The Permit Applicant will provide written proof of the insurance to MDOT. MDOT may waive this requirement for permits issued to governmental entities or public utilities.

3. The amounts of such insurance will be no less than:

Commercial General Liability Insurance: The minimum limits shall be $1,000,000 each occurrence and $2,000,000 aggregate.

Combined single limit for bodily injury and property damage liability shall be $1,000,000 each occurrence.

The insurance limits above may be attained through an umbrella policy.

F. Transportation Work Authorizations (TWA’s): TWA’s may be issued by the Region Engineer for both Maintenance Work and non-maintenance work. This work may be performed by the County or a subcontractor as set forth in Section 9 of this Contract. TWA’s will be performed in accordance with MDOT’s accepted maintenance practices and specifications and as required in the TWA. The County will provide the necessary supervision or inspection to ensure that the work is performed in accordance with the TWA. In the event the Region

5

Engineer finds the work performed not in compliance with MDOT’s accepted maintenance practices or the specifications on the TWA, then the corrective action specified in Subsection 1 (B) will be followed.

Section 2. INTEGRATION OF STATE AND COUNTY WORK

The County is authorized to use full-time and seasonal personnel and equipment on the county road system and state trunkline highways as conditions warrant.

Section 3. UNEMPLOYMENT

MDOT will reimburse the County for the cost of unemployment in accordance with the two options shown below.

Place an X to indicate the County’s selected option.

Option 1 _____

MDOT will reimburse the County for actual unemployment claim payments for those employees hired or rehired as seasonal employees. MDOT will reimburse the County for actual unemployment claim payments for either summer or winter seasonal employees that perform work on both state trunkline highways and county roads based on the ratio of that employee’s work time on the state trunkline highways to his/her total wages during the employee’s most recent employment period. No unemployment reimbursement will be made for any newly hired seasonal employee while another seasonal employee in the same job classification is in layoff status and drawing unemployment compensation. A separate unemployment reimbursement will not be made for any seasonal employee for whom the County does not keep separate records. Both the unemployment and the salaries and wages of any such employee will be excluded in the unemployment benefit computation.

Those counties paying unemployment insurance on a premium basis rather than on an actual claim basis will not be reimbursed on the above basis.

Option 2 _____

MDOT will directly reimburse the County for a portion of their unemployment costs during the fiscal year.

Participation in this process is voluntary on a yearly basis and does not guarantee or imply participation by either party in future years and/or contracts between MDOT and the County.

The Region Engineer and the County will include the following in the “Winter Letter of

6

Understanding”:

o The winter staffing (regular and seasonal) required to meet MDOT’s and the County’s winter level of service requirements on the state trunkline highways and on the county road system.

o Provisional Participation Rate as outlined in this section. o A provision that any adjustments must be agreed upon by both parties in writing. o The dates of the winter season to be used in the calculation.

MDOT’S participation will be based on a calculation that compares the number of seasonal employees calculated for the trunkline system to the total number of employees initially laid off or terminated by the County. The calculation described in this section establishes a provisional factor that will be adjusted at the end of the fiscal year based on the actual non-winter hours the County worked on the trunkline system for the year in which unemployment participation is requested (hours will be determined from the data submitted by the County into MDOT’s Local Agency Payment System). The percentage of MDOT’s participation will not be adjusted regardless of the number of employees eligible for unemployment from the County.

The County will not be eligible for unemployment participation by MDOT either indirectly or directly as outlined in Option 1 of this Section in other areas of the Contract.

The Region Engineer will establish a TWA with a budgeted amount to pay MDOT’S participation in the County’s unemployment costs. Each invoice from the County to MDOT for payment will be accompanied by proof of billing from the Michigan Department of Labor and Economic Opportunity (LEO) or its successor agency.

For the purpose of making timely payments of the County’s unemployment costs, the Region Engineer will calculate MDOT’S provisional participation rate. The calculation will be determined as follows:

CALCULATION:

A provisional participation rate will be determined by calculating the difference between winter staffing and non-winter staffing for the trunkline system. Winter staffing will be established in the Winter Letter of Understanding. Non-winter staffing will be based on a three-year average of non-overtime hours reported to MDOT’s Local Agency Payment System during the non-winter period as established in the Winter Letter of Understanding. This calculated difference is the winter seasonal workforce which will be used to determine MDOT’S share of County’s unemployment cost. MDOT will only participate in unemployment costs of those County employees laid off or terminated due to completion of winter seasonal employment for maintenance coverage as agreed to in the “Winter Letter of Understanding”. MDOT will not participate in the cost of any additional layoffs or terminations of seasonal employees for any other reason, by the County.

7

The Formula for calculating MDOT’S share of the County’s unemployment cost is shown in Appendix G attached hereto and made a part hereof.

The annual provisional participation rate will be adjusted after the laid off or terminated seasonal workers have been recalled, rehired, or replaced and all non-winter hours for the fiscal year, in which unemployment payments are made, are submitted to MDOT’S Local Agency Payment System. At that time the Region Engineer will determine “actual rate” and an adjustment will be calculated between the “actual rate” and “provisional participation rate” to determine the final cost and subsequent adjustment of the costs based on the “provisional rate” to MDOT using the above formula except using actual non-winter hours and number of winter seasonal employees hired for the fiscal year instead of the three-year average.

This rate is only to be applied to the fiscal year specified in the Winter Letter of Understanding.

Section 4. HIGHWAY MAINTENANCE CONTRACT ADMINISTRATOR

The County hereby designates ______________________ as the Contract Administrator on state trunkline highways and _____________________ as the Contract Administrator on bridges, who will supervise all work covered under this Contract. The County’s titles for these positions are __________________ and _______________________ respectively. If the County replaces the Contract Administrator, the County will notify MDOT in writing within thirty (30) days of the change in personnel.

All correspondence from MDOT to the County required under this Contract shall be sent to the Contract Administrator and Assistant Contract Administrator. MDOT may copy other appropriate County employees as MDOT and the County agree upon.

Section 5. SUPERVISION

The County hereby designates ______________________ or others functioning in the same capacity as Highway Maintenance Foremen, hereinafter referred to as the “Foremen,” who will oversee all work covered by this Contract and be responsible to the Contract Administrator and Assistant Contract Administrator described below.

The County hereby designates ______________________ as the Assistant Contract Administrator to assist the Contract Administrator in supervising the activities of the Foremen. The County’s title for this position is _______________________. The County will notify MDOT in writing within thirty (30) days of any change in the above personnel. The County will be reimbursed for actual time worked by the Foremen and the Assistant Contract Administrator on state trunkline Highway maintenance when supported by daily timecards signed by their immediate supervisor or electronic

8

timekeeping approved by their assigned supervisor subject to the provisions of Subsection 15(A).

Section 6. WAGE SCHEDULE

Wages paid by the County for work on state trunkline highways and the county road system will be based on hours per year and shall not exceed the published wage rates applicable to all work performed by the County. The current county wage rates are set forth in the attached copy of the county wage schedule or set forth in the attached copy of the wage and working agreement which is incorporated herein by reference. If the current published county wage rates are revised during the term of this Contract, the County will notify MDOT in writing within thirty (30) days of any changes in wage rates.

Premium and overtime pay is authorized under the conditions and at the percentage indicated below in the County’s labor agreement (hereto and made a part hereof). _______________________________________________________________________________________________________________________________________________________________________________________________________________________________________

Pay for “show-up time” is authorized under the following conditions and for hours of “show up time” in the County’s labor agreement. ______________________________________________________________________________________________________________________________________________

Wages of other employees not covered above and employed on state trunkline highway maintenance will be set by the County in accordance with its regular salary or wage schedule.

Stand-by crews and equipment for winter operations will not be used on state trunkline highways, unless authorized in writing by the Region Engineer in the Winter Letter of Understanding. The wages of personnel on the winter night patrol and winter night shift crew and equipment rental will be charged in accordance with the Winter Letter of Understanding. The Winter Letter of Understanding will be prepared and signed by the County’s Contract Administrator and the Region Engineer at the time of the Budget distribution.

Other patrols and/or shifts may be established for use on state trunkline highways as approved in writing by the Region Engineer and as conditions warrant for improved efficiency of both winter and non-winter operations.

9

Section 7. MATERIALS TO BE ACQUIRED AND SPECIFICATIONS

Materials necessary for the performance of this Contract, may be purchased by the County unless otherwise directed by the Region Engineer. The County will advertise and receive competitive bids when such purchases exceed Ten Thousand Dollars ($10,000.00), or if required by federal or state law. The County shall select the lowest qualified bid.

The County will retain documentation that such bids were taken. Failure to retain documentation that such bids were taken may result in denial of reimbursement of the costs of such materials.

The following materials: bituminous pre-mixed materials, bituminous materials, aggregates (except ice control sand), bulk salt and traffic control devices used on state trunkline highways by the County, will conform to current or supplemental specifications of MDOT, unless otherwise approved in advance by the Region Engineer. The Region Engineer may require approval by MDOT’s Construction Field Services Division, or by a laboratory approved by the Construction Field Services Division. Copies of approvals will be placed on file in the offices of the County and the Region Engineer. If MDOT-owned materials are stored jointly with County-owned materials, proper and adequate inventory records must be maintained by the County clearly indicating the portion that is MDOT-owned.

The County will purchase bulk salt for placement on the state trunkline highways thatwill meet or exceed state specifications at the most economical cost to MDOT. MDOT may require an analysis by the County to document the total unit cost of bulk salt for County -purchased material. The analysis will follow the process outlined in the current Joint Letter of Understanding for Bulk Salt Purchasing set forth in Appendix A, attached hereto and made a part hereof, between MDOT and the County Road Association of Michigan, hereinafter referred to as “CRA.”

Annually, MDOT will furnish the County with a detailed analysis of the Michigan Department of Technology, Management and Budget, hereinafter referred to as “DTMB”, bulk salt purchases. The analysis will include the price of bulk salt purchased by the County not participating in the DTMB contract and will identify any factors that may have affected the DTMB bid price.

The County may place bulk salt purchased for placement upon state trunkline highways in MDOT Stores when MDOT and the County mutually agree to use MDOT Stores for bulk salt. MDOT will reimburse the County for the cost of receiving and stock piling bulk salt into MDOT Stores in accordance with Subsection 15(D)(1).

10

Section 8. PRICE SCHEDULE OF MATERIALS AND SERVICES

Materials produced and/or supplied by the County, may be furnished at a firm unit price subject to approval of source and price by the Region Engineer. Firm unit prices are not subject to unit price adjustment by review/audit. The term “review/audit” hereafter will be referred to as “review”.

The County may change, add, or delete firm unit prices when requested in writing and approved by the Region Engineer at least sixty (60) days prior to the effective date of the change, addition, or deletion.

FIRM UNIT PRICES

PRICE PRICE PER ITEM KIND ITEM LOCATION UNIT INCLUDES* UNIT ____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________

Insert above, the following applicable number(s). *Firm Unit Price Includes: Item Kind Item Location

1. Processing/or Mixing Costs 1. Pit Site 2. Stockpiling/or Hauling to 2. Yard

Stockpile Costs 3. Other (Describe) 3. Royalty Costs 4. County-Supplied Salt or Calcium

Chloride (when used in a winter salt/sand mixture) 5. Winter Sand 6. Bituminous Costs 7. Other

(Describe)________________________________________________________ _________________________________________________________________

MDOT may review all records necessary to assess the accuracy of the material quantities for all materials on the Firm Unit Price List shown above for which the County requests reimbursement.

Items purchased from a vendor source or vendor stockpile for direct use on the state trunkline highways are not eligible for firm unit price consideration and should be billed at vendor pricing.

11

Reimbursement for all materials supplied by the County, which are not included in the firm unit price schedule, will be reimbursed in accordance with Subsection 15(C). MDOT may review all records for materials purchased from a vendor source or vendor stockpile for direct use on state trunkline highways.

Section 9. SUBCONTRACTS

The County may subcontract any portion of the work to be performed under this Contract. Bidding/price solicitation and subcontracts will comply with applicable law and conform to the County’s contracting process except as modified herein. All subcontracted work will require the County to submit a Quotation Request for Services or Equipment (Form 426) along with relevant bid and contract documents and bid or quote tabulation.

All subcontracted work will be performed in accordance with the established Scope of Work outlined on Form 426 and any specifications developed by the County and/or MDOT for the subcontracted work. The scope of work and any specifications must be approved by the Region Engineer. The County will provide the necessary supervision or inspection to assure the subcontracted work is performed in accordance with the scope of work and specifications. At no time will the County pay for subcontracted work until the work has been inspected and approved by the County for compliance with the scope of work and specifications.

Emergency work will be subcontracted based on a verbal approval given by the Region Engineer. The work must be supported by the submission of a Form 426 and summary of emergency work within 15 days of completion.

The parties agree to extend the terms of the Contract if subcontracted work is incomplete at the conclusion of the Contract term. This provision shall not apply if this Contract is terminated by the County or MDOT. In situations where this Contract is terminated by the County or MDOT, all subcontracts shall be deemed terminated as of the date the Contract is terminated. The County must incorporate this provision into all subcontracts.

County Based Advantage programs, hereinafter the “CBA Process”, or any type of preference program which awards contracts based on criteria other than low bid through the competitive bidding process, may not be used for any work under this Contract.

Failure to obtain the necessary approvals or to retain the documentation that the bids, prices, or rate quotations were solicited as required in this section may result in a denial of the reimbursement of the costs.

The term of any subcontract will not exceed five (5) years including any extensions.

All Subcontracts shall be awarded to the lowest qualified bid. Subcontract solicitation and approval process will be as follows:

12

A. Subcontracts less than $25,000: The County will solicit either a bid price, or rate quotation from three or more qualified sources. Documentation of solicitation from all qualified sources must be retained. Region Engineer approval of Form 426 is required.

B. Subcontracts $25,000 or greater: The County will advertise and award by competitive bid. Advertisements must clearly define the scope of work, performance specifications, MDOT contract terms, and the location of work to be performed. Documentation of the solicitation from all qualified sources must be retained. Region Engineer approval of Form 426 is required.

State Administrative Board requirements for Contracts and Amendments (previously referred to as overruns, extra work and adjustments), are outlined and set forth in Appendix I, attached hereto and made a part hereof.

Section 10. NON-DISCRIMINATION

In connection with the performance of maintenance work under this Contract, the County (hereinafter in Appendix B referred to as the “Contractor”) agrees to comply with the State of Michigan provisions for “Prohibition of Discrimination in State Contracts,” as set forth in Appendix B, attached hereto and made a part hereof. The County further covenants that it will comply with the Civil Rights Act of 1964, being P.L. 88-352, 78 Stat. 241, as amended, being Title 42 U.S.C. Sections 1971, 1975a-1975d, and 2000a-2000h-6 and will require similar covenants on the part of any contractor or subcontractor employed in the performance of this Contract.

Section 11. ANTI-KICKBACK

No official or employee of the County, or of the State of Michigan, will receive remuneration (directly or indirectly) for the purchase of materials, supplies, equipment, or subcontracts in connection with the performance of this Contract.

Section 12. SCOPE OF CONTRACT

It is declared that the work performed under this Contract is a governmental function which the County performs for MDOT. This Contract does not confer jurisdiction upon the County over the state trunkline highways encompassed by this Contract or over any other state trunkline highways. This Contract may not be construed to confer temporary or concurrent jurisdiction upon the County over a state trunkline highway. Nothing inconsistent with the underlying statutory jurisdiction, duties, prerogatives, and

13

obligations of MDOT is herein intended. The parties hereto further declare that this Contract is not made for the benefit of any third party.

Section 13. INSURANCE

A. The County will furnish MDOT with a certificate of automobile liability insurance, which complies with the No-Fault Automobile Insurance laws of the State of Michigan, MCL 500.3101, et seq. The insurance coverage will include vehicles owned, leased or rented by the County. Such insurance will be not less than Two Hundred and Fifty Thousand Dollars ($250,000.00) for bodily injury or death of any one person. Coverage for public liability, property damage and the combined single limit will also comply with the No-Fault Automobile Insurance laws of the State of Michigan. The County will provide thirty (30) days’ notice to MDOT prior to cancellation, termination or material change of the policy. The certificate of said insurance, on MDOT Form 428 (Certificate of Insurance for State Highway Maintenance Contract) covering public liability and property damage indicating thereon the policy number, the aforesaid thirty (30) days’ notice provisions and the limits of liability, will be attached to this Contract. The County agrees to review its insurance programs with its statewide association in an effort to obtain cost savings and efficiency for MDOT.

If the County is self-insured, a copy of the Secretary of State’s Certificate of Self-insurance will be submitted.

B. In the event the County receives a Notice of Intent to File Claim and/or any complaint filed by a person seeking to recover damages from the County for its alleged acts or omissions on a state trunkline highway, the County will provide a copy of such notice to the Assistant Attorney General, within fifteen (15) days of receipt of said notice or complaint. The Notice of Intent to File Claim and/or any complaint filed by a person seeking to recover damages from the County will be sent to:

Assistant Attorney General Division Chief Transportation Division Van Wagoner Building - 4th Floor 425 West Ottawa Street P.O. BOX 30050 Lansing, Michigan 48909

Thereafter, the County will provide copies of pleadings and other information regarding the claim or lawsuit when requested by an Assistant Attorney General.

14

Section 14. WORKERS’ DISABILITY COMPENSATION

The County will comply with the Michigan Workers’ Disability Compensation Act, MCL 500.3400,et seq., for all employees performing work under this Contract.

Section 15. REIMBURSEMENT SCHEDULE

MDOT will reimburse the County for costs incurred in the performance of the work covered by this Contract as follows:

A. MDOT will reimburse the County for the cost of all labor employed in the performance of this Contract. The reimbursement will include the expense of permit inspections, field and office engineering, and reviewing auditing expenses in connection with force account work by subcontractors.

The provisions of Section 5 do not preclude payment for the labor expenses of the Contract Administrator, Assistant Contract Administrator, or Foremen engaged in permit inspections or regular inspections of state trunkline highways, if requested by the County and specifically authorized in writing by the Region Engineer. The County’s payroll system must allow portions of the time for Contract Administrator and Assistant Contract Administrator to be charged to both a county administrative account and specific state trunkline highways and county roads in a consistent manner as a direct cost. These permit inspections, or regular inspections of state trunkline highways must be supported by daily timecards or electronic time keeping files as indicated in Subsection 18(A).

The provisions of Section 5 do not preclude reimbursement for the labor cost of the Contract Administrator and the Assistant Contract Administrator as a direct cost for engineering services if the County’s payroll system allows portions of the time for these positions to be charged to both a County administrative account and specific state trunkline highways and county roads in a consistent manner as a direct cost. The labor cost of these positions may only be charged directly to the state trunkline highway or facility if these positions personally perform the engineering work. Engineering work includes the direct oversight and supervision of an emergency response at the scene of the emergency, field supervision of heavy and/or special maintenance projects and the preparation of special provisions, bid documents, contract advertisements and cost estimates for work being contracted on a specific state trunkline highway or facility. The Contract Administrator and the Assistant Contract Administrator will not charge time directly to a state trunkline highway or facility for the supervision or oversight of engineering work in the office.

B. MDOT will reimburse the County for direct labor overhead costs (fringe benefits), including, but not limited to, vacation pay, sick leave pay, separation sick leave pay, holiday pay, workers’ disability compensation, retirement, social security, group life insurance, hospitalization, longevity pay, unemployment insurance and military

15

leave pay, as a percentage of the productive payroll on all labor costs properly chargeable to MDOT. Part-time/seasonal employees’ fringe benefits should include FICA/Medicare and Workers Compensation. Other fringe benefits may be included if they can be justified. This provisional percentage will be developed for billing purposes using MDOT Form 455C (Report of Employee Benefit Cost) and conform to the general accounts of the County based on the experience of the previous fiscal year experience. If both permanent and part-time/seasonal employees are utilized, the County shall choose an option to use a separate fringe benefit rate for permanent and part-time/seasonal employees (separate Form 455C shall be required) or an option to use a blended rate for permanent and part-time/seasonal employees when part-time/seasonal employees are utilized equally (employee hours are 50/50 +/- 10 percent) on both the state trunkline system and county system. The completed Form 455C shall be submitted to the Region Engineer within six (6) months of the County’s fiscal year end. With notification to the Department, the County may modify rates, at any time, to better reflect forecasted costs. If a blended rate is used and the use of part-time/seasonal employees is not equal (employee hours are 50/50 +/- 10 percent), separate rates will be calculated. These charges will be adjusted by review to the costs incurred in the current contract year in accordance with Subsection 20(A).

MDOT will reimburse the County for the cost of unemployment in accordance with Section 3 of this Contract.

C. MDOT will reimburse the County for the cost of materials in accordance with the following provisions:

1. County-produced and/or Supplied Bulk Materials on the Firm Unit Price List (measured by volume or weight).

MDOT will reimburse the County for the cost of materials used in the performance of this Contract and set forth in Section 8 of this Contract at the indicated Firm Unit Price for material used on state trunkline highways. The Firm Unit Price includes the costs to purchase, produce, haul, and stockpile. Firm Unit Prices also includes storage and handling costs.

2. County-Purchased Bulk Materials (measured by volume or weight) MDOT will reimburse the County for the cost of bulk items stockpiled by the County for material used on state trunkline highways. The Region Engineer must approve these materials for stockpiling prior to purchase by the County. The County will deduct all discounts or rebates in excess of two percent (2%) to establish the reimbursed cost. MDOT will reimburse the County for handling bulk materials purchased by the County in accordance with Subsection 15(D)(1).

16

The County may transfer any bulk material to MDOT Stores with the Region Engineer’s concurrence. When the County transfers a bulk material to MDOT Stores, and 100% of the material is for the State Trunklines, MDOT will reimburse the County for the total cost of the bulk material from the County’s operating state trunkline budget to the Stores Budget. When bulk items paid for by MDOT are co-mingled with the County’s materials, MDOT will only reimburse the County for the cost of that portion expected to be used on the state trunkline highways. MDOT’s share of co-mingled materials will become MDOT stores and are to be accounted for by the County in the same manner as other MDOT-supplied Stores items. Upon physical inventory, any adjustment will be pro-rated in accordance with recorded MDOT- County usage.

3. County-Purchased Non-Bulk Materials (measured by area or count):

MDOT will reimburse the County for the cost of all other materials furnished by the County and used in the performance of this Contract at the time of use. The County will deduct all discounts or rebates in excess of two percent (2%) to establish the reimbursed cost. MDOT will reimburse the County for handling non-bulk materials purchased by the County in accordance with Subsection 15(D)(2).

4. State-Purchased Materials (State Stores):

MDOT will reimburse the County for the cost of handling state purchased materials in accordance with Subsection 15(D)(1) for materials measured by volume or weight or Subsection 15(D)(2) for materials measured by area or count. MDOT will reimburse the County for overhead charges when the materials are applied to the state trunkline highway.

D. MDOT will reimburse the County for the cost of handling materials furnished by the County and materials furnished by MDOT as follows:

1. Bulk Items (as measured by volume or weight):

The direct expenses of handling such as unloading, processing, stockpiling or heating and loading for materials in bulk, bags, or drums including MDOT Stores bulk items, such as aggregates, bituminous materials and chemicals, on condition that reimbursement of such expenses is not provided elsewhere herein, and these costs can be identified within the records of the County. When bulk items intended for use on the state trunkline are co-mingled with the County’s materialsfor their local roads, MDOT will only reimburse the County for the cost of handling the portion expected to be used on the state trunkline highways. The County will establish a rate of use annually, based on the

17

previous year’s use to identify MDOT’s share of handling cost. The County’s established rate is subject to adjustment by review. The County should charge these costs to the activity code appropriate to the material being handled and to the County’s County Number followed by three zeros, i.e., in Hillsdale County, 30000 would be used.

2. Non-Bulk Items (as measured by area or count):

The County may add a five percent (5%) handling and storage charge to the purchase price of all non-bulk materials. This five percent (5%) handling and storage charge includes the cost of all storage, labor, and equipment charges used to handle non-bulk items, to place them in storage, and to maintain the materials in storage. Those materials requiring inside storage, heated storage, secure storage, or other special care must be stored to qualify for this handling and storage charge. The Region Engineer will determine if the method of storage meets the conditions described above. MDOT will reimburse the County for material handling at a rate other than five percent (5%), if requested by the County and approved by the Region Engineer as designated below.

Indicate the option preference of County:

_____ The County elects to be paid at the five percent (5%) rate.

OR

_____ The County elects to be paid at the rate of ______% subject to a review to actual cost.

E. MDOT will reimburse the County for state trunkline No Fault Auto LiabilityInsurance for state trunkline highway maintenance as a direct cost. The County will remove the County Road No Fault Auto Liability Insurance from the indirect equipment costs reported on the Equipment Questionnaire (Form 461). The County will include Michigan Catastrophic Claims Association, the Michigan Assigned Claims Assessment and the Michigan Assigned Claims Facility Assessment costs in the indirect equipment expenses.

F. MDOT will reimburse the County for the cost of equipment rental based on the rental rates established in the Schedule C, Report 375, Equipment Rental Rates, issued by MDOT for each year. The County may modify those rates, at any time, to better reflect historical or forecasted costs with approval from the Region Engineer. The amount previously reimbursed to the County for equipment rental will be adjusted to the actual equipment cost at the time of review for each year at the option of the County as indicated below:

18

Work tools powered by electric or battery power are small hand tools. Small hand tools are listed in Schedule C, Report 375, Equipment Rental Rates. Small hand tools are reimbursed as a direct cost through an equipment rental rate and charged to an activity.

Place an X on the appropriate line below to indicate the County’s preference.

Option 1 _____ The County elects to use the review to cost to the individual equipment piece and not to its group rate.

The amount previously reimbursed to the County for equipment rental will be adjusted to the actual equipment cost at the time of review for each year using the following method: Cost computation by individual equipment piece. Upon the disposal of a piece of equipment, the gain will be allocated to MDOT based on MDOT’s proportional usage of that piece of equipment over the equipment’s life. The amount of gain MDOT will participate in is limited to the original cost of the equipment minus salvage value. MDOT is not responsible to participate in the loss resulting from the sale or disposition of equipment. If the reviewed costs exceed rentals, the County will be reimbursed. If the rentals exceed the costs, MDOT will be reimbursed by the County.

Option 2 _____ The County elects to use the review to cost to its group rate.

The amount previously reimbursed to the County for equipment rental will be adjusted to actual equipment cost at the time of review for each year using the following method: Cost computation by code classification in accordance with the Uniform Accounting Manual, with the exception that the gain or loss on disposal of equipment will be offset to indirect equipment expense related to the code classification of the equipment being disposed. If the disposal eliminates a code classification, the gain or loss will be applied to the code classification of the new equipment purchased. If the reviewed costs exceed rentals, the County will be reimbursed. If the rentals exceed the costs, MDOT will be reimbursed by the County.

In addition, MDOT will participate in interest expense related to buildings used to house, repair and/or maintain

19

equipment through equipment rental. The cost eligibility for building interest expense will be determined based on the criteria listed in Subsection 15(F)(1) below. All contract language in Subsection 15(F)(2) below regarding the capital equipment advance applies.

The County may elect to change its selected option. Any request for a change in the County’s selected option must be in the form of a formal resolution of the County and received by the Region Engineer a minimum of thirty (30) days prior to the start of the County’s fiscal year. The change in the County’s selected option will only be implemented at the start of the County’s fiscal year.

1. The cost eligibility for building interest expense will be determined based on the following criteria:

a. Costs incurred for interest on borrowed capital or the use of the County’s own funds, however represented, are unallowable except as specifically provided in Subsection 15(F)(1)(b).

b. Financing costs (including interest) paid or incurred on or after July 1, 2001, associated with the otherwise allowable costs of building acquisition, construction, fabrication, reconstruction or remodeling completed on or after October 1, 1980, and equipment is allowable, subject to the conditions set forth in Subsections i through iv below.

i. The financing is provided (from other than tax or user fee sources) by a bona fide third party external to the County.

ii. The assets are used in support of state trunkline Highway maintenance.

iii. Earnings on debt service reserve funds or interest earned on borrowed funds pending payment of the construction or acquisition costs are used to offset the current period’s cost or the capitalization interest, as appropriate. Earnings subject to being reported to the Federal Internal Revenue Service under arbitrage requirements are excluded.

iv. The County will negotiate the amount of allowable interest whenever cash payments (interest, depreciation, use allowances and contributions) exceed the County’s cash payments and other contributions attributable to that portion of real property used for state trunkline Highway maintenance.

20

2. On or about July 1 of each year of this Contract, the County, upon selecting the option to participate, will be granted a Capital Equipment Advance hereinafter referred to as “CEA”, calculated as follows:

CEA=FYR x AA – APR

Where:

FYR is the simple average of the summation of annual ratios of MDOT Equipment Rental to Total Equipment Rental for each of the five (5) immediately preceding years.

AA is the Annual Adjustment defined as the Road Equipment Book Value as of the last day of the previous fiscal year as shown in the Annual Financial Report.

APR is the Amount Previously Received.

A CEA is intended only for the purchase of equipment that will allow the County to significantly increase the productivity and efficiency of its work under this Contract and is consistent with the most recent technology available.

The CEA will be adjusted annually based on the above calculation. If the calculation results in a larger advance figure then previously advanced, MDOT will pay the County within ninety (90) days. If the calculation results in a smaller figure than previously advanced, the County will repay MDOT within ninety (90) days of notification.

Options:

_______ The County elects to receive the CEA as outlined.

OR

_______ The County does not elect to receive the CEA as outlined.

If this Contract is terminated by the County, the full amount of the outstanding CEA will be due and payable to MDOT by the County within ninety (90) days of the termination date. If this Contract is terminated by MDOT, the full amount of the outstanding CEA will be due to MDOT and payable at the County’s option in monthly installments equal to five percent (5%) of the monthly revenues due the County from the Michigan

21

Transportation Fund, or an annual payment of twenty percent (20%) of the total debt. If the five percent (5%) payback formula is used, the first payment will be due ninety (90) days after the date of termination. If the twenty percent (20%) payback formula is used, the first annual payment will be due one (1) year after the date of termination. If the County fails to make any of these required payments when due, whether the Contract is terminated by the County or by MDOT, MDOT will immediately notify the County of the default and the amount owed. If the default is not cured within thirty (30) days, MDOT may deduct the monies owed from other funds due the County in accordance with the prescribed schedules of repayment.

The repayment terms and conditions as described will supersede and replace all outstanding repayment provisions contained in the Capital Equipment Loan Contracts and promissory notes.

G. MDOT will reimburse the County for the amounts paid by the County to a subcontractor as set forth in Section 9.

H. MDOT will reimburse the County for the cost of labor, materials, and equipment rental incurred in connection with engineering, supervision, and inspection of subcontracted work.

I. MDOT will reimburse the County for the cost of the Winter Maintenance Patrol as mutually agreed to in writing in the Winter Letter of Understanding. The County will not designate more than one supervisor at any one time with the authority to call in employees from the various garages as needed to perform winter maintenance. The designated supervisor will be the first point of contact when the night patrol person requests assistance.

J. MDOT will reimburse the County for the cost of traffic control devices used for state trunkline maintenance when performed in accordance with MDOT’s current version of Maintenance Guidelines for Work Zone Traffic Control.Lighted Arrows will be reimbursed as equipment rental at the applicable equipment rental rate.

The County will purchase all required traffic control devices to perform traffic control for work on the shoulder, a two-lane/two-way road single lane closure, work outside shoulder, a one or two-lane closure on a freeway and work operations on exit ramps. Total quantities will be determined by MDOT based on the operational needs of the County’s specific maintenance garages.

The County elects the following reimbursement option for traffic control devices:

22

The County will use the traffic control devices on the county road system and the state trunkline system and share the cost with MDOT. MDOT’s share in the cost of Traffic Control devices will be fifty percent (50%) of the invoice cost of the devices.

OR

The County will use the inventory of traffic control devices on the state trunkline system only. MDOT will reimburse the County for the full invoice cost of the devices.

Reimbursement for Initial Inventory:

The County will implement appropriate internal guidelines for storage and use of these traffic control devices to ensure the longest possible life and utility. MDOT will reimburse the County for the initial inventory of traffic control devices approved by MDOT in accordance with the County’s option, as selected above. The County should charge these costs to activity code 160 and to the County’s County Number followed by three zeros, i.e., in Hillsdale County, 30000 would be used.

Reimbursement for Damaged Traffic Control Devices:

The County will replace all damaged traffic control devices and maintain an inventory adequate to supply any of the typical closures identified above as required to perform work under this Contract. MDOT will reimburse the County for the replacement of damaged traffic control devices approved by MDOT in accordance with the County’s option, as selected above. Monthly reimbursement for damaged traffic control devices will be based on the actual amount(s) and the invoices for the devices being replaced. Invoices must be retained by the County for verification. The County should charge these costs to activity code 160 and to the County’s County Number followed by three zeros, i.e., in Hillsdale County, 30000 would be used.

Reimbursement for Non- Reflective Traffic Control Devices:

The County will inventory the traffic control devices in April of each year and determine which devices have no further useful reflective life. This inventory will be verified by MDOT to determine the total number of traffic control devices that no longer meet the minimum specifications. MDOT will reimburse the County for the replacement of the traffic control devices approved by MDOT in accordance with the County’s option, as selected above. Reimbursement will be based on the actual amount(s) and the invoices for the devices must be retained by the County for verification. The County should charge these costs to activity code 160 and to the County’s County Number followed by three zeros, i.e., in Hillsdale County, 30000 would be used.

23

K. MDOT will reimburse the County for overhead costs outlined as follows:

Reimbursement to the County under this subsection is for all costs and expenses arising out of the performance of this Contract that are not specifically described in other sections of this Contract. This includes salary and expenses (including transportation) of the Contract Administrator (except as noted in Subsection 15(A), salaries of clerical assistants (including radio communication staff), office expense, storage rentals on County-owned property, and the cost of small road tools. Work tools which do not have a power assist and are used in a road or bridge maintenance activity are considered small road tools and do not have a Schedule C rate.

The County elects the following option for the reimbursement of overhead costs:

The County elects to receive eight and one-half percent (8 1/2%) as a flat rate for overhead. This rate includes one-half percent (1/2%) for small road tools;

OR

The County elects to use an overhead rate of %. The County will calculate this rate based upon the County’s most recent Act 51 Report data and the format provided in Appendix D, attached hereto and made a part hereof. The calculated overhead rate under this option will not exceed eleven percent (11%). This rate may be increased by one-half percent (1/2%) for small road tools. When selecting this option, the County will submit the overhead rate computation and supporting documentation to MDOT at the time this Contract is signed and by July 1 of each year thereafter.

The County’s computation will be validated by MDOT and differences will be resolved by the Contract Administrator and the Region Engineer. This rate once determined and agreed to is a flat rate and not subject to review. Written acceptance of the rate will be sent to the County by the Region Engineer no later thanSeptember 30 of each fiscal year.

OR

The County elects to use an overhead rate of ________% based on Appendix C, attached hereto and made a part hereof. This rate is subject to a review to cost.

24

When the County calculates its overhead percentage based on Appendix C, the County will use its actual cost experience for the previous year and submit the overhead rate computation and supporting documentation by July 1 of each year.

The County may elect to change its selected option. Any request for a change in the County’s selected option must be submitted by July 1 in the form of a formal resolution of the County and approved in writing by the Region Engineer no later than August 1 of each fiscal year. The change in the County’s selected option will only be implemented at the start of the County’s next fiscal year.

L. MDOT will reimburse the County for MDOT’s pro rata share of the cost to maintain chemical storage facilities as provided for in the chemical storage facility contracts between the County and MDOT.

M. MDOT will reimburse the County for reasonable attorney fees, expenses, actual costs, civil fines or damages, judgments rendered or settlements made, as they are incurred, that arise out of the County’s performance of its responsibilities to maintain state trunkline highways under this Contract and that are founded upon a claim under the “highways exception” to governmental immunity, MCL 691.1402, and any successor statute, or a claim under the “sewage disposal system event” exception to governmental immunity, MCL 691.1416 to MCL 691.1419, and any successor statutes, or a claim under the “motor vehicle” exception to governmental immunity, MCL 691.1405 that is not subject to the No-Fault Act, MCL 500.3101, et seq., or any successor statute, or an allegation that an act or omission by the County in carrying out its obligations under this Contract has created a nuisance, a trespass, a taking, or a third-party beneficiary cause of action. MDOT will also reimburse the County for reasonable attorney fees, expenses, actual costs, civil fines or damages incurred under the Miss Dig Underground Facility Damage Prevention and Safety Act, MCL 460.721 et seq., or any successor statute, provided that the County has substantially complied with the provisions of the Act in the performance of its duties under this Contract.

MDOT will reimburse the County for reasonable attorney fees, expenses, and actual costs, as they are incurred, that arise out of the County’s performance of its responsibilities to maintain state trunkline highways under this Contract and that are founded upon a claim of gross negligence pursuant to MCL 691.1407(2), or any successor statute, provided that the County employee was acting in the course of employment at the time of the alleged conduct and had a reasonable basis for believing that the conduct was within the scope of the authority delegated to the employee. MDOT shall have no obligation to reimburse the County for any monetary settlement of a claim alleging gross negligence, or monetary judgment finding gross negligence, entered in an action.

MDOT shall have no obligation to reimburse the County under this subsection

25

unless the County has sent a copy of any Notice of Intent to File Claim pursuant to MCL 691.1404, MCL 224.21, or otherwise, or any statutory notice of a sewage disposal system event or claim, and all subsequent documents to the Assistant Attorney General within thirty (30) days of receipt and has cooperated with any efforts to protect the interests of MDOT in regard to the claim or litigation, and, with regard to claims made under the “sewage disposal system event” exception to governmental immunity, the County has also complied with the last sentence of MCL 691.1419(1) and with MCL 691.1419(2). In instances where the County receives notification, in any form, that legal action has been initiated, MDOT shall have no obligation to reimburse the County under this subsection unless the County has sent a copy of any initial court filing to the Assistant Attorney General within fifteen (15) days of receipt.

The County and MDOT agree that any and all claims against the County that are subject to the provisions of the No-Fault Act, MCL 500.3101, et seq., or any successor statutes, will be tendered for defense to the County’s no-fault carrier. Any reimbursements under this subsection shall be payable solely from revenue apportioned and appropriated to the state trunkline fund, per MCL 247.660(1)(d), and as authorized by law.

The County agrees to cooperate with MDOT and its counsel in defending any claims against MDOT. That cooperation shall include promptly providing information requested by MDOT or its counsel and producing any witnesses to testify at deposition or trial if requested by MDOT or its counsel.

All documents should be sent to the Assistant Attorney General Division Chief, Transportation Division, Van Wagoner Transportation Building, 4th Floor, Lansing, Michigan 48909. MDOT will take all reasonable and necessary actions to secure additional funds, if necessary, to reimburse the County in accordance with this paragraph. It is expressly understood that nothing in this subsection shall be construed to create a general obligation of the State of Michigan.

N. In the event of a catastrophic loss that is compensated by an insurance settlement, or a sale, any gain on buildings or equipment resulting from the settlement, and the purchase of replacement buildings or equipment will be recorded in compliance with the Michigan Department of Treasury Uniform Accounting Procedures for County Road Commissions in effect at the date of the loss or Generally Accepted Accounting Principles.

Any proceeds from the loss or sale of a building that MDOT participated in will be amortized over the life of the new building through an indirect equipment expense adjustment at the time of the annual review. The proceeds will be limited to MDOT’s share of the original cost of the building and the cost of capital improvements and will not participate in any gains that were a result of the increased value of the building at the time of loss or sale.

26

Any gain on equipment resulting from an insurance settlement or a sale is to be reported on the annual Equipment Questionnaire (Form 461). If the gain resulting from an insurance settlement or a sale was for equipment used on the state trunkline, and results in an equipment adjustment due MDOT, MDOT will allow the County, upon request, to repay the amount due MDOT over the depreciation period for the replaced equipment.

If the sale or disposition of equipment results in a loss, MDOT will not participate in that loss.

O. Graduated Winter Operations Adjustment: MDOT will reimburse the County a Graduated Winter Operations Adjustment, hereinafter referred to as “GWOA”. The GWOA compensates the County for additional costs incurred as a result of winter operations such as additional mechanic time during winter shift operations and the impact of unbalanced wear and tear on winter maintenance equipment. This GWOA is based on the County’s percentage of its “final” annual Budget spent on winter activities (Activities 141 through 149) and associated fringe and overhead rates. The GWOA will be calculated as follows:

GWOA = (Multiplier) x (Five-year average winter costs*)

* Five-year average winter costs include all labor, equipment, materials (includes both County and MDOT furnished), purchases, fringe benefits, and overhead charged to accounts, 14100, 14400, and 14900.

The multiplier is determined by the percentage of “final” annual Budget spent on winter activities per the following table (The annual Budget and winter expenditures are based on fiscal year October 1 through September 30):

Example: Total final Budget expenditure for FY: $1,000,000 Total final winter expenditure for FY: $560,000 Five-year average winter expenditure: $520,000

$560,000/$1,000,000 = .56 or 56% 56% is between 50 and 69 therefore the multiplier is 0.0025

Therefore, the GWOA is:

Multiplier x Five-year average winter expenditure or:

% of Annual Budget Spent on Winter Activities

Multiplier

70 – 100 .50% (0.005)50 – 69 .25% (0.0025)0 – 49 0.0

27

GWOA is 0.0025 x $520,000 = $1,300

After September 30, but before December 31, MDOT will calculate the GWOA. The Region Engineer will advise the County of the calculated GWOA. The County will submit the GWOA through the Local Agency Payment system. The GWOA is not subject to review adjustment.

Section 16. BUDGET

Each MDOT fiscal year, the Region Engineer will prepare separate budgets for winter and non-winter maintenance in accordance with MDOT guidelines. The Region Engineer, in consultation with the County, shall develop an annual Work Plan which shall include non-winter maintenance activities, a proposed schedule, and the estimated cost for such activities. The sum of those estimated costs will constitute the non-winterBudget and will be distributed monthly in accordance with the proposed schedule.

MDOT agrees that, once established, the fiscal year non-winter maintenance will not be reduced, except as otherwise provided in this Contract. The Budget for winter maintenance activities will be based on a five-year (5) average of winter expenditures which includes the costs for labor, fringe benefits, equipment, MDOT Salt Stores, County -supplied road salt, winter sand, other de-icing chemicals and overhead. Notwithstanding the foregoing, MDOT will establish a statewide holdback fund amount not to exceed thirty percent (30%) of the five (5) year winter average. The statewide holdback funds will be used to cover Winter Overruns of the County, other contract road agencies, and MDOT direct forces. The statewide holdback funds will also be used to pay any budget review adjustments owed to contract agencies. MDOT will distribute any remaining funds in the statewide holdback to contract agencies and MDOT direct forces based on a prioritization of statewide non-winter maintenance needs.

The Region Engineer and the County will review the non-winter maintenance Budget together at least every other month. Any adjustments to the proposed work plan to curtail or expand operations will be addressed in this Budget review. During winter operations, the winter Budget will be reviewed by the Region Engineer and the County every month to conduct the same review.

MDOT and the County will meet between March 1 and May 15 of each fiscal year to develop a supplemental summer program. The supplemental summer program will be funded by the remainder of the winter Budget, if any. The work activities proposed in the supplemental summer program will be prioritized to support MDOT’s preservation strategy. The remainder of the winter Budget will be released to the County two weeks after the final bill is received by MDOT covering the winter season as defined in the Winter Letter of Understanding.

28

If the County’s winter overruns (including benefits and overhead) exceed MDOT’s winter budget and holdback funds statewide, MDOT will seek additional funding to address the overruns including seeking a supplemental appropriation from the State Budget Office. MDOT reserves the right to reduce the non-winter maintenance Budget if efforts to secure additional funding are unsuccessful.

With the expectations of operational costs increasing annually, each year CRA and MDOT will analyze contract agency costs regionally and statewide and work together to identify and maintain a baseline funding level required to keep annual work plans consistent year to year. The determined annual adjustments will be incorporated in the TSMO Division’s State Trunkline Operations appropriations proposal. If increases for contract agency operations are provided in the State Trunkline Operations appropriation, said increases will be distributed to trunkline maintenance contract agencies in accordance with the analysis completed by CRA and MDOT. If increases for contract maintenance are not provided through the State Trunkline Operations appropriation, then increases cannot be guaranteed.

Section 17. EQUIPMENT LIST AND QUESTIONNAIRE AND OVERHEAD

The County will furnish a list of equipment to be used in the performance of this Contract to MDOT annually. The list of equipment will be prepared using the Equipment Specifications and Rentals (Form 471). This form will include the percentage of modification for the respective year as indicated in Subsection 15(F). This percentage may vary by code classification at the option of the County. This form will be furnished to the Region Engineer by February 28th of each year.

The County will furnish a complete equipment expense record to MDOT within six months of the end of the County’s fiscal year. MDOT will use the information to establish the rates in Schedule C, Report 375, Equipment Rental Rates. The County will submit the data to the Region Engineer on the Equipment Questionnaire (Form 461) or an approved equivalent alternative format.

If the County elects to use a review to cost rate for overhead based on Appendix Cattached hereto and made a part hereof, the County will submit its overhead rate and computations to the Region Engineer by July 1 of each year for the previous year.

Section 18. RECORDS TO BE KEPT

A. The County will establish and maintain accurate records, in accordance with generally accepted accounting principles, of all expenses incurred for which payment is sought or made under this Contract, said records to be hereinafter referred to as the “RECORDS.” Separate accounts will be established and maintained for all costs incurred under this Contract. The County will retain the

29

following RECORDS, and others, in accordance with generally accepted accounting principles:

1. Retain daily timecards or electronic timekeeping files for employees and equipment indicating the distribution of time to route sections and work items. Daily timecards must be signed by the employee, the immediate supervisor and by the timekeeper when the timekeeper is employed. If the County uses crew-day cards, it will retain crew-day cards backed by a time record for the pay period signed as above, in lieu of daily individual timecards detailing the time distribution. If the County uses electronic timekeeping, it will retain data files detailing time distribution and assigned supervisor approval.

2. Retain properly signed material requisitions (daily distribution slips) which indicate type of material, quantity, units of measure, the date of distribution and the distribution to route sections and work items.

3. Retain additional cost records to support and develop unit cost charges and percentages as applied to invoice costs. Cost records are not necessary in support of the eight and one-half percent (8 1/2%) overhead or the five percent (5%) handling charge.

B. The County will maintain the RECORDS for at least three (3) years from the date of MDOT’s receipt of the County’s Equipment Questionnaire (Form 461), and the County’s overhead rate computation for the year if using review to cost for overhead computations. In the event of a dispute regarding allowable expenses or any other issue under this Contract, the County will thereafter continue to maintain the RECORDS at least until that dispute has been finally decided and the time for all available challenges or appeals for that decision has expired.

The County will maintain all RECORDS supporting equipment usage from the time of equipment purchase to disposal to support any gain or loss from equipment disposed.

Representatives of MDOT may inspect, copy or review the RECORDS at any mutually acceptable time. However, the County cannot unreasonably delay the timely performance of the review.

Section 19. COST CERTIFICATION, REIMBURSEMENT AND ADJUSTMENT

The County hereby certifies that, to the best of the County’s knowledge, the costs reported to MDOT for this Contract will represent only those items which are properly chargeable in accordance with the Contract. The County also

30

hereby certifies that it has read the Contract terms and is aware of the applicable laws, regulations, and terms of the Contract that apply to the reporting of costs incurred under the terms of this Contract.

Requests for reimbursements to be made under Section 15 will be made monthly on certified statements of charges prepared and submitted by the County within fifteen (15) days from the end of the calendar month or accounting period on forms furnished by MDOT or using an approved equivalent alternative format.

Within ninety (90) calendar days of the end of the County’s fiscal year, MDOT or the County may process upon written request a preliminary year-end accounting adjustment. The adjustment may reimburse or charge the County as appropriate for the preliminary difference between employee fringe benefits, equipment rental, reported overhead costs, and the County’s actual costs reflected in the County’s equipment questionnaire, annual financial report, and certified financial statements as determined by MDOT to reasonably represent the County’s actual costs. Said adjustments will be based on the applicable contractual provisions relative to the determination of eligible costs. This preliminary year-end accounting adjustment is subject to the review and the record retention provisions of this Contract.

Section 20. CONTRACT REVIEW AND RESPONSE

A. The County’s records will be subject to review within the statute of limitations, and the review period will coincide with the County’s fiscal year, unless the Contract is terminated or not renewed.

Within six months after the end of the County’s fiscal year, the County will provide MDOT with the preliminary documents listed in Appendix J, attached hereto and made a part hereof. The determination of any rates (i.e., fringe benefits, overhead, equipment rental, etc.) applicable at any time within the Contract period will be based on the County’s actual costs for the County’s corresponding fiscal year. Charges by the County for maintenance of state trunkline highways and authorized non-maintenance work performed under this Contract will not be adjusted (increased or decreased) by an annual review if the County receives MDOT’s written summary of tentative exceptions and adjustments after eighteen (18) months subsequent to MDOT’s receipt of the County’s Equipment Questionnaire, Appendix J, and, for a County selecting “review to cost” for the year, the overhead computation, whichever is later. This limitation will not apply in case of fraud or misrepresentation of material fact or if agreed to in writing. The County will not be penalized by failure of MDOT to present to the County its tentative exceptions and adjustments within the eighteen (18) month period.

MDOT will present the County a written summary of tentative exceptions and

31

adjustments within the eighteen (18) month period. The eighteen (18) month period is intended only as a limitation of time for making adjustments and does not limit the time for payment of such amounts. In the event that a review, performed by or on behalf of MDOT indicates an adjustment to the costs reported under this Contract or questions an item of expense as not allowable under the Contract, MDOT will promptly submit to the County a Notice of Review Results and a copy of the review report which may supplement or modify any tentative findings communicated in writing to the County at the completion of a review.

MDOT and CRA will work cooperatively to develop and provide training to ensure that charges, reimbursement and auditing is fair and consistent, in accordance with this Contract.

1. The County concurs with the Notice of Review Results and will either repay the amount of any overpayment to MDOT or be reimbursed the amount of any underpayment by MDOT.

2. The County does not concur with Notice of Review Results. The “Response” will explain the nature and basis for any disagreement as to a disallowed item of expense.

3. The “RESPONSE” will also include a written explanation as to any questioned item of expense. The “RESPONSE” will be clearly stated and provide any supporting documentation necessary to resolve any disagreement or questioned item of expense. Where the documentation is voluminous, the County may supply appropriate excerpts and make alternate arrangements to conveniently and reasonably make that documentation available for review by MDOT. The RESPONSE will refer to and apply the language of the Contract.

4. The County agrees that failure to submit a RESPONSE within the sixty (60) day period constitutes agreement with any disallowance of an item of expense and authorizes MDOT to make a final decision to either allow or disallow any items of questioned cost.

MDOT will review submitted “Response” and attached documentation from the County. MDOT will reply in writing acknowledging receipt of the County response. The submitted “Response” and attached documentation from the County will be referred to the MDOT Appeal Panel. See Section 25B “Review Disputes”.

B. Within sixty (60) days after the date of the Notice of Review Results, the County will submit to MDOT a written response, hereinafter referred to as the “Response”, to the Notice of Review Results indicating one of the following options:

32

Section 21. ADJUSTMENT TO THE MAINTENANCE ADVANCE

The County may elect to participate in a Maintenance Advance which represents eight and one-half percent (8.5%) of the end of the fiscal year routine maintenance expenditures performed by the County on state trunkline highways. The calculation will not consider or include that portion of those expenditures covering State Furnished Materials or bulk items paid under Subsection 15(C).

The County makes the following selection regarding the Maintenance Advance:

_____ The County elects to receive a Maintenance Advance as outlined below.

OR

_____ The County does not elect to receive a Maintenance Advance as outlined below.

The Maintenance Advance will be adjusted annually on or about January 1 of each year of the Contract. MDOT will make payment to the County when the calculation indicates that the outstanding balance of the previous Maintenance Advance adjustment calculation is less than 8.5% of the end-of-year routine maintenance expenditures for activities performed by the County on the state trunkline highways from the previous MDOT fiscal year. The County will reimburse MDOT when the calculation indicates that the outstanding balance of the previous Maintenance Advance adjustment calculation is greater than 8.5% of the end-of-year routine maintenance expenditures for activities performed by the County on the state trunkline highways from the previous fiscal year.

Billings for the previous fiscal year that have not been submitted by the County for processing prior to January 1 will not be considered or included in the Maintenance Advance adjustment calculation for that fiscal year.

Any changes to the election to participate in the Maintenance Advance will be addressed by requesting an amendment to the Contract. If the County elects not to participate in the Maintenance Advance, the County’s total outstanding Maintenance Advance is due to MDOT within ninety (90) days of termination. If this Contract is terminated or not renewed, the total Maintenance Advance outstanding will become due and will be deducted by MDOT from any funds due the County under the terms of any maintenance contract.

Section 22. TEMPORARY SUSPENSIONS

MDOT may temporarily suspend this Contract if notified by the County, in writing, that performance under this Contract has been rendered impossible, or if MDOT determines

33

that the County can no longer perform the work on a twenty-four (24) hour, seven (7) day-a-week basis. The temporary suspension shall continue until such time the County and MDOT determines that the County can perform work under the Contract. At the time of suspension, MDOT will assume all maintenance responsibilities. MDOT may correspondingly reduce the County’s state trunkline Budget in order to recover the costs incurred by MDOT related to the temporary contract suspension. The temporary contract suspension shall not exceed a twelve (12) month period unless the County obtains prior approval by MDOT. If the temporary contract suspension reaches 12 months, MDOT has the option to continue working with the County to reinstate the contract with the County or terminate the contract.

Section 23. CONTRACT TERMINATION OR EXPIRATION

A. For convenience, MDOT may terminate this Contract, by providing written notice to the County at least two (2) years prior to the beginning of the Contract year to which the termination applies.

The County may terminate, this Contract by providing written notice to MDOT at least two (2) years, prior to the beginning of the Contract year to which the termination applies.

In the event either party provides notice of an intent to terminate the Contract as provided in this subsection, the Contract shall terminate at the beginning of the Contract year (October 1), two years following the date of the notice. For greater clarity, the parties do not intend for the Contract to terminate as of the date of the notice. Notwithstanding any other provision to the contrary, if a party provides notice of its intent to terminate the Contract as provided in this subsection and the Contract will expire before the two-year notice period has lapsed, the parties agree that the Contract shall be automatically renewed and continue in full force and effect until October 1, two years following the date of the notice.

B. A notice of Termination for Cause shall be submitted in writing by MDOT to the County providing a 90-day notice. The Contract shall be deemed terminated 90 days after the date of such notice.

Prior to providing the notice of Termination for Cause, MDOT will establish a committee to review the contractual issues of concern. The committee will consist of two members from the Department that are not from the Region affected and two members of the CRA Negotiating Committee. The goal of the committee is to work through contractual issues of concern to develop a mutually beneficial plan for both parties. MDOT may issue the Notice of Termination for Cause at any time after establishing the committee if the Department determines that resolution of the contractual issues is not possible.

34

C. If a new Contract has not been executed by the parties within 120 days following the expiration of this Contract, this Contract shall be deemed automatically renewed as of the date of expiration and continue in full force and effect for two years following such date. After those two years have lapsed, the Contract shall be deemed terminated.

D. Appendix E, attached hereto and made a part hereof, sets forth the County’s costs in which MDOT will participate under specified conditions. The County’s defined costs will not be reimbursed by MDOT in the event of:

1. A contract termination by MDOT, for cause. 2. A MDOT appropriation reduction ordered by the Governor or the

Legislature. 3. A contract termination by the County. 4. A Budget reduction of less than five percent (5%).

The County’s defined costs incurred during a temporary suspension under Section 22 will not be reimbursed.

The County’s defined costs will be reimbursed by MDOT in the event of:

1. A current fiscal year Budget reduction of five percent (5%) or more from the County’s prior year Budget, without cause.

2. A contract termination by MDOT, without cause. 3. A contract non-renewal by MDOT, without cause.

The Budget includes routine maintenance activities only, as originally set forth in the Budget for the fiscal year and does not include State Furnished Materials or non-maintenance activities.

E. The County will pay MDOT a proportional amount of the eligible building and shop equipment costs paid under Appendix E should the Contract be reinstated, renewed, or the Budget increased within ten (10) years subsequent to the date of a Budget reduction of five percent (5%) or more, contract termination or contract non-renewal.

Costs reimbursed will be determined under either the provisions of Section 15 or Appendix E, but not both.

F. Notwithstanding any provision of this Contract to the contrary, upon termination of this Contract “for cause”, the County must, for a period of time specified by MDOT (not to exceed 90 calendar days), provide all reasonable transition assistance requested by MDOT, to allow for the terminated portion of the Contract Activities to continue without interruption or adverse effect, and to facilitate the orderly transfer of such Contract Activities to MDOT or its designees. This Contract will automatically be extended through the end of the

35

transition period.

G. All time frames in this section can be modified upon agreement between the County and MDOT.

Section 24. CONTRACTUAL INTERPRETATION

All capitalized words and phrases used in this Contract have the meaning set forth in Appendix H.

All words and phrases not specifically defined in Appendix H shall be construed and understood according to the ordinary meaning of the words used, but technical words and phrases shall have the meanings set forth in MDOT’s publications, manuals, advisories, or guides, as applicable. If no MDOT publication, manual, advisory or guide is applicable, such technical words shall be construed and understood according to the usual and accepted meaning used in the industry or field to which they relate and any words or phrases that have a specialized meaning in the law, shall be construed and understood according to such specialized meaning.

Section 25. DISPUTE RESOLUTION PROCESS

A. Contract Disputes

For review disputes refer to Section 25B below, all other disputes between the parties shall be resolved under the terms of this section. It is the intent that each party may communicate concerns relative to the contract and resolve any issues as they arise. After a contract issue has been resolved, a summary of the agreed upon resolution shall be jointly drafted and distributed. Some issues may require ongoing communication to resolve and may become an item for negotiation during the next review and renegotiation of the Contract.

If the parties are unable to resolve any dispute, the parties must meet with the Engineer of TSMO or designee. The following are steps to resolve the dispute without the need for formal legal proceedings:

1) The representative of the County and MDOT must meet as often as the parties reasonably deem necessary to gather and furnish to each other all information with respect to the matter at issue which the parties believe to be appropriate and germane in connection with the dispute. The representatives shall discuss the problem and negotiate in good faith in an effort to resolve the dispute without the necessity of any legal proceeding.

2) During negotiations, all reasonable requests made by one party to another for non-privileged information reasonably related to the Contract shall be

36

honored in order that each of the parties may be fully advised of the other’s position.

3) The specific format for the discussions shall be left to the discretion of the designated County and MDOT representatives but may include the preparation of agreed upon statement of fact or written statements of position.

4) Statements made by the County or MDOT during Dispute Resolution may not be introduced as evidence by either party in any judicial action related to or under this Contract.

5) In cases where disputes have not been resolved, any remaining issues will be referred to the MDOT Appeal Panel which consists of four Bureau Directors, three of which will constitute a quorum.

6) Every effort will be made to complete this process within 90 calendar days by both parties.

B. Review Disputes

For review disputes the submitted “Response” and attached documentation from the County will be referred to the MDOT Appeal Panel. The Appeal Panel consists of four Bureau Directors, three of which will constitute a quorum.

1) MDOT will provide the County with an opportunity to appear before the Appeal Panel to explain and support their “Response”.

2) After an Appeal Panel written decision the County will either accept the decision or file a lawsuit in a court of proper jurisdiction to contest MDOT’s decision. The filing of a lawsuit must be initiated by the County within thirty (30) days of the receipt of the Appeal Panel’s written decision. MDOT will not withhold or offset the funds in dispute if the County files a lawsuit in a court of proper jurisdiction.

3) If the County fails to repay an overpayment or reach an agreement with MDOT on a repayment schedule within the thirty (30) day period, the County agrees that MDOT will deduct all or a portion of an overpayment from any funds due the County by MDOT under the terms of this Contract.

4) Every effort will be made to complete this process within 60 calendar days by both parties.

This section shall not be construed to prevent either party from initiating, and a party is authorized to initiate, an action for breach of this Contract or for any

37

other relief allowed by law earlier to avoid the expiration of any applicable limitations period, to preserve a superior position with respect to the other party, or under Injunctive Relief below. If a dispute is not resolved through the Dispute Resolution Process, either party may initiate an action for breach of this Contract, or any other relief allowed by law in a court of proper jurisdiction. Time periods may be extended if agreed upon by both parties.

Injunctive Relief

The only circumstance in which disputes between MDOT and the County shall not be subject to the provisions of this Dispute Resolution Process is when a party makes a good faith determination that it will suffer irreparable harm due to a breach of the terms of the Contract by the other party and that a temporary restraining order or other immediate injunctive relief is the only adequate remedy.

Each party agrees to continue performing its obligations under the Contract while a dispute is being resolved except to the extent the issue in dispute precludes performance (dispute over payment must not be deemed to preclude performance) and without limiting either party’s right to terminate the Contract as provided in Section 23.

Section 26. STATE OF MICHIGAN ADMINISTRATIVE BOARD RESOLUTION

The provisions of the State of Michigan Administrative Board Resolution 2017-2 of April 25, 2017, are set forth in Appendix F, attached hereto and made a part of hereof.

Section 27. EMPLOYMENT OF RETIRED STATE OF MICHIGAN EMPLOYEES

The County hereby agrees to provide MDOT with monthly written reports regarding the employment and remuneration paid to persons who have retired from State of Michigan employment pursuant to 1984 PA 2 and 3.

38

Section 28. TERM OF CONTRACT

This Contract will become binding on the parties hereto and of full force and effect from October 1, 2021, through September 30, 2026. It supersedes and replaces any previous agreement of the parties upon the signing thereof by the duly authorized officials for the County, and for MDOT; upon the adoption of a resolution by the County approving-said contract and authorizing the signatures thereto of the respective officials of the County, a certified copy of which resolution will be attached to this Contract, and with approval by the State Administrative County.

CALHOUN COUNTY

BY: _____________________________________________ TITLE:

BY: _____________________________________________ TITLE:

MICHIGAN DEPARTMENT OF TRANSPORTATION

BY: _____________________________________________ TITLE: Director

shellj2
Jim's Approval

APPENDIX A

JOINT LETTER OF UNDERSTANDING FOR BULK SALT PURCHASING

The Michigan Department of Transportation (MDOT) and the County Road Association of Michigan (CRA) and its members mutually agree that it is in the public interest to purchase bulk salt for use on the state trunkline system in accordance with current MDOT specifications and at the lowest possible cost. To accomplish this all parties agree that:

A. Information relative to bulk salt purchasing will be shared between MDOT and CRA Members.

B. A representative of CRA is invited and encouraged to observe the Department of Technology Management and Budget’s (DTMB) annual pre-bid meeting for bulk salt purchasing.

C. The DTMB bulk salt purchasing process is considered the benchmark to determine if bulk salt purchased outside the DTMB process for placement on the state trunkline system is at the lowest cost.

D. A participating COUNTY is any member of CRA that has a contract with MDOT for routine maintenance of the state trunkline system.

E. The participating COUNTIES will provide verifiable documentation in January of each year to the Region Engineer for all FOB (Free on Board) Delivered unit costs and volumes by location (street address or Global Positioning System (GPS) coordinates) of all bulk salt purchased and delivered prior to April 1 for the previous winter for placement upon state trunklines. For example, the verifiable documentation provided in January 2016 will reflect bulk salt deliveries received between August 1, 2014, and April 1, 2015.

F. The DEPARTMENT will provide FOB delivered unit costs and volumes for (early and late deliveries) for all DTMB drop points in the previous winter season as described in the example in Section E. When a participating COUNTY buys bulk road salt with a single price for the season; the DEPARTMENT will provide a single comparison price using the DTMB’s FOB delivered unit costs (early and late deliveries) for all DTMB drop points within the county of the participating COUNTY by applying the following formula:

unit cost = [DTMB’S unit cost for Early salt x total quantity early salt]+[DTMB’s unit cost for Late salt x total quantity early salt]

Total quantity of Early and Late Salt

G. The participating COUNTIES will compare the participating COUNTY’s FOB delivered unit cost to the DTMB’s FOB delivered unit costs (early and late deliveries) for all DTMB drop points within the county of the participating COUNTY for the same winter season. When there are no DTMB drop points within the county of the participating COUNTY, the staff of the participating COUNTIES and the Region Engineer will mutually agree on a DTMB FOB delivered unit cost (early and late deliveries) for use in the comparison.

H. The participating COUNTIES will include the cost of any additional loading, trucking and stockpiling in this comparison if FOB delivered unit costs are to a dock or central storage location from which the participating COUNTIES then truck the bulk salt to a local shed.

I. The Region Engineer will approve or disapprove a request by a participating COUNTY to purchase bulk salt outside the DTMB purchasing process by March 1 of each year. In addition to the FOB delivered unit costs and any additional costs as described above, the Region Engineer may consider current economic conditions when deciding to approve or disapprove a participating COUNTY’s request. Failure of the Region Engineer to respond by March 1 will constitute approval.

J. The participating COUNTIES will use the DTMB purchase process for bulk salt for the following winter season for all bulk salt purchased for use on the state trunkline system if the Region Engineer does not approve the participating COUNTY’s request.

K. The participating COUNTIES and the Department further agree that the participating COUNTIES may use any purchasing process after participating in the DTMB process for one year. All bulk salt purchases not using the DTMB process are subject to the procedures described in this Joint Letter of Understanding for Bulk Salt Purchasing. This will ensure future competition in bulk salt pricing.

APPENDIX BPROHIBITION OF DISCRIMINATION IN STATE CONTRACTS

In connection with the performance of work under this contract; the contractor agrees as follows:

1. In accordance with Public Act 453 of 1976 (Elliott-Larsen Civil Rights Act), the contractor shall not discriminate against an employee or applicant for employment with respect to hire, tenure, treatment, terms, conditions, or privileges of employment or a matter directly or indirectly related to employment because of race, color, religion, national origin, age, sex, height, weight, or marital status. A breach of this covenant will be regarded as a material breach of this contract. Further, in accordance with Public Act 220 of 1976 (Persons with Disabilities Civil Rights Act), as amended by Public Act 478 of 1980, the contractor shall not discriminate against any employee or applicant for employment with respect to hire, tenure, terms, conditions, or privileges of employment or a matter directly or indirectly related to employment because of a disability that is unrelated to the individual’s ability to perform the duties of a particular job or position. A breach of the above covenants will be regarded as a material breach of this contract.

2. The contractor hereby agrees that any and all subcontracts to this contract, whereby a portion of the work set forth in this contract is to be performed, shall contain a covenant the same as hereinabove set forth in Section 1 of this Appendix.

3. The contractor will take affirmative action to ensure that applicants for employment and employees are treated without regard to their race, color, religion, national origin, age, sex, height, weight, marital status, or any disability that is unrelated to the individual’s ability to perform the duties of a particular job or position. Such action shall include, but not be limited to, the following: employment; treatment; upgrading; demotion or transfer; recruitment; advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship.

4. The contractor shall, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, national origin, age, sex, height, weight, marital status, or disability that is unrelated to the individual’s ability to perform the duties of a particular job or position.

5. The contractor or its collective bargaining representative shall send to each labor union or representative o f workers with which the contractor has a collective bargaining agreement or other contract or understanding a notice advising such labor union or workers’ representative of the contractor’s commitments under this Appendix.

6. The contractor shall comply with all relevant published rules, regulations, directives, and orders of the Michigan Civil Rights Commission that may be in effect prior to the taking of bids for any individual state project.

7. The contractor shall furnish and file compliance reports within such time and upon such forms as provided by the Michigan Civil Rights Commission; said forms may also elicit information as to the practices, policies, program, and employment statistics of each subcontractor, as well as the contractor itself, and said contractor shall permit access to the contractor’s books, records, and accounts by the Michigan Civil Rights Commission and/or its agent for the purposes of investigation to ascertain compliance under this contract and relevant rules, regulations, and orders of the Michigan Civil Rights Commission.

8. In the event that the Michigan Civil Rights Commission finds, after a hearing held pursuant to its rules, that a contractor has not complied with the contractual obligations under this contract, the Michigan Civil Rights Commission may, as a part of its order based upon such findings, certify said findings to the State Administrative Board of the State of Michigan, which State Administrative Board may order the cancellation of the contract found to have been violated and/or declare the contractor ineligible for future contracts with the state and its political and civil subdivisions, departments, and officers, including the governing boards of institutions of higher education, until the contractor complies with said order of the Michigan Civil Rights Commission. Notice of said declaration of future ineligibility may be given to any or all of the persons with whom the contractor is declared ineligible to contract as a contracting party in future contracts. In any case before the Michigan Civil Rights Commission in which cancellation of an existing contract is a possibility, the contracting agency shall be notified of such possible remedy and shall be given the option by the Michigan Civil Rights Commission to participate in such proceedings.

9. The contractor shall include or incorporate by reference, the provisions of the foregoing paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Michigan Civil Rights Commission; all subcontracts and purchase orders will also state that said provisions will be binding upon each subcontractor or supplier.

Revised June 2011

APPENDIX C

STATE TRUNKLINE MAINTENANCE CONTRACT

UNIFORM OVERHEAD METHODOLOGY REFERENCE

GUIDE

This Appendix provides a uniform model for defining the allowable contract overhead costs to comply with Section 15(K). The principles are for the purpose of cost determination and are not intended to be all inclusive or encompassing. No provision for profit or other increment above cost is intended.

TABLE OF CONTENTS

PREFACE ....................................................................................................................................C-3

1. DEFINITIONS AND REFERENCES ...................................................................................C-4

2. BASIC GUIDELINES ...........................................................................................................C-5

3. UNIFORM OVERHEAD COST MODEL AND DEFINITIONS.........................................C-6

4. COMPOSITION OF COST ...................................................................................................C-7

5. UNIFORM OVERHEAD COST MODEL CALCULATION METHOD.............................C-8

6. DIRECT COST GUIDELINE................................................................................................C-9

7. INDIRECT COST GUIDELINES ............................................................... .............. C-10 & 11

8. INDIRECT COST RATE CALCULATION .......................................................................C-12

9. GENERAL & ADMINISTRATIVE (G&A) OVERHEAD COST GUIDELINES .................................................................... C-13 & 15

10. G&A OVERHEAD COST RATE CALCULATION ..........................................................C-16

11. UNALLOWABLE COST DEFINITIONS ..........................................................................C-17

12. CONTRACTOR PERFORMED WORK ............................................................................C-18

PREFACE

The state trunkline maintenance contract Uniform Overhead Methodology Reference Guide was developed to comply with the requirements of Section 15K of the state trunkline maintenance contract and to provide County Road Commissions, the Michigan Department of Transportation and the County Road Association of Michigan with a standard method for deriving contractual overhead costs, adaptable for all counties. The guide is intended to provide a uniform overhead model for assigning contract overhead costs, outline standard guidelines for categorizing Road Commission costs and present common cost definitions to minimize current practice variations between contract Road Commissions statewide.

The guide has been organized to cover general topics (e.g. basic guidelines and uniform overhead cost model) in the early sections and more detailed topics (e.g. standard detailed cost definitions and unallowable cost definitions) in the later sections. Although the Reference Guide provides basic information and is a helpful tool, it is not practical to address every potential issue on how to assign state trunkline maintenance contract overhead costs. The guidelines are not anticipated to be all-inclusive or exhaustive. Seek assistance, as needed, from your accounting and legal advisors, and reference the state trunkline maintenance contract for contract specifics. If a discrepancy is discovered between this document and the contract, the contract takes precedence.

This project was completed by County Road Association of Michigan and Michigan Department of Transportation representatives with assistance from Plante & Moran, LLP. A significant aspect of the project included a cooperative effort between Road Commission and MDOT representatives in an effort to standardize the state trunkline maintenance contract Overhead Costing Methodology. The goals developed by the group for the new standard contract overhead methodology were the following:

• Adaptable and equitable to rural and urban contract counties

• Treats all entities fairly, from large urban to small rural

• Provides for consistency in application

• Creates as few exceptions as possible

• Allows for comparability between agencies

• Provides common understanding and is simple to execute

• Includes or considers all costs

• Complies with A-87 guidelines*

We believe this Reference Guide satisfies the objectives outlined above, which could not have been accomplished without the dedication and efforts of the project participants.

*Some information presented in this Reference Guide was applied directly from the Office of Management and Budget Circular A-87. Circular A-87 determines allowable cost principles for federally funded programs. Provision for profit or other increment above cost is outside the scope of Circular A-87.

1. DEFINITIONS AND REFERENCES

The following definitions and references are presented to provide for standard interpretation of the information contained in this Uniform Overhead Methodology Reference Guide. The entirety of its contents is applicable only to the state trunkline maintenance contract; however, in defining state trunkline costs, certain sections provide general guidelines that would also be relevant to defining primary and local road costs.

As part of the routine state trunkline maintenance contract audit process, Michigan Departments of Transportation auditors seek consistency in assigning costs to the state trunkline maintenance contract. Costs assigned to the Contract should be treated in the same manner as primary and local road costs and should be assigned to only one cost category.

Following are the significant definitions and references contained within this reference guide:

1. Allowable Costs – Those costs that are allowed under the provisions of the state trunkline maintenance contract.

2. Unallowable Costs – Those costs that are not allowed under the provisions of the state trunkline maintenance contract.

3. Uniform Overhead Cost Model and Definitions (pp. 3) – A general overhead model for applying costs specifically to the state trunkline maintenance contract.

4. Uniform Overhead Cost Model Calculation Method (pp.5) – The preferred standard calculation method for applying costs specifically to the state trunkline maintenance contract.

5. Direct Cost Guidelines (pp. 6) – General guidelines for defining direct Road Commission costs that would apply to State, primary and local roads.

6. G&A Overhead Cost Rate Calculation (pp.13) – The preferred standard calculation method for applying overhead costs specifically to the state trunkline maintenance contract.

2. BASIC GUIDELINES

To be allowable under the state trunkline maintenance contract, costs must meet the following general criteria:

1. Be necessary and reasonable for proper and efficient performance and administration of the Contract.

2. Be assignable to the Contract under its provisions.

3. Be authorized or not prohibited under State or local laws or regulations.

4. Be consistent with policies, regulations and procedures that apply uniformly to the Contract and other activities of the governmental unit.

5. Be accorded consistent treatment. A cost may not be assigned to the Contract as a direct cost if any other cost incurred for the same purpose in like circumstances has been allocated to the Contract as an indirect or overhead cost. Similarly, a cost may not be allocated to the Contract as an indirect cost if any other cost incurred for the same purpose, in like circumstances, has been assigned to the Contract as a direct or overhead cost. Costs assigned to the Contract should be treated in the same manner as primary and local road costs and should be assigned to only one cost category.

6. Be determined in accordance with generally accepted accounting principles.

7. Be adequately documented.

8. Be net of all applicable credits.

A cost is reasonable if, in its nature and amount, it does not exceed that which would be incurred by a prudent person under the circumstances prevailing at the time the decision was made to incur the cost. In determining reasonableness of a given contract cost, considerations shall be given to:

9. Whether the cost is of a type generally recognized as ordinary and necessary for the operation of the governmental unit or the performance of the Contract.

10. The restraints or requirements imposed by such factors as: sound business practices; arms length bargaining; State and other laws and regulations; and, terms and conditions of the Contract.

11. Market prices for comparable goods or services.

12. Whether the individuals concerned acted with prudence in the circumstances considering their responsibilities to the governmental unit, its employees, the public at large, and the State Government.

13. Significant deviations from the established practices of the governmental unit which may unjustifiably increase the Contract’s cost.

Note: “the Contract” means the state trunkline maintenance contract between the Michigan State Transportation Commission and the individual Michigan County Road Commissions.

3. UNIFORM OVERHEAD COST MODEL AND DEFINITIONS

Direct Costs

Those costs that can be identified specifically with the state trunkline maintenance contract and have a clear causal relationship to services performed.

DirectCosts

100% assignable

Indirect Costs

Those costs incurred for road maintenance, benefiting State Trunk Line and other roads that are not readily assignable to a function without effort disproportionate to the results achieved.

Indirect (Divisional)

Costs

% of State Trunkline Maintenance to total road

G&A Overhead Costs

Those costs incurred for the overall general executive and administrative offices of the organization and other expenses of a general nature that do not relate solely to any major function.

G&A Overhead

Costs

% of direct and indirect road commission costs

4. COMPOSITION OF COST

1. Total Cost

The total cost of the Contract is comprised of the allowable direct costs, plus its allocable portion of allowable indirect costs and assignable portion of allowable G&A overhead costs.

2. Classification of Costs

There is no universal rule for classifying certain costs as direct, indirect, or G&A overhead under every accounting system. Therefore, it is essential that each item of cost be treated consistently in like circumstances either as a direct, indirect or overhead cost. This is especially true concerning costs incurred under the Contract in relation to costs incurred for primary and local roads. Guidelines for determining direct, indirect, and G&A overhead costs assignable to the Contract are provided in the sections that follow.

The structure and organization of the individual Michigan County Road Commissions statewide vary according to their size and complexity. Based upon the uniform model presented in this Reference Guide, creation of the indirect cost category is primarily for use by the large urban Road Commissions which incur divisional costs that cannot be isolated specifically to the Contract. Many of the rural Road Commissions charge costs directly to the Contract and may have no need for the indirect cost categorization.

Both of these options are acceptable because the distinction of primary importance for the contract’s Uniform Overhead Cost Model is “G&A Overhead” versus “other” (direct and indirect) costs. The main difference between direct and indirect costs is that a direct cost can be tracked to its source and an indirect cost is allocated to the Contract based upon the agreed upon allocation method. The essence of the revision from historical practice is shifting the divisional overhead component to the indirect cost category, so that contract “G&A Overhead” rates are more comparable between Road Commissions statewide.

Note: “Cost objective” in generic terms means a function, organizational subdivision, contract, grant, or other activity for which cost data are needed and for which costs are incurred.

5. UNIFORM OVERHEAD COST MODEL CALCULATION METHOD

1) Sum of Direct Costs (referencePage 6)

PLUS

2) Sum of Allowable Indirect Costs * Indirect Cost Rate (reference Pages 7-9)

EQUALS

3) SUB-TOTAL Contract Costs

MULTIPLIED BY

4) 1 + G&A Overhead Cost Rate (reference Pages 10-13)

EQUALS

5) TOTAL CONTRACT COSTS

6. DIRECT COST GUIDELINES

Costs include, but may not be limited to:

1. Labor

·Performing work (i.e. laborers, operators, flagging personnel)

·Supervising work (i.e. foreman, superintendents)

·Non-supervisory engineering functions

·Permit activity

2. Equipment

·*Schedule C rates for all equipment used

·Supervisor’s equipment used

·Engineering equipment used

*Includes equipment expenses of direct repair, indirect repair and storage, operating and depreciation.

3. Materials

·”Anything put/left on the road”

·Inventory adjustments

·Subcontracted services (considered materials)

7. INDIRECT COST GUIDELINES

Costs include, but may not be limited to:

1. Administrative functions specifically related to ·Maintenance ·Traffic ·Engineering ·Purchasing materials for road maintenance ·Clerical Support for the aforementioned indirect administrative functions

2. Small road tool expenses

Work tools which do not have a power assist and are used in a road or bridge maintenance activity are small road tools. Small road tools do not have an equipment rental rate listed in Schedule C, Report 375, Equipment Rental Rates. Small road tools are reimbursed as an overhead cost.

3. Environmental costs/fees relating to road maintenance

4. Maintenance management studies

The costs of maintenance management studies, provided the Michigan Department of Transportation or the federal government has not participated in these costs directly or by separate contract. Cost of studies, surveys, weight restriction enforcement, etc. which benefit the county or local road system only are excluded.

5. Maintenance staff training

The cost of training provided for maintenance staff employee development.

6. Maintenance staff union activities

The cost of maintenance staff union steward time that is necessary for Road Commission operations.

7. Maintenance publication and printing costs

Publication costs for the Road Commission’s road maintenance operation, including the costs of printing (including the processes of composition, plate-making, press work, photocopying, reproducing and binding, and the end products produced by such processes), distribution, promotion, mailing and general handling.

8. Maintenance staff memberships, subscriptions, and professional activities

·Costs of the governmental unit’s memberships in business, technical, and professional organizations, provided the expenditure is for Road Commission membership and the cost of membership is reasonably related to the value of the services and the benefits received.

·Costs of the governmental unit’s subscriptions to business, professional, and technical periodicals and related books.

·Costs of meetings and conferences where the primary purpose is the dissemination of technical information, including meals, transportation, rental of meeting facilities, and other incidental costs. ·Costs of membership in organizations substantially engaged in lobbying is excluded.

9. Maintenance purchasing services

Cost of professional procurement services, including solicitation of bids, in providing goods and services for road maintenance operations. (Internal Road Commission costs of purchasing staff for road maintenance operations are noted under administrative functions above).

10. Indirect administrative staff fringe benefits

The cost of employers contributions or expenses for social security, employee life, health, unemployment, worker’s compensation insurance, pension plan costs, and other similar benefits, provided such benefits are granted under established written policies. Such benefits, whether treated as direct, indirect or overhead costs, shall be assigned to the Contract and all other activities in a manner consistent with the pattern of benefits attributable to the individuals or group(s) of employees whose salaries and wages are chargeable to the Contract and other activities.

11. Maintenance administrative supplies

The cost of road maintenance administrative supplies. Purchases should be charged at their actual prices after deducting all cash discounts, trade discounts, rebates and allowances received. Withdrawals from general stores or stockrooms should be charged at cost under any recognized method of pricing, consistently applied. Incoming transportation charges are a proper part of supply costs.

12. Maintenance administrative telephone service

The cost of telephone service for road maintenance operations.

13. Maintenance staff travel

Travel costs for expenses for transportation, lodging, subsistence, and related items incurred by employees traveling on official business. Such costs may be charged on an actual cost basis, on a per diem or mileage basis in lieu of actual costs incurred, or on a combination of the two, provided the method used is applied to an entire trip, and results in charges consistent with those normally allowed in like circumstances in non-Contract related activities. These costs shall be considered reasonable, provided such costs do not exceed charges normally allowed by the governmental unit in its regular operations as a result of the governmental unit’s policy.

14. Any road maintenance general costs that cannot be tracked specifically to a portion of the road system, for example: superintendents supervising state, primary and local roads and engineers performing road maintenance projects which benefit state, primary and local roads.

8. INDIRECT COST RATE CALCULATION

1) Sum of State Trunk Line Maintenance Direct Costs (Account 517) DIVIDED BY

2) Sum of Total Comparable1 Road Maintenance Direct Costs

EQUALS

3) PERCENT CONTRACT ALLOWABLE, ALLOCABLE INDIRECT COSTS

1For example, heavy maintenance (i.e. construction) costs would be excluded if costs are allocated between heavy and routine maintenance.

Note: Application of this indirect cost rate calculation method is intended to derive an indirect cost rate for each Road Commission.

9. GENERAL & ADMINISTRATIVE (G&A) OVERHEAD COST GUIDELINES

Costs may include, but may not be limited to:

1. Commissioner salaries

2. Administrative functions, including but not limited to:

·Personnel/Human Resources

·Legal

·Finance/Accounting/Bookkeeping

·Purchasing items for general road commission operations, excluding road maintenance

·Citizen Services

·Clerical Support for G&A functions

3. Insurance

·Errors and Omissions

·P&E – Administrative/Office, including buildings, equipment, and furniture/fixtures.

4. Depreciation on office buildings, equipment, furniture and fixtures.

The computation of depreciation shall be based on the acquisition costs of the assets involved. Where actual cost records have not been maintained, a reasonable estimate of the original acquisition cost may be used. The value of an asset donated to the governmental unit by an unrelated third party shall be its fair market value at the time of donation. Governmental or quasi-governmental organizations located within the same State shall not be considered unrelated third parties for this purpose.

5. Maintenance, Operations and Repairs to office buildings, equipment, furniture and fixtures.

The cost of utilities, security, janitorial services, elevator service, upkeep of grounds, necessary maintenance, normal repairs and alterations to the extent that they: (1) keep property in an efficient operating condition, (2) do not add to the permanent value of property or appreciably prolong its intended life, and (3) are not otherwise included in rental or other charges for space. Costs that add to the permanent value or appreciably prolong its intended life shall be treated as capital expenditures.

6. Accounting services

The cost of establishing and maintaining accounting and other information systems for Road Commission operations. The costs of maintaining accounting records for overall county government such as the county treasurer, county comptroller, or similar officials is considered to be a general expense of county government, and are excluded.

7. Audit service

The cost of audits necessary for the administration and management of Road Commission functions.

8. Legal services

The cost of professional legal services rendered for the general operation of the Road Commission, for activities such as union contract negotiations (Internal Road Commission costs of a chief legal officer and his support staff are noted under administrative functions above). Retainer fees supported by evidence of bona fide services available or rendered are included in this category. Legal expenses related to general liability claims, right of way acquisitions and prosecution of claims against the Michigan Department of Transportation, federal, state, and local governments are excluded.

9. Rentals

The cost of rent for land, buildings, equipment, furniture and fixtures, provided such rent expense is applicable to the Road Commission’s general administrative operation.

10. General administrative staff training

The cost of training provided for administrative staff employee development.

11. General administrative staff union activities

The cost of administrative staff union steward time that is necessary for Road Commission operations.

12. General administrative publication and printing costs

Publication costs for the Road Commission’s general administrative operation, including the costs of printing (including the processes of composition, plate-making, press work, photocopying, reproducing and binding, and the end products produced by such processes), distribution, promotion, mailing and general handling.

13. General administrative staff memberships, subscriptions, and professional activities

·Costs of the governmental unit’s memberships in business, technical, and professional organizations, provided the expenditure is for Road Commission

membership and the cost of membership is reasonably related to the value of the services and the benefits received.

·Costs of the governmental unit’s subscriptions to business, professional, and technical periodicals and related books.

·Costs of meetings and conferences where the primary purpose is the dissemination of technical information, including meals, transportation, rental of meeting facilities, and other incidental costs.

·Costs of membership in organizations substantially engaged in lobbying is excluded.

14. General administrative purchasing services

Cost of professional procurement services, including solicitation of bids, in providing goods and services for general road commission operations, excluding road maintenance and road construction. (Internal Road Commission costs of purchasing staff for general road commission operations are noted under administrative functions above.)

15. General administrative staff fringe benefits

The cost of employer’s contributions or expenses for social security, employee life, health, unemployment, worker’s compensation insurance, pension plan costs, and other similar benefits, provided such benefits are granted under established written policies. Such benefits, whether treated as direct, indirect or overhead costs, shall be assigned to the Contract and all other activities in a manner consistent with the pattern of benefits attributable to the individuals or group(s) of employees whose salaries and wages are chargeable to the Contract and other activities.

16. General and administrative materials and supplies

The cost of general and administrative materials and supplies. Purchases should be charged at their actual prices after deducting all cash discounts, trade discounts, rebates and allowances received. Withdrawals from general stores or stockrooms should be charged at cost under any recognized method of pricing, consistently applied. Incoming transportation charges are a proper part of materials and supply costs.

17. General administrative telephone service

The cost of telephone service for general administrative operations.

18. General administrative staff travel

Travel costs for expenses for transportation, lodging, subsistence, and related items incurred by employees traveling on official business. Such costs may be charged on

an actual cost basis, on a per diem or mileage basis in lieu of actual costs incurred, or on a combination of the two, provided the method used is applied to an entire trip, and results in charges consistent with those normally allowed in like circumstances in non-Contract related activities. These costs shall be considered reasonable, provided such costs do not exceed charges normally allowed by the governmental unit in its regular operations as a result of the governmental unit’s policy.

19. General Administrative Interest Expense Interest expenses related to administrative buildings based on the criteria indicated in Section 15F (1) subsections (i) and (ii).

Note: Some Road Commissions have staff that perform multiple functions. For example, a Managing Director could perform road specific duties. With regard to the G&A overhead category, only the portion of these individuals time that is spent on managing the road commission would be included in G&A, the remainder of their time would be charged directly to the road(s) they are working on.

10. G &A OVERHEAD COST RATE CALCULATION

NUMERATOR =

1) Sum of G&A Overhead Costs as defined in Section 9 (Account 515) MINUS

2) Unallowable Costs as defined in Section 11

EQUALS

3) TOTAL ALLOWABLE G&A OVERHEAD EXPENSES

DENOMINATOR =

4) Sum of TOTAL Direct and Indirect Road Commission Costs, including

□Maintenance □Construction □Special Assessments □Applicable subcontracted costs per the Contract □Sundry A/R □State Stores

PLUS

5) Gain/Loss on Equipment (Expense and Disposal)

EQUALS

6) TOTAL DIRECT & INDIRECT ROAD COMMISSION COSTS

7) NUMERATOR: TOTAL ALLOWABLE G&A OVERHEAD

EXPENSES DIVIDED BY

8) DENOMINATOR: TOTAL DIRECT & INDIRECT ROAD COMMISSION COSTS

EQUALS

9) PERCENT CONTRACT APPLICABLE G&A OVERHEAD COSTS

11. UNALLOWABLE COST DEFINITIONS

Unallowable costs include, but may not be limited to:

1. Bad Debts

Any losses arising from uncollectible accounts and other claims, and related costs.

2. Contingencies

Contributions to a contingency reserve or any similar provision made for events which cannot be foretold with certainty as to time, or intensity, or with an assurance of their happening.

3. Contributions and Donations

Contributions and donations, including cash, property, and services, by governmental units to others, regardless of the recipient.

4. Entertainment

Costs of amusements, social activities, and incidental costs relating hereto, such as meals, beverages, lodging, rentals, transportation, and gratuities.

5. Fines and penalties

Fines, penalties, damages, and other settlements resulting from violations (or alleged violations) of, or failure of the governmental unit to comply with, Federal, State, or local laws and regulations.

6. Interest expense and other financial costs

Costs incurred for interest on borrowed capital or the use of a governmental unit’s own funds, however represented. In addition, bond discounts, costs of financing and refinancing operations, and legal and professional fees paid in connection therewith.

7. Legislative expenses

Salaries and other expenses of the State legislature or similar local governmental bodies such as county supervisors, city councils, school boards, etc., whether incurred for purposes of legislation or executive direction.

12. CONTRACTOR PERFORMED WORK

For the purpose of computing the DENOMINATOR on page C-17 total costs include:

A. MULTI-FUNCTION COMMISSION GENERAL ADMINISTRATIVE OVERHEAD DISTRIBUTION

B ÷ (B + C + D + E + F) = % of A = Airport Share C ÷ (B + C + D + E + F) = % of A = D.P.W. Share D ÷ (B + C + D + E + F) = % of A = Road Share E ÷ (B + C + D + E + F) = % of A = Park Share F ÷ (B + C + D + E + F) = % of A = Other Share

Multi-Function Road Commission - Expenses for the purpose of this Contract includes the County’s total direct expenditures adjusted to include 10% of contractor performed work on the Primary System, 10% of contractor performed work on Local Maintenance and on Local Heavy Maintenance, 100% of contractor performed work on Special Assessment, and 55% of contractor performed work on Local Construction and 10% of the first $1 million or less on any single contractor performed construction contract for other than road functions.

The total effects of this provision should be limited to 10% of the county total County expenditures; not including this type of contract, in which the County exerts sole and continuing operational control, as provided by statute or contract, over maintenance responsibilities with direct employees, personnel and integrated administration. They shall also include state trunkline subcontracts as indicated in Section 9.

B. SINGLE FUNCTION COMMISSION

B ÷ ( B + C + D ) = % of A = Construction Share C ÷ ( B + C + D ) = % of A = Maintenance Share D ÷ ( B + C + D ) = % of A = Other Share

Single Function Road Commission - Expenses for the purpose of this Contract, will include the County’s total direct expenditures adjusted to include 10% of contractor performed work on the Primary System, 10% of contractor performed work on Local Maintenance and on Local Heavy Maintenance, 100% of contractor performed work on Special Assessments and 55% of contractor performed work on Local Construction. They shall also include state trunkline subcontracts as indicated in Section 9.

Single Function Sample Road Commission General Administrative Overhead Distribution

for Year Ended

Performed byContractor

Performed byCounty (100%)

Total

Primary Construction $

Less 90%

Total Applicable Cost $ $ $

Primary Heavy Maintenance $

Less 90%

Total Applicable Cost $ $ $

Primary Maintenance $

Less 90%

Total Applicable Cost $ $ $

Local Cost $

Less 45%

Total Applicable Cost $ $ $

Local Heavy Maintenance $

Less 90%

Total Applicable Cost $ $ $

Local Maintenance $

Less 90%

Total Applicable Cost $ $ $

Special Assessments $

State Charges and State Stores(Net of O/H)

Sundry A/R Charges(Net of O/H)

Net Equipment Expense(Gain) or Loss

Net Interest Expense $

Less Per 12/30/70

Applicable Expense

Equipment Disposal(Gain) or Loss

Division Overhead Expenses

Total County Expenditures $ $ $

General Administrative OverheadExpenses*

Total County Expenditures

$ $

General AdministrativeOverhead Percent

*Note: General Administrative Overhead Expenses shall not include costs identified in Section 11, page C-17 as unallowable.

APPENDIX D

OVERHEAD RATE COMPUTATION BASED ON ACT 51

If the COUNTY elects to use an overhead rate based on its most recent Act 51 Report data, it shall calculate the overhead rate using the format described below. The format of this computation is shown on page C-20 in Appendix C of this Contract.

The following costs are to be excluded when performing the calculation:

Bad Debts

Contributions to a contingency reserve

Contributions and donations

Entertainment

Fines and Penalties

Interest expense and other financial costs associated with financing and refinancing operations and associated legal and professional fees

Legislative expenses

The depreciation costs for chemical storage facilities relating to that portion of the depreciation expense attributable to the DEPARTMENT's share of the facilities construction cost.

The calculated overhead rate under this option shall not exceed 11%. This rate may be increased by 1/2% for small road tools. The COUNTY's computation will be checked by the DEPARTMENT. Differences will be resolved by the Contract Administrator and the Region Engineer. This rate once determined and agreed to is a flat rate and not subject to audit.

APPENDIX E

FORMULA TO CALCULATE THE PAYOFF TO THE COUNTY

A. OBJECTIVEThis appendix sets forth the principles for determining the allowable amount a COUNTY would be paid in the event the DEPARTMENT:

1. reduces a current fiscal year's budget by 5% or more from the COUNTY's prior year budget, without cause

2. terminates a contract without cause, either during the term of the contract or when it expires.

Unless otherwise specified, the costs eligible for reimbursement and the hours and employees used in calculations will be based on the COUNTY's last completed fiscal year, prior to the date of a budget reduction of 5% or more, or contract termination.

The COUNTY shall report to the DEPARTMENT the costs eligible for reimbursement under this contract within 6 months of the date of a budget reduction of 5% or more, contract termination. If unemployment compensation continues for more than 6 months, a billing shall be submitted by the COUNTY every 6 months, thereafter, until the unemployment compensation is completed. No provision for profit or other increment above cost is intended.

Costs reported by the COUNTY and reimbursed by the DEPARTMENT are subject to the record retention and audit requirements set forth in Sections 19 and 20 of the contract. Unemployment costs are subject to audit within 24 months of the Department's receipt of the billing for such costs.

B. DEFINITIONS OF FORMULA COMPONENTS

1. The number of Equivalent State Trunk Line Employees (EQSTE) is calculated using the following formula and would be rounded up to the nearest whole number:

Total State Trunk Line Maintenance Total Labor Hours Number of ------------------X Eligible = EQSTE Employee's Total Employees Productive Labor Hours for the Year

Employee's Total Productive Labor Hours for the Year shall include total state and county productive labor hours of all employees who perform or supervise maintenance or construction. Likewise, these employees shall be included in the Total Number of Eligible Employees. Employee's Total Productive Labor hours for the Year shall exclude administrative and indirect employee’s labor hours.

The Total Number of Eligible Employees should also include administrative and indirect employees. Administrative employees include the assistant clerk(s) and related administrative support staff only. Indirect employees include those employees who normally charge their time to direct and indirect equipment expense in the course of performing their normally assigned duties.

2. Average Unemployment Compensation for EQSTE will be calculated based on the COUNTY's actual unemployment costs paid for those employees laid off subsequent to the date of a budget reduction or contract termination for the actual period of unemployment, calculated as follows:

Total Actual Unemployment AverageCosts paid for Laid UnemploymentOff Employees Compensation------------------------------ = per Laid OffTotal Number of Laid EmployeeOff Employees

3. Average Unemployment Benefits for EQSTE will be calculated based on the COUNTY's actual unemployment benefits paid for those employees laid off subsequent to the date of budget reduction or contract termination for the actual period of unemployment, calculated as follows:

Total Actual Average Unemployment Benefit Unemploymentcosts paid for Laid BenefitsOff Employees per Laid Off---------------- = EmployeeTotal Numberof EmployeesLaid Off

4. Overhead will be paid on Unemployment Compensation and Benefits only at the flat rate for overhead, as indicated in Section 15K.

5. Annual building depreciation will be calculated using the following formula:

NBV ANNUAL --------------- = BUILDINGRemaining Life DEPRECIATION

Eligible Buildings are the road equipment related buildings, exclusive of any portions used for engineering and for road material storage buildings reimbursed under other contracts.

NBV (Net Book Value) means the actual cost less accumulated depreciation for Eligible Buildings.

Remaining Life means the remaining years of useful life of an eligible building as reflected in the COUNTY's computation of building depreciation expense recorded in the COUNTY's General Ledger.

6. Annual building utilities are the annual heat, light and water costs associated with eligible buildings, which are defined in 5.

7. Annual building insurance is the annual insurance cost for eligible buildings.

8. Annual shop equipment depreciation will be calculated using the following formula:

NBV ANNUAL SHOP = EQUIPMENT

Remaining Life DEPRECIATION

NBV (Net Book Value) means the actual costs less accumulated depreciation for Eligible Shop Equipment.

Eligible Shop Equipment is the shop equipment that is attached to the building and cannot be disposed of.

Remaining Life means the remaining years of useful life of Eligible Shop Equipment, as reflected in the COUNTY's computation of shop equipment depreciation expense recorded in the COUNTY's General Ledger.

9. FYR (Five Year Ratio) means the simple average of the summation of the annual ratios of DEPARTMENT equipment rental to total equipment rental for each of the five immediately preceding fiscal years.

10. PVA (Present Value of an annuity) means the present value of an annuity of a dollar at the six-month U.S. Treasury Bill rate in effect on the date of contract reduction, termination or non-renewal. The PVA is calculated as follows:

(1+i)n - 1PVA=

i * (1 + i)n .

i = Interest rate per year n = 10 years or the remaining building life, whichever is lower.

11. In the event of contract termination, the Budget Reduction Proportion (BRP) would be 1. In the event of a budget reduction, the budget used to calculate the proportion of the reduction would only include routine maintenance activities. It does not include the budgets for state furnished materials or non-maintenance activities. If the BRP calculated is less than .05, use zero as the BRP. The BRP would be calculated using the following formula and rounded to the nearest thousandth:

Current fiscal year's budget

(1 - -------------------------------) = BRP Prior fiscal year's budget

C. CALCULATION WORK SHEET USING FORMULA COMPONENTS

PREVIOUSLY DEFINED

AVERAGE UNEMPLOYMENT PER LAID OFF EMPLOYEE *UNEMPLOYMENT COMPENSATION *UNEMPLOYMENT BENEFITS

UNEMPLOYMENT COSTS PER EMPLOYEE MULTIPLIED BY:

* NUMBER OF LAID OFF EMPLOYEES, UP TO THE MAXIMUM OF THE EQSTE *8.5% OVERHEAD

TOTAL UNEMPLOYMENT COSTS

ELIGIBLE ANNUAL BUILDING AND SHOP EQUIPMENT COSTS: *BUILDING DEPRECIATION *BUILDING UTILITIES *BUILDING INSURANCE *SHOP EQUIP. DEPRECIATION

TOTAL ELIGIBLE ANNUAL BUILDING AND SHOP EQUIPMENT COSTS:

MULTIPLIED BY: * FYR * PVA NET BUILDING AND SHOP EQUIPMENT COSTS

TOTAL UNEMPLOYMENT, BUILDING AND SHOP EQUIPMENT COSTS MULTIPLIED BY: *BRP

GROSS AMOUNT DUE COUNTY

LESS OTHER AMOUNTS DUE DEPARTMENT ( )

NET AMOUNT DUE COUNTY

APPENDIX F

STATE ADMINISTRATIVE BOARD

RESOLUTION 2017-2

PROCEDURES APPLICABLE TO MDOT CONTRACTS AND GRANTS

AND

RECISSION OF RESOLUTION 2011-2

WHEREAS, the State Administrative Board ("Board") exercises general

supervisory control over the functions and activities of all administrative

departments, boards, commissioners, and officers of this State, and of all State

institutions pursuant to Section 3 of 1921 PA 2, MCL 17.3;

WHEREAS, the Board may adopt rules governing its procedures and

providing for the general conduct of its business and affairs pursuant to Section 2,

of 1921 PA 2, MCL 17.2;

WHEREAS, exercising its power to adopt rules, the Board adopted Resolution

2011-2 on August 30, 2011, establishing a $500,000 or more threshold for Board

approval of the Michigan Department of Transportation ("MDOT") Professional

Engineering Consultant Contracts and Construction Contracts and increasing the

threshold for Board approval for Service Contracts to $250,000 or more for initial

contracts and $125,000 or more for an amendment to a Service Contract;

WHEREAS, the Board has adopted Resolution 2017-1, raising the threshold for

Board approval of contracts for materials and services to $500,000 or more for the

initial contract and $500,000 or more for contract amendments, and rescinding

Resolution 2011-1;

WHEREAS, MDOT is a party to a considerable number of contracts, the

majority of which are funded via grants administered by federal agencies including the

U.S. Department of Transportation's Federal Highway Administration, Federal Transit

Administration, Federal Railroad Administration, and Federal Aviation Administration,

which oversee MDOT's administration of such contracts and amendments thereto;

WHEREAS, MDOT has implemented internal procedures to assure the proper

expenditure of state and federal funds and is subject to financial and performance

audits by the Office of Commission Audits pursuant to 1982 PA 438, MCL 247.667a;

WHEREAS, MDOT is a party to a significant number of contracts which by

their nature involve substantial consideration and often require amendments

Page 1 of 4

arising out of changes in scope, differing field conditions and design errors and

omissions;

WHEREAS, delays in the approval of amendments to contracts can result in:

postponement of payments to subcontractors and suppliers; work slowdowns and

stoppages; delays in the completion of projects; exposure to additional costs; and

exposure to litigation arising out of contractor claims; and

WHEREAS, recognizing the Board's duty to promote the efficiency of State

Government, the Board resolves as follows:

1. Resolution 2011-2 is rescinded.

2. A contract for professional design, engineering or consulting services

requiring MDOT prequalification in connection with the construction or physical

improvement of a street, road, highway, bridge, transit or rail system, airport or other

structure congruous with transportation ("Professional Engineering Consultant

Contract") or a contract for the construction or physical improvement of a street, road,

highway, bridge, transit or rail system, airport or other structure congruous with

transportation ("Construction Contract") must be approved by the Board prior to

execution by MDOT if the amount of the contract is $500,000 or more. MDOT may

obtain approval of the solicitation of a Professional Engineering Consultant Contract or

a Construction Contract which, based on the estimate prepared by an engineer

employed by the State of Michigan, is estimated to be $500,000 or more. A contract

arising out of such solicitation must be approved by the Board prior to execution by

MDOT if the amount of the contract exceeds 110% of the State engineer's estimate.

3. An amendment to a Professional Engineering Consultant Contract or a

Construction Contract must be approved by the Board prior to execution by MDOT if

the amount of the amendment and the sum of all previous amendments exceed 10%

of the original contract, except that an amendment to a Professional Engineering

Consultant Contract or a Construction Contract need not be approved by the Board if:

a) approved in accordance with applicable federal law or procedure by a representative

of a federal agency contributing funds to the project that is the subject of the contract;

or b) approved in accordance with MDOT's internal procedures provided the

procedures include approval by at least one MDOT employee who has managerial

responsibility and is neither the project manager nor directly involved in the

administration of the project.

4. A contract for services not requiring MDOT prequalification ("Service

Contract") in the amount of $500,000 or more must be approved by the Board prior

to execution by MDOT. A Service Contract does not include a Professional

Engineering Consultant Contract or a Construction Contract.

Page 2 of 4

5. An amendment to a Service Contract must be approved by the Board prior to

execution by MDOT if the amount of the amendment and the sum of all previous amendments total

$500,000 or more. Thereafter, an amendment to a Service Contract must be approved by the Board if

the amount of the amendment and the sum of all amendments executed after the most recent Board

approval total $500,000 or more.

6. A contract involving the conveyance of any real property interest under the jurisdiction of

MDOT must be approved by the Board prior to execution by MDOT if the fair market value of the interest is

$500,000 or more. Fair market value must be determined in accordance with procedures approved by the

State Transportation Commission.

7. MDOT may enter in to a contract with a sub-recipient without approval of the Board

if: a) the purpose of the contract is to provide federal or state matching funds for a project; b)

MDOT has been authorized by an agency administering any federal funds to award them to the sub-

recipient; and c) the sub-recipient has agreed to fully reimburse the State in the event the sub-

recipient does not use the funds in accordance with the purpose of the funding. A sub-recipient

includes, but is not limited to, a local unit of government, a governmental authority, a private non-

profit entity, a railroad or rail service provider.

8. MDOT may enter in to a cost participation contract with a local unit of government

without approval of the Board if: a) the contract involves the construction or physical improvement of

a street, road, highway, bridge or other structure congruous with transportation; b) the construction or

improvement is funded by federal, state or local funds; and c) the contract is approved by each entity

providing funds or in accordance with applicable law.

9. MDOT may enter in to a contract in connection with the award of a grant including

state matching funds, to a local unit of government, a governmental authority, a private non-profit

entity, a railroad or a rail service provider, without approval of the Board if the contract provides

that the recipient will fully reimburse the State in the event grant funds are not used in accordance

with the terms of the grant.

10. MDOT may enter in to a contract with an airport sponsor without approval of the

Board if the contract has been approved by the Michigan Aeronautics Commission.

11. MDOT may enter in to a contract or award a grant without approval of the Board in

situations where emergency action is required. For all emergency contracts or grants of $250,000 or more,

MDOT must transmit to the Board a

Page 3 of 4

written report setting forth the nature of the emergency and the key terms of the contract or grant within

30 days of executing the contract or awarding the grant.

12. Notwithstanding any provisions of this resolution, the Board may require MDOT to

report the status of any project and may require MDOT to obtain Board approval of any contract, grant or

any amendment to a contract.

This Resolution is effective , 2017.

APPROVED State

Administrative Board

Page 4 of 4

APPENDIX G

CALCULATION

COUNTY SEASONAL WORKFORCE COST REIMBURSEMENT PROGRAM

The Formula for calculating the DEPARTMENT’S share of the COUNTY’S unemployment cost is:

PPR = (EWS – ENWS)/LOWSE

PPR: Provisional Participation Rate (Percentage); the percentage applied to the COUNTY’S unemployment costs.

EWS: Equivalent Winter Staffing (Number of employees); the calculated weekly winter staffing determined by adding the three-year average of the total regular time hours expended by the COUNTY on trunkline for both winter and non-winter activities during the winter period, divided by the number of weeks in the winter period, divided by 40 hours per week. (The winter period is defined in the “Winter Letter of Understanding”.)

ENWS: Equivalent Non-Winter Staffing (Number of employees); the calculated non-winter staffing determined by adding the three-year average of the total regular time hours expended by the COUNTY on trunkline for both winter and non-winter during the remainder of the year, divided by the difference between 52 weeks a year and the number of weeks in the winter period, divided by 40 hours per week. (The winter period is defined in the “Winter Letter of Understanding”.)

LOWSE: Laid off Winter Seasonal Employees (Number of employees); Number of winter seasonal employees laid off or terminated by the COUNTY.

Example of the calculation is as follows:

Assumptions:- The “Winter Letter of Understanding” defines the Winter period as:

November 1 through April 30 (25.8 weeks) - 3-year average of regular hours COUNTY expended on trunkline, winter

activities, Nov 1 through April 30 (25.8 weeks) = 8,000 hours

- 3-year average of regular hours COUNTY expended on trunkline, non-winter activities, Nov 1 through April 30 = 2,600 hours

- 3-year average regular hours COUNTY expended on trunkline, non-winter activities, October and May 1 through Sept 30 = 4,600 hours

EWS: Winter staffing (Nov 1 through April 30)

(8,000 + 2,600)/25.8 weeks = 410.9 man-hours per week

410.9 man-hours per week/40 hours per week = 10.3 equivalent winter employees per week (Nov 1 to April 30)

ENWS: Non-winter staffing (October and May 1 through Sept 30) Equivalent number of employees required to perform non-winter trunkline maintenance:

(4,600)/(52 weeks – 25.8 weeks) = 175.6 man-hours per week

(175.6 man-hours per week)/40 hours per week = 4.4 equivalent non-winter employees per week (October and May 1 to Sept 30)

LOWSE: Number of winter seasonal employees laid off or terminated by the COUNTY.

COUNTY lays off or terminates 9 winter seasonal employees

PPR: Provisional Participation Rate

PPR = (EWS – ENWS)/LOWSE

PPR = (10.3 equivalent winter employees - 4.4 equivalent non-winter employees) / 9 laid-off or terminated winter seasonal employees

PPR = 66%

Therefore, in this example, the DEPARTMENT’S provisional participation rate will be 66% of the COUNTY’S unemployment costs due LEO (Michigan Department of Labor and Economic Opportunity) and its successor agency for the fiscal year.

4/20/2012

APPENDIX H DEFINITIONS

Annual Work Plan: means a schedule developed by the County and Region Engineer’s designee of the routine maintenance work to be performed annually on state trunklines by the County.

Assistant Contractor Administrator: means a person designated by the County to assist the Contract Administrator in supervising activities of the Foremen.

County: means the County Road Department.

Budget: means the funds allocated to the County for the fiscal year beginning October 1. Budget may also be referred to as Annual Budget or Field Activity Budget or Maintenance Budget.

Capital Equipment Advance: means funds advanced from the Department to the County for capital equipment purchases to increase productivity and efficiency of its work.

Chemical Storage Facilities: means bulk salt storage buildings.

Competitive Bidding: means a procurement process that involves advertising work so that qualified vendors can submit bids to perform the work. The contract is then awarded to the lowest qualified bidder.

Contract Administrator: means an individual designated by the County responsible for supervising all work covered under this Contract.

Department: means the Michigan Department of Transportation

Engineer of Transportation System Management and Operations (TSMO): means the Department's designated engineer of TSMO.

Equipment Specifications and Rentals: means an annual list of equipment proposed to be used on the state trunkline system by the County forwarded to the Department with the hourly rates of each piece of equipment, for which rates may be modified by the County based on their county's equipment experience.

Equipment Questionnaire: means a report prepared by the County and forwarded to the Department to substantiate the previous year’s actual equipment costs.

Foremen: means a person(s) designated by the County responsible for overseeing all work covered under this Contract and is responsible to the Contract Administrator and Assistant Contract Administrator.

Maintenance Advance: means funds advanced from the Department to the County for maintenance operations performed by the County.

Maintenance Work: means routine activities performed on a regular basis or in response to uncontrollable events upon the state trunklines. Also includes planned activities to state trunklines to preserve functional condition and any work authorized by a TWA.

Maintenance of State Trunkline highways/lane miles maintained: The County is to provide the winter and non-winter maintenance activities on its miles as identified within the work plan.

Michigan State Transportat io n Commission: means the policy-making body for all state transportation programs. The Commission establishes policy for the Michigan Department of Transportation in relation to transportation programs and facilities and other such works as related to transportation development as provided by law. Responsibilities of the Commission include the development and implementation of comprehensive transportation plans for the entire state, including aeronautics, bus and rail transit, providing professional and technical assistance, and overseeing the administration of state and federal funds allocated for these programs.

MDOT Stores: means an inventory system used for MDOT’s non-specific portable assets. It is used to ensure that MDOT maintains enough materials to cover future needs over a reasonable period of time, captures data such as material type, location, quantity and valuation.

Non-Winter Maintenance Budget: means the portion of the Budget allocated to non-winter maintenance activities.

Office of Commission Audit (OCA): means the office that reports directly to the Michigan State Transportation Commission. The Office of Commission Audits is charged with the overall responsibility to supervise and conduct auditing activities for the Department of Transportation. The auditor submits to the Commission reports of financial and operational audits and investigations performed by staff for acceptance.

Region Engineer: means the Department's designated chief engineer responsible for the oversight of each region of the Department or that region's designee.

Review: A financial statement review is a service under which the accountant obtains limited assurance that there are no material modifications that need to be made to an entity’s financial statement for them to be in conformity with the applicable financial reporting framework. OCA’s review will be conducted in accordance with attestation standards established by the American Institute of Certified Public Accountants and the standards applicable to attestation engagements contained in Governmental Auditing Standards issued by the Comptroller General of the United States. A review consists primarily of inquires of personnel and the application of analytical procedures to data.

Schedule C Equipment Rental Rates: means the department's annual list of statewide hourly equipment rental rates that shall be charged for the use of road equipment calculated from the average costs submitted by each agency in the "Equipment Questionnaire".

Small Road Tools: means hand tools which do not have power assist (non-powered) used for general road and bridge maintenance such as rakes, shovels, brooms, etc.

Small Power Tools: means work tools powered by electricity or battery power and have a rental rate assigned.

State Administrative Board: means a board that consists of the Governor, Lieutenant governor, Secretary of State, Attorney General, State Treasurer, and the Superintendent of Public Instruction. The DMB designates a Secretary to the State Administrative Board and provides for staff support. The State Administrative Board has general supervisory control over the administrative activities of all state departments and agencies, including but not limited to, the approval of contracts and leases, oversight of the state capital outlay process and the settlement of small claims against the state. The State Administrative Board functions through 3 standing committees (Finance and Claims, Building Transportation and Natural Resources) which make recommendations to the Board. The State Administrative Board meets the first and third Tuesday of each month.

State Trunkline Highway: means a road, highway or freeway under the jurisdiction of the Department, and usually numbered as an M, US, or Interstate route.

Termination for Cause: means the exercise of MDOT’s right to terminate this Contract “for cause”, in whole or in part, if the County, as determined by MDOT: (a) endangers the value, integrity, or security of any location, data, or personnel; (b) becomes insolvent, petitions for bankruptcy court proceedings, or has an involuntary bankruptcy proceeding filed against it by any creditor; (c) engages in any conduct that may expose MDOT to liability; (d) breaches any of its material duties or obligations; or (e) fails to cure a breach within the time stated in a notice of breach. Any reference to specific breaches being material breaches within this Contract will not be construed to mean that other breaches are not material.

Termination Date: means the date the contract is no longer effective.

Transportation Work Authorization (TWA): means a written order for work not covered by the Budget. Funding for the TWA is reimbursed to the County in addition to the annual Budget.

Transportation a nd Natural Resources Committee: means a committee that approves the award of Michigan Department of Transportation (MDOT) contracts and agreements; Department of Natural Resources (DNR) oil, gas, and mineral leases; conveyance of submerged lands. The committee meets the Wednesday before the State Administrative Board meeting. The agenda is prepared by the MDOT and DNR.

Uniform Accounting Manual: means the Accounting Procedures Manual for County Road Commissions available at the following website: www.michigan.gov/treasury.

Winter maintenance: means Maintenance Work centered on the process to remove snow and ice from the trunkline to provide a reasonably clear and bare driving surface under prevailing winter conditions. The work codes (PCA codes) that define the Budget line items for winter maintenance are:

14100: Winter maintenance 14400: Winter road patrol (See winter maintenance patrol above)

14900: Other winter maintenance (Shall include maintenance items resulting from wintermaintenance, but not actual winter maintenance, i.e. sweeping and flushing immediately after winter ends). This work includes all material costs required to conduct work under the above PCA codes.

Winter Maintenance Patrol: means an employee assigned to monitor state trunklineroad conditions during the winter at times outside the normal workday, i.e. 2nd or 3rd shift.

Winter months: means these months defined and agreed to between the Region Engineer and the County. These months will be identified in the Winter Letter of Understanding.

Work Plan: means an annual outline of maintenance activities to be performed under this Contract. The components of the plan include the amount of Budget allocated to each routine maintenance activity group, a list of prioritized maintenance activities, and may include a proposed timeframe for completion.

APPENDIX I

SUBCONTRACT REQUIREMENTS

SUMMARY OF STATE ADMINISTRATIVE BOARD REQUIREMENTS FOR AMENDMENTS

(PREVIOUSLY REFERRED TO AS OVERRUNS, EXTRA’S AND ADJUSTMENTS)

Administrative Board Resolution (2017-2, April 25, 2017)

State Administrative Board approval is required on all contracts (including subcontracts) when the sum of the contract including any optional years is $500,000 or greater.

Amendments

Subcontract Requirements: Amendment

Amount State Administrative

Board (SAB) Approval Requirements:

Region Engineer approval required prior to start of work.

Form 426 must be signed by the Region Engineer.

Documentation of amendment is required by the County.

Send revised Form 426 to the Transportation Systems Management Operations, Contract Specialist for review and approval prior to the start of work.

$499,999 or less Not required

Note: Emergency contracts $250,000 or greater require SAB approval.

$500,000 or greater

Required prior to the start of work

Note: When the sum of the contract and all amendments total $500,000 or greater, SAB approval is required.

Definition of Term: Amendment includes situations where the original contract quantity or contract cost is exceeded. It also includes situations where quantities or work are added to the original contract as extra’s or adjustments.

December 2, 2020

APPENDIX J Overview and List of Requested Documents

Section 1: Overview

As the State Transportation Commission (STC), which was created and described by Act 286 of 1964, establishes transportation policies for the guidance and direction of the director; and as STC members are appointed by the Governor and not the director of MDOT; and as specified by Section 247.667a of Act 51 of 1951 as amended, the duties, functions, and responsibilities of the Office of Commission Audits (OCA) are determined by the STC; and as OCA follows generally accepted government auditing standards, including requirements pertaining to auditor independence; the parties to this contract understand that OCA is independent of MDOT and the COUNTY.

Section 2: List of Requested Documents

The documents listed below, which are preliminary and not limited to, are to be submitted to the DEPARTMENT on or no later than six months from the end of the COUNTY’s fiscal year. Please e-mail the electronic documents to [email protected]. Equipment Questionnaire can be e-mailed to [email protected].

IMPORTANT: Please note that all requested documents need to be received by the deadline in order to provide a timely review. Incomplete submittal of documents will delay the review process.

Documents:

County Equipment Questionnaire (Form 461) Overhead Computation (if overhead is reviewed to cost) and supporting worksheets Report of Employee Benefit Cost (Form 455C) with supporting computation worksheets Activity Report/Trial Balance 511 Detailed Trial Balance/Distribution Report 513 Detailed Trial Balance/Distribution Report 514 Detailed Trial Listing/Distribution Report 515 Detailed Trail Balance/Distribution Report Michigan County Road Commission Self Insurance Pool (MCRCSIP) Invoice and Refund.

Please identify where the amounts were recorded. COUNTY’s that are not insured through MCRCSIP do not need to supply the information.

Total earnings by employee, including total wages and total hours for all employees. Please identify the part-time/seasonal employees. If any part-time/seasonal employees became full-time during the COUNTY’s fiscal year, please also include the total payroll, including earnings and hours, from the date they became full-time through the end of the COUNTY’s fiscal year.

Detail for revenue from the Sales of Scrap Detail for Gain/Loss on Sale of Equipment (if the total gain/loss was not already included in

the equipment questionnaire) Detail for Inventory Adjustments

Upon completion of the r ev i ew, OCA will share the appropriate documentation for each adjustment with the road commission as part of the exit conference close-out. See

some examples listed below.

1. Fringe Benefit Computation and Adjustment 2. Equipment Adjustment Control Sheet 3. Equipment Related Fringe Benefit Adjustment 4. Equipment by Code or by Piece Adjustment 5. State Share of Equipment Disposals if by Piece

   AI-3767     9. B. 5. BOC RegularMeeting Date: 12/16/2021  Voluntary Recognition Agreement with TPOAM & Road WorkersSubmitted For:  Kim Archambault, HR Director, Human Resources FROM: Kim Archambault, HR Director, Human ResourcesDepartment: Human Resources

InformationRESOLUTION:Resolved, the Board of Commissioners approve the attached Voluntary Recognition Agreement as presented,and as allowable under the Public Employment Relations Act, MCL 423.201 (1)(a), and authorizes the Board Chairto sign the Agreement.

RECOMMENDATION:It is recommended that the Board of Commissioners approve the Voluntary Recognition Agreement aspresented.

BACKGROUND:The Teamsters collective bargaining agreement expired on October 31, 2021.  At that time, the Road Workeremployees initiated a change in union leadership from the Teamsters to the TPOAM (Technical, Professional,and Office Workers Association of Michigan).  A meeting was arranged with the Michigan Employment RelationsCommission (MERC) to prepare for a formal state-run election process.  At that time, the Teamsters withdrewtheir recognition of the bargaining group and from being included on the election ballot.  The County also laterreceived documentation that included 42 signed interest cards from employees wishing to be represented bythe TPOAM (total employee count is currently 50).  In lieu of going through a formal election process, the PublicEmployment Relations Act allows the parties to enter into a Voluntary Recognition Agreement, which we arerecommending at this time.  By signing this Agreement, the Board is agreeing that TPOAM will become the new,exclusive collective bargaining representative for this unit.

The Michigan statute, also known as the Public Employment Relations Act, defines a Bargaining Representativeas ". . . a labor organization recognized by an employer or certified by the commission as the sole and exclusivebargaining representative of certain employees of the employer." See, MCL 423.201 (1)(a). Certification by thecommission is the end result of the election process that would be conducted by MERC if the County did notrecognize TPOAM as the bargaining unit, as permitted by MCL 423.201. Lacking a competing labor organizationclaiming the right to represent the Road Workers bargaining unit, and an 84% clear majority of the unit'semployees signing interest cards favoring TPOAM, voluntary recognition is clearly an appropriate action.

ALTERNATIVES:The Board could choose not to enter into a Voluntary Recognition Agreement, which will result in a MERC runelection to determine representation.  Presumably resulting in the exact same outcome based on the interestcards already presented by employees. 

Fiscal Impact

BUDGETARY IMPACT:There is no budgetary impact associated with this Agreement.  However, once signed, negotiations for a newcontract with the TPOAM will begin.

AttachmentsVoluntary Recognition Agreement 

   AI-3766     9. B. 6. BOC RegularMeeting Date: 12/16/2021  EMPG ARPA Grant AgreementSubmitted For:  Megan Banning, Finance  FROM: Megan Banning, FinanceDepartment: Finance

InformationRESOLUTION:Resolved, that the Calhoun County Board of Commissioners does approve the attached EMPG ARPASupplemental Grant Agreement for the grant year 10/1/20-9/30/21 and authorizes the Board Chair to sign allnecessary documents.

RECOMMENDATION:Finance recommends approval of the attached EMPG ARPA Grant Agreement., which provides an additional$18,128 in funding to offset the salaries and fringe benefits falready paid between 10/1/20-9/30/21 or theCounty's Emergency Management Services Coordinator position.

Fiscal Impact

BUDGETARY IMPACT:The grant provides an additional $18,128 towards the 2022 Emergency Mnagement program within the PublicSafety General Fund budget.

AttachmentsEMPG ARPA Grant App 

Michigan State Police Emergency Management and Homeland Security Division

Grant Agreement

FEDERAL AWARD IDENTIFICATION SUBRECIPIENT NAME GRANT NAME CFDA NUMBER

County of Calhoun Emergency Management Performance Grants American Rescue Plan Act

97.042

SUBRECIPIENT IRS/VENDOR NUMBER FEDERAL AWARD IDENTIFICATION NUMBER (FAIN)

FEDERAL AWARD DATE

38-6004358 EMC-2021-EP-00006 9/02/2021

SUBRECIPIENT DUNS NUMBER SUBAWARD PERFORMANCE PERIOD

FROM TO

020888020 10/1/2020 9/30/2021

RESEARCH & DEVELOPMENT

Funding

Total

N/A Federal Funds Obligated by this Action

$18,128

INDIRECT COST RATE Total Federal Funds Obligated to Subrecipient

$18,128

None on file Total Amount of Federal Award Committed

$18,128

FEDERAL AWARD PROJECT DESCRIPTION

2021 Emergency Management Performance Grants American Rescue Plan Act

DETAILS

The 2021 EMPG ARPA allocation is 17.13% of

Federal share used towards the EMPG budget shall not exceed 50% of the total budget. FEDERAL AWARDING AGENCY PASS-THROUGH ENTITY (RECIPIENT) NAME

Federal Emergency Management Agency - GPD 400 C Street, SW, 3rd floor Washington, D.C. 20472-3645

Michigan State Police Emergency Management and Homeland Security Division P.O. Box 30634 Lansing, MI 48909

State of Michigan FY 2021 Emergency Management Performance Grants

American Rescue Plan Act Grant Agreement

October 1, 2020 to September 30, 2021

CFDA Number: 97.042 Grant Number:

EMC-2021-EP-00006

This Fiscal Year (FY) 2021 Emergency Management Performance Grants American Rescue Plan Act (EMPG ARPA) grant agreement is hereby entered into between the Michigan Department of State Police, Emergency Management and Homeland Security Division (MSP/EMHSD) (hereinafter called the Recipient), and the

COUNTY OF CALHOUN (hereinafter called the Subrecipient)

I. Purpose The purpose of this grant agreement is to provide federal pass-through funds to the Subrecipient for the development and maintenance of an emergency management program capable of protecting life, property, and vital infrastructure in times of disaster or emergency. The FY 2021 EMPG program plays an important role in the implementation of the National Preparedness System (NPS) by supporting the building, sustainment, and delivery of core capabilities essential to achieving the National Preparedness Goal of a secure and resilient Nation. The objective of the NPS is to facilitate an integrated, all-of-nation/whole community, risk driven, capabilities-based approach to preparedness. In support of the National Preparedness Goal, the FY 2021 EMPG supports a comprehensive, all-hazard emergency preparedness system to build and sustain core capabilities across the Prevention, Protection, Mitigation, Response, and Recovery mission areas. For more information on the NPS, federally designated priorities, and the FY 2021 EMPG objectives, as well as guidance on allowable costs and program activities, please refer to the FY 2021 EMPG Notice of Funding Opportunity (NOFO) and the FEMA Preparedness Grants Manual located at https://www.fema.gov/grants.

II. Statutory Authority

Funding for the FY 2021 EMPG is authorized by Section 662 of the Post-Katrina Emergency Management Reform Act of 2006 (PKEMRA), as amended, (Pub. L. No. 109-295) (6 U.S.C. § 762); the Robert T. Stafford Disaster Relief and Emergency Assistance Act, as amended (Pub. L. No. 93-288) (42 U.S.C. §§ 5121 et seq.); the Earthquake Hazards Reduction Act of 1977, as amended (Pub. L. No. 95-124) (42 U.S.C. §§ 7701 et seq.); and the National Flood Insurance Act of 1968, as amended (Pub. L. No. 90-448) (42 U.S.C. §§ 4001 et seq.). Appropriation authority is provided by the Department of Homeland Security Appropriations Act, 2021, (Pub. L. No. 116-260).

FY 2021 EMPG ARPACounty of Calhoun

Page 2 of 9

The Subrecipient agrees to comply with all FY 2021 EMPG program requirements in accordance with the FY 2021 EMPG NOFO, and the FEMA Preparedness Grants Manual; both are located at https://www.fema.gov/grants/preparedness/emergency-management-performance; the Michigan Emergency Management Act of 1976, as amended (Public Act 390) at http://www.legislature.mi.gov/doc.aspx?mcl-Act-390-of-1976; the Robert T. Stafford Disaster Relief and Emergency Assistance Act, as amended (Pub. L. No. 93-288) (42 U.S.C. §§ 5121 et seq.) located at https://www.fema.gov/disaster/stafford-act; and the FY 2021 EMPG Agreement Articles Applicable to Subrecipients. The FY 2021 EMPG Agreement Articles Applicable to Subrecipients document is included for reference in the grant agreement packet. The Subrecipient shall also comply with the most recent version of:

A. 2 CFR, Part 200 of the Code of Federal Regulations (CFR), Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards located at http://www.ecfr.gov.

B. FEMA Policy #108-023-1 Grant Programs Directorate Environmental Planning and Historic Preservation Policy Guidance.

III. Award Amount and Restrictions

A. The County of Calhoun is awarded $18,128 or 17.13% of the Subrecipients local emergency FY 2021 EMPG. The Subrecipient may receive

less than the allocated amount if the Subrecipbenefits paid to the local emergency manager are less than the total allocation. The

documented on the Local Budget for Emergency Management Performance Grant form (EMD-17).

B. The FY 2021 EMPG covers eligible costs from October 1, 2020 to September 30, 2021. The

funds awarded in the grant agreement shall only be used to cover allowable costs that are incurred during the agreement period. Grant funds shall not be used for other purposes. For guidance on allowable costs, please refer to the EMPG Appendix in the FEMA Preparedness Grants Manual.

C. This grant agreement designates EMPG funds for the administration and oversight of an

approved emergency management program. The Subrecipient may utilize grant funds for the reimbursement of salary, overtime, compensatory time off, and associated fringe benefits for the local emergency manager, and up to 5% of the total allocation may be utilized for other allowable organization costs. No other expenditures are allowed. If other organization costs are requested, a narrative must be submitted detailing the expenses that are included in these costs.

D. The FY 2021 EMPG program has a 50% cost share (cash or in-kind) requirement, as authorized

by the Robert T. Stafford Disaster Relief and Emergency Assistance Act, as amended, (Pub. L. No. 93-288) (42 U.S.C. §§ 5121 et seq.), specifically, Title VI, sections 611(j) and 613. Federal funds cannot exceed 50% of eligible costs. Unless otherwise authorized by law, federal funds cannot be matched with other federal funds.

The Federal Emergency Management Agency (FEMA) administers cost sharing requirements in accordance with 2 CFR § 200.306. To meet matching requirements, the Subrecipient contributions must be reasonable, allowable, allocable, and necessary under the grant program and must comply with all federal requirements and regulations.

FY 2021 EMPG ARPACounty of Calhoun

Page 3 of 9

See the FY 2021 EMPG NOFO and FEMA Preparedness Grants Manual for additional cost share guidance, definitions, basic guidelines, and governing provisions.

E. All EMPG funded personnel must complete either the Independent Study courses identified in the Professional Development Series or the National Emergency Management Basic Academy delivered either by the Emergency Management Institute or a sponsored state, local, tribal, territorial, regional, or other designated location and record proof of completion. All EMPG funded personnel must also participate in exercises consistent with the requirements outlined in the EMPG Guidebook and work agreement.

The EMPG programs are required to complete a quarterly training and exercise report identifying training and exercises completed during the quarter. Guidance for accomplishing these requirements is provided by the Recipient.

F. Upon request, the Subrecipient must provide to the Recipient information necessary to meet any

state or federal subaward reporting requirements.

G. In the event that the U.S. Department of Homeland Security (DHS) determines that changes are necessary to the award document after an award has been made, including but not limited to, changes to period of performance or terms and conditions, Subrecipients will be notified of the changes in writing. Once notification has been made, any subsequent request for funds will indicate Subrecipient acceptance of the changes to the award.

IV. Responsibilities of the Subrecipient

A. Grant funds must supplement, not supplant, state or local funds. Federal funds must be used to supplement existing funds, not replace (supplant) funds that have been appropriated for the same purpose. Potential supplanting will be carefully reviewed in subsequent monitoring reviews and audits. Subrecipients may be required to supply documentation certifying that a reduction in non-federal resources occurred for reasons other than the receipt or expected receipt of federal funds.

B. The Subrecipient agrees to comply with all applicable federal and state regulations; the FY 2021

EMPG NOFO; the FEMA Preparedness Grants Manual Version 2; the Agreement Articles Applicable to Subrecipients: Fiscal Year 2021 Emergency Management Performance Grants, included with the grant agreement package for reference; and the EMPG Guidebook (EMD-PUB 208),

C. The subrecipient shall not use FY 2021 EMPG funds to generate program income.

D. In addition to this grant agreement, the Subrecipient shall complete, sign, and submit to the

Recipient the following documents, which are incorporated by reference into this grant agreement: 1. Subrecipient Risk Assessment Certification 2. Standard Assurances 3. Certifications Regarding Lobbying; Debarment, Suspension and Other Responsibility Matters;

and Drug-Free Workplace Requirements 4. Audit Certification (EMD-053) 5. Request for Taxpayer Identification Number and Certification (W-9) 6. Other documents that may be required by federal or state officials

E. Complete and submit quarterly work reports, the Quarterly Training and Exercise Worksheet, and the Annual Training and Exercise Plan Worksheet in accordance with the schedule outlined in the FY 2021 EMPG Work Agreement/Quarterly Report (EMHSD-31).

FY 2021 EMPG ARPACounty of Calhoun

Page 4 of 9

F. Enact enabling legislation establishing the local emergency management program and ensure a copy of the local resolution or ordinance is on file with the Recipient.

G. Appoint an emergency management program manager who is able to assume responsibility for

the functions outlined in section 4 of the EMPG Guidebook.

H. Provide the Recipient with a complete job description for the federally funded EMPG local emergency manager, including non-EMPG duties if applicable.

I. Notify the Recipient immediately of any ch

position.

J. The Subrecipient will contribute to the development and maintenance of the state's multi-year Training and Exercise Plan (TEP). This will include conducting exercises that comply with local, state, and federal requirements, including the Homeland Security Exercise and Evaluation Program (HSEEP) and the EMPG Guidebook, to accomplish this goal.

K. Ensure the EMPG funded local emergency manager completes training as required by the annual

EMPG Work Agreement. L. Have an approved and current emergency operations plan on file with the MSP/EMHSD District

Coordinator. M. The Subrecipient agrees to prepare the form EMHSD-007 - EMPG Quarterly Billing Cover Sheet.

The Subrecipient agrees to submit this form with supporting documentation, including all required authorized signatures and required reimbursement documentation to the appropriate MSP/EMHSD District Coordinator by the due date following the end of each quarter, as identified in FY 2021 Emergency Management Report Schedule. The most current EMHSD-007 form must be used and can be obtained from the MSP/EMHSD District Coordinator, or by visiting https://www.michigan.gov/msp/0,4643,7-123-72297_60152_95164_95317---,00.html under Finance Forms.

N. Comply with applicable financial and administrative requirements set forth in the current edition of

2 CFR, Part 200, including, but not limited to, the following provisions: 1. Account for receipts and expenditures, maintain adequate financial records, and refund

expenditures disallowed by federal or state audit. 2. Retain all financial records, statistical records, supporting documents, and other pertinent

materials for at least three years after the grant is closed by the awarding federal agency for purposes of federal and/or state examination and audit.

3. Non-federal organizations which expend $750,000 or more in all federal funds during their current fiscal year are required to have an audit performed in accordance with the Single Audit Act of 1984, as amended, and 2 CFR, Part 200.

O. Comply with all reporting requirements, including special reporting, data collection, and evaluation

requirements, as prescribed by law or program guidance. P. Maintain a valid Data Universal Numbering System (DUNS) number at all times during the

performance period of this grant.

Q. The Subrecipient must acknowledge and agree to comply with applicable provisions governing DHS access to records, accounts, documents, information, facilities, and staff. The Subrecipient also agrees to require any subrecipients, contractors, successors, transferees, and assignees to acknowledge and agree to comply with these same provisions. Detailed information on record access provisions can be found in the DHS Standard Administrative Terms and Conditions

FY 2021 EMPG ARPACounty of Calhoun

Page 5 of 9

located at https://www.dhs.gov/publication/fy15-dhs-standard-terms-and-conditions, specifically in the DHS Specific Acknowledgements and Assurances on page 1.

R. Subrecipients must carry out their programs and activities in a manner that respects and ensures

the protection of civil rights for protected populations. These populations include but are not limited to individuals with disabilities and others with access and functional needs, individuals with limited English proficiency, and other diverse racial and ethnic populations, in accordance with Section 504 of the Rehabilitation Act of 1973, Title VI of the Civil Rights Act of 1964, and Executive Order 13347.

V. Responsibilities of the Recipient The Recipient, in accordance with the general purposes and objectives of this grant agreement, will:

A. Administer the grant in accordance with all applicable federal and state regulations and guidelines

and submit required reports to the awarding federal agency.

B. Provide direction and technical assistance to the Subrecipient.

C. Provide to the Subrecipient any special report forms and reporting formats (templates) required for administration of the program.

D. Reimburse the Subrecipient, in accordance with this grant agreement, based on appropriate

documentation submitted by the Subrecipient.

E. At its discretion, independently, or in conjunction with the federal awarding agency, conduct random on-site reviews of the Subrecipient(s).

VI. Reporting Procedures

A. The Subrecipient agrees to prepare quarterly work reports using the FY 2021 EMPG Work

tool by the due date following the end of each quarter. Reimbursement of expenditures by the Recipient is contingent upon the SubrecipientReporting periods and due dates are listed in the FY 2021 EMPG Work Agreement/Quarterly Report (EMHSD-31). A copy of the FY 2021 EMPG Work Agreement can be obtained via email at [email protected].

B. If the Subrecipient fails to complete the scheduled work activities during a quarter, the Recipient

will withhold reimbursement until either the work is completed, or the Deputy State Director of Emergency Management and Homeland Security approves a delay in the completion of the activity. Forfeiture of funds may result if scheduled work activities are not completed according to established deadlines.

C. A Subrecipient that fails to complete the annual exercise requirements, as scheduled within the

FY 2021 EMPG Work Agreement/Quarterly Report, may be ineligible for EMPG funding for that quarter and all subsequent quarters.

y reporting requirements, as required by the grant,

may result in the suspension or loss of grant funding.

FY 2021 EMPG ARPACounty of Calhoun

Page 6 of 9

VII. Payment Procedures

A. The Subrecipient agrees to prepare the form EMHSD-007 - EMPG Quarterly Billing Cover Sheet. The Subrecipient agrees to submit this form with supporting documentation, including all required authorized signatures and required reimbursement documentation, to the MSP/EMHSD District Coordinator by the due date following the end of each quarter, as identified in FY 2021 Emergency Management Report Schedule. The most current EMHSD-007 form must be used and can be obtained from the MSP/EMHSD District Coordinator, or by visiting www.michigan.gov/emhsd under Grant Programs, EMPG, Grant Forms, Finance Forms.

B. If the Subrecipient submits required quarterly reports that are late or incomplete, the

reimbursement may not be processed until the following quarter. Forfeiture of funds may result if quarterly reports are not completed according to established deadlines.

C. The Subrecipient agrees to return to the Recipient any unobligated balance of funds held by the Subrecipient at the end of the agreement period or handle them in accordance with the instructions provided by the Recipient.

VIII. Employment Matters The Subrecipient shall comply with Title VI of the Civil Rights Act of 1964, as amended; Title VIII of the Civil Rights Act of 1968; Title IX of the Education Amendments of 1972 (Equal Opportunity in Education Act); the Age Discrimination Act of 1975; Titles I, II and III of the Americans with Disabilities Act of 1990; the Elliott-Larsen Civil Rights Act, 1976 PA 453, as amended, MCL 37.2101 et seq.; the Persons with Disabilities Civil Rights Act, 1976 PA 220, as amended, MCL 37.1101 et seq., and all other federal, state and local fair employment practices and equal opportunity laws and covenants. The Subrecipient shall not discriminate against any employee or applicant for employment, to be employed in the performance of this grant agreement, with respect to his or her hire, tenure, terms, conditions, or privileges of employment; or any matter directly or indirectly related to employment because of his or her race, religion, color, national origin, age, sex, height, weight, marital status, limited English proficiency, or handicap that

to perform the duties of a particular job or position. The Subrecipient agrees to include in every contract or subcontract entered into for the performance of this grant agreement this covenant not to discriminate in employment. A breach of this covenant is a material breach of the grant agreement. The Subrecipient shall ensure that no subcontractor, manufacturer, or supplier of the Subrecipient for projects related to this grant agreement appears on the Federal Excluded Parties List System located at https://www.sam.gov. IX. Limitation of Liability The Recipient and the Subrecipient to this grant agreement agree that each must seek its own legal representative and bear its own costs, including judgments, in any litigation that may arise from performance of this contract. It is specifically understood and agreed that neither party will indemnify the other party in such litigation. This is not to be construed as a waiver of governmental immunity for either party. X. Third Parties This grant agreement is not intended to make any person or entity, not a party to this grant agreement, a third party beneficiary hereof or to confer on a third party any rights or obligations enforceable in their favor.

FY 2021 EMPG ARPACounty of Calhoun

Page 7 of 9

XI. Grant Agreement Period

This grant agreement is in full force and effect from October 1, 2020 to September 30, 2021. No costs eligible under this grant agreement shall be incurred before the starting date of this grant agreement, except with prior written approval. This grant agreement may be terminated by either party by giving thirty (30) days written notice to the other party stating reasons for termination and the effective date, or upon the failure of either party to carry out the terms of the grant agreement. Upon any such termination, the Subrecipient agrees to return to the Recipient any funds not authorized for use, and the Recipient shall have no further obligation to reimburse the Subrecipient. XII. Entire Grant Agreement This grant agreement is governed by the laws of the State of Michigan and supersedes all prior agreements, documents, and representations between the Recipient and the Subrecipient, whether expressed, implied, or oral. This grant agreement constitutes the entire agreement between the parties and may not be amended except by written instrument executed by both parties prior to the grant end date. No party to this grant agreement may assign this grant agreement or any of his/her/its rights, interest, or obligations hereunder without the prior consent of the other party. The Subrecipient agrees to inform the Recipient in writing immediately of any proposed changes of dates, budget, or services indicated in this grant agreement, as well as changes of address or personnel affecting this grant agreement. Changes in dates, budget, or services are subject to prior written approval of the Recipient. If any provision of this grant agreement shall be deemed void or unenforceable, the remainder of the grant agreement shall remain valid.

The Recipient may suspend or terminate grant funding to the Subrecipient, in whole or in part, or other measures may be imposed for any of the following reasons:

A. Failure to expend funds in a timely manner consistent with the grant milestones, guidance, and assurances.

B. Failure to comply with the requirements or statutory objectives of federal or state law. C. Failure to make satisfactory progress toward the goals or objectives set forth in the annual

EMPG Work Agreement. D. Failure to follow grant agreement requirements or special conditions. E. Failure to submit required reports. F. Filing of a false certification in the application or other reports or documents.

Before taking action, the Recipient will provide the Subrecipient reasonable notice of intent to impose corrective measures and will make every effort to resolve the problem informally. XIII. Business Integrity Clause The Recipient may immediately cancel the grant without further liability to the Recipient or its employees if the Subrecipient, an officer of the Subrecipient, or an owner of a 25% or greater share of the Subrecipient is convicted of a criminal offense incident to the application for or performance of a state, public, or private grant or subcontract; or convicted of a criminal offense, including, but not limited to any of the following: embezzlement, theft, forgery, bribery, falsification or destruction of records, receiving stolen property, attempting to influence a public employee to breach the ethical conduct standards for State of Michigan employees; convicted under state or federal antitrust statutes; or convicted of any other criminal offense which, in the sole discretion of the Recipient, reflects on the Subrecipient's business integrity.

FY 2021 EMPG ARPACounty of Calhoun

Page 8 of 9

XIV. Freedom of Information Act (FOIA)

Much of the information submitted in the course of applying for funding under this program, or provided in the course of grant management activities, may be considered law enforcement-sensitive or otherwise critical to national security interests. This may include threat, risk, and needs assessment information; and discussions of demographics, transportation, public works, and industrial and public health infrastructures. Therefore, each Subrecipient agency Freedom of Information Officer will need to determine what information is to be withheld on a case-by-case basis. The Subrecipient should be familiar with the regulations governing Protected Critical Infrastructure Information (6 CFR, Part 29) and Sensitive Security Information (49 CFR, Part 1520), as these designations may provide additional protection to certain classes of homeland security information.

FY 2021 EMPG ARPACounty of Calhoun

Page 9 of 9

XV. Official Certification

For the Subrecipient

The individual or officer signing this grant agreement certifies by his or her signature that he or she is authorized to sign this grant agreement on behalf of the organization he or she represents. The Subrecipient agrees to complete all requirements specified in this grant agreement.

_______________________________________ ____________________________________

For the Chief Elected Official

_____________________________________ ___________________________________ Printed Name Title

_____________________________________ ___________________________________ Signature Date

For the Local Emergency Manager

_____________________________________ ___________________________________ Printed Name Title

_____________________________________ ___________________________________ Signature Date

For the Recipient (Michigan State Police, Emergency Management and Homeland Security Division)

Commander, Emergency Management Capt. Kevin Sweeney and Homeland Security Division _____ Printed Name Title

November 5, 2021

____________________________________ ________________________________ Signature Date

   AI-3756     9. B. 7. BOC RegularMeeting Date: 12/16/2021  Approval of Resolutions Concerning the Partial Settlement of the National Opioid LitigationFROM: Jim Dyer, Corporation Counsel, Corporation CounselDepartment: Corporation Counsel

InformationRESOLUTION:Resolved, that the Calhoun County Board of Commissioners approves two Resolutions authorizing the StateDistribution and two Settlement Participation Agreements necessary to permit Calhoun County to participate ina partial settlement of the County's Opioid impact lawsuit, as presented, and authorizes the CountyAdministrator/Controller to sign all necessary agreements and documents, and take all other actions necessaryto assure participation in the proposed settlement. 

RECOMMENDATION:County Administration recommends adoption of the Resolution.Note: Because of their length, each exceeding 100 pages, the actual settlement agreements are not included asattachments to the agenda they have been prepared and negotiated by the national opioid litigation executivecommittee, approve by our local counsel, and reviewed by the corporation counsel. The Michigan StateDistribution Agreement is included since Attachment A shows the distribution percentages, as described in thenarrative. 

BACKGROUND:On October 15, 2018, this Commission approved the selection of local counsel and the initiation of a lawsuit torecover costs associated with the public health crisis related to the overprescription and the medicallyunnecessary use of prescription opioid medications. We joined with numerous other municipal entities that hadfiled suit as early as 2017 to address this nationwide problem. 

Our suit was filed in January 2019. At that time there were approximately 1300 cases pending nationwide. All ofthese cases were assigned a single judge to handle as a Multi-District Litigation (MDL) for purposes ofcoordination of discovery and all pre-trial proceedings. Sine the filing of our lawsuit, the number of pendinglitigations has expanded to 3043. In July 2021, we were informed by our legal counsel of a possible partialsettlement with one of the manufacturers of opioid products, Janssen Company (a subsidiary of Johnson &Johnson), and three of the major distributors of opioids; AmerisourceBergen, Cardinal Health and McKesson.The settlement was contingent on a "critical mass" of participation in the settlement, and direct authorization ofthe settlement by those participating, whether they had filed lawsuits, or not. If enough municipal entitiesparticipated, the total settlement was to reach 26 billion dollars, to be distributed to all participants by acomplicated formula that took into consideration population and objective measurement of the opioid crisisimpact on the community. In addition, a bonus percentage is added for all participants that actually filed suit,like Calhoun County.  

After deducting the cost of litigation, and the contingent attorney fees subject to court approval, theestimated payout to Calhoun County is $5,520,279.00 over 18 years. In addition to the monetary terms, thesettlement provides that Janssen will discontinue manufacture of opioids for ten years, and the settlingdefendants will discontinue lobbying efforts, and they will set up a national clearing house for tracking opioidtransaction, to monitor misuse. This clearing house was considered essential since there were areas of thecountry that had been flooded with more prescriptions than its total population. Such a clearing house willpermit the tracking of all transactions and prevent such abuses in the future.

The deadline for signing the participation agreements is January 2, 2022, if there is enough participation the firstpayments will occur in April 2022. This payment would represent the payment for 2021. The next paymentwould be in July 2022, and then annually thereafter, for a total of 18 payments.  

Finally, in addition to approval of the settlement agreements, we must approve participation in the MichiganState Distribution Agreement. The Master National Settlement Agreement requires all settlement proceeds tobe distributed to local municipal entities by their respective states. The default distribution procedure callsfor 70% of the distribution to go to a state wide opioid abatement fund, 15% to the state and 15% to localentities. Michigan has opted not to create the state abatement fund, and rather simply divide the Michigandistribution 50/50, with half of the distribution going to the state and half to local government. Under the stateagreement the dollar amount of Calhoun's recovery represents a 1.784% allocation of 50% local governmentdistribution. The full allocation chart for all participating entities is attached as Exhibit A to the State DistributionAgreement, attached as an exhibit.

 

ALTERNATIVES:As suggested by the Commission. However, rejection of the resolution will prevent the County from participatingin the settlement.

SUMMARY:County Administration recommends that the Calhoun County Board of Commissioners approve two Resolutionsauthorizing the State Distribution and two Settlement Participation Agreements necessary to permit CalhounCounty to participate in a partial settlement of the County's Opioid impact lawsuit, and authorize the CountyAdministrator/Controller to sign all necessary agreements and documents, and take all other actions necessaryto assure participation in the proposed settlement. 

Fiscal Impact

BUDGETARY IMPACT:Acceptance of the Settlement will have no general fund expense impact, as all costs and fees are paid in thesettlement process.  

AttachmentsResolution Authorizing Distribution Agreement Resolution Authorizing Settlement Agreement State Distribution Agreement 

At a Regular Session of the Calhoun County Board of Commissioners, held in Board Chambers, Calhoun County Building, 315 West Green Street, Marshall, Michigan, on Thursday, December 16, 2021 with Chair Steve Frisbie presiding, the following action was taken:

RESOLUTION AUTHORIZING ENTRY OF STATE LOCAL GOVERNMENT INTRASTATE AGREEMENT CONCERNING ALLOCATION OF SETTLEMENT PROCEEDS

IN THE NATIONAL OPIOIDS LITIGATION

WHEREAS, Calhoun County filed a lawsuit in the United States District Court to address the public nuisance that is the Opioid Epidemic, which named, among other companies, the following four Defendants (“Settling Defendants”):

1. Janssen Pharmaceuticals, Inc. (a prescription opioids manufacturer); 2. Amerisource Bergen Corp. (a prescription opioids wholesaler distributor); 3. Cardinal Health, Inc. (a prescription opioids wholesaler distributor); and 4. McKesson Corporation (a prescription opioids wholesaler distributor)

AND WHEREAS the lawsuit was subsequently transferred to the United States District Court in the Northern District of Ohio and centralized as part of In re National Prescription Opiate Litigation, MDL 2804; Case No. 1:17-md-2804, which is presided over by the Honorable Dan Aaron Polster, United State Federal District Court Judge;

AND WHEREAS the Settling Defendants have negotiated proposed national settlement agreements (“Proposed Settlements”) with the State Attorneys General, and a Plaintiff Executive Committee-designated negotiating committee that represents approximately 4,000 local governments that have brought lawsuits similar to Calhoun County’s lawsuit;

AND WHEREAS the Proposed Settlements contain a “default” allocation method where settlement funds that are allocated to a particular state to resolve the claims asserted by state and local governments within that state are allocated as follows:

• 15% of settlement proceeds paid under the Proposed Settlements are allocable to the State;

• 15% of the settlement proceeds are allocable to local governments; and

• 70% of the settlement proceeds are allocable to an opioid abatement fund;

AND WHEREAS the Proposed Settlements enable the state and local governments within a State to negotiate alternative allocation methods to the “default” allocation method referenced above;

AND WHEREAS Calhoun County desires to enter into an alternative allocation method which allocates settlement funds solely to:

1. Participating Local Governments who have elected to participate in the Proposed Settlements; and

2. the State of Michigan.

NOW THEREFORE, the Calhoun County Board of Commissioners does authorize the Calhoun County Administrator/Controller to sign the Michigan State-Subdivision Agreement for Allocation of the Distributor Settlement Agreement and Janssen Settlement Agreement in a form substantially similar to the proposed agreement attached to this resolution. The Calhoun County Board of Commissioners does further authorize the Calhoun County Administrator/Controller to sign any similar state-subdivision agreement to the extent that it provides a substantially similar allocation of settlement or bankruptcy proceeds obtained from opioids litigation with any other entity, and to take all other actions necessary to complete any settlement.

Res. -2021

“Moved Comr. ______________, second by Comr. ____________ does hereby authorize the Calhoun

County Administrator/Controller to sign the Michigan State-Subdivision Agreement for Allocation of the Distributor Settlement Agreement and Janssen Settlement Agreement in a form substantially similar to the proposed agreement attached to this resolution. The Calhoun County Board of Commissioners does further authorize the Calhoun County Administrator/Controller to sign any similar state-subdivision agreement to the extent that it provides a substantially similar allocation of settlement or bankruptcy proceeds obtained from opioids litigation with any other entity, and to take all other actions necessary to complete any settlement, as presented.”

On a roll call vote, Yes – _____, Comrs. _____________________________________________ No - ________, Comrs. __________________________________________________________ Excused – _____, Comrs. _________________________________________________________ Motion ___________________.

STATE OF MICHIGAN )

) SS COUNTY OF CALHOUN ) I, Susan M. Connolly, Calhoun County Deputy Clerk and Secretary to the Board of Commissioners, do hereby certify that the foregoing is a true and complete copy of Board Resolution No.__________-2021, adopted by the Calhoun County Board of Commissioners on December 16, 2021, the original of which is on file in my office. IN WITNESS WHEREOF, I have hereunder affixed my signature and seal of the County of Calhoun on this 16th day of December 2021. _________________________________ Deputy Clerk and Secretary to the

Board of Commissioners Dated: December 16, 2021

At a Regular Session of the Calhoun County Board of Commissioners, held in Board Chambers, Calhoun County Building, 315 West Green Street, Marshall, Michigan, on Thursday, December 16, 2021 with Chair Steve Frisbie presiding, the following action was taken:

RESOLUTION AUTHORIZING ENTRY OF PARTICIPATION AGREEMENTS IN PARTIAL SETTLEMENT OF THE NATIONAL PRESCRIPTION OPIATE LITIGATION

WHEREAS, Calhoun County filed a lawsuit in the United States District Court to address the public nuisance that is the Opioid Epidemic, which named, among other companies, the following four Defendants (“Settling Defendants”):

1. Janssen Pharmaceuticals, Inc. (a prescription opioids manufacturer); 2. Amerisource Bergen Corp. (a prescription opioids wholesaler distributor); 3. Cardinal Health, Inc. (a prescription opioids wholesaler distributor); and 4. McKesson Corporation (a prescription opioids wholesaler distributor)

AND WHEREAS the lawsuit was subsequently transferred to the United States District Court in the Northern District of Ohio and centralized as part of In re National Prescription Opiate Litigation, MDL 2804; Case No. 1:17-md-2804, which is presided over by the Honorable Dan Aaron Polster, United State Federal District Court Judge;

AND WHEREAS the Settling Defendants have negotiated proposed national settlement agreements (“Proposed Settlements”) with the State Attorneys General, and a Plaintiff Executive Committee-designated negotiating committee that represents approximately 4,000 local governments that have brought lawsuits similar to Calhoun County’s lawsuit;

AND WHEREAS the Proposed Settlements contain significant equitable and monetary relief, including:

1. An agreement by Janssen that it will discontinue the manufacture and distribution of prescription opioids products for at least the next ten years;

2. An agreement by Janssen that it will suspend any lobbying efforts that concern prescription opioids products;

3. The creation of a National Clearinghouse for wholesale distributors that will assist in the detection, suspension and reporting of suspicious orders of prescription opioids products; and

4. The payment of up to $26 billion (depending upon the level of participation of state and local governments in the Proposed Settlements) in funding installments over the next 18 years, the bulk of which will be dedicated to funding abatement and prevention strategies associated with the opioids public nuisance.

AND WHEREAS both settlement agreements are listed and available to the public at https://nationalopioidsettlement.com/, and specimen copies of the material terms of the participation agreements are attached as an exhibit to this resolution.

NOW THEREFORE, the Calhoun County Board of Commissioners authorizes the Calhoun County Administrator/Controller to execute both Participation Agreements: 1. the Master Settlement Agreement with Janssen Pharmaceuticals, Inc.; and 2. the Master Settlement Agreement with the three wholesale distributor defendants (Cardinal, Amerisource Bergen and McKesson), and to take all actions necessary to complete Calhoun County’s participation in partial settlement.

Res. -2021

“Moved Comr. ___________, second by Comr. _____________ does hereby authorize the Calhoun

County Administrator/Controller to execute both Participation Agreements: 1. the Master Settlement Agreement with Janssen Pharmaceuticals, Inc.; and 2. the Master Settlement Agreement with the three wholesale distributor defendants (Cardinal, Amerisource Bergen and McKesson), and to take all actions necessary to complete Calhoun County’s participation in partial settlement, as presented.”

On a roll call vote, Yes – _____, Comrs. _____________________________________________ No - ________, Comrs. __________________________________________________________ Excused – _____, Comrs. _________________________________________________________ Motion ___________________.

STATE OF MICHIGAN )

) SS COUNTY OF CALHOUN ) I, Susan M. Connolly, Calhoun County Deputy Clerk and Secretary to the Board of Commissioners, do hereby certify that the foregoing is a true and complete copy of Board Resolution No.__________-2021, adopted by the Calhoun County Board of Commissioners on December 16, 2021, the original of which is on file in my office. IN WITNESS WHEREOF, I have hereunder affixed my signature and seal of the County of Calhoun on this 16th day of December 2021. _________________________________ Deputy Clerk and Secretary to the

Board of Commissioners Dated: December 16, 2021

Rev. 11.16.21 Exhibit Updates

MICHIGAN STATE-SUBDIVISION AGREEMENT FOR ALLOCATION OF DISTRIBUTOR SETTLEMENT AGREEMENT

AND JANSSEN SETTLEMENT AGREEMENT

The People of the State of Michigan and its communities have been harmed by misfeasance, nonfeasance, and malfeasance committed by certain entities within the pharmaceutical industry. The conduct of such Pharmaceutical Entities has caused, or contributed to the existence of, a public nuisance associated with the opioid public health epidemic.

The State, through its Attorney General, and Litigating Local

Governments, through their elected representatives and counsel, are separately engaged in litigation seeking to hold the Pharmaceutical Entities accountable for the damage caused by their misfeasance, nonfeasance, and malfeasance by imposing the equitable remedy of nuisance abatement. The State and Litigating Local Governments litigated their claims in their proprietary, sovereign, and quasi-sovereign capacities.

To allocate monetary payments received from these

Pharmaceutical Entities, the State and Litigating Local Governments agree to the following State-Subdivision Agreement:

I. Definitions

As used in this Agreement:

A. “Administrative Fund” is 0.3% of the Local Government Share.

B. “Actual Attorney Fees” are the aggregate contingent fees paid to a Local Litigating Attorney for work performed for a Litigating Local Government for the Settlements and associated litigation, based on a Litigating Local Government’s Actual Total Recovery for Calculating Attorney Fees. This does not include any fee payments for common benefit work as defined by the Settlements.

Page 2 of 10

C. “Actual Total Recovery for Calculating Attorney Fees” is the aggregated monetary recovery that a Litigating Local Government receives, based on that Litigating Local Government’s Final Allocation Percentage and aggregate Local Government Share less the aggregate amounts for the Administrative Fund, Special Circumstance Fund plus the aggregate amount paid by the Litigating Local Government Attorney Fee Fund. For the avoidance of doubt, this may be expressed mathematically as Final Allocation Percentage x (Local Government Share – aggregate Administrative Fund – aggregate Special Circumstance Fund + aggregate paid by LLGAFF).

D. “Agreement” is this State-Subdivision Agreement.

E. “De minimis-share Local Government” is a Participating Local Government whose Final Allocation Percentage is less than .0023%.

F. “Final Allocation Percentage” is a Participating Local Government’s Allocation Percentage as modified by the Litigation Adjustment. Attached as Exhibit A is an estimated projection of the Final Allocation Percentage for each Local Government, assuming that all Local Governments elect to participate in the Settlement.

G. “Litigating Local Government Attorneys” are the law firms who were retained by the Litigating Local Governments.

H. “Litigating Local Government Attorney Fee Fund” (“LLGAFF”) is an adjustable percentage of the Local Government Share set aside for Projected Attorney Fee installment payments.

I. “Litigating Local Governments” are the entities located in the geographical boundaries of the State of Michigan that are listed in Exhibit C of the Settlements.

Page 3 of 10

J. “Litigation Adjustment” is the adjusted component distributed to Litigating Local Governments in recognition of the commitment of time, resources, and assumption of risk in litigation.

K. “Local Government Share” is the portion of the Settlement Payments payable to Participating Local Governments pursuant to this Agreement.

L. “Local Governments” are the entities located within the geographic boundaries of the State of Michigan and identified in Exhibit C or G of the Settlements.

M. “National Contingency Fee Fund” is the Contingency Fee Fund established and defined by Exhibit R of the Settlements.

N. “National Fund Administrator” is the Settlement Fund Administrator as defined by the Settlements.

O. “Neutral Special Master” is an independent mediator selected by the State.

P. “Opioid Remediation” is the term as defined by the Settlements.

Q. “Participating Local Governments” are the Local Governments who have signed a Participation Agreement in the Settlements.

R. “Parties” are the State and the Litigating Local Governments. The singular word “Party” shall mean either the State or Litigating Local Governments.

S. “Pharmaceutical Entities” are the “Released Entities” as defined by the Settlements.

Page 4 of 10

T. “Preliminary Allocation Percentage” is the percentage listed for a Participating Local Government in Exhibit G of the Distributor Settlement Agreement.

U. “Projected Attorney Fees” are the anticipated contingent fees paid to a Litigating Local Government Attorney for work performed for a Litigating Local Government for the Settlements and associated litigation, based on a Litigating Local Government’s Projected Total Recovery for Calculating Attorney Fees. This does not include any fee payments for common benefit work as defined by the Settlements.

V. “Projected Total Recovery for Calculating Attorney Fees” is the aggregated monetary recovery that a Litigating Local Government is projected to receive based on that Litigating Local Government’s Final Allocation Percentage and aggregate Local Government Share less the aggregate amounts for the Administrative Fund and Special Circumstance Fund. For the avoidance of doubt, this may be expressed mathematically as Final Allocation Percentage x (Local Government Share – aggregate Administrative Fund – aggregate Special Circumstance Fund).

W. “Settlements” are the Distributor Settlement Agreement and Janssen Settlement Agreement.

X. “Settlement Payments” are scheduled monetary payments received through the Settlements.

Y. “Special Circumstance Fund” is 5% of the Local Government Share.

Z. “State” is the State of Michigan acting through its Attorney General or her designees.

AA. “State Share” is the portion of the Settlement Payments payable to the State pursuant to this Agreement.

Page 5 of 10

II. Terms

1. Participation in Settlements: The Parties agree that Litigating Local Governments, to participate in the Settlements, will execute a Participation Agreement.

2. Opioid Remediation: All Settlement Payments shall be utilized by Participating Local Governments and the State for Opioid Remediation, except as otherwise allowed by the Settlements. A minimum of 70% of Settlement Payments must be used solely for future Opioid Remediation.

3. Distribution: Settlement Payments are allocated as follows:

• 50% of Settlement Payments to the Local Government Share

• 50% of Settlement Payments to the State Share

4. Local Government Share Offset: Prior to Participating Local Governments receiving their Final Allocation Percentage of the Local Government Share, amounts will be deducted for the following funds:

• Administrative Fund

• Litigating Local Government Attorney Fee Fund

• Special Circumstance Fund

5. Litigation Adjustment: The Parties recognize that the Litigating Local Governments expended time, resources, and assumed risk in the pursuit of litigation against the Pharmaceutical Entities. In recognition of this commitment and contribution to a Settlement, the Litigating Local Governments are entitled to a Litigation Adjustment of an additional percentage of their Preliminary Allocation Percentage, as follows:

• 16% for Litigating Local Governments that served as a bellwether or filed suit in 2017

Page 6 of 10

• 12% for Litigating Local Governments that filed suit in 2018

• 8% for Litigating Local Governments that filed suit in 2019

6. Accelerated Participation Payments: Prior to the distribution of the State Share, the National Fund Administrator shall allocate the aggregate projected recovery for all De minimis-share Local Governments from the State Share to those De minimis-share Local Governments. This allocation shall be made in the first Settlement Payment. In subsequent Settlement Payments, the National Fund Administrator shall direct distributions of all De minimis-share Local Governments to the State Share.

7. Non-Participant Reallocation: If a non-county Local Government does not participate in the Settlements, then that non-county Local Government’s share shall revert to the county(ies) in which it is located. If a county Local Government does not participate in the Settlements, that county’s share shall be reallocated to the Participating Local Governments.

8. Attorney Costs: To the extent that Litigating Local Government Attorneys receive cost reimbursement from the National Contingency Fee Fund, then such reimbursed costs shall be deducted from any remaining entitlement to costs as provided under individual retention agreements.

9. Attorney Fees:

a. Attorney fee payments are only paid in years where Settlement Payments received are greater than $0.00.

b. Projected Attorney Fees shall be calculated as 15% of a Litigating Local Government’s Projected Total Recovery for Calculating Attorney Fees. Projected Attorney Fees shall be paid in installments over the first seven Settlement Payments.

Page 7 of 10

c. Litigating Local Government Attorneys must apply to the National Contingency Fee Fund and seek the maximum allowable contribution to their fee. To the extent that a Litigating Local Government Attorney applies to the National Attorney Contingency Fee Fund and the National Attorney Contingency Fee Fund does not pay the Projected Attorney Fee installment payment, the LLGAFF shall pay the deficiency for that installment. If a Litigating Local Government Attorney does not apply to the National Attorney Contingency Fee Fund, the LLGAFF shall not pay any deficiency.

d. Actual Attorney Fees shall be no greater than 15% of a Litigating Local Government’s Actual Total Recovery for Calculating Attorney Fees.

e. If a Litigating Local Government’s Actual Total Recovery for Calculating Attorney Fees is less than the Projected Total Recovery for Calculating Attorney Fees, the Litigating Local Government Attorney shall return the amount received that is greater than 15% of the Litigating Local Government’s Actual Total Recovery for Calculating Attorney Fees.

10. Special Circumstance Fund:

a. Applications to receive additional funding for any local impact of the opioid epidemic that is not captured by a Local Government’s Allocation Percentage may be submitted to the Neutral Special Master for consideration. The Neutral Special Master will decide the additional funding to be paid, if any, to all applicants on an application-by-application basis. Any additional funding allocated under this paragraph shall only be paid from the Special Circumstance Fund. Initial applications to the Special Circumstance Fund shall be made by March 30, 2022 and reviewed for allocation determination by the Neutral Special Master. The allocation decisions of the Neutral Special

Page 8 of 10

Master shall be final and not appealable. Notwithstanding the foregoing, Local Governments may submit applications to revise the Special Circumstance Fund allocation determinations on March 29, 2030 to reflect changes in circumstances, and the Neutral Special Master may prospectively adjust the allocation of the Special Circumstance Fund at that time. Local Governments are limited to one application prior to March 30, 2022 and one subsequent application on March 29, 2030. Application to the Special Circumstance Fund may not be made with the express purpose of offsetting the Litigation Adjustment. The Neutral Special Master shall be paid solely from the Administrative Fund.

b. Attorney fees may be assessed on a Special Circumstance Fund allocation. To the extent that an attorney asserts a contingency fee interest upon a Special Circumstance fund allocation, that fee interest shall be capped at 15% of the fund allocation. Payment of attorney fees for a Special Circumstance fund allocation are the responsibility of the Participating Local Subdivision.

11. Allocation of Remaining Local Government Share: The remainder of the Local Government Share after offsets shall be distributed to Participating Local Governments in accordance with each Participating Local Government’s Final Allocation Percentage.

12. Escrow Agent: An Escrow Agent shall be agreed upon by the State and a majority of the Litigating Local Governments to administer the distribution of the Local Government Share and all funds contained within it pursuant to this Agreement. The Escrow Agent shall be entitled to a reasonable fee for its services, which shall be paid solely from the Administrative Fund. Alternatively, the Parties may explore whether the Escrow Agent’s role can be fulfilled by the Settlement Fund Administrator as that term is defined in the Settlements.

Page 9 of 10

13. Reversion to Local Government Share:

a. Any amounts remaining in the Administrative Fund shall remain in such fund until all anticipated administrative costs associated with implementation of this Agreement have been paid, after which any remaining funds may revert to the Local Government Share for distribution to Participating Local Governments in accordance with their Final Allocation Percentage.

b. Any amounts remaining in the LLGAFF after paying the Projected Attorney Fee installment payment shall revert to the Local Government Share for distribution to Participating Local Governments in accordance with their Final Allocation Percentage. Any amount reverted to the Local Government Share shall be distributed no later than the next Settlement Payment.

III. Other Terms and Conditions

1. Governing Law and Venue: This Agreement will be governed by the laws of the State of Michigan. Any and all litigation arising under this Agreement, unless otherwise specified in this Agreement, will be instituted in a State court in Michigan

2. Modification: This Agreement may only be modified by a written amendment between the Parties. No promises or agreements made subsequent to the execution of this Agreement shall be binding unless reduced to writing and signed by the Parties.

3. Execution in Counterparts: This Agreement may be executed in any number of counterparts, each of which shall be deemed to be an original, but all of which together shall constitute this Agreement.

Page 10 of 10

4. Assignment: The rights granted in this Agreement may not be assigned or transferred by any Party without the prior written approval of all the Parties. No Party shall be permitted to delegate its responsibilities or obligations under this Agreement without the prior written approval of all the Parties.

5. Additional Documents: The Parties agree to cooperate fully and execute any and all supplementary documents and to take all additional actions which may be reasonably necessary or appropriate to give full force and effect to the basic terms and intent of this Agreement.

6. Captions: The captions contained in this Agreement are for convenience only and shall in no way define, limit, extend, or describe the scope of this Agreement or any part of it.

7. Entire Agreement: This Agreement, including any attachments, embodies the entire agreement of the Parties. There are no other provisions, terms, conditions, or obligations. This Agreement supersedes all previous oral or written communications, representations, or agreements on this subject.

8. Construction: The Parties mutually acknowledge and represent that they have been fully advised by their respective legal counsel of their rights and responsibilities under this Agreement. The Parties state that they have read, know, and understand the contents of this Agreement. The Parties state that they have voluntarily executed this Agreement. This Agreement was drafted jointly by the Parties and shall not be construed for or against any Party.

9. Capacity to Execute Agreement: The Parties represent and warrant that the individuals signing this Agreement on their behalf are authorized and fully competent to do so.

Calhoun County By: _________________________________ Its: _________________________________

J. Burton LeBlanc, IV BARON & BUDD, P.C. 2600 CitiPlace, Suite 400 Baton Rouge, LA 70808 -and- 3102 Oak Lawn Avenue, Suite 1100 Dallas, TX 75219 Tel: 214-521-3605 Fax: 214-520-1181 [email protected]

Peter J. Mougey LEVIN, PAPANTONIO, RAFFERTY, PROCTOR, BUCHANAN, O’BRIEN, BARR, MOUGEY, P.A. 316 S. Baylen Street, Suite 600 Pensacola, FL 32502-5996 Tel: 850-435-7062 Fax: 850-436-6068 [email protected]

Paul T. Farrell, Jr. Michael J. Fuller, Jr. FARRELL & FULLER LLC 1311 Ponce de Leon Ave., Suite 202 San Juan, Puerto Rico 00907 Tel: 304-654-8281 [email protected] [email protected]

James C. Peterson HILL, PETERSON, CARPER, BEE & DEITZLER, PLLC NorthGate Business Park 500 Tracy Way Charleston, WV 25311 Tel: 304-345-5667 Fax: 304-345-1519 [email protected]

Anthony J. Majestro POWELL & MAJESTRO P.L.L.C. 405 Capitol Street Suite P-1200 Charleston, WV 25301 Tel: 304-346-2889 Fax: 304-346-2895 [email protected]

_________________________________ Robert B. Sickels SOMMERS SCHWARTZ, P.C. One Towne Square, 17th Floor Southfield, MI 48076 Tel: 248-355-0300 Fax: 248-746-4001 [email protected]

______________________________ Lisa M. Esser SOMMERS SCHWARTZ, P.C. One Towne Square, 17th Floor Southfield, MI 48076 Tel: 248-355-0300 Fax: 248-746-4001 [email protected]

Exhibit A – Allocation Percentages

Rev. 11.16.21

Political Subdivision Final Allocation Percentage

Ada Township 0.0042278554% Adrian City 0.0328126789% Alcona County 0.0934629817% Alger County 0.0879525875% Algoma Township 0.0016941585% Allegan County 0.4460242903% Allen Park City 0.0620457416% Allendale Charter Township 0.0044901249% Alpena County 0.3552566921% Alpine Charter Township 0.0014679355% Ann Arbor City 0.2674253148% Antrim County 0.2666725680% Antwerp Township 0.0007581775% Arenac County 0.1805504304% Auburn Hills City 0.0679438259% Bangor Charter Township 0.0063071908% Baraga County 0.0830045795% Barry County 0.2499588316% Bath Charter Township 0.0310575579% Battle Creek City 0.1976545014% Bay City 0.0662640083% Bay County 1.1889740912% Bedford Township 0.0238194433% Benton Charter Township 0.0523760917% Benzie County 0.1559708495% Berkley City 0.0207220905% Berrien County 1.4353008205% Beverly Hills Village 0.0265585450% Big Rapids City 0.0141485793% Birmingham City 0.0595211261% Bloomfield Charter Township 0.1382971973% Branch County 0.3823019725% Brandon Charter Township 0.0172309269% Brighton Township 0.0005844508% Brownstown Charter Township 0.0597655290%

Exhibit A – Allocation Percentages

Rev. 11.16.21

Political Subdivision Final Allocation Percentage

Burton City 0.0191573337% Byron Township 0.0082898139% Cadillac City 0.0572782844% Caledonia Charter Township 0.0026644035% Calhoun County 1.7844560932% Cannon Township 0.0031972842% Canton Charter Township 0.2635380816% Cascade Charter Township 0.0117082940% Cass County 0.4127454052% Charlevoix County 0.2142857345% Cheboygan County 0.3054122146% Chesterfield Charter Township 0.1219762582% Chippewa County 0.2775926422% Clare County 0.2705014687% Clawson City 0.0134773906% Clinton Charter Township 0.6524315825% Clinton County 0.5402667258% Coldwater City 0.0074666730% Commerce Charter Township 0.0192121087% Comstock Charter Township 0.0081656838% Cooper Charter Township 0.0009266020% Crawford County 0.2886252314% Davison Township 0.0085451532% Dearborn City 0.2895118016% Dearborn Heights City 0.1017944247% Delhi Charter Township 0.0190090980% Delta Charter Township 0.0391807240% Delta County 0.2697501609% Detroit City 7.3863527308% Dewitt Charter Township 0.0355251274% Dickinson County 0.2772928270% East Bay Township 0.0014150822% East Grand Rapids City 0.0200332982% East Lansing City 0.1928772515% Eastpointe City 0.1620457585% Eaton County 1.0040379149% Egelston Township 0.0057198661%

Exhibit A – Allocation Percentages

Rev. 11.16.21

Political Subdivision Final Allocation Percentage

Emmet County 0.1751859110% Emmett Charter Township 0.0078634499% Escanaba City 0.0187485817% Farmington City 0.0212789632% Farmington Hills City 0.1595279696% Fenton Charter Township 0.0017899625% Fenton City 0.0463367531% Ferndale City 0.0860957347% Flat Rock City 0.0165965372% Flint Charter Township 0.0247094958% Flint City 2.8492826162% Flushing Charter Township 0.0036163716% Fort Gratiot Charter Township 0.0091219411% Fraser City 0.0773787868% Frenchtown Charter Township 0.0472286300% Fruitport Charter Township 0.0124893804% Gaines Township 0.0086869609% Garden City 0.0348032319% Garfield Charter Township 0.0003928875% Genesee Charter Township 0.0125078610% Genesee County 2.1561040586% Genoa Township 0.0000730563% Georgetown Charter Township 0.0069588066% Gladwin County 0.2077497604% Gogebic County 0.0721438406% Grand Blanc Charter Township 0.0202728576% Grand Haven Charter Township 0.0108943696% Grand Haven City 0.0335954698% Grand Rapids Charter Township 0.0036296214% Grand Rapids City 1.3440305744% Grand Traverse County 0.9563577517% Grandville City 0.0268602038% Gratiot County 0.3525171058% Green Oak Township 0.0310802595% Grosse Ile Township 0.0206969233% Grosse Pointe Park City 0.0273525288% Grosse Pointe Woods City 0.0194917954%

Exhibit A – Allocation Percentages

Rev. 11.16.21

Political Subdivision Final Allocation Percentage

Hamburg Township 0.0327814289% Hamtramck City 0.1045696825% Harper Woods City 0.0291877050% Harrison Charter Township 0.1197690060% Hartland Township 0.0002817888% Hazel Park City 0.0425097355% Highland Charter Township 0.0169953269% Highland Park City 0.0226020911% Hillsdale County 0.4179676993% Holland Charter Township 0.0168424444% Holland City 0.0955964916% Holly Township 0.0023667091% Houghton County 0.2492719347% Huron Charter Township 0.0404726791% Huron County 0.1691383539% Independence Charter Township 0.0476500991% Ingham County 2.3910799665% Inkster City 0.0963789326% Ionia City 0.0259372614% Ionia County 0.5298085345% Iosco County 0.3597971837% Iron County 0.1234778574% Iron Mountain City 0.0102890396% Isabella County 0.6406627159% Jackson City 0.1975960490% Jackson County 0.6266962818% Kalamazoo Charter Township 0.0300335110% Kalamazoo City 0.2186435127% Kalamazoo County 2.1433241424% Kalkaska County 0.0950485976% Kent County 3.0032910409% Kentwood City 0.0821691991% Keweenaw County 0.0039070602% Lake County 0.0815750583% Lansing City 0.6157258774% Lapeer County 0.4570551035% Leelanau County 0.1385869050%

Exhibit A – Allocation Percentages

Rev. 11.16.21

Political Subdivision Final Allocation Percentage

Lenawee County 0.8823790089% Lenox Township 0.0064611477% Leoni Township 0.0052492697% Lincoln Charter Township 0.0103038346% Lincoln Park City 0.0917234908% Livingston County 1.4441655813% Livonia City 0.4479739512% Luce County 0.0715137120% Lyon Charter Township 0.0034804545% Mackinac County 0.0525087280% Macomb County 8.9600697690% Macomb Township 0.0624612667% Madison Heights City 0.0833167256% Manistee County 0.3495467119% Marion Township 0.0001148028% Marquette City 0.0180973752% Marquette County 0.6035272233% Mason County 0.2785769407% Mecosta County 0.1917457546% Melvindale City 0.0300027854% Menominee County 0.0912256468% Meridian Charter Township 0.0408752583% Midland City 0.1745254871% Midland County 0.3108652798% Milford Charter Township 0.0037106999% Missaukee County 0.0578937210% Monitor Charter Township 0.0025502597% Monroe Charter Township 0.0069121111% Monroe City 0.1213473624% Monroe County 1.7767045087% Montcalm County 0.6957831869% Montmorency County 0.0985847841% Mount Clemens City 0.0290390165% Mount Morris City 0.0026794798% Mount Pleasant City 0.0206549613% Mundy Charter Township 0.0087055516% Muskegon Charter Township 0.0208333463%

Exhibit A – Allocation Percentages

Rev. 11.16.21

Political Subdivision Final Allocation Percentage

Muskegon City 0.1009248080% Muskegon County 1.9100367830% Muskegon Heights City 0.0288916451% New Baltimore City 0.0277364435% Newaygo County 0.5231811022% Niles City 0.0336753397% Niles Township 0.0124323128% Northville Charter Township 0.0937410207% Norton Shores City 0.0405173975% Novi City 0.0846232347% Oak Park City 0.0599120079% Oakland Charter Township 0.0158387451% Oakland County 6.0626269110% Oceana County 0.2437641356% Oceola Township 0.0002087325% Ogemaw County 0.6231250992% Ontonagon County 0.0564870701% Orion Charter Township 0.0279774995% Osceola County 0.2155121164% Oscoda County 0.0566748663% Oshtemo Charter Township 0.0071811704% Otsego County 0.3179204956% Ottawa County 0.8561297014% Owosso City 0.0346613348% Oxford Charter Township 0.0127384634% Park Township 0.0040071188% Pittsfield Charter Township 0.0274648128% Plainfield Charter Township 0.0085009554% Plymouth Charter Township 0.0357383127% Pontiac City 0.3248498872% Port Huron Charter Township 0.0083327500% Port Huron City 0.1504374166% Portage City 0.0567022991% Presque Isle County 0.1629846266% Redford Charter Township 0.1223763279% Riverview City 0.0278625766% Rochester City 0.0230459632%

Exhibit A – Allocation Percentages

Rev. 11.16.21

Political Subdivision Final Allocation Percentage

Rochester Hills City 0.0390185719% Romulus City 0.1043054243% Roscommon County 0.4301835283% Roseville City 0.2467127304% Royal Oak City 0.1498737243% Saginaw Charter Township 0.0399524841% Saginaw City 0.2486892685% Saginaw County 1.8697499899% Sanilac County 0.3884583961% Sault Ste. Marie City 0.1102861372% Schoolcraft County 0.0455825815% Scio Charter Township 0.0029747576% Shelby Charter Township 0.2924370238% Shiawassee County 0.8126038392% South Lyon City 0.0149498906% Southfield City 0.2271237501% Southfield Township 0.0000642545% Southgate City 0.0512897499% Spring Lake Township 0.0060017466% Springfield Charter Township 0.0025808909% St Clair County 2.2355263751% St Joseph County 0.2462634133% St. Clair Shores City 0.1962330188% Sterling Heights City 1.0160154348% Sturgis City 0.0345993898% Summit Township 0.0084993840% Superior Charter Township 0.0069991428% Taylor City 0.2173451175% Texas Charter Township 0.0030056684% Thomas Township 0.0073384407% Traverse City 0.0694748526% Trenton City 0.0278175688% Troy City 0.1362571155% Tuscola County 0.4964108264% Tyrone Township 0.0055627194% Union Charter Township 0.0000295731% Van Buren Charter Township 0.0769291242%

Exhibit A – Allocation Percentages

Rev. 11.16.21

Political Subdivision Final Allocation Percentage

Van Buren County 0.4404295489% Vienna Charter Township 0.0049907472% Walker City 0.0333201255% Warren City 1.2684334598% Washington Township 0.0466960473% Washtenaw County 2.6615283392% Waterford Charter Township 0.1262119884% Wayne City 0.0938477408% Wayne County 11.4087490300% West Bloomfield Charter Township 0.1514104788% Westland City 0.3653115305% Wexford County 0.3345380363% White Lake Charter Township 0.0337978902% Wixom City 0.0213271541% Woodhaven City 0.0330180645% Wyandotte City 0.0563902282% Wyoming City 0.1474722212% Ypsilanti Charter Township 0.0334144094% Ypsilanti City 0.0518771364% Zeeland Charter Township 0.0035509487%

   AI-3777     9. B. 8. BOC RegularMeeting Date: 12/16/2021  Scheduling the 2022 Board of Commissioners Organizational Session FROM: Kelli Scott, Administrator/Controller, AdministrationDepartment: Administration

InformationRESOLUTION:Resolved, the Calhoun County Board of Commissioners does hereby approve the scheduling of the 2022 Boardof Commissioners Organizational Session for January 6, 2022 at 7:00 p.m., to be held at the County Building, andthe Deputy Clerk is directed to post notice of said meeting in accordance with the Open Meetings Act.

RECOMMENDATION:Administration recommends the Board of Commissioners approve scheduling the 2022 Board of CommissionersOrganizational Session for January 6, 2022 at 7:00 p.m.

Fiscal Impact

AttachmentsDraft 2022 BOC Schedule 

Calhoun County Board of Commissioners

315 W. Green Street, Marshall, MI 49068 – 269-781-0966

2022 MEETING SCHEDULE

The following Board Meetings of the CALHOUN COUNTY BOARD OF COMMISSIONERS have been scheduled for 2022

Date Time (EST) Day Meeting Type

January 6th 7:00 P.M. Thursday Organizational Meeting according to Board Rules January 20st 7:00 P.M. Thursday February 3rd 7:00 P.M. Thursday February 17th 7:00 P.M. Thursday March 3rd 7:00 P.M. Thursday March 17th 7:00 P.M. Thursday *April 12th 7:00 P.M. Tuesday Equalization Session according to MCL209.5 May 5th 7:00 P.M. Thursday May 19th 7:00 P.M. Thursday June 2nd 7:00 P.M. Thursday June 16th 7:00 P.M. Thursday **July 21st 7:00 P.M. Thursday August 4th 7:00 P.M. Thursday August 18th 7:00 P.M. Thursday September 1st 7:00 P.M. Thursday September 15th 7:00 P.M. Thursday October 6th 7:00 P.M. Thursday Annual Meeting according to MCL46.1 October 20st 7:00 P.M. Thursday Property Tax Apportionment Session according to MCL211.37 November 3rd 7:00 P.M. Thursday November 17th 7:00 P.M. Thursday December 1st 7:00 P.M. Thursday December 15th 7:00 P.M. Thursday

All meetings, unless noted otherwise, shall be held in the Commissioners’ Chambers, at the Calhoun County Building, 315 West Green Street, Marshall, Michigan 49068

Meetings conducted electronically via the Zoom platform, if necessary, are permitted by PA 228 of 2020. In the case of an electronic meeting, notice of how to view and participate in the meeting will be posted at: https://www.calhouncountymi.gov/departments/board_of_commissioners/meeting_schedule.php

* Only regularly scheduled meeting in April and on a Tuesday ** Only regularly scheduled meeting in July

   AI-3778     9. B. 9. BOC RegularMeeting Date: 12/16/2021  MERS Service Credit Purchase - Brad MorganFROM: Kelli Scott, Administrator/Controller, AdministrationDepartment: Administration

InformationRESOLUTION:Resolved the Calhoun County Board of Commissioners does hereby approve the purchasing of MunicipalEmployee Retirement System Generic Service Credit by Bradley Morgan as presented.

RECOMMENDATION:County Administration recommends that the Board of Commissioners allow the purchase of MERS GenericService Credit as presented. 

BACKGROUND:The MERS pension program allows for the purchase of additional service credit in certain circumstances. CalhounCounty employee Bradley Morgan is requesting to purchase 1 year and 1 month of Generic Service Credit, whichwill be at his full cost of $24,587.  No cost is incurred by the County and potential impact on the pension planitself is part of the calculated rate provided by the MERS actuarial service. Board approval is required for thetransaction to occur.

Fiscal Impact

AttachmentsMERS Service Credit BMorgan 

12/10/2021 - 11:33:30 - scp_additional_credited_service.xsl - id: 33521 1 of 2

Application for Additional Service Credit Purchase

Section 1: Service Credit Purchase Cost EstimateWith the approval of the employer and the local governing body, participants can purchase additional service credit to help meet an early retirementeligibility provision or to increase their pension benefit. Unlike MERS-to-MERS or Act 88 time, purchased service credit generally cannot be used toreach vesting.

This estimate is only valid for two months after January 1, 2022, the effective date of this calculation.The cost to purchase service credit for each individual is based on many factors. Below is the information that MERS used to prepare this estimate.Please review the following information for accuracy. If any is incorrect, this estimate may not be correct.

Participant InformationBradley G.MorganDate of Birth:Age:Spouse's Date of Birth:FAC as of calculation date: $60,210.94

Service CreditEarned service credit as of calculation date: 23 years, 11 monthsVesting Only Service:Other Governmental Service used forEligibility (MERS or Act 88):Type of Credited Service to be Purchased: GenericAmount of additional service requested: 1 year, 1 month

Employer InformationCalhoun Co1311 / 20

Benefit ProgramBenefit B-4 (80% max)Benefit F50 (With 25 Years of Service)Early Reduced (.5%) at Age 50 with 25 Years or Age 55 with 15 YearsBenefit FAC-3 (3 Year Final Average Compensation)10 Year VestingDefined Benefit Normal Retirement Age - 60

Benefit Impact

Earliest EligibilityRetirement Date Retirement Age

ProjectedFAC X

ServiceCredit X

BenefitMultiplier = Annual Benefit

Before ProposedPurchase 2/1/2023 55 years

3 months $62,170.22 25 years0 months 2.5% $38,856.36

After ProposedPurchase 1/1/2022 54 years

2 months $60,210.94 25 years0 months 2.5% $37,631.88

Estimated Cost of This Service Credit Purchase: $24,587.00

The total cost is due in full at the time of purchase and may be paid by either the participant or employer. You may be eligible to transfer assets fromother accounts to make a payment for the purchase, such as: 457 Deferred Compensation Plans; 401 plans; 403(b) plans; and some IRAs (traditional andSIMPLE). To initiate this transfer complete the form Certification of Qualified Fund Rollover to MERS (form number F-38). Send signed, approvedApplication for Additional Service Credit to MERS prior to sending any payment.

12/10/2021 - 11:33:30 - scp_additional_credited_service.xsl - id: 33521 2 of 2

Section 2: Calculation Assumptions

1. Projected Earliest Eligible Retirement Date

This date is calculated using the participant’s date of birth, the amountof service credit reported by the employer, and other service credit thatwe have on record (such as MERS-to-MERS or Act 88 time). If any of thisdata is incomplete or inaccurate this can affect the cost estimate. If theparticipant chooses to retire on a different date, it mayincrease/decrease the actual cost.

2. Projected Final Average Compensation (FAC)

Future increases in the FAC are assumed to be a 3.00% annual increase.This calculation is dependent on the wages reported by the employer toMERS. If the actual increases end up being different than theassumption, it may increase/decrease the actual cost.

3. Projected Service Credit

It is assumed the participant will continue to work until the earliest datefor unreduced retirement benefits unless a specific termination date isshown. Any deviation from the earliest eligibility date mayincrease/decrease the actual cost.

4. Benefit Program

The current benefit plan provisions are used to calculate the cost ofpurchasing service credit. If the participant transfers into a differentdivision and is eligible for a benefit plan with different provisions, thenthe cost may differ from the initial calculation. Likewise costs may differif the municipality adopts different benefits in the future for anyparticipant that has purchased service credit. These changes will bereflected in the actuarial valuation required to adopt any benefitincrease.

5. Investment Assumption

The current investment return assumption for service credit purchase is6.35%.

6. Mortality Rate

Assumptions are made on the life expectancies of the participant andtheir surviving spouse, using tables generated by actuarial professionals.

Section 3: Certification and Authorization

PARTICIPANT CERTIFICATIONI certify the above information is correct and accurate. If this is a purchase of qualifying "other governmental" service, I certify the service has not andwill not be recognized for the purposes of obtaining or increasing a pension under another defined benefit retirement plan.

Participant Signature Date

GOVERNING BODY RESOLUTIONBy Resolution of its Governing Body, at its meeting on_____________, as provided by the MERS Plan Document, and in accordance with the employer’spolicy, the employer hereby authorizes the participant named above to make a service credit purchase from MERS as described above. The employerunderstands this is an estimated cost, calculated using actuarial assumptions approved by the Retirement Board. Any difference between theassumptions and actuarial experience will affect the true cost of the additional service to the employer. The calculation assumptions are outlined aboveand the employer understands and agrees it is accountable for any difference between estimated and actual costs.

Signature of Authorized Official Date

Title

MERS Use Only

Payment Received: Participant Payment:

Service Credit: ER Payment:

Signed:

   AI-3757     12. B. 1. BOC RegularMeeting Date: 12/16/2021  Professional Services Agreement for Brownfield Grant Cleanup ActivitiesFROM: Jen Bomba, Community Development Director, Community DevelopmentDepartment: Community Development

InformationRESOLUTION:Resolved, that the Calhoun County Board of Commissioners does approve the Professional Services Agreementbetween Calhoun County and SME, Inc for environmental consulting services associated with the County'sBrownfield Cleanup Grant.

RECOMMENDATION:Community Development recommends the Board of Commissioners approve the Professional ServicesAgreement with SME, Inc to provide the necessary services associated with the County's Brownfield CleanupGrant.  

BACKGROUND:Calhoun County is the recipient of a Brownfield Cleanup Grant through the U.S. Environmental Protection Agency(EPA) in the amount of $500,000.  Upon notification of award from the EPA, the Community Development Officedeveloped a work plan to address environmental impacts associated with the 161 East Michigan Avenuecontamination site (Justice Center Mound).  The grant and approved work plan require the county to contractwith a Qualified Environmental Professional to manage remediation activities. 

With assistance from Administrative Services, a Request for Qualifications (RFQ) was developed.  Threeresponses were received and evaluated by a review team consisting of representatives from Calhoun County,City of Battle Creek and Battle Creek Unlimited.  Evaluation resulted in selection of SME, Inc as the preferredconsultant.     

The Professional Services Agreement has been developed and approved by County Corporation Counsel.      

SUMMARY:Community Development recommends the Board of Commissioners approve the Professional ServicesAgreement with SME, Inc to provide the necessary services associated with the County's Brownfield CleanupGrant.  

Fiscal Impact

BUDGETARY IMPACT:The budget for this project includes funds from the U.S. EPA, Battle Creek Downtown Development Authority,and Battle Creek Brownfield Redevelopment Authority.  This request does not generate any impact on theCounty's general fund budget.  

AttachmentsBrownfield Cleanup Agreement with SME Cooperative Agreement with EPA for Brownfield Cleanup Workplan for Brownfield Cleanup of 161 E Michigan Ave 

Fee Schedule for SME Services 

PROFESSIONAL SERVICES AGREEMENT

This Professional Services Agreement is made as of ________, by Calhoun County (the “County”), a Michigan public body corporate, whose address is 315 West Green Street, Marshall, Michigan 49068, and SME, a Michigan corporation, whose address is 43980 Plymouth Oaks Boulevard, Plymouth, Michigan 48170. RECITALS

A. The County has been awarded a U.S. Environmental Protection Agency (the “U.S. EPA”) Cooperative Assistance Agreement (the “Cooperative Agreement”) of $500,000 for brownfield cleanup activities to be conducted within the County. A copy of the Cooperative Agreement is attached as Exhibit A.

B. The County through the use of a request for proposal process has selected SME as the Consultant to assist with Grant management. The Consultant will be responsible for performance of all tasks required to assist the County with grant programmatic activities including, but not limited to, compliance with the Cooperative Agreement, and Workplan, selection of the testing, excavator and disposal sub-contractors required by the Work Plan, monitor response actions conducted using grant funds, audit compliance with Davis-Bacon and other federal cross-cutting requirements, verify pay requests, and support grant reporting. Based upon the method of the selecting the testing, excavation, and disposal sub-contractors, SME and the County will confer and agree on the best method for contracting and payment of the sub-contractors.

TERMS AND CONDITIONS

In consideration of the mutual covenants and agreements contained in this Agreement, the County and SME agree as follows:

1. General Agreement. SME shall provide environmental consulting services in support of the County’s U.S. EPA Cleanup Grant (the “Services”). SME shall coordinate activities for the County in accordance with the U.S. EPA-approved Work Plan (attached as Exhibit B) and the Cooperative Agreement.

2. Qualifications. SME shall employ adequate professional and technical staff, duly registered, certified and/or licensed as required by law or U.S. EPA Cleanup Grant guidance or policy, qualified to perform the services required by this Agreement or that it will, at its sole expense, engage sub-contractors or consultants who are so qualified. If sub-contractors or consultants are employed or retained by SME, the County shall be so informed, and SME shall be responsible for any payments due to the sub-contractors or consultants.

3. Work Product. All reports, drawings, letters, work sheets, plans, supportive data, documents, and other materials, whether produced or stored on paper, electronically or otherwise, which are produced by SME in the course of and for the purpose of meeting the terms of this Agreement and the Cooperative Agreement (“SME’s Work Product”) are the property of the County. In order to fulfill the requirements of the Cooperative Agreement, the County may obtain copies of any of SME’s Work Product on paper, on electronic disk or any other format requested by the County which SME is capable of producing, and the County shall pay the nominal cost of reproducing such documents in

the requested format. SME’s Work Product shall not be disclosed to any third party without the County’s prior permission. Any reuse or modification of SME’s Work Product by the County or anyone obtaining it through the County will be at the County’s sole risk and without liability to SME. The County will defend, indemnify and hold SME harmless from all third-party claims, demands, damages, actions and expenses (including reasonable attorney’s fees, expert fees, and other costs of defense) arising from or in any way related to the reuse or modifications of SME’s Work Product by the County or anyone obtaining it through the County.

4. Equipment and Supplies. SME at its sole expense shall provide all necessary equipment and supplies as necessary for the performance of the Services.

5. Independent Contractor. No SME employee or agent is or shall for any reason be considered to be an employee of the County. The County shall neither have nor exercise any control or direction over SME’s employees or agents except as provided in or contemplated by this Agreement.

6. Payment for Services. SME shall be compensated for their professional services rendered, in the budgeted amount of $45,000. The professional services rendered by SME are those functions identified in the Work Plan other than those funded by the $2,000 allocated to Calhoun County in Task 1 for administrative costs, the $748,500 allocated to and budgeted for in Task 3 for the contractual cost of removing and disposal of the soil mound, which the parties expect to be the subject of a separate agreement with an excavation contractor, and the $4,500 allocated to and budgeted in Task 4 for collection of soil remediation verification samples. SME will also, as appropriate, be compensated for the use of necessary equipment and supplies on a time and materials basis in accordance with SME’s Fee Proposal, which shall be an integral part of this Agreement (attached as Exhibit C). SME shall have the right to amend or adjust said fee schedule, through the written consent of the County, no more than once per calendar year during the term of this Agreement. SME will issue all invoices for services performed to the County. The County will then submit a request for payment (grant drawdown) to the U.S. EPA in the amount of SME’s invoices. Upon receipt of the grant funds from the U.S. EPA, the County will pay SME for all services invoiced within thirty (30) days from the invoice date. Notwithstanding the general application of this paragraph, it is the parties’ expectation that the total cost for the professional services rendered by SME will not exceed the amount budgeted in the EPA approved Workplan (Exhibit B). The parties agree to work cooperatively to achieve this goal, and identify at the earliest possible opportunity, circumstances where the work to be performed, or the budget, may need to be modified to accomplish the tasks contemplated the Workplan. SME and the County also mutually agree that completion of the Services contemplated in the Workplan is dependent upon the funding of (1) the $500,000 grant contemplated by the EPA Cooperative Agreement, and (2) the additional local funding determined to be necessary to complete the project. In the event of the non-appropriation of either the grant or the local match, the County shall have the option to immediately terminate this Agreement, upon written notice to SME and tendering payment to SME of all services rendered, as provided in Paragraph 13 below.

7. Reporting. SME shall provide the County with a quarterly report outlining the status of ongoing grant-funded activities within the County and the status of the Cooperative Agreement in general.

8. Insurance. SME shall provide certificates of insurance to the County which prove SME has not less than $1,000,000 coverage for comprehensive general liability and property damage and proof of worker’s compensation insurance. The comprehensive general liability and property damage certificate shall name the County, their officers, employees, and representatives as additional insureds, without exceptions, and shall carry a thirty (30) day notice of cancellation. Proof of insurance, as stipulated above, shall be provided to the County within ten (10) working days after the date of this Agreement.

SME shall also provide automobile liability insurance which includes:

1. Coverage that complies with the requirements of the Michigan No-Fault Law.

2. Coverage for Owned, Hired, and Non-owned vehicles.

3. Residual liability coverage with a combined single limit of at least $1,000,000 for both Bodily Injury and Property Damage.

SME shall also provide proof of professional liability insurance which shall insure against acts which are in the nature of professional services performed by architects and engineers. Professional liability coverage shall be provided in an amount not less than $1,000,000 per claim and $2,000,000 in aggregate. SME shall maintain such during the term of this Agreement.

9. Indemnity. SME shall hold the County (including their officers and employees) harmless from and indemnify them for and against any and all liability, claims, damages, expenses, (including the reimbursement of reasonable attorney fees), cause of actions, suits, judgments, awards or other requirements to pay any funds as a result of injury (including death) to any person or damage to any property, but only to the extent caused by SME’s sole negligent performance of services under this Agreement and those of the SME’s subconsultants or anyone of whom SME is legally liable. SME’s defense obligation under this clause is limited to reimbursement of reasonable defense costs to the extent of SME’s actual indemnity obligations hereunder. This Agreement is for the sole benefit of SME and the County. Nothing in this agreement, including indemnity provision of Paragraph 3 above, shall be interpreted to create (1) a third-party beneficiary right of recovery for a breach of this Agreement, or (2) a waiver of the defense of immunity granted by law available to either party.

10. Compliance With Legal Requirements. Consistent with the applicable professional standard of care, SME and its representatives shall, in performing their duties under this Agreement, comply with all applicable laws, rules and regulations.

11. Term. This Agreement will be for the period of two (3) years from the date of contract execution. This Agreement includes the option for two, one-year extensions or a single extension until the date of completion of activities funded by, or expiration date of, any U.S. EPA Brownfields Grants awarded to the County during the contract term, if mutually agreed by the County and SME.

12. Termination. Except as otherwise provided in Paragraph 6 above, this Agreement may be terminated at any time by mutual agreement or by either party, upon 30 days prior written notice to the other, if the other party fails or refuses to perform any of its duties and responsibilities under this Agreement. If the failure to perform is remedied within 30 days after notice, then the termination notice shall be void.

13. Effects of Termination. Upon termination of this Agreement, neither party shall have any further obligations except for (i) obligations occurring prior to the date of notice of termination, and (ii) obligations or promises made in this Agreement which are expressly made to extend beyond the terms of this Agreement. Upon receiving notice of termination not requested by or agreed to by SME, SME shall immediately discontinue all services (unless the notice directs otherwise). Upon payment for Services accepted by the County, SME shall deliver copies of all data, drawings, specifications, reports, estimates, summaries and such other materials it has accumulated in performing its obligations under this Agreement, whether completed or in the process. Unless the termination results from SME’s default or failure to perform according to this Agreement, an equitable adjustment shall be made in the compensation to be paid SME on a time and expense basis, but no amount shall be paid on profit anticipated for services not yet performed by SME.

14. Notices. Any notice required to be given under this Agreement shall be deemed effectively given when personally delivered, mailed by prepaid certified mail, return receipt requested, to the addresses first written above, or emailed to the contact persons for either party, with a copy forwarded by first-class mail..

15. Governing Law and Remedies. This Agreement shall be construed and enforced in accordance with the laws of the State of Michigan. To the extent not prohibited by law, the parties agree that the sole jurisdiction and venue for any action brought pursuant to or to enforce this Agreement shall be in the state courts in Michigan, and the prevailing party in any such action shall, in addition to any remedies to which the party is entitled at law or in equity, be entitled to recover its actual costs to bring, maintain or defend such action, including, without limitation, attorney fees and other legal expenses.

16. Publication, Reproduction and Use of Material. The County shall have unrestricted authority to publish, disclose and otherwise use, in whole or in part, any reports, data, or other materials prepared under this Agreement.

17. Waiver of Breach. Neither party’s waiver of a breach of any provision of this Agreement shall not operate as, or be construed to be, a waiver of any subsequent breach of the same or another provision.

18. Headings. The headings in this Agreement are only for reference purposes and shall not affect the meaning or interpretation of this Agreement. The recitals, however, are intended to be an integral part of this Agreement.

19. No Assignment. This Agreement and the rights and obligations under this Agreement are unassignable and non-transferable without the consent of the other parties. It shall, however, be binding upon any successors or permitted assigns of the parties.

20. Entire Agreement. This Agreement, and its attached exhibits, supersede- all previous agreements between the parties relating to its subject matter. No other oral statements or prior written material not specifically incorporated in this Agreement shall have any effect and no changes or additions to this Agreement shall be effective unless made in writing and signed by the parties.

21 Effective Date. The Parties have signed this Agreement as of the date first written above.

Soil and Materials Engineers, Incorporated By: Name: Title:

Calhoun County, Michigan By: Name: Title:

BF - 00E02883 - 0 Page 1 GRANT NUMBER (FAIN): 00E02883 MODIFICATION NUMBER: 0 DATE OF AWARD PROGRAM CODE: BF 09/08/2020

U.S. ENVIRONMENTALPROTECTION AGENCY TYPE OF ACTION

New MAILING DATE 09/15/2020

Cooperative Agreement PAYMENT METHOD: ASAP

ACH# PEND

RECIPIENT TYPE: County

Send Payment Request to: Research Triangle Park Finance Center

RECIPIENT: PAYEE:Calhoun County315 West Green StreetMarshall, MI 49068EIN: 38-6004358

Calhoun County 315 West Green Street Marshall, MI 49068

PROJECT MANAGER EPA PROJECT OFFICER EPA GRANT SPECIALISTJennifer Bomba315 West Green StreetMarshall, MI 49068E-Mail: [email protected]: 269-781-0817

John Jurevis 77 West Jackson Blvd., L-17J Chicago, IL 60604-3507 E-Mail: [email protected] Phone: 312-886-1446

Kendra Kozak Assistance Section, MA-10J E-Mail: [email protected] Phone: 312-353-8834

PROJECT TITLE AND DESCRIPTIONCalhoun County FY20 Cleanup Grant

This agreement will provide funding to Calhoun County to clean up a brownfield site in Battle Creek, Michigan. The project involves the removal of a mound of impacted soil from a site located on a prominent corner of one of the entryways into downtown Battle Creek. The cleanup of this impacted material will remove a literal barrier to redevelopment and allow the site to be redeveloped with a light-industrial operation expansion and surrounding green space that ties into the existing trail/linear park along the Battle Creek River. Brownfields are real property, the expansion, development or reuse of which may be complicated by the presence or potential presence of a hazardous substance, pollutant, or contaminant. BUDGET PERIOD PROJECT PERIOD TOTAL BUDGET PERIOD COST TOTAL PROJECT PERIOD COST10/01/2020 - 09/30/2023 10/01/2020 - 09/30/2023 $800,000.00 $800,000.00

NOTICE OF AWARD

Based on your Application dated 07/09/2020 including all modifications and amendments, the United States acting by and through the US Environmental Protection Agency (EPA) hereby awards $500,000. EPA agrees to cost-share 62.50% of all approved budget period costs incurred, up to and not exceeding total federal funding of $500,000. Recipient's signature is not required on this agreement. The recipient demonstrates its commitment to carry out this award by either: 1) drawing down funds within 21 days after the EPA award or amendment mailing date; or 2) not filing a notice of disagreement with the award terms and conditions within 21 days after the EPA award or amendment mailing date. If the recipient disagrees with the terms and conditions specified in this award, the authorized representative of the recipient must furnish a notice of disagreement to the EPA Award Official within 21 days after the EPA award or amendment mailing date. In case of disagreement, and until the disagreement is resolved, the recipient should not draw down on the funds provided by this award/amendment, and any costs incurred by the recipient are at its own risk. This agreement is subject to applicable EPA regulatory and statutory provisions, all terms and conditions of this agreement and any attachments.

ISSUING OFFICE (GRANTS MANAGEMENT OFFICE) AWARD APPROVAL OFFICEORGANIZATION / ADDRESS ORGANIZATION / ADDRESSU.S. EPA Region 5Mail Code MA-10J77 West Jackson Blvd.Chicago, IL 60604-3507

U.S. EPA, Region 5 Land, Chemicals & Redevelopment Division 77 W Jackson Blvd., L-17J Chicago, IL 60604

THE UNITED STATES OF AMERICA BY THE U.S. ENVIRONMENTAL PROTECTION AGENCY

Digital signature applied by EPA Award Official William Massie - Chief, Acquisition and Assistance Branch DATE 09/08/2020

EPA Funding Information BF - 00E02883 - 0 Page 2

FUNDS FORMER AWARD THIS ACTION AMENDED TOTAL

EPA Amount This Action $ $ 500,000 $ 500,000

EPA In-Kind Amount $ $ $ 0

Unexpended Prior Year Balance $ $ $ 0

Other Federal Funds $ $ $ 0

Recipient Contribution $ $ 300,000 $ 300,000

State Contribution $ $ $ 0

Local Contribution $ $ $ 0

Other Contribution $ $ $ 0

Allowable Project Cost $ 0 $ 800,000 $ 800,000

Assistance Program (CFDA) Statutory Authority Regulatory Authority66.818 - Brownfields MultipurposeAssessmentRevolving Loan Fundand Cleanup Cooperative Agreements

CERCLA: Sec. 101(39)CERCLA: Sec. 104(k)(3)Consolidated Appropriations Act of 2018 (P.L. 115-141)

2 CFR 2002 CFR 1500 and 40 CFR 33

FiscalSite Name Req No FY Approp.

CodeBudget

OrganizationPRC Object

ClassSite/Project Cost

OrganizationObligation / Deobligation

- 2005QEX059 20 E4 05Q3AG7 000D79 4114 - - 500,000

500,000

(PageBreak)

BF - 00E02883 - 0 Page 3Budget Summary Page: Calhoun County FY20 Cleanup Grant

Table A - Object Class Category(Non-construction)

Total Approved AllowableBudget Period Cost

1. Personnel $2,000

2. Fringe Benefits $0

3. Travel $0

4. Equipment $0

5. Supplies $0

6. Contractual $798,000

7. Construction $0

8. Other $0

9. Total Direct Charges $800,000

10. Indirect Costs: % Base Not applicable $0

11. Total (Share: Recipient 37.50 % Federal 62.50 %.) $800,000

12. Total Approved Assistance Amount $500,000

13. Program Income $0

14. Total EPA Amount Awarded This Action $500,000

15. Total EPA Amount Awarded To Date $500,000

(PageBreak)

BF - 00E02883 - 0 Page 4

Administrative Conditions

1. National Administrative Terms and Conditions

General Terms and Conditions

The recipient agrees to comply with the current EPA general terms and conditions available at: https://www.epa.gov/grants/epa-general-terms-and-conditions-effective-october-1-2019-or-later These terms and conditions are in addition to the assurances and certifications made as a part of the award and the terms, conditions, or restrictions cited throughout the award.

The EPA repository for the general terms and conditions by year can be found at: https://www.epa.gov/grants/grant-terms-and-conditions.

A. Correspondence Condition

The terms and conditions of this agreement require the submittal of reports, specific requests for approval, or notifications to EPA. Unless otherwise noted, all such correspondence should be sent to the following email addresses:

· Federal Financial Reports (SF-425): [email protected] and [email protected]

· MBE/WBE reports (EPA Form 5700-52A): [email protected] and [email protected]

· All other forms/certifications/assurances, Indirect Cost Rate Agreements, Requests for Extensions of the Budget and Project Period, Amendment Requests, Requests for other Prior Approvals, updates to recipient information (including email addresses, changes in contact information or changes in authorized representatives) and other notifications: [email protected] and [email protected]

· Quality Assurance documents, workplan revisions, equipment lists, programmatic reports and deliverables: [email protected]

B. Extension of Project/Budget Period Expiration Date

EPA has not exercised the waiver option to allow automatic one-time extensions for non-research grants under 2 CFR 200.308 (d)(2). Therefore, if a no-cost time extension is necessary to extend the period of availability of funds the recipient must submit a written request to the EPA prior to the budget/project period expiration dates. The written request must include: a justification describing the need for additional time, an estimated date of completion, and a revised schedule for project completion including

updated milestone target dates for the approved workplan activities. In addition, if there are overdue reports required by the general, administrative, and/or programmatic terms and conditions of this assistance agreement, the recipient must ensure that they are submitted along with or prior to submitting the no-cost time extension request.

C. Disadvantaged Business Enterprise (DBEs)

UTILIZATION OF SMALL, MINORITY AND WOMEN'S BUSINESS ENTERPRISES

GENERAL COMPLIANCE, 40 CFR, Part 33The recipient agrees to comply with the requirements of EPA's Disadvantaged Business Enterprise (DBE) Program for procurement activities under assistance agreements, contained in 40 CFR, Part 33 except as described below based upon the associated class deviation.

EPA MBE/WBE CERTIFICATION, 40 CFR, Part 33, Subpart BA class exception to the following provisions of Subpart B of 40 CFR Part 33 has been issued suspending the EPA MBE/WBE certification program: §33.204(a)(3) providing that an entity may apply to EPA MBE or WBE certification after unsuccessfully attempting to obtain certification as otherwise described in §33.204; and §33.205 through and including §33.211. The class exception was authorized pursuant to the authority in 2 CFR 1500.3(b).

SIX GOOD FAITH EFFORTS, 40 CFR, Part 33, Subpart CPursuant to 40 CFR, Section 33.301, the recipient agrees to make the following good faith efforts whenever procuring construction, equipment, services and supplies under an EPA financial assistance agreement, and to require that sub-recipients, loan recipients, and prime contractors also comply. Records documenting compliance with the six good faith efforts shall be retained:

(a) Ensure DBEs are made aware of contracting opportunities to the fullest extent practicable through outreach and recruitment activities. For Indian Tribal, State and Local and Government recipients, this will include placing DBEs on solicitation lists and soliciting them whenever they are potential sources. (b) Make information on forthcoming opportunities available to DBEs and arrange time frames for contracts and establish delivery schedules, where the requirements permit, in a way that encourages and facilitates participation by DBEs in the competitive process. This includes, whenever possible, posting solicitations for bids or proposals for a minimum of 30 calendar days before the bid or proposal closing date. (c) Consider in the contracting process whether firms competing for large contracts could subcontract with DBEs. For Indian Tribal, State and local Government recipients, this will include dividing total requirements when economically feasible into smaller tasks or quantities to permit maximum participation by DBEs in the competitive process.

(d) Encourage contracting with a consortium of DBEs when a contract is too large for one of these firms to handle individually. (e) Use the services and assistance of the SBA and the Minority Business Development Agency of the Department of Commerce. (f) If the prime contractor awards subcontracts, require the prime contractor to take the steps in paragraphs (a) through (e) of this section.

CONTRACT ADMINISTRATION PROVISIONS, 40 CFR, Section 33.302The recipient agrees to comply with the contract administration provisions of 40 CFR, Section 33.302 (a)-(d) and (i).

BIDDERS LIST, 40 CFR, Section 33.501(b) and (c)Recipients of a Continuing Environmental Program Grant or other annual reporting grant, agree to create and maintain a bidders list. Recipients of an EPA financial assistance agreement to capitalize a revolving loan fund also agree to require entities receiving identified loans to create and maintain a bidders list if the recipient of the loan is subject to, or chooses to follow, competitive bidding requirements. Please see 40 CFR, Section 33.501 (b) and (c) for specific requirements and exemptions.

FAIR SHARE OBJECTIVES, 40 CFR, Part 33, Subpart DA class exception to the entire Subpart D of 40 CFR Part 33 has been authorized pursuant to the authority in 2 CFR 1500.3(b). Notwithstanding Subpart D of 40 CFR Part 33, recipients are not required to negotiate or apply fair share objectives in procurements under assistance agreements.

MBE/WBE REPORTING- SPECIFIC CHANGES PURSUANT TO CLASS DEVIATION, 40 CFR, Part 33, Subpart E When required, the recipient agrees to complete and submit a “MBE/WBE Utilization Under Federal Grants and Cooperative Agreements” report (EPA Form 5700-52A) on an annual basis. The current EPA Form 5700-52A can be found at the EPA Grantee Forms Page at https://www.epa.gov/grants/epa-grantee-forms.

Reporting is required for assistance agreements where funds are budgeted for procuring construction, equipment, services and supplies (including funds budgeted for direct procurement by the recipient or procurement under subawards or loans in the “Other” category) with a cumulative total that exceed the threshold amount of $250,000, including amendments and/or modifications. When reporting is required, all procurement actions are reportable, not just that portion which exceeds $250,000.

Annual reports are due by October 30th of each year. Final reports are due by October 30th or 90 days after the end of the project period, whichever comes first.

This provision represents an approved deviation from the MBE/WBE reporting requirements as described in 40 CFR, Part 33, Section 33.502.

Programmatic Conditions

FY20 Cleanup Cooperative Agreement

Terms and Conditions Please note that these Terms and Conditions (T&Cs) apply to Brownfield Cleanup

Cooperative Agreements awarded under the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) § 104(k).

I. GENERAL FEDERAL REQUIREMENTS

A. Federal Policy and Guidance

1. Cooperative Agreement Recipients: By awarding this cooperative agreement, the Environmental Protection Agency (EPA) has approved the application for the Cooperative Agreement Recipient (CAR) submitted in the Fiscal Year 2020 competition for Brownfield Cleanup cooperative agreements.

2. In implementing this agreement, the CAR shall ensure that work done with cooperative agreement funds complies with the requirements of CERCLA § 104(k). The CAR shall also ensure that cleanup activities supported with cooperative agreement funding comply with all applicable federal and state laws and regulations. The CAR must ensure cleanups are protective of human health and the environment.

3. The CAR must consider whether it is required to conduct cleanups through a State or Tribal response program. If the CAR chooses not to participate in a State or Tribal response program, then the CAR is required to consult with the EPA Project Officer to ensure the proposed cleanup is protective of human health and the environment.

4. A term and condition or other legally binding provision shall be included in all agreements entered into with the funds awarded under this agreement, or when funds awarded under this agreement are used in combination with non-federal sources of funds, to ensure that the CAR complies with all applicable federal and state laws and requirements. In addition to CERCLA § 104(k), federal applicable laws and requirements include 2 CFR Part 200.

5. The CAR must comply with federal cross-cutting requirements. These requirements include, but are not limited to, DBE requirements found at 40 CFR Part 33; OSHA Worker Health & Safety Standard 29 CFR § 1910.120; Uniform Relocation Act (40 USC § 61); National Historic Preservation Act (16 USC § 470); Endangered Species Act (P.L. 93-205); Permits required by Section 404 of the Clean Water Act; Executive Order 11246, Equal Employment Opportunity, and implementing regulations at 41 CFR § 60-4; Contract Work Hours and Safety Standards Act, as amended (40 USC §§ 327-333); the Anti-Kickback Act (40 USC § 276c); and

Section 504 of the Rehabilitation Act of 1973 as implemented by Executive Orders 11914 and 11250.

6. The CAR must comply with Davis-Bacon Act prevailing wage requirements and associated U.S. Department of Labor (DOL) regulations for all construction, alteration, and repair contracts and subcontracts awarded with funds provided under this agreement by operation of CERCLA § 104(g). For more detailed information on complying with Davis-Bacon, please see the Davis-Bacon Addendum to these terms and conditions.

Davis Bacon Terms and Conditions For Cooperative Agreements with Cleanup Activities using Hazardous Waste

Funding - Governmental Entities

The following terms and conditions specify how Cooperative Agreement Recipients (CARs) will assist EPA in meeting its Davis-Bacon (DB) responsibilities when DB applies to EPA awards of financial assistance under CERCLA 104(g) and any other statute which makes DB applicable to EPA financial assistance. If a CAR has questions regarding when DB applies, obtaining the correct DB wage determinations, DB contract provisions, or DB compliance monitoring, they should contact the regional Brownfields Coordinator or Project Officer.

1. Applicability of the Davis Bacon Prevailing Wage Requirements

For the purposes of this term and condition, EPA has determined that all construction, alteration and repair activity involving the remediation of hazardous substances, including excavation and removal of hazardous substances, construction of caps, barriers, structures which house treatment equipment, and abatement of contamination in buildings, is subject to DB. If CAR encounters a unique situation at a site that presents uncertainties regarding DB applicability, the CAR must discuss the situation with EPA before authorizing work on that site.

2. Obtaining Wage Determinations

(a) Unless otherwise instructed by EPA on a project specific basis, the CAR shall use the following DOL General Wage Classifications for the locality in which the construction activity subject to DB will take place. CARs must obtain wage determinations for specific localities at https://beta.sam.gov/.

(i) When soliciting competitive contracts or issuing task orders, work assignments or similar instruments to existing contractors (ordering instruments) for, the excavation and removal of hazardous substances, construction of caps, barriers, and similar activities that do not involve construction of buildings CAR shall use the “Heavy Construction” Classification.

(ii) When soliciting competitive contracts or issuing ordering instruments for the construction of structures which house treatment equipment, and abatement of contamination in buildings (other than residential structures less than 4 stories in height) CAR shall use “Building Construction” classification.

(iii) When soliciting competitive contracts or issuing ordering instruments for the abatement of contamination in residential structures less than 4 stories in height the CAR shall use “Residential Construction” classification.

Note: CARs must discuss unique situations that may not be covered by the General Wage Classifications described above with EPA. If, based on discussions with a CAR, EPA determines that DB applies to a unique situation the Agency will advise the CAR which General Wage Classification to use based on the nature of the construction activity at the site.

(b) CARs shall obtain the wage determination for the locality in which a Brownfields cleanup activity subject to DB will take place prior to issuing requests for bids, proposals, quotes or other methods for soliciting contracts (solicitation) for activities subject to DB. These wage determinations shall be incorporated into solicitations and any subsequent contracts. Prime contracts must contain a provision requiring that subcontractors follow the wage determination incorporated into the prime contract.

(i) While the solicitation remains open, the CAR shall monitor https://beta.sam.gov/on a weekly basis to ensure that the wage determination contained in the solicitation remains current. The CAR shall amend the solicitation if DOL issues a modification more than 10 days prior to the closing date (i.e. bid opening) for the solicitation. If DOL modifies or supersedes the applicable wage determination less than 10 days prior to the closing date, the CAR may request a finding from EPA that there is not a reasonable time to notify interested contractors of the modification of the wage determination. EPA will provide a report of the Agency’s finding to the CAR.

(ii) If the CAR does not award the contract within 90 days of the closure of the solicitation, any modifications or determination contained in the solicitation shall be effective unless EPA, at the request of the CAR, obtains an extension of the 90-day period from DOL pursuant to 29 CFR 1.6(c)(3)(iv). The CAR shall monitor https://beta.sam.gov/ on a weekly basis if it does not award the contract within 90 days of closure of the solicitation to ensure that wage determinations contained in the solicitation remain current.

(iii) If the CAR carries out Brownfield cleanup activity subject to DB by issuing a task order, work assignment or similar instrument to an existing contractor (ordering instrument) rather than by publishing a solicitation, the CAR shall insert the appropriate DOL wage determination from https://beta.sam.gov/

into the ordering instrument.

(c) CARs shall review all subcontracts subject to DB entered into by prime contractors to verify that the prime contractor has required its subcontractors to include the applicable wage determinations.

(d) As provided in 29 CFR 1.6(f), DOL may issue a revised wage determination applicable to a CAR’s contract after the award of a contract or the issuance of an ordering instrument if DOL determines that the CAR has failed to incorporate a wage determination or has used a wage determination that clearly does not apply to the contract or ordering instrument. If this occurs, the CAR shall either terminate the contract or ordering instrument and issue a revised solicitation or ordering instrument or incorporate DOL’s wage determination retroactive to the beginning of the contract or ordering instrument by change order. The CAR’s contractor must be compensated for any increases in wages resulting from the use of DOL’s revised wage determination.

3. Contract and Subcontract Provisions

(a) The CAR shall insert in full in any contract in excess of $2,000 which is entered into for the actual construction, alteration and/or repair, including painting and decorating, of a public building or public work, or building or work financed in whole or in part from Federal funds or in accordance with guarantees of a Federal agency or financed from funds obtained by pledge of any contract of a Federal agency to make a loan, grant or annual contribution (except where a different meaning is expressly indicated), and which is subject to DB, the following labor standards provisions.

(1) Minimum wages.

(i) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the applicable wage determination of the Secretary of Labor which the CAR obtained under the procedures specified in Item 2, above, and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics.

Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (a)(1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not

less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in § 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph (a)(1)(ii) of this section) and the Davis-Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. CARs shall require that the contractor and subcontractors include the name of the CAR employee or official responsible for monitoring compliance with DB on the poster.

(ii)(A) The CAR, on behalf of EPA, shall require that contracts and subcontracts entered into under this agreement provide that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The EPA Award Official shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met:

(1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and

(2) The classification is utilized in the area by the construction industry; and

(3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination.

(ii)(B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the CAR agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the CAR to the EPA Award Official. The Award Official will transmit the report, to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the award official or will notify the award official within the 30-day period that additional time is necessary.

(ii)(C) In the event the contractor, the laborers or mechanics to be employed in

the classification or their representatives, and the CAR do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the award official shall refer the questions, including the views of all interested parties and the recommendation of the award official, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the Award Official within the 30-day period that additional time is necessary.

(ii)(D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (a)(1)(ii)(B) or (C) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification.

(iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof.

(iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program.

(1) Withholding. The CAR, upon written request of the Award Official or an authorized representative of the Department of Labor, shall withhold or cause to withhold from the contractor under this contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, EPA may, after written notice to the contractor, or CAR take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased.

(2) Payrolls and basic records.

(i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs.

(ii)(A) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the CAR who will maintain the records on behalf of EPA. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g., the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division website at https://www.dol.gov/whd/forms/wh347.pdf or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the CAR for transmission to the EPA, if requested by EPA, the contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the CAR.

(ii)(B) Each payroll submitted to the CAR shall be accompanied by a “Statement of Compliance,” signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following:

(1) That the payroll for the payroll period contains the information required to be provided under § 5.5 (a)(3)(ii) of Regulations, 29 CFR Part 5, the appropriate information is being maintained under § 5.5 (a)(3)(i) of Regulations, 29 CFR Part 5, and that such information is correct and complete;

(2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR Part 3;

(3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract.

(ii)(C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the “Statement of Compliance” required by paragraph (a)(3)(ii)(B) of this section.

(ii)(D) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code.

(iii) The contractor or subcontractor shall make the records required under paragraph (a)(3)(i) of this section available for inspection, copying, or transcription by authorized representatives of the EPA or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, EPA may, after written notice to the contractor, CAR, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12.

(4) Apprentices and Trainees

(i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services,

or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved.

(ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the

Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved.

(iii) Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30.

(5) Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in this contract.

(6) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as the EPA may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in this term and condition.

(7) Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12.

(8) Compliance with Davis-Bacon and Related Act requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract.

(9) Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors), the CAR, borrower or subrecipent and EPA, the U.S. Department of Labor, or the employees or their representatives.

(10) Certification of eligibility.

(i) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).

(ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).

(iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001.

4. Contract Provisions for Contracts in Excess of $100,000

(a) Contract Work Hours and Safety Standards Act. The CAR shall insert the following clauses set forth in paragraphs (a)(1), (2), (3), and (4) of this section in full in any contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by Item 3, above or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards.

(1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek.

(2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (a)(1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (a)(1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (a)(1) of this section.

(3) Withholding for unpaid wages and liquidated damages. The CAR, upon written request of the Award Official or an authorized representative of the Department of Labor, shall withhold or cause to withhold from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and

Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (a)(2) of this section.

(4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (a)(1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (a)(1) through (4) of this section.

(b) In addition to the clauses contained in Item 3, above, in any contract subject only to the Contract Work Hours and Safety Standards Act and not to any of the other statutes cited in 29 CFR 5.1, the CAR shall insert a clause requiring that the contractor or subcontractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three years from the completion of the contract for all laborers and mechanics, including guards and watchmen, working on the contract. Such records shall contain the name and address of each such employee, social security number, correct classifications, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. Further, the CAR shall insert in any such contract a clause providing that the records to be maintained under this paragraph shall be made available by the contractor or subcontractor for inspection, copying, or transcription by authorized representatives of the (write the name of agency) and the Department of Labor, and the contractor or subcontractor will permit such representatives to interview employees during working hours on the job.

5. Compliance Verification

(a) The CAR shall periodically interview a sufficient number of employees entitled to DB prevailing wages (covered employees) to verify that contractors or subcontractors are paying the appropriate wage rates. As provided in 29 CFR 5.6(a)(6), all interviews must be conducted in confidence. The CAR must use Standard Form 1445 or equivalent documentation to memorialize the interviews. Copies of the SF 1445 are available from EPA on request.

(b) The CAR shall establish and follow an interview schedule based on its assessment of the risks of noncompliance with DB posed by contractors or subcontractors and the duration of the contract or subcontract. At a minimum, the CAR must conduct interviews with a representative group of covered employees within two weeks of each contractor or subcontractor’s submission of its initial weekly payroll data and two weeks prior to the estimated completion date for the contract or subcontract. CARs must conduct more frequent interviews if the initial interviews or other information indicates that there is a risk that the contractor or subcontractor is not complying with DB. CARs shall immediately conduct necessary interviews in response to an alleged violation of the prevailing wage requirements. All interviews shall be conducted in confidence.

(c) The CAR shall periodically conduct spot checks of a representative sample of weekly payroll data to verify that contractors or subcontractors are paying the appropriate wage rates. The CAR shall establish and follow a spot check schedule based on its assessment of the risks of noncompliance with DB posed by contractors or subcontractors and the duration of the contract or subcontract. At a minimum, the CAR must spot check payroll data within two weeks of each contractor or subcontractor’s submission of its initial payroll data and two weeks prior to the completion date the contract or subcontract. CARs must conduct more frequent spot checks if the initial spot check or other information indicates that there is a risk that the contractor or subcontractor is not complying with DB. In addition, during the examinations the CAR shall verify evidence of fringe benefit plans and payments thereunder by contractors and subcontractors who claim credit for fringe benefit contributions.

(d) The CAR shall periodically review contractors and subcontractors use of apprentices and trainees to verify registration and certification with respect to apprenticeship and training programs approved by either the U.S Department of Labor or a state, as appropriate, and that contractors and subcontractors are not using disproportionate numbers of, laborers, trainees and apprentices. These reviews shall be conducted in accordance with the schedules for spot checks and interviews described in Item 5(b) and (c) above.

(e) CARs must immediately report potential violations of the DB prevailing wage requirements to the EPA DB contact listed above and to the appropriate DOL Wage and Hour District Office listed at https://www.dol.gov/whd/america2.htm.

II. SITE OWNERSHIP/RECIPIENT ELIGIBILITY REQUIREMENTS

A. Site Ownership

1. The CAR may only clean up site(s) it solely owns that are specified in the workplan for this cooperative agreement. The CAR must retain ownership of the site(s) while Brownfield Cleanup Grant funds are disbursed for the cleanup of the site(s) and must consult with the EPA Project Officer prior to transferring title or otherwise conveying the real property comprising the site(s). For the purposes of this agreement, the term “owns” means fee simple title unless EPA previously approved a different ownership arrangement.

B. Continuing Obligations for CARs

1. EPA awarded this cooperative agreement to the CAR based on information indicating that the CAR would not use cooperative agreement funds to pay for a response cost at the site for which the CAR was potentially liable under CERCLA § 107. The CAR must demonstrate that it meets the requirements for one of the

Landowner Liability Protections as either a Bona Fide Prospective Purchaser (BFPP), Contiguous Property Owner (CPO), or Innocent Landowner (ILO). These requirements include certain threshold criteria and continuing obligations that must be met in order for the CAR to maintain its status. If the CAR fails to meet these obligations, EPA may disallow the costs incurred under this cooperative agreement for cleaning up the site under CERCLA § 104(k)(8)(C). The Landowner Liability Protection requirements include:

a. Performing “all appropriate inquiries” into the previous ownership and uses of the property before acquiring the property.

b. Not being potentially liable or affiliated with any other person who is potentially liable for response costs at the facility through: any direct or indirect familial relationship, any contractual, corporate, or financial relationship, or through the result of a reorganized business entity that was potentially liable.

While not necessary to obtain ILO protection, the CAR must still establish by a preponderance of the evidence that the act or omission that caused the release or threat of release of hazardous substances and any resulting damages were caused by a third party with whom the person does not have an employment, agency, or contractual relationship.

c. Demonstrating that no disposal of hazardous substances occurred at the facility after acquisition by the landowner (does not specifically apply for the CPO protection).

d. Taking “reasonable steps” with respect to hazardous substance releases by stopping any continuing releases, preventing any threatened future releases, and preventing or limiting human, environmental, or natural resource exposure to any previously released hazardous substance.

e. Complying with any land use restrictions established or relied on in connection with the response action at the site and not impeding the effectiveness or integrity of institutional controls employed in connection with the response action.

f. Providing full cooperation, assistance, and access to persons that are authorized to

conduct response actions or natural resource restoration at the site from which there has been a release or threatened release.

g. Complying with information requests and administrative subpoenas (does not specifically apply for the ILO protection).

h. Providing all legally required notices with respect to the discovery or release of any hazardous substances at the site (does not specifically apply for the ILO protection).

Notwithstanding the CAR’s continuing obligations under this agreement, the CAR is subject to the applicable liability provisions of CERCLA governing its status as a BFPP, CPO, or ILO. CERCLA requires additional obligations to maintain the liability

limitations for BFPP, CPO, and ILO; the relevant provisions for these obligations include §§ 101(35), 101(40), 107(b), 107(q) and 107(r). CARs that are exempt from CERCLA liability or do not have to meet the requirements for asserting an affirmative defense to CERCLA liability must also comply with continuing obligation items c.-h.

C. Site Substitution and Cleanup Method Changes

1. The CAR must use funds provided by this agreement to clean up the brownfield site(s) in the EPA-approved workplan. The CAR shall not substitute a different brownfield site.

2. The CAR shall not make substantial changes to the cleanup method described in the workplan, including changes to the expected cleanup based on public comment or other reasons, without prior EPA approval.

III. GENERAL COOPERATIVE AGREEMENT ADMINISTRATIVE REQUIREMENTS

A. Sufficient Progress

1. This condition supplements the requirements of the Sufficient Progress Condition (No. 22) in the General Terms and Conditions. If after 18 months from the date of award, EPA determines that the CAR has not made sufficient progress in implementing its cooperative agreement, the CAR must implement a corrective action plan concurred on by the EPA Project Officer and approved by the Award Official or Grants Management Officer. Alternatively, EPA may terminate this agreement under 2 CFR § 200.339 for material non-compliance with its terms, or with the consent of the CAR as provided at 2 CFR § 200.339, depending on the circumstances. Sufficient progress is indicated when an appropriate remediation plan is in place, institutional control development (if necessary) has commenced, initial community involvement activities have taken place, relevant state or tribal pre-cleanup requirements are being addressed, and a solicitation for remediation services has been issued.

B. Substantial Involvement

1. EPA may be substantially involved in overseeing and monitoring this cooperative agreement.

a. Substantial involvement by EPA generally includes administrative activities by the EPA Project Officer such as monitoring, reviewing project phases, and approving substantive terms included in professional services contracts. EPA will not direct or recommend that the CAR enter into a contract with a particular entity.

b. Substantial EPA involvement may include reviewing financial and program performance reports, monitoring all reporting, record-keeping, and other program requirements.

c. EPA may waive any of the provisions in Section III.B.1. at its own initiative or upon request by the CAR. The EPA Project Officer will provide waivers in writing.

2. Effects of EPA’s substantial involvement include:

a. EPA’s review of any project phase, document, or cost incurred under this cooperative agreement will not have any effect upon CERCLA § 128 Eligible Response Site determinations or rights, authorities, and actions under CERCLA or any federal statute.

b. The CAR remains responsible for ensuring that all cleanups are protective of human health and the environment and comply with all applicable federal and state laws. If changes to the expected cleanup become necessary based on public comment or other reasons, the CAR must consult with the EPA Project Officer and the State.

c. The CAR remains responsible for ensuring costs are allowable under 2 CFR Part 200, Subpart E.

C. Cooperative Agreement Recipient Roles and Responsibilities

1. The CAR must acquire the services of a Qualified Environmental Professional(s) as defined in 40 CFR § 312.10 to coordinate, direct, and oversee the brownfield site cleanup activities at a given site, if it does not have such a professional on staff.

2. Cybersecurity – The recipient agrees that when collecting and managing environmental data under this cooperative agreement, it will protect the data by following all applicable State or Tribal law cybersecurity requirements.

a. EPA must ensure that any connections between the recipient’s network or information system and EPA networks used by the recipient to transfer data under this agreement are secure. For purposes of this section, a connection is defined as a dedicated persistent interface between an Agency IT system and an external IT system for the purpose of transferring information. Transitory, user-controlled connections such as website browsing are excluded from this definition.

If the recipient’s connections as defined above do not go through the Environmental Information Exchange Network or EPA’s Central Data Exchange, the recipient agrees to contact the EPA Project Officer (PO) no later than 90 days after the date of this award and work with the designated Regional/ Headquarters Information Security Officer to ensure that the connections meet EPA security requirements, including entering into Interconnection Service Agreements as appropriate. This condition does not apply to manual entry of data by the recipient into systems operated and used

by EPA’s regulatory programs for the submission of reporting and/or compliance data.

b. The recipient agrees that any subawards it makes under this agreement will require the subrecipient to comply with the requirements in Cybersecurity Section a. above if the subrecipient’s network or information system is connected to EPA networks to transfer data to the Agency using systems other than the Environmental Information Exchange Network or EPA’s Central Data Exchange. The recipient will be in compliance with this condition: by including this requirement in subaward agreements; and during subrecipient monitoring deemed necessary by the recipient under 2 CFR § 200.331(d), by inquiring whether the subrecipient has contacted the EPA Project Officer. Nothing in this condition requires the recipient to contact the EPA Project Officer on behalf of a subrecipient or to be involved in the negotiation of an Interconnection Service Agreement between the subrecipient and EPA.

3. All geospatial data created must be consistent with Federal Geographic Data Committee (FGDC) endorsed standards. Information on these standards may be found at www.fgdc.gov.

D. Quarterly Progress Reports

1. In accordance with EPA regulations 2 CFR Parts 200 and 1500 (specifically, § 200.328, Monitoring and Reporting Program Performance), the CAR agrees to submit quarterly progress reports to the EPA Project Officer within 30 days after each reporting period. The reporting periods are October 1 – December 31 (1

st

quarter); January 1 – March 31 (2nd

quarter); April 1 – June 30 (3rd quarter); and July 1

– September 30 (4th quarter).

These reports shall cover work status, work progress, difficulties encountered, preliminary data results and a statement of activity anticipated during the subsequent reporting period, including a description of equipment, techniques, and materials to be used or evaluated. A discussion of expenditures and financial status for each workplan task, along with a comparison of the percentage of the project completed to the project schedule and an explanation of significant discrepancies shall be included in the report. The report shall also include any changes of key personnel concerned with the project.

The CAR shall refer to and utilize the Quarterly Reporting function within the Assessment, Cleanup and Redevelopment Exchange System (ACRES) to submit quarterly reports.

2. The CAR must submit progress reports on a quarterly basis in ACRES and to the EPA Project Officer. Quarterly progress reports must include:

a. A summary that clearly differentiates between activities completed with EPA funds provided under the Brownfield Cleanup cooperative agreement,

including the required cost share, and related activities completed with other sources of leveraged funding.

b. A summary and status of approved activities performed during the reporting quarter; a summary of the performance outputs/outcomes achieved during the reporting quarter; and a description of problems encountered during the reporting quarter that may affect the project schedule.

c. A comparison of actual accomplishments to the anticipated outputs/outcomes specified in the EPA-approved workplan and reasons why anticipated outputs/outcomes were not met.

d. An update on project schedule(s) and milestones, including an explanation of any discrepancies from the EPA-approved workplan.

e. A budget summary table with the following information: current approved project budget; EPA funds drawn down during the reporting quarter; costs drawn down to date (cumulative expenditures); cost share contributions; program income generated and used (if applicable); and total remaining funds. The CAR should include an explanation of any discrepancies in the budget from the EPA-approved workplan, of cost overruns or high unit costs, and other pertinent information.

Note: Each property where cleanup activities were performed and/or completed must have its corresponding information updated in ACRES (or via the Property Profile Form with prior approval from the EPA Project Officer) prior to submitting the quarterly progress report (see Section III.E. below).

3. The CAR must maintain records that will enable it to report to EPA on the amount of funds disbursed by the CAR on the specific property(ies) under this cooperative agreement.

4. In accordance with 2 CFR § 200.328(d)(1), the CAR agrees to inform EPA as soon as problems, delays, or adverse conditions become known which will materially impair the ability to meet the outputs/outcomes specified in the EPA-approved workplan.

E. Property Profile Submission

1. The CAR must report on interim progress (i.e., clean up started) and any final accomplishments (i.e., clean up completed, contaminants removed, institutional controls, engineering controls) by completing and submitting relevant portions of the Property Profile Form using the Assessment, Cleanup and Redevelopment Exchange System (ACRES). The CAR must enter the data in ACRES as soon as the interim action or final accomplishment has occurred, or within 30 days after the end of each reporting quarter. The CAR must enter any new data into ACRES prior to submitting the quarterly progress report to the EPA Project Officer. The CAR must utilize ACRES unless approval is obtained from the EPA Project Officer to utilize the hardcopy version of the Property Profile Form.

F. Final Technical Cooperative Agreement Report with Environmental Results

1. In accordance with EPA regulations 2 CFR Parts 200 and 1500 (specifically, § 200.328 Monitoring and Reporting Program Performance), the CAR agrees to submit to the EPA Project Officer within 90 days after the expiration or termination of the approved project period a final technical report on the cooperative agreement and at least one reproducible copy suitable for printing. The final technical report shall document project activities over the entire project period and shall include brief information on each of the following areas:

a. a comparison of actual accomplishments with the anticipated outputs/outcomes specified in the EPA-approved workplan;

b. reasons why anticipated outputs/outcomes were not met; and

c. other pertinent information, including when appropriate, analysis and explanation of cost overruns or high unit costs.

IV. FINANCIAL ADMINISTRATION REQUIREMENTS

A. Cost Share Requirement

1. CERCLA § 104(k)(10)(B)(iii) requires the recipient of this cooperative agreement to pay a cost share (which may be in the form of a contribution of money, labor, material, or services from a non-federal source unless a Federal statute provides otherwise) of at least 20% (i.e., 20% of the total federal funds awarded, which equates to 16.67% of total project costs as shown in the budget table of this agreement). The cost share contribution must be for costs that are eligible and allowable under the cooperative agreement, be supported by adequate documentation, and otherwise comply with 2 CFR § 200.306. The recipient may use allowable administrative costs borne by the recipient or a third party to meet its cost share obligation, including indirect costs, subject to the 5% limit on administrative costs described in the Administrative Cost clause in Section IV. Administrative costs, whether paid for by EPA or used as cost share (or a combination of both), shall not exceed the 5% limit.

B. Eligible Uses of the Funds for the Cooperative Agreement Recipient

1. To the extent allowable under the EPA-approved workplan, cooperative agreement funds may be used for eligible programmatic expenses necessary to clean up sites. Eligible programmatic expenses include activities described in Section V. of these Terms and Conditions. In addition, eligible programmatic expenses may include:

a. Ensuring cleanup activities at a particular site are authorized by CERCLA § 104(k) and the EPA-approved workplan.

b. Ensuring that a cleanup complies with applicable requirements under federal

and state laws, as required by CERCLA § 104(k).

c. Limited site characterization to confirm the effectiveness of the proposed cleanup design or the effectiveness of a cleanup once an action has been completed.

d. Preparing and updating an Analysis of Brownfield Cleanup Alternatives (ABCA) which will include information about the site and contamination issues, cleanup standards, applicable laws, alternatives considered, and the proposed cleanup.

e. Ensuring that public participation requirements are met. This includes preparing a Community Relations Plan which will include reasonable notice, opportunity for public involvement and comment on the proposed cleanup, and response to comments.

f. Establishing an Administrative Record.

g. Developing a Quality Assurance Project Plan (QAPP) as required by 2 CFR § 1500.11. The specific requirement for a QAPP is outlined in Implementation of Quality Assurance Requirements for Organizations Receiving EPA Financial Assistance available at https://www.epa.gov/grants/implementation-quality-assurance-requirements-organizations-receiving-epa-financial.

h. Using a portion of the cooperative agreement funds to purchase environmental insurance for the remediation of the site. Funds shall not be used to purchase insurance intended to provide coverage for any of the ineligible uses under Section IV., Ineligible Uses of the Funds for the Cooperative Agreement Recipient.

i. Any other eligible programmatic costs, including direct costs incurred by the recipient in reporting to EPA; procuring and managing contracts; awarding, monitoring, and managing subawards to the extent required to comply with 2 CFR § 200.331 and the “Establishing and Managing Subawards” General Term and Condition; and carrying out community involvement pertaining to the cleanup activities.

2. Local Governments Only. No more than 10% of the funds awarded by this agreement may be used by the CAR itself as a programmatic cost for Brownfield Program development and implementation of monitoring health conditions and institutional controls. The health monitoring activities must be associated with brownfield sites at which at least a Phase II environmental site assessment is conducted and is contaminated with hazardous substances. The CAR must maintain records on funds that will be used to carry out this task to ensure compliance with this requirement.

3. Under CERCLA § 104(k)(5)(E), CARs and subrecipients may use up to 5% of the amount of federal funding for this cooperative agreement for administrative costs, including indirect costs under 2 CFR § 200.414. The limit on administrative costs for the CAR under this agreement is $25,000. The total amount of indirect costs and

any direct costs for cooperative agreement administration by the CAR paid for by EPA under the cooperative agreement, or used to meet the recipient’s cost share, shall not exceed this amount. Subrecipients may use up to 5% of the amount of Federal funds in their subawards for administrative costs. As required by 2 CFR § 200.403(d), the CAR and subrecipients must classify administrative costs as direct or indirect consistently and shall not classify the same types of costs in both categories. The term “administrative costs” does not include:

a. Investigation and identification of the extent of contamination of a brownfield site;

b. design and performance of a response action; orc. monitoring of a natural resource.

Eligible cooperative agreement and subaward administrative costs subject to the 5% limitation include direct costs for:

a. Costs incurred to comply with the following provisions of the Uniform Administrative Requirements for Cost Principles and Audit Requirements for Federal Awards at 2 CFR Parts 200 and 1500 other than those identified as programmatic.

i. Record-keeping associated with equipment purchases required under 2 CFR § 200.313;

ii.Preparing revisions and changes in the budgets, scopes of work, program plans and other activities required under 2 CFR § 200.308;

iii. Maintaining and operating financial management systems required under 2 CFR § 200.302;

iv. Preparing payment requests and handling payments under 2 CFR § 200.305;

v. Financial reporting under 2 CFR § 200.327;

vi. Non-federal audits required under 2 CFR 200 Subpart F; and

vii. Closeout under 2 CFR § 200.343 with the exception of preparing the recipient’s final performance report. Costs for preparing this report are programmatic and are not subject to the 5% limitation on direct administrative costs.

b. Pre-award costs for preparation of the proposal and application for this cooperative agreement (including the final workplan) or applications for subawards are not allowable as direct costs but may be included in the CAR’s or subrecipient’s indirect cost pool to the extent authorized by 2 CFR § 200.460.

C. Ineligible Uses of the Funds for the Cooperative Agreement Recipient

1. Cooperative agreement funds shall not be used by the CAR for any of the following activities:

a. Pre-cleanup environmental assessment activities such as site assessment, identification, and characterization with the exception of site monitoring activities that are reasonable and necessary during the cleanup process, including determination of the effectiveness of a cleanup;

b. Monitoring and data collection necessary to apply for, or comply with, environmental permits under other federal and state laws, unless such a permit is required as a component of the cleanup action;

c. Construction, demolition, and site development activities that are not cleanup actions (e.g., marketing of property (activities or products created specifically to attract buyers or investors), construction of a new facility, or addressing public or private drinking water supplies that have deteriorated through ordinary use);

d. Job training activities unrelated to performing a specific cleanup at a site covered by the cooperative agreement;

e. To pay for a penalty or fine;

f. To pay a federal cost share requirement (e.g., a cost share required by another federal grant) unless there is specific statutory authority;

g. To pay for a response cost at a brownfield site for which the CAR is potentially liable under CERCLA § 107;

h. To pay a cost of compliance with any federal law, excluding the cost of compliance with laws applicable to the cleanup; and

i. Unallowable costs (e.g., lobbying and purchases of alcoholic beverages) under 2 CFR 200, Subpart E.

2. Cooperative agreement funds shall not be used for any of the following properties:

a. Facilities listed, or proposed for listing, on the National Priorities List (NPL);

b. Facilities subject to unilateral administrative orders, court orders, and administrative orders on consent or judicial consent decree issued to or entered by parties under CERCLA;

c. Facilities that are subject to the jurisdiction, custody or control of the United States government except for land held in trust by the United States government for an Indian tribe; or

d. A site excluded from the definition of a brownfield site for which EPA has not made a property-specific funding determination.

V. CLEANUP REQUIREMENTS

A. Authorized Cleanup Activities

1. The CAR shall prepare an Analysis of Brownfield Cleanup Alternatives (ABCA), or equivalent state Brownfields program document, which will include information about the site and contamination issues (i.e., exposure pathways, identification of contaminant sources, etc.); cleanup standards; applicable laws; alternatives considered; and the proposed cleanup. The evaluation of alternatives must include effectiveness, ability to implement, and the cost of the response proposed. The evaluation of alternatives must also consider the resilience of the remedial options to address potential adverse impacts caused by extreme weather events (e.g., sea level rise, increased frequency and intensity of flooding, etc.). The alternatives may additionally consider the degree to which they reduce greenhouse gas discharges, reduce energy use or employ alternative energy sources, reduce volume of wastewater generated/disposed, reduce volume of materials taken to landfills, and recycle and re-use materials generated during the cleanup process to the maximum extent practicable. The evaluation will include an analysis of reasonable alternatives including no action. The cleanup method chosen must be based on this analysis.

2. Prior to conducting or engaging in any on-site activity with the potential to impact historic properties (such as invasive sampling or cleanup), the CAR shall consult with the EPA Project Officer regarding potential applicability of the National Historic Preservation Act (NHPA) (16 USC § 470) and, if applicable, shall assist EPA in complying with any requirements of the NHPA and implementing regulations.

B. Quality Assurance (QA) Requirements

1. If environmental data are to be collected as part of the brownfield cleanup (e.g., cleanup verification sampling, post-cleanup confirmation sampling), the CAR shall comply with 2 CFR § 1500.11 requirements to develop and implement quality assurance practices sufficient to produce data adequate to meet project objectives and to minimize data loss. State law may impose additional QA requirements. Recipients implementing environmental programs within the scope of the assistance agreement must submit to the EPA Project Officer an approvable Quality Assurance Project Plan (QAPP) at least 60 days prior to the initiating of data collection or data compilation. The Quality Assurance Project Plan (QAPP) is the document that provides comprehensive details about the quality assurance, quality control, and technical activities that must be implemented to ensure that project objectives are met. Environmental programs include direct measurements or data generation, environmental modeling, compilation of date from literature or electronic media, and data supporting the design, construction, and operation of environmental technology.

The QAPP should be prepared in accordance with EPA QA/R-5: EPA Requirements for Quality Assurance Project Plans. No environmental data collection or data compilation may occur until the QAPP is approved by the EPA Project Officer and Quality Assurance Regional Manager. Additional information on the requirements can be found at the EPA Office of Grants and Debarment website at https://www.epa.gov/grants/implementation-quality-assurance-requirements-organi

zations-receiving-epa-financial.

2. Competency of Organizations Generating Environmental Measurement Data: In accordance with Agency Policy Directive Number FEM-2012-02, Policy to Assure the Competency of Organizations Generating Environmental Measurement Data under Agency-Funded Assistance Agreements, the CAR agrees, by entering into this agreement, that it has demonstrated competency prior to award, or alternatively, where a pre-award demonstration of competency is not practicable, the CAR agrees to demonstrate competency prior to carrying out any activities under the award involving the generation or use of environmental data. The CAR shall maintain competency for the duration of the project period of this agreement and this will be documented during the annual reporting process. A copy of the Policy is available online at http://www.epa.gov/fem/lab_comp.htm or a copy may also be requested by contacting the EPA Project Officer for this award.

C. Community Relations and Public Involvement in Cleanup Activities

1. All cleanup activities require a site-specific Community Relations Plan that includes providing reasonable notice, opportunity for involvement, response to comments, and administrative records that are available to the public.

2. The CAR agrees to clearly reference EPA investments in the project during all phases of community outreach outlined in the EPA-approved workplan, which may include the development of any post-project summary or success materials that highlight achievements to which this project contributed.

a. If any documents, fact sheets, and/or web materials are developed as part of this cooperative agreement, then they shall include the following statement: "Though this project has been funded, wholly or in part, by EPA, the contents of this document do not necessarily reflect the views and policies of EPA."

b. If a sign is developed as part of a project funded by this cooperative agreement, then the sign shall include either a statement (e.g., this project has been funded, wholly or in part, by EPA) and/or EPA's logo acknowledging that EPA is a source of funding for the project. The EPA logo may be used on project signage when the sign can be placed in a visible location with direct linkage to site activities. Use of the EPA logo must follow the sign specifications available at https://www.epa.gov/grants/epa-logo-seal-specifications-signage-produced-epa-assistance-agreement-recipients.

3. The CAR agrees to notify the EPA Project Officer of public or media events publicizing the accomplishment of significant events related to construction and/or site reuse projects as a result of this agreement, and provide the opportunity for attendance and participation by federal representatives with at least ten (10) working days’ notice.

4. To increase public awareness of projects serving communities where English is not the predominant language, CARs are encouraged to include in their outreach strategies communication in non-English languages. Translation costs for this purpose are allowable, provided the costs are reasonable.

D. Administrative Record

1. The CAR shall establish an Administrative Record that contains the documents that form the basis for the selection of a cleanup plan. Documents in the Administrative Record shall include the ABCA; site investigation reports; the cleanup plan; cleanup standards used; responses to public comments; and verification that shows that cleanup is complete. The CAR shall keep the Administrative Record available at a location convenient to the public and make it available for inspection. The Administrative Record must be retained for three (3) years after the termination of the cooperative agreement subject to any requirements for maintaining records of site cleanups ongoing at the time of termination.

E. Implementation of Cleanup Activities

1. The CAR shall ensure the adequacy of each cleanup in protecting human health and the environment as it is implemented.

2. If the CAR is unable or unwilling to complete the cleanup, the CAR shall ensure that the site is secure. The CAR shall notify the appropriate state agency and EPA to ensure an orderly transition should additional activities become necessary.

F. Completion of Cleanup Activities

1. The CAR shall ensure that the successful completion of a cleanup is properly documented. This must be done through a final report or letter from a Qualified Environmental Professional, or other documentation provided by a State or Tribe that shows cleanup is complete (including No Further Action letters, institutional controls, etc.). This documentation must be included as part of the Administrative Record.

G. Inclusion of Additional Terms and Conditions

1. In accordance with 2 CFR § 200.333 the CAR shall maintain records pertaining to the cooperative for a minimum of three (3) years following submission of the final financial report unless one or more of the conditions described in the regulation applies. The CAR shall provide access to records relating to cleanups supported with Cleanup cooperative agreement funds to authorized representatives of the Federal government as required by 2 CFR § 200.336.

2. The CAR has an ongoing obligation to advise EPA if it is assessed any penalties resulting from environmental non-compliance at the site(s) subject to this agreement.

VI. PAYMENT AND CLOSEOUT

For the purposes of these Terms and Conditions, the following definitions apply: “payment” is EPA’s transfer of funds to the CAR; “closeout” refers to the process EPA follows to ensure that all administrative actions and work required under the cooperative agreement have been completed.

A. Payment Schedule

1. The CAR may request advance payment from EPA pursuant to 2 CFR § 200.305(b)(1) and the prompt disbursement requirements of the General Terms and Conditions of this agreement.

This requirement does not apply to states which are subject to 2 CFR § 200.305(a).

B. Schedule for Closeout

1. Closeout will be conducted in accordance with 2 CFR § 200.343. EPA will close out the award when it determines that all applicable administrative actions and all required work under the cooperative agreement have been completed.

2. The CAR, within 90 days after the expiration or termination of the cooperative agreement, must submit all financial, performance, and other reports required as a condition of the cooperative agreement 2 CFR Part 200.

a. The CAR must submit the following documentation:

i. The Final Technical Cooperative Agreement Report as described in Section III.F. of these Terms and Conditions.

ii.Administrative and Financial Reports as described in the Grant-Specific Administrative Terms and Conditions of this agreement.

b. The CAR must ensure that all appropriate data have been entered into ACRES or all hardcopy Property Profile Forms are submitted to the EPA Project Officer.

c. As required by 2 CFR § 200.343, the CAR must immediately refund to EPA any balance of unobligated (unencumbered) advanced cash or accrued program income that is not authorized to be retained for use on other cooperative agreements.

BROWNFIELD CLEANUP GRANT WORKPLAN

Justice Center Mound

June 2020

Grant Recipient: Calhoun County

Project Contact: Jennifer Bomba Community Development Director 315 West Green Street Marshall, MI 49068 269-781-0817

[email protected] Project Period: October 1, 2020 – September 30, 2023 This project supports EPA Goal 1: A Cleaner, Healthier Environment, Objective 1.3: Revitalize Land and Prevent

Contamination. Specifically, this Brownfields assistance agreement will provide funding to the recipient to clean up

brownfield properties for future use and redevelopment.

The project involves the removal of a mound of impacted soil from a site located on a prominent corner of one of the

entryways into downtown Battle Creek. The cleanup of this impacted material will remove a literal barrier to

redevelopment and allow the site to be redeveloped with a light-industrial operation expansion and surrounding

green space that ties into the existing trail/linear park along the Battle Creek River.

1.0 Introduction

Calhoun County applied for and was awarded a U.S. Environmental Protection Agency (EPA) FY 2021 Brownfield

Cleanup Grant totaling $500,000 to address contamination at the Calhoun County Justice Center property. The

property is located at 161 East Michigan Avenue, Battle Creek, MI. The purpose of the U.S. EPA Cleanup Grant

funds is to assist the County in remediating hazardous substance contamination at the site to allow for

redevelopment.

2.0 Project Overview

2.1 Description of the Site

The project site is located near the intersection of Elm Street and Michigan Avenue in the vacant southeastern

portion of the parcel that includes the Calhoun County Justice Center. The project site encompasses approximately

2 acres and is known as “The Mound” because it is a 50-foot by 350-foot area that rises an average of 15 feet in

height. The site was historically developed as a rail yard. Adjacent historical uses included a lumber/coal yard,

automotive parts manufacturing, and a bulk oil storage site. The rail lines remained until the late 1980s/early 1990s

when the site became vacant. Between 1993 and 1994, construction of the Calhoun County Justice Center took

place and the soil from the building site and adjoining areas was piled on southeast portion of the site in a berm.

The site has remained vacant and the mound has prevented any type of use or redevelopment.

The known impact at the site is likely associated with the historical site operations both on-site and from adjoining

uses. The soil mound on the site consists of an upper layer of topsoil that is underlain by sand fill with debris

(concrete, brick, railroad ties, etc). The fill material in the soil mound is impacted with volatile organic compounds

(cis-1,2-dichloroethene, trichloroethene, naphthalene, arsenic, copper, lead, mercury, selenium, silver and zinc) that

are identified as hazardous substances under the Comprehensive Environmental Response, Compensation and

Liability Act (CERCLA). The soil present directly below the soil mound is also impacted with many of the same

constituents. Groundwater on the site is also impacted with (cis-1,2-dichloroethene, trichloroethene and vinyl

chloride).

Environmental conditions on the Site were determined from information contained in the following documents:

• SME, Phase I ESA, Parcels 2 and 3, 161 E Michigan Avenue, Battle Creek, Michigan, February 11, 2015

• SME, Phase II ESA, Southeast Portion of 161 E Michigan Avenue, Battle Creek, Michigan, November 25,

2019

2.2 Brownfields Cleanup Grant Activities

2.2.1 Community Outreach

Upon grant award, a press release will be issued through local media outlets announcing the project. The county

will host an initial public kick-off meeting to acquaint the community with the project and will seek input from the

public on concerns they may have with the logistics of the proposed cleanup activities. Public meetings will be held

at readily identifiable and acceptable public buildings in, or as close as possible to, the project site in order to

receive and discuss stakeholder comments. Meeting announcements will be communicated through County and

City of Battle Creek websites and social media outlets such as Facebook. The County will conduct a minimum of

four public meetings throughout the project, including: selection of contractor/finalization of the cleanup plan;

completion of cleanup activities; redevelopment stage; and a final meeting to notify the community of the project

outcomes. Summaries of all meetings will be available on the County’s website.

2.2.2 Cleanup Plan

The cleanup plan includes removal and disposal of the impacted soil mound materials and, if needed, placement of

a layer of clean fill material on the ground surface in the area of the former mound. First the site will be secured

with fencing to limit access to the area while cleanup activities are underway. The trees and brush on the mound

will be cleared and disposed of off-site. The remediation contractor will then deconstruct the mound. The material

will be disposed of in a licensed landfill. Prior to hauling the material to the licensed landfill, waste characterization

samples will be collected and submitted for analysis as requested by the landfill. Once the landfill approves the

material, hauling will begin. Following removal of the mound, soil verification samples will be collected from the

resulting ground surface to determine if impact still remains. The number of samples to be collected will be

determined using Michigan’s statistical guidance. Based on the results of this sampling, the area will either be

graded for redevelopment or will be covered with a layer of imported fill material to prevent contact with remaining

impacted soil until redevelopment.

2.2.3 Redevelopment Strategy

The county’s projected redevelopment for the site is light-industrial operations with surrounding green space that

ties into the existing trail/linear path along the Battle Creek River. Removal of the mound will allow an existing

state-of-the-art precision sheet metal fabrication company to construct an additional modern light-industrial building,

add new jobs, create attractive and sustainable green space around their campus, and beautify their footage along

Michigan Avenue. This proposed redevelopment aligns with the 2018 Battle Creek Master Plan that was developed

with public and local stakeholder input. The Battle Creek Master Plan recognizes the site and surrounding areas as

a production and employment center and/or neighborhood commercial area. The Plan further specifies the site and

surrounding area as a key gateway into the downtown of Battle Creek and places emphasis on investment in the

city core. Cleanup and redevelopment of the site will be instrumental in the City of Battle Creek’s ability to achieve

their goals.

Following cleanup of the site, a metal fabrication company intends to expand their operations in multiple phases.

This expansion will include an investment of approximately $5,000,000 which is expected to generate $100,000 in

annual tax revenue. The expansion will also provide needed employment opportunities for residents by creating

construction jobs and 30 new skilled labor jobs with average wages of $32/hour. It is anticipated that once this

visible corner is redeveloped it will spur interest in redevelopment of additional non-residential properties located in

the Elm Street gateway target area along with increased investment in the nearby residential neighborhood.

3.0 Management

Calhoun County has the capacity to oversee this grant funded project through its Office of Community

Development. Jen Bomba, Community Development Director, will function as the Project Manager for this grant.

Ms. Bomba has extensive experience in grants management with various local, state and federal entities. Most

recently working with the Michigan Economic Development Corporation and its Site Readiness Program to develop

a comprehensive master development plan for over 3,000 acres of industrially planned property in Calhoun County.

The project finances will be managed by the County’s Deputy Controller, Megan Banning. Ms. Banning has four

years of experience in managing the financial portion of state and federal grants and is well-versed in the

Automated Standard Application for Payments (ASAP) system. Together Ms. Bomba and Ms. Banning will be able

to effectively complete all administrative and financial requirements for the grant to ensure the project is

successfully completed within the 3-year period.

4.0 Brownfields Cleanup Grant Tasks

4.1 Task One – Project Planning and Outreach

The anticipated deliverables under Task One include the procurement of a Qualified Environmental Professional

(QEP) that will manage and coordinate the project on behalf of Calhoun County. All procurement activities will

follow the federal regulations as outlined in CFR 200 as well as all applicable county policies. Upon selection of a

QEP, outreach to the public on project details will begin.

ACTIVITIES DELIVERABLES TARGET COMPLETION

Work Plan prepared Project Work Plan July 15, 2020

Cooperative Agreement executed Cooperative Agreement October 2020

Qualified Environmental Professional (QEP) retained QEP retained December 2020

Initial project Kick-off meeting hosted by County Public meeting January 2020

Quarterly reports submitted throughout project US EPA Qtrly Reports 30 days after each qtr

Assessment, Cleanup, and Redevelopment Exchange System (ACRES)

Data filing During project and upon completion

Project Milestone Meetings Public meetings Plan presentation, cleanup completion, redevelopment stage

Community Outreach Web, Facebook, signage On-going

4.2 Task Two – Cleanup Planning

Task Two includes the preparation of project management documents such as the Quality Assurance Project Plan

(QAPP), community involvement plans, and the final Analysis of Brownfield Cleanup Alternatives (ABCA).

Development of such documents will follow guidance from the state of Michigan voluntary cleanup program,

managed through the Department of Environment Great Lakes and Energy (EGLE). These important project

documents are the beginning of an Administrative Record that will be available to the public for inspection any time

throughout the project. Through a competitive bidding process, Calhoun County will hire a qualified soil remediation

contractor to conduct cleanup activities as defined in Task Three.

ACTIVITIES DELIVERABLES TARGET COMPLETION

Quality Assurance Project Plan (QAPP) prepared QAPP February 2021

Community Involvement Plan (CIP) CIP February 2021

Analysis of Brownfield Cleanup Alternatives (ABCA) finalized

ABCA March 2021

Remediation Work Plan prepared for EGLE review and approval

Remediation Work Plan April 2021

Bid plans and specifications for remediation contractor selection prepared

Selection of contractor May 2021

4.3 Task Three – Soil Mound Removal

Remediation of the site will be performed in accordance with Part 201 of the Natural Resources and Environmental

Protection Act (NREPA), Public Act 451 of 1994, as amended. The remediation contractor will develop a site-

specific Health and Safety Plan to be followed during cleanup activities. The QEP will direct and document cleanup

activities performed by the soil remediation contractor.

ACTIVITIES DELIVERABLES TARGET COMPLETION

Health and Safety Plan (HASP) developed HASP June 2021

Trees/brush cleared and mound deconstructed Updates in Quarterly Reports

July 2021

Soil transported for disposal Updates in Quarterly Reports

July 2021

Successful completion of all Remedial Activities Updates in Quarterly Reports

July 2021

4.4 Task Four – Remediation Verification and Reporting

The QEP will oversee the collection of soil samples at the site. Samples of the mound material will be collected and

submitted for analysis prior to disposal at the landfill. Following removal of the mound, soil verification samples will

be collected from the resulting ground surface to determine if impact still remains. The number of samples to be

collected will be determined using Michigan’s statistical guidance.

ACTIVITIES DELIVERABLES TARGET COMPETION

Soil samples collected per EGLE guidance July 2021

Reporting completed in accordance with EGLE guidance for the Michigan Voluntary Cleanup Program (VCP)

Completion Report submitted to USEPA and EGLE

October 2021

4.0 Project Budget

Budget Categories

Task 1 Planning & Outreach

Task 2 Cleanup Planning

Task 3 Cleanup

Task 4 Remediation &

Reporting

Total Budget

Dire

ct C

osts

Personnel $2,000 $2,000 Fringe Benefits

Travel Equipment

Supplies Contractual $5,000 $15,000 $468,500 $9,500 $498,000

Other

Total Direct Costs $7,000 $15,000 $468,500 $9,500 $500,000 Total Federal Funding $7,000 $15,000 $468,500 $9,500 $500,000

Cost Share $300,000 $300,000 Total Budget $7,000 $15,000 $768,500 $9,500 $800,000

5.1 Cost Estimates

Task 1 - Planning & Outreach: Total: $7000; includes personnel costs of $2,000 (50/hour for 40 hours) for required

reporting and outreach meetings, and contractual costs of $5,000 for assistance on quarterly reports, maintaining

ACRES, and community involvement outreach meetings.

Task 2 - Cleanup Planning: Total: $15000; includes $15,000 in contractual costs for completion of ABCA

documents, CIP, administrative record, remediation workplan, and bid plans and specifications.

Task 3 – Cleanup: EPA Total: $468,500; Cost Share: $300,000; includes $768,500 in contractual costs for removal

and disposal of the soil mound. This includes approximately $719,500 in disposal and fees, trucking, and

excavation and soil handling. This task also includes $5,000 for securing the site during cleanup activities, $24,000

for acquisition/placement of clean fill and $20,000 in contractual costs for QEP monitoring of all cleanup activities.

Task 4 – Remediation, Verification & Reporting: Total: $9000; includes contractual costs of $4,500 for collection of

soil remediation verification samples (up to 30 samples at $150/sample) and $5,000 for preparation of a cleanup

completion report.

5.0 Outcomes

The County will track, measure, and report on the success of the project utilizing ACRES to track the

following outputs: ABCAs and Remediation Work Plans completed, bid plans and specifications

completed, and tons of soil removed and properly disposed. The actual outputs and their timing will be

compared to the outputs and anticipated schedule listed above. The County will track, measure, and

report the following outcomes in ACRES: acres of land remediated and redeveloped; acres of parks

and greenspace preserved or created; number of jobs created or retained; tax revenue generated;

redevelopment investment value; and other funding leveraged. The County will report

outcomes/outputs that cannot be easily entered into ACRES (i.e., website updates and community

outreach/meetings) in quarterly reports. The County will also evaluate the extent to which the cleanup

activities and future redevelopment result in the protection of human health and the environment. The

County will evaluate the project progress semi-annually against the goals and schedules listed above

and, if goals are not being met or are off-schedule, meet with local stakeholders and the environmental

contractor to discuss the shortcomings and adjust the project approach and schedule, as needed.

   AI-3751     12. B. 2. BOC RegularMeeting Date: 12/16/2021  Request to accept the supplemental appropriation for the Secondary Road Patrol ProgramSubmitted For:  Rick Redman, Sheriff Department Finance, Sheriff's Department FROM: Rick Redman, Sheriff Department Finance, Sheriff's DepartmentDepartment: Sheriff's Department

InformationRESOLUTION:Resolved, that the Calhoun County Board of Commissioners does hereby approve and accept the State ofMichigan supplemental appropriation for the Secondary Road Patrol Program.

RECOMMENDATION:The Sheriff's Office recommends that the Board of Commissioners accept the supplemental appropriation forthe Secondary Road Patrol Program.

BACKGROUND:Calhoun County has participated in the Secondary Road Patrol grant since 1978 and currently has two deputiesassigned, but the current grant funding has been reduced to one deputy. The supplemental appropriationrestores funding for the second deputy.  The contract adjustment form must be returned to the OHSP byDecember 23, 2021.

Fiscal Impact

BUDGETARY IMPACT:The supplemental appropriation increases funding by $116,873 for a new total of $201,449.

AttachmentsAward letter and contract adjustment 

   AI-3740     12. B. 3. BOC RegularMeeting Date: 12/16/2021  Pothole Patching RFP#126-21 Contract RecommendationSubmitted For:  Kelli Scott, Administrator/Controller, Administration FROM: Sherri Mason, Operations Manager, Administrative ServicesDepartment: Administrative Services

InformationRESOLUTION:Resolved the Calhoun County Board of Commissioners does hereby approve the list of pre-qualified contractorswho will be eligible for selection by the Calhoun County Road Department (CCRD) to provide pothole patchingfor the 2022 road season and authorizes the County Administrator/Controller to sign contracts with the approvedcontractors including: All Weather Construction, Diamond Cut Lawn & Snow, Gardner Brothers Lawn andLandscape, Inc., Next Generation Landscaping and New Horizon Property Management.

RECOMMENDATION:County Administration requests the Board of Commissioner’s approval of the recommended list of pre-qualifiedcontractors who will be eligible for selection by the CCRD to provide pothole patching on Calhoun County roadsfor the 2022 road maintenance season, including: All Weather Construction, Diamond Cut Lawn & Snow,Gardner Brothers Lawn and Landscape, Inc., Next Generation Landscaping and New Horizon PropertyManagement in an amount estimated at $500,000.

BACKGROUND:The Pothole Patching Request for Qualification (RFQ) process was designed by the CCRD and the PurchasingTeam to pre-qualify contractors that are eligible for selection to provide pothole patching on Calhoun Countyroads for the 2022 road maintenance season. Responsive contractors were required to provide a truck with twoton asphalt hauling capacity minimum. Contractors would be required to provide all labor, tools and equipmentnecessary to patch potholes including, but not limited to, shovels, lutes, leaf blowers, brooms, and hand tamps.The CCRD will provide hot or cold mix asphalt to be picked up at the County's expense. Contractor must pick upmaterial at the location closest to the job site as designated by CCRD supervisors. All contractor’s vehicles mustbe equipped with the proper safety equipment. The CCRD supervisors and contract managers will direct thepothole patching and the County does not guarantee a specific number of projects to be assigned to theContractor. The work of the contractors is intended to supplement the work of CCRD crews.

The Purchasing Team issued RFP#126-21 and seven contractors responded with statements of qualificationsincluding: Asphalt Solution Plus (Marshall, MI), Gardner Brothers Lawn and Landscaping (Springfield, MI),Diamond Cut Lawn & Snow (Albion, MI), New Horizon Property Management (Marshall, MI), Next GenerationLandscaping (Parma, MI), All Weather Construction (Albion, MI) and Ready Set Grow Services (Concord, MI). Fivecontractors were pre-qualified and selected based on their qualifications and hourly rates for pothole patching.The CCRD supervisors will be responsible for awarding the work for each individual project based on contractor’scapacity to complete the work, low bid and other factors. The term of the proposed contract will be for one (1)year. 

SUMMARY:County Administration requests Board approval of the recommendation from the Joint Purchasing Team topre-qualify pothole patching Contractors to participate in providing work for the 2022 road maintenance seasonas presented in this recommendation. 

Fiscal Impact

BUDGETARY IMPACT:The estimated project cost of $500,000 is funded in the proposed 2022 CCRD Budget.

AttachmentsRFP#126-21 Pothole Patching Pothole Patching bid tab RFP#126-21 All Weather Bid RFP#126-21 All Weather Contract RFP#126-21 Diamond Cut Bid RFP#126-21 Diamond Cut Contract RFP#126-21 Gutters R Us Bid RFP#126-21 Gutters R Us Contract Gardner Bid Gardner Contract RFP#126-21 Next Generation Bid RFP#126-21 Next Generation Contract 

CALHOUN COUNTY

REQUEST FOR PROPOSALS

CALHOUN COUNTY ADMINISTRATOR'S OFFICE,

PURCHASING DIVISION

(269) 781-0981

ISSUE DATE: WEDNESDAY, OCTOBER 13, 2021

DUE DATE: WEDNESDAY OCTOBER 27, 2021

PROJECT: POTHOLE PATCHING-#RFP 126-21

This Request for Proposal with all pages, documents, and attachments contained herein or

subsequently added or made a part hereof, submitted as a fully and properly executed

proposal, shall constitute a contract between the County of Calhoun and the successful and

most responsible bid, as determined by the County when approved and accepted by the

County of Calhoun.

Calhoun County is soliciting Statements of Qualifications from reputable contractors to

patch potholes on roads located within Calhoun Counties during the 2023 road season.

Contractors qualifying under this RFQ will be selected to participate in the patching of

potholes as assigned by Calhoun Counties Road Department staff on a daily basis. Calhoun

County may choose to recommend the award of an agreement with the respondents whose

submission of information and qualifications most responsibly meets the expectations of

the County. The Contractor is an independent contractor, and neither the Contractor nor

the Contractor’s employees (if applicable) are, or shall be deemed to be, employees of

Calhoun County. Work completed by awarded Contractors as a result of this solicitation

shall be in compliance with the latest Michigan Department of Transportation (MDOT)

Standard Specifications for Construction and Michigan Manual of Uniform Traffic Control

Device guidelines.

Calhoun County is located in southern Michigan, midway between Chicago and Detroit, at

the junction of two major interstate freeways, I-94 (east/west) and I-69 (north/south). There

are three population areas within the County: the City of Albion in the eastern portion of

the County, the City of Marshall in the center and the City of Battle Creek in the northwest

corner. The City of Battle Creek is the largest metropolitan area in the County. The

remainder of the County is primarily agricultural. There are 19 townships, four

incorporated cities and four villages within the boundaries of the County.

1.1 PROPOSAL SUBMISSION:

In order to submit a bid to Calhoun County Purchasing, vendors must be registered with

Vendor Registry, the exclusive application for vendors to participate in formal Requests

for Proposal process. The following link is accessible to vendors who wish to submit

proposals in response to proposal requests:

www.calhouncountymi.gov/purchasing

Vendors registering for the POTHOLE PATCHING #126-21 RFP must register under

the Commodity Service Code #74567.

Potential bidders should contact the following if they are unable to submit their proposal

response electronically:

Brad Wilcox, Assistant County Administrator

[email protected]

Properly registered vendors will receive notice of upcoming bids for which they have

expressed an interest. Vendors can access the status of active and inactive bids/proposals

at the following

link:

www.calhouncountymi.gov/purchasing

The Vendor Registry bid platform is the source for vendor registration, bid notice, bid

updates and RFB/RFP amendments, pre-proposal conferences, Q&A’s, public bid opening

and submitting bids and proposals. Vendor instructions for submitting a bid/proposal in

response to this solicitation are available at the following link:

www.calhouncountymi.gov/purchasing

1.1.1 The material should be in sequence and related to the RFP. The County will not

provide any reimbursement for the cost of developing or presenting bids in

response to this RFP. Failure to include the requested information may have a

negative impact on the evaluation of the offeror’s bid. Emphasis should be

on completeness and clarity of content.

1.1.2 To be considered, bidders must submit a complete response to this RFP.

No other distribution of RFP is to be made by this bidder. The bid must

be signed by an official authorized to bind the contractor to its provisions.

bids must remain valid for at least ninety (90) days from the opening date.

1.1.3 ACCEPTANCE OF RFP CONTENT

It is the responsibility of all offerors to examine the entire Request for Bid package

and seek clarification of any requirement that may not be clear and to check all

responses for accuracy before submitting a bid. Negligence in preparing a bid

confers no right of withdrawal after due time and date. The contents of this RFB

and the bidder's bid will become contractual obligations, if a contract ensues.

Failure of the successful bidder to accept these obligations may result in

cancellation of the award.

1.1.4 INQUIRIES

Questions that arise as a result of this RFB should be submitted via the Vendor Registryweb

portal @ https://vrapp.vendorregistry.com/Account/LogOn?returnUrl=%2F . Questions

are due by OCTOBER 20, 2021 @ 5:00 PM. County replies to questions submitted by

Vendors will be published to the Vendor Registry web portal and will be made available

to all vendors registered under this RFP.

1.1.5 RESPONSIVE BID

All pages and documents and the information requested herein, must be furnished

completely in compliance with the instructions. The manner of submission is

essential to permit prompt evaluation of all proposals on a fair and uniform basis.

The County reserves the right to accept or reject any or all proposals and to waive

informalities and irregularities in proposals or proposal procedures, and to accept

any proposal determined by the County to be in the best interests of the County,

even though not the lowest proposal. Proposals shall remain vital for ninety (90)

days from opening.

1.1.6 LATE BIDS

Any bid time stamped at Vendor Registry web portal after the exact time specified

will not be considered. Vendors are encouraged to submit bids at least 2 hours prior

to the established deadline in order to avoid any technical issues that may cause

their bid submission to be late.

1.1.7. ALTERNATE BIDS

Bidders are cautioned that any alternate bid, unless specifically requested; or, any

changes, insertions, or omissions to the terms and conditions, specifications, or any

other requirements for the RFP, may be considered non-responsive and at the option

of the County, result in the rejection of the proposal. The respondent shall clearly

identify any proposed deviations from the contract terms or specifications in the

Request for -Proposals. Each exception must be clearly defined and referenced to

the proper paragraph in thisRFP. The exception shall include, at a minimum, the

bidder’s proposed substitute language and opinion as to why the suggested

substitution will provide equivalent or better service and performance. If no

changes are noted County will assume vendor is in agreement with the RFP terms

and conditions.

1.1.8 WITHDRAWAL OF BID

Proposals may be withdrawn from the Vendor Registry web platform prior to the

exact time set for receipt of proposals by the vendor’s authorized representative,

provided the representative's identity is made known.

1.2 CIVIL RIGHTS COMPLIANCE

The Contractor agrees to abide by the provisions of the Elliott-Larsen Civil Rights Act,

P.A. 1976, No. 453, as amended, being sections 37.2101 et seq. of the Michigan Compiled

Laws, and the Michigan Persons with Disabilities Civil Rights Act, P.A. 1976, No. 220, as

amended, being sections 37.1101 et seq. of the Michigan Compiled Laws, and specifically

agrees and covenants not to discriminate against an employee or applicant for employment

with respect to hire, tenure, terms, conditions, or privileges of employment with respect to

hire, tenure, terms, conditions, or privileges of employment, or a matter directly or

indirectly related to employment, because of race, color, religion, national origin, age, sex,

height, weight, marital status, or a handicap that is unrelated to the individual’s ability to

perform the duties of a particular job or position. A breach of this covenant shall be

regarded as a material breach of the contract.

1.3 LEGAL STATUS OF BIDDER

The bidder shall indicate the legal status of the business firm by filling in the appropriate

section below and by striking out the two non-applicable sections.

1.3.1 An INDIVIDUAL whose signature is affixed to this contract doing business

under the name of:

REGISTRATION NUMBER (EIN):

1.3.2 A PARTNERSHIP doing business under the firm name of:

All of the members of which are as follows:

NAME

ADDRESS

REGISTRATION NUMBER (EIN):

1.3.3 A CORPORATION duly organized and doing business under the laws of

the state

of

REGISTRATION NUMBER (EIN):

1.4 INSTRUCTIONS FOR EXECUTING CONTRACT

1.4.1 If the bidder is an INDIVIDUAL, the trade name, if applicable, shall be

indicated in the contract signed by such individual. If signed by anyone other than

the bidder, there shall be attached to the contract a duly authenticated Power-of-

Attorney, evidencing the signer's authority to execute such a contract for and in

behalf of the individual.

1.4.2 If the bidder is operating as a PARTNERSHIP, each partner shall sign the

contract. If the contract is not signed by each partner, there shall be attached to the

contract a duly authenticated Power-of-Attorney evidencing the signer's or signers'

authority to sign such contract for and in behalf of the partnership.

1.4.3 If the bidder is a CORPORATION the Certificate of Authorization for

Contract Execution (attached) shall be completed in full.

1.5 INDEMNIFICATION AND HOLD HARMLESS

To the fullest extent permitted by law, the contractor agrees to defend, pay on behalf of,

indemnify, and hold harmless Calhoun County, its elected and appointed officials,

employees, and volunteers, and others working on behalf of Calhoun County against any

and all claims, demands, suits, or loss, including all costs connected therewith, and for any

damages which may be asserted, claimed, or recovered against or from Calhoun County,

its elected and appointed officials, employees and volunteers, and others working on behalf

of Calhoun County by reason of personal injury, including bodily injury or death and/or

property damage, including loss of use thereof, which arises out of or is in any way

connected or associated with this Contract. The Contractor will not be liable for any

damages arising out of an act of negligence by the County, its elected and appointed

officials, employees, and volunteers, and others working on its behalf.

1.6 RIGHTS AND REMEDIES

No provision in this document or in the Contractor's proposal shall be construed, expressly

or by implication as a waiver by either party of any existing or future right and/or remedy

available by law in the event of any claim or default or breach of contract. The failure of

either party to insist upon the strict performance of any term or condition of the contract or

to exercise or delay the exercise of any right or remedy provided in the contract, or by law,

or the acceptance of materials or services, obligations imposed by this contract or by law,

and shall not be deemed a waiver of any right of either party to insist upon the strict

performance of the contract.

1.7 WARRANTIES

Contractor warrants that all material or service delivered under this contract shall conform

to the specifications of this contract. Mere receipt of shipment of the material or service

specified and any inspection incidental thereto by the County, shall not alter or affect the

obligations of the Contractor or the rights of the County under the foregoing warranties.

Additional warranty requirements may be set forth in this document.

1.8 INSURANCE REQUIREMENTS

The successful contractor shall not commence work under this contract until he/her has

obtained the insurance required under this paragraph and provided copies to the Calhoun

County Purchasing Department. All coverage shall be with insurance companies licensed

and admitted to do business in the State of Michigan. All coverages shall be with insurance

carriers acceptable to Calhoun County.

1.8.1 Workers’ Compensation Insurance: The Contractor shall procure and

maintain during the life of this contract, Workers’ Compensation Insurance,

including Employers’ Liability Coverage, in accordance with all applicable statutes

of the State of Michigan.

1.8.2 Commercial General Liability Insurance: The Contractor shall procure

and maintain during the life of this contract, Commercial General Liability

Insurance on an “Occurrence Basis” with limits of liability not less than $ 300,000

per occurrence and/or aggregate combined single limit, Personal Injury, Bodily

Injury, and Property Damage. Coverage shall include the following extensions: (A)

Contractual Liability; (B) Products and Completed Operations; (C) Independent

Contractors Coverage; (D) Broad Form General Liability Extensions or equivalent;

(E) Deletion of all Explosion, Collapse, and Underground (XCU) Exclusions, if

applicable.

1.8.3 Motor Vehicle Liability: The Contractor shall procure and maintain during

the life of this contract Motor Vehicle Liability Insurance, including Michigan No-

Fault Coverages, with limits of liability not less than $ 300,000 per occurrence

combined single limit, Bodily Injury, and Property Damage. Coverage shall

include all owned vehicles, all non-owned vehicles, and all hired vehicles.

1.8.4 Additional Insured: Commercial General Liability and Motor Vehicle

Liability Insurance, as described above, shall include an endorsement stating that

the following shall be Additional Insureds: Calhoun County, all elected and

appointed officials, all employees and volunteers, all boards, commissions, and/or

authorities and board members, including employees and volunteers thereof.

Additional insureds shall also include the State of Michigan, the State

Transportation Commission, and the Michigan Department of Transportation, and

their agents and employees, pursuant to Sec. 1.8.7.

1.8.5 Cancellation Notice: Workers’ Compensation Insurance, Commercial

General Liability Insurance, and Motor Vehicle Liability Insurance, as described

above, shall include an endorsement stating the following: “It is understood and

agreed that Thirty (30) days Advance Written Notice of Cancellation, Non-

Renewal, Reduction, and/or Material Change shall be sent to: (Purchasing

Department, Calhoun County, 315 West Green Street, Marshall, MI 49068).

1.8.6 If any of the above coverages expire during the term of this contract, the

Contractor shall deliver renewal certificates and/or policies to Calhoun County at

least ten (10) days prior to the expiration date. Include current certificates of

insurances with your proposal. The successful contractor may be required to have

Calhoun County, State of Michigan, and the State Transportation Commission

added as an additional insured to their insurance policy, pursuant to Sec. 1.8.7.

1.9 TAXES

Except as may be otherwise provided in the RFP, the County is exempt from Federal Excise

and State Sales Tax, and such taxes shall not be included in the proposal process. Federal

Exemption Certificates will be furnished if so requested.

1.10 GRATUITIES

The County may, by written notice to the Contractor, cancel this contract if it is found that

gratuities, in the form of entertainment, gifts or otherwise, were offered or given by the

contractor or any agent or representative of the Contractor, to any officer or employee of

the County amending, or making any determinations with respect to the performing of such

contract.

1.11 INDEPENDENT SERVICE COST DETERMINATION BY CONTRACTOR

By submission of a proposal, the prospective contractor certifies that in connection with

the proposal:

1.11.1 The proposed service cost was determined independently, without consultation,

communication, or agreement for the purpose of restricting competition.

1.11.2 The service cost quoted in the proposal has not nor will be knowingly disclosed by

the prospective contractor to anyone prior to the contract award.

1.11.3 No attempt has been made or will be made to induce other individuals or firms to

submit or not submit a proposal.

1.11.4 Each person signing the proposal certifies that he/she is authorized to bind the

contractor to its provisions.

1.12 DISCLOSURE

1.12.1 All information in proposals received is subject to disclosure under the provisions

of Public Act No. 446 of 1976 known as the "Freedom of Information Act". This

Act also provides for the complete disclosure of contracts and attachments thereto.

1.12.2 If a person believes that any portion of a proposal, proposal, offer, specification,

protest or correspondence contains information that should be withheld, then the

Purchasing Department should be so advised in writing (price is not confidential

and will not be withheld). The County shall review all requests for confidentiality

and provide a written determination. If the confidential request is denied, such

information shall be disclosed as public information.

1.13 CONTRACT NEGOTIATIONS

At the completion of the evaluation process, the County may enter into discussions with

the offeror finalist(s) determined to be reasonably susceptible to being selected for award,

to identify any needed revisions to the original proposal. Best and final offers may be

requested of each of the finalists, or after careful consideration, the offeror that gives the

most advantageous proposal may be recommended for award. In the event only one

proposal is received, the County may require that the offeror submit a cost proposal in

sufficient detail for the County to perform a cost/price analysis to determine if the contract

price is fair and reasonable. Award shall be made by the Purchasing Department to the

offeror whose proposal is most advantageous to the County.

1.14 CONTRACT

The contract shall be based upon the Request for Proposal issued by the County and the

offer submitted by the Contractor in response to the Request for Proposal. The offer shall

substantially conform to the terms, conditions, specifications and other requirements set

forth within the text of the Request for Proposal. The County reserves the right to clarify

any contractual terms with the concurrence of the Contractor; however, any substantial

non-conformity in the offer, as determined by the County, shall be deemed non-responsive

and the offer rejected. The contract shall contain the entire agreement between the County

and the Contractor relating to this requirement and shall prevail over any and all previous

agreements, contracts, proposals, negotiations, purchase orders, or master agreements in

any form.

1.15 AWARD OF CONTRACTS

UPON NOTICE OF INTENT TO AWARD: The apparent successful offeror shall sign

and file with the County, within ten (10) days after receiving a fully executed Offer and

Acceptance form (if included in the RFP), all documents necessary to the successful

execution of the contract.

1.15.1 The contract will be awarded to the most responsible proposer whose

proposal conforming to this solicitation will be most advantageous to the County;

price and other factors considered.

1.15.2 The County reserves the right to accept or reject any or all proposals and to

waive informalities and irregularities in proposals or proposal procedures, and to

accept any proposal determined by the County to be in the best interests of the

County, even though not the lowest proposal.

1.15.3 The County reserves the right to postpone the proposal opening for its own

convenience.

1.15.4 The County reserves the right to reissue the request for proposal.

1.15.5 NON-EXCLUSIVE CONTRACT: Any contract resulting from this

solicitation shall be awarded with the understanding and agreement that it is for the

sole convenience of Calhoun County. The County reserves the right to obtain like

goods or services from another source when necessary.

1.16 PRIME CONTRACTOR RESPONSIBILITIES - SUBCONTRACTING

The selected contractor will be required to assume responsibility for all services offered in

the proposal whether or not parts of the contract are subcontracted. Further, the County

will consider the selected contractor to be the sole point of contact with regard to

contractual matters, including payment of any and all charges resulting from the contract.

If any part of the work is to be subcontracted, the prime contractor must provide complete

description of work subcontracted and descriptive information about subcontractors'

organization and capabilities. The contractor is totally responsible for adherence by the

subcontractor to all provisions of the contract.

1.17 INDEPENDENT CONTRACTOR

1.17.1 It is clearly understood that each party shall act in its individual capacity and not as

an agent, employee, partner, joint venture, or associate of the other. An employee

or agent of one party shall not be deemed or construed to be the employee or agent

of the other party for any purpose whatsoever.

1.17.2 Contractor shall not be entitled to compensation in the form of salaries, or to paid

vacation or sick days by the County, and that such days do not accumulate for the

use of same at a later date.

1.17.3 The County will not provide any insurance coverage to Contractor, including

Workmen's Compensation coverage. The Contractor is advised that taxes or social

security payments shall not be withheld from a County payment issued hereunder

and that Contractor should make arrangements to directly pay such expenses, if

any.

1.18 ECONOMIC SANCTIONS

The undersigned, acting either individually or as a duly authorized representative of the

entity submitting the enclosed proposal/proposal hereby verifies that he/she/it is not an Iran

linked business which is defined as follows in the Iran economic Sanctions Act, Public Act

517 of 2012, MCL 129.311, et. seq.: (i) A person engaging in investment activities in the

energy sector of Iran, including a person that provides oil or liquified natural gas tankers

or products used to construct or maintain pipelines used to transport oil or liquified natural

gas for the energy sector of Iran and/or (ii) A financial institution that extends credit to

another person, if that person will use the credit to engage in investment activities in the

energy sector of Iran.

1.19 NON-ASSIGNMENT

Contractor may not assign, subcontract, or otherwise transfer this agreement without

the express prior written approval of the Calhoun County Purchasing Department.

1.20 SUBCONTRACTS

No subcontract shall be entered into by the Contractor with any other party to furnish any

of the material/service specified herein without the advance written approval of the County.

All subcontracts shall comply with Federal and State laws and regulations which are

applicable to the services covered by the subcontract and shall include all the terms and

conditions set forth herein which shall apply with equal force to the subcontract, as if the

subcontractor were the Contractor referred to herein. The Contractor is responsible for

contract performance whether or not subcontractors are used. The County shall not

unreasonably withhold approval and shall notify the Contractor of the County's position

within 15 days of receipt of written notice by the Contractor.

1.21 PRIME CONTRACTOR RESPONSIBILITIES - SUBCONTRACTING

The selected contractor will be required to assume responsibility for all services offered in

the proposal whether or not parts of the contract are subcontracted. Further, the County

will consider the selected contractor to be the sole point of contact with regard to

contractual matters, including payment of any and all charges resulting from the contract.

If any part of the work is to be subcontracted, the prime contractor must provide complete

description of work subcontracted and descriptive information about subcontractors'

organization and capabilities. The contractor is totally responsible for adherence by the

subcontractor to all provisions of the contract.

1.22 ASSIGNMENT - DELEGATION

No right or interest in this contract shall be assigned by the contractor without prior written

permission of the County, and no delegation of any duty of Contractor shall be made

without prior written permission of the County. The County shall not unreasonably

withhold approval and shall notify the contractor of the County’s position within 15 days

of receipt of written notice by the Contractor.

1.23 CONTRACT PAYMENT

Payment for the proper performance of services under a contract entered into as a result of

this RFP shall be commensurate with the scheduled progress of the work and shall be made

upon receipt of a detailed invoice for payment. A separate invoice shall be issued for each

shipment of material or service performed, and no payment shall be issued prior to receipt

of material or service and correct invoice.

1.24 LENGTH OF CONTRACT

The term of the contract shall be ONE year, or for the duration of time necessary to

complete the work as described in the Scope of Work section. The County reserves the

right to delay the commencement of this contract for the purposes of allowing the County

and/or the Contractor sufficient time to make the proper preparations and acclimation in

anticipation of providing the services as referenced herein.

1.25 CANCELLATION

CANCELLATION OF CONTRACT by the County may be for; a) default by the contractor

or b) lack of further need for the service or commodity at the location named in the contract.

Default is defined as the failure of the contractor to fulfill the obligations of their quotation

or contract. In case of default by the contractor, the County may cancel the contract

immediately and procure the articles or services from other sources and hold the contractor

responsible for any excess costs occasioned thereby.

Either the contractor or the County may terminate this agreement with a 120 day written

notification to the other party. In the event the County no longer needs the service or

commodity specified in the contract due to relocation of offices, or lack of funding, the

County may cancel the contract by giving the contractor written notice of such cancellation

30 days prior to the date of cancellation without penalty or fine.

1.26 EXCEPTIONS TO CONTRACT TERMS AND SPECIFICATIONS

The offeror shall clearly identify any proposed deviations from the contract terms or

specifications in the Request for Proposal. Each exception must be clearly defined and

referenced to the proper paragraph in this RFP. The exception shall include, at a minimum,

the offeror’s proposed substitute language and opinion as to why the suggested substitution

will provide equivalent or better service and performance. If no exceptions are noted in

the offeror’s proposal, the County will assume complete conformance with this

specification and the successful offeror will be required to perform accordingly.

1.27 FAIR EMPLOYMENT PRACTICES

Any vendor engaged in this contract shall conform to Public Act 453, 1976, as amended,

"Michigan Civil Rights Act", the Civil Rights Act of 1964, the Equal Opportunity

Employment Act of 1973 inclusive of subsequent amendments and the Federal

Rehabilitation Act of 1973, Section 504.

1.28 DISADVANTAGED BUSINESS ENTERPRISE

Disadvantaged Business Enterprises (minority or woman owned businesses) will be

afforded full opportunity to submit proposals in response to this invitation and will not be

discriminated against on the grounds of race, color, creed, sex or national origin in

consideration for an award. It is the policy of the City that disadvantaged business

enterprises and minority business enterprises have an opportunity to participate at all levels

contracting in the performance of City contracts to the extent practical and consistent with

efficient performance of the contract.

1.29 FEDERAL, STATE, LOCAL LAWS

All respondents will comply with all Federal, State and Local laws, ordinances, rules and

regulations relative to conducting business with Calhoun County Government, Michigan

performing the prescribed service. Ignorance on the part of the respondent shall not, in any

way, relieve the respondent from responsibility for compliance with said laws and

regulations or any of the provisions of these documents.

2.0 SCOPE OF PROJECT

Qualified contractors will be required to provide the following material and services:

2.1 Contractor must provide two workers (per truck) and a truck with the correct

Gross Vehicle Weight and two ton asphalt hauling capacity minimum. No trailers

will be allowed. The truck’s GVW must be rated sufficient to handle required

equipment plus the two tons of asphalt material. All Contractor trucks used for pot

hole patching must be registered under the FMCSA and have USDOT Numbers

on both sides of the truck required for commercial use.

2.3 The Contractor’s truck drivers must possess the required licensing necessary to

operate the specified vehicles.

2.4 Contractors must provide all tools and equipment necessary to patch potholes

including, but not limited to, shovels, lutes, leaf blowers, brooms, and hand tamps.

All equipment must be secured to the truck during transport.

2.5 CCRD will provide and deliver hot or cold asphalt material to a central staging area

at the County expense. Contractor must pick up material at the location designated

by the CCRD.

2.6 All vehicles used shall be equipped with a tarp or piece of carpet to cover the asphalt

to keep it hot.

2.7 All Contractor vehicles, crews, and equipment shall conform to applicable federal

regulations for working in the road or road right of way and shall comply with all

related MIOSHA safety regulations and requirements

2.8 All Contractor crew members must wear work boots, long pants, and a class three

vest or shirt at all times.

2.9 All Contractor vehicles used for patching potholes shall be equipped with multi-

flashing beacons that must be visible 360 degrees and backup alarms.

2.10 The County does not guarantee a specific number of projects or work crew hours

to be assigned to the Contractor.

2.11 The Contractor shall keep a daily log of patching operations to include hours

worked at each location and the quantity of material used and shall provide

CCRD with a copy of this log on a daily basis. The contractor shall also provide

names and phone numbers of responsible persons who can be reached at any time

by CCRD. The supervisor of the contractor's personnel will be responsible for the

completion of the daily log naming the person performing the work. CCRD will

monitor progress and perform daily inspections. Work will be evaluated for

quality and consistency. Any work not meeting the above mentioned standards

and specifications will be corrected at the contractor’s expense.

3.0 STANDARD OPERATING PROCEDURES

3.1 All holes will be cleaned of all debris with a leaf blower. All debris will be blown

off from the traveling roadway. All large chunks of blacktop must be removed

and dumped back at the yard where you are getting material for the day.

3.2 All holes with a diameter of three inches or larger will be patched. All shell outs

deeper than one inch will be patched.

3.3 All patches will be compacted with the truck wheels or a hand tamp. All holes

will be left flush with the road surface.

3.4 When shoveling blacktop out of the trucks, any blacktop that is spilled on the

roadway must be cleaned up

3.5 When patching roads, you are required to patch one lane at a time going with

traffic on all roads.

3.6 Road Department staff will give Contractor crews a list of roads to patch every

morning. Crews will be required to return the list of completed roads to Road

Department staff daily at the end of every shift.

3.7 Road Department staff will be working Monday through Friday-7:00 A.M till

3:30-4:00 P.M. at the latest to start the patching season but scheduled work

hours may be adjusted as it gets lighter in the mornings.

3.8 Road Department staff will notify work crews as to that day’s job staging site

every morning to get checked in and to get loaded

3.9 Contractor work crews will not be required to put out road signs because crews

are a moving operation. All vehicle hazard lights must be working at all times

when on the job.

3.10 Patching activity will be called off for the day when the road surface is wet or

weather conditions are not conducive to patching pot holes.

3.11 Where possible porta potties will be placed at work staging site for the use of

Contractor work crews

3.12 Safety inspections will be conducted by Road Department staff prior to loading

Contractor’s trucks each morning. Trucks that do not pass inspections will be

warned and given an appropriate amount of time for repairs or trucks may be

suspended from patching based upon the severity of the defect.

3.13 The Road Department and the Contractor’s crews will use environmentally

approved release agents for spraying off equipment surfaces and cleaning tools.

3.14 The County does not provide a guaranteed amount of pot hole patching projects,

days or hours for each work crew. The Road Department reserves the right to

limit the time or amount of patching required by contractor or per crew at any

point in the patching season.

4.0 STATEMENT OF QUALIFICATIONS

Statements of Qualifications must include the following:

4.1 List your company’s legal name, address, and telephone number. Include parent

company information if applicable.

4.2 How long has your company been in the business of applying bituminous

materials?

4.3 Provide at least three references for work on county road construction projects

including name, phone number, and email address.

4.4 How many employees do you have?

4.5 Provide a list of equipment that could be used for each assigned project.

4.6 State you concurrence with the requirement to follow GVW restrictions and how

your vehicles will comply

4.7 Provide a safety plan which confirms your understanding of the safety requirements

for your workers and equipment and states how you will maintain compliance

including drivers with the proper license.

4.8 Concluding Statement: The Contractor should state the reasons in requesting

consideration for providing the County with patching services. (The Contractor

may include a maximum of one page of additional information not included above,

if it is deemed useful and applicable to this project.)

4.9 Statement of Qualifications must be signed and dated by authorized representative.

4.10 Provide your fixed hourly rate for a 2 person crew, truck, tools, and equipment

necessary to perform the work. Lunch breaks will not be allowed in the hourly rate.

4.11 List in your statement of qualifications which County you are requesting to become

qualified to patch potholes in.

5.0 EVALUATION CRITERIA

A number of factors will influence the County’s decision in awarding this contract. In

addition to cost considerations, final proposals will be evaluated on the basis of the

following factors, not necessarily in order of importance:

5.1 Qualifications of firm

5.2 References for work on comparable county road construction projects

5.3 Vehicle & Equipment list (statement of compliance with GVW restrictions)

5.4 Safety Plan

5.5 Hourly rate

5.6 Concluding Statement

5.7 Completeness and responsiveness of Contractor’s Statement of Qualification

Bid TabulationRFP#126-21 Pothole Patching

COMPANY RATE PER HOUR Proposed crewsNEXT GENERATION 95$ 6ALL WEATHER 100$ 4GUTTERS R US 100$ 2DIAMOND CUT 103$ 2GARDNER BROS 110$ 2READY SET GROW 110$ ASPHALT SOLUTIONS $120-175

EVALUATION MATRIXPot Hole Patching RFQ#126-21 Aaron Beemer

READY SET GROW ALL WEATHER ASPHALT SOLUTION DIAMOND CUT GARNER BROS

Qualification of Firm (0-10) 7 10 7 8 7References Comparable Work (0-25) 15 24 14 23 24Vehicle & Equipment (0-20) 6 15 16 17 18Safety Plan (0-10) 6 6 5 6 6Houry Rate (0-20) 9 17 2 11 9Concluding Statements (0-5) 3 3 2 4 4Completeness of Response (0-5) 3 4 4 5 5TOTAL POINTS 100 49 79 50 74 73

RANK

#1 Next Gen #6 Asphalt Solutions

#2 All Weather #7 Ready Set Grow

#3 Diamond Cut

#4 Gardner Bros

#5 Gutters R Us

EVALUATION CRITERIA POINTSBIDDERS

GUTTERS R US NEXT GENERATION

8 921 2412 176 6

17 203 45 5

72 85

Proposal All Weather Construction

Owner: Brian Buchanan (517) 331-1303

29951 H. Drive North Albion, Ml 49224

Proposal Submitted Jo:

Administrative Services, Purchasing Division, County Building, 315 West Green Street, Marshall, Ml 49068.

CALHOUN COUNTY POTHOLE PATCHING Bid Information Bid Number: RFQ#126-21 Description: Pothole Patching

We Hereby Submit Specifications and Bid for Pothole Patch

Proposal for Calhoun County: 1.) Provide four (4) Dually trucks with the ability for hauling two-tons of asphalt, tools,

and crews. GVWR 14,200 concurs with legal hauling capacity. Trucks are registered with

FMCSA and have USDOT Numbers are on both sides required for commercial use. All

drivers have the correct licensing to drive commercial trucks.

2.) Provide all tools and equipment necessary to patch potholes including, but not limited

to, hotbox, shovels, lutes, leaf blowers, brooms, hand tamps, class 3 safety vests,

steel-toed boots, masks, and environment-safe cleaning fluid.

3.) All vehicles used shall be equipped with safety beacons that must be visible 360

degrees, backup alarms, and Hotbox or a tarp or carpet to keep asphalt hot for V-box.

4.) Provide a daily log of patching operations to include hours worked at each location

and the quantity of material used.

We hereby propose to furnish tools and labor, complete in accordance with the above specifications, for the sum of ($100.00 per hourly rate)

BRIAN BUCHANAN: D . .A¼n f:> w.L.,, date ( 0 - O - )_ \

Authorized Signature: date All material is guaranteed to be as specified. All work is to be completed in a workmanlike manner according to standard practices.

Statements of Qualifications

4.1 All Weather Construction is owned and operated by Brian Buchanan. We are a family

owned business located at 29951 H. Drive North, Albion MI 49224. Phone number:

517.331.1303

4.2 Owner, Brian Buchanan has worked with bituminous materials, concrete, and an unlimited

amount and variety of building materials for over 20 years. Including pothole patching for

Jackson County and Calhoun County. All Weather Construction was founded in 2005. Brian is

also state licensed as a Builder, Building Inspector and Plan and Review.

4.3 References:

1. Lee Chamberlain Phone: 1.517.812.9488 [email protected]

2. Wendy Chamberlain Phone: 1.517.630.1326 [email protected]

3. Jim Couling Phone: 1.517.740.1926 [email protected]

4.4 AWC has 14 + seasonal employees

4.5 and 4.6 All the equipment that will be used for this bid including, but are not limited to:

Dually Trucks that meet GVWR standards and are able to haul two tons, equipped with multiple

safety beacons, back-up beacons, tarp, shovels, leaf blowers, brooms, environmentally safe

spray, lutes, and hand tamps. Hotboxes that hold two tons of material. Employees are required

to wear class 3 safety vests, masks when necessary, and steel-toed boots.

AWC Contractor’s safety program is aligned with MIOSHA’s recommended procedures and full

liability insurance to cover damage and claims. AWC shall be state compliance with signage and

traffic control in accordance with the Michigan Manual of Uniform Traffic Control Devices, Part 6.

4.7 Employee Safety Expectations:

● Drivers will hold a State of Michigan current driver’s license applicable to drive

commercial trucks.

● Crews are required to wear safety vests, boots, long pants, masks, or face coverings

where needed.

● Crews are trained in flagging and know to call onsite county supervisors for assistance if

curves or hills are too dangerous.

● Crews are expected to stay in their lane not crossing the centerline. When patching

roads, crews are required to patch one lane at a time going with traffic on all roads.

Daily Truck Inspections:

All Weather Construction completes evening and daily inspections of all

vehicles.

● Every evening after crews return back to All Weather Construction, owners drive the

trucks to fill the gas tanks and to inspect any problems, such as but not limited to,

steering, brakes, suspension, tires, and all lights.

● All fluids are checked, including transmission, engine oil, power steering, antifreeze, and

brake fluid.

● All lights are checked, including extra LED flashers that are located on the back, front, and

top of the trucks. Blinkers are checked, hazards, brake lights, headlights, and back-up alarms.

● All equipment is checked, including the tamper, shovels, v-boxes, tarps, lutes, and leaf

blowers, gloves, hotbox, etc

4.8 In conclusion, All Weather Construction is family-owned and family-run. As a local company,

driving on smooth roads is a major concern and an important factor in keeping vehicle

maintenance low and drivers safe. Hiring us, a local company, for patching potholes will ensure

and guarantee quality work.

4.9 -4.11 See top Proposal

1

CALHOUN COUNTY REQUEST FOR QUALIFICATIONS

POT HOLE PATCHING SERVICES RFQ#126-21 CONTRACT FOR PROFESSIONAL SERVICES

1.1 THIS AGREEMENT, is made and entered into by and between the County of Calhoun, a political subdivision of the State of Michigan, (hereinafter referred to as "County"), and All Weather Construction, located at 29951 H Drive North, Albion, MI 49224, (hereinafter referred to as "Contractor").

WHEREAS, County desires to contract with Contractor for special services which consist of pothole repair services; and WHEREAS, Contractor is specially trained, experienced, and competent to perform such services in connection with pothole repairs services; and WHEREAS, the parties desire to set forth herein the terms and conditions under which said services shall be furnished. NOW, THEREFORE, in consideration of the mutual covenants and promises herein contained, the parties hereby agree as follows: 1.2 SCOPE OF SERVICES

1.2.1 Contractor shall provide all labor, materials, tools, equipment and incidentals needed to provide pothole repair services in accordance with the terms and conditions stated herein, and any specifically referenced attachments hereto. Contractors services include, but are not limited to, the following:

1.2.2 Pothole repair services on roads located within Calhoun County. The following exhibits are specifically incorporated by reference, attached hereto, and made a part hereof, except when in conflict with this Agreement or modified herein: 1.2.2.1 Exhibit A - County Request for Qualifications -Pothole Repair Services-RFQ#126-21. 1.2.2.2 Exhibit B - Contractors Responding Statement of Qualifications 1.2.2.3 Exhibit C - Scope of Services 1.2.2.4 Exhibit D - Pricing Sheet 1.2.2.4 Attachment A - Non-Collusion Affidavit 1.2.2.5 Attachment B- Certificate of Authorization for Contract Execution

1.3 NOTICES

All notices, requests, demands or other communications under this Agreement shall be in writing. Notice shall be sufficiently given for all purposes as follows: 1.3.1 Personal Delivery. When personally delivered to the recipient, notice is effective upon delivery.

Calhoun County Purchasing RFQ#126-21 Contract

2

1.3.2 First Class Mail. When mailed first class to the last address of the recipient known to the party giving notice, notice is effective three mail delivery days after deposit in a United States Postal Service office or mailbox. 1.3.3 Certified Mail. When mailed by certified mail, return receipt requested, notice is effective upon receipt, if delivery is confirmed by a return receipt. 1.3.4 Overnight Delivery. When delivered by an overnight delivery service, charges prepaid or charged to the sender’s account, notice is effective on delivery, if delivery is confirmed by the delivery service. Information for notice to the parties to this Agreement at the time of endorsement of this Agreement is as follows:

County of Calhoun Bradley J. Wilcox, Assistant County Administrator Calhoun County Administration 315 Green Street Marshall, MI 49068 (269) 781-0798

Contractor Name All Weather Construction Contractor Address 29951 H Drive North City, State, Zip Albion, MI, 49224 Phone Number 517-331-1303

Any party may change its address by giving the other party notice of the change in any manner permitted by this Agreement.

1.4 EQUAL OPPORTUNITY

The Contractor agrees to abide by the provisions of Executive Order 79-4, the Elliott-Larsen Civil Rights Act, as amended, being 1976 PA 453, MCL 372.101 et seq., and all other pertinent federal, state and local fair employment practices and equal opportunity laws, and specifically agrees and covenants not to discriminate against an employee or applicant for employment with respect to hire, tenure, terms, conditions, or privileges of employment, or a matter directly or indirectly related to employment, because of race, color, religion, national origin, age, sex, height, weight, marital status, or a handicap that is unrelated to the individual’s ability to perform the duties of a particular job or position. A breach of this covenant shall be regarded as a material breach of the contract.

1.5 LEGAL STATUS OF BIDDER

The bidder shall indicate the legal status of the business firm by filling in the appropriate section below and by striking out the two nonapplicable sections.

Calhoun County Purchasing RFQ#126-21 Contract

3

1.5.1 An INDIVIDUAL whose signature is affixed to this contract doing business under the name of: ______________________________

REGISTRATION NUMBER: _____________________ 1.5.2 A PARTNERSHIP doing business under the firm name of: All of the members of which are as follows: NAME: ____________________________

ADDRESS: _____________________________ REGISTRATION NUMBER:__________________ 1.5.3 A CORPORATION duly organized and doing business under the laws of the State of __________________________________ REGISTRATION NUMBER: __________________ 1.6 INSTRUCTIONS FOR EXECUTING CONTRACT 1.6.1 If the bidder is an INDIVIDUAL, the trade name, if applicable, shall be indicated in the contract

signed by such individual. If signed by anyone other than the bidder, there shall be attached to the contract a duly authenticated Power-of-Attorney, evidencing the signer's authority to execute such a contract for and in behalf of the individual.

1.6.2 If the bidder is operating as a PARTNERSHIP, each partner shall sign the contract. If the

contract is not signed by each partner, there shall be attached to the contract a duly authenticated Power-of-Attorney evidencing the signer's or signers' authority to sign such contract for and in behalf of the partnership.

1.6.3 If the bidder is a CORPORATION the Certificate of Authorization for Contract Execution

(attached) shall be completed in full. 1.7 INDEMNIFICATION AND HOLD HARMLESS

To the fullest extent permitted by law, the contractor agrees to defend, pay on behalf of, indemnify, and hold harmless Calhoun County, its elected and appointed officials, employees, and volunteers, and others working on behalf of Calhoun County against any and all claims, demands, suits, or loss, including all costs connected therewith, and for any damages which may be asserted, claimed, or recovered against or from Calhoun County, its elected and appointed officials, employees and volunteers, and others working on behalf of Calhoun County by reason of personal injury, including

Calhoun County Purchasing RFQ#126-21 Contract

4

bodily injury or death and/or property damage, including loss of use thereof, which arises out of or is in any way connected or associated with this Contract. The Contractor will not be liable for any damages arising out of an act of negligence by the County, its elected and appointed officials, employees, and volunteers, and others working on its behalf.

1.8 RIGHTS AND REMEDIES

No provision in this document or in the Contractor's proposal shall be construed, expressly or by implication as a waiver by either party of any existing or future right and/or remedy available by law in the event of any claim or default or breach of contract. The failure of either party to insist upon the strict performance of any term or condition of the contract or to exercise or delay the exercise of any right or remedy provided in the contract, or by law, or the acceptance of materials or services, obligations imposed by this contract or by law, and shall not be deemed a waiver of any right of either party to insist upon the strict performance of the contract.

1.9 WARRANTIES

Contractor warrants that all material or service delivered under this contract shall conform to the specifications of this contract. Mere receipt of shipment of the material or service specified and any inspection incidental thereto by the County, shall not alter or affect the obligations of the Contractor or the rights of the County under the foregoing warranties. Additional warranty requirements may be set forth in this document.

1.10 QUALITY OF SERVICE

Contractor shall perform its services with care, skill, and diligence, in accordance with the applicable professional standards currently recognized by such profession, and shall be responsible for the professional quality, technical accuracy, completeness, and coordination of all reports, designs, drawings, plans, information, specifications, and/or other items and services furnished under this Agreement. Contractor shall, without additional compensation, correct or revise any errors or deficiencies immediately upon discovery in its reports, drawings, specifications, designs, and/or other related items or services

1.11 INSURANCE REQUIREMENTS

The successful contractor shall not commence work under this contract until he/her has obtained the insurance required under this paragraph and provided copies to the Calhoun County Purchasing Department. All coverage shall be with insurance companies licensed and admitted to do business in the State of Michigan. All coverages shall be with insurance carriers acceptable to Calhoun County.

1.11.1 Workers’ Compensation Insurance: The Contractor shall procure and maintain during the life

of this contract, Workers’ Compensation Insurance, including Employers’ Liability Coverage, in accordance with all applicable statutes of the State of Michigan.

Calhoun County Purchasing RFQ#126-21 Contract

5

1.11.2 Commercial General Liability Insurance: The Contractor shall procure and maintain during the life of this contract, Commercial General Liability Insurance on an “Occurrence Basis” with limits of liability not less than $ 300,000 per occurrence and/or aggregate combined single limit, Personal Injury, Bodily Injury, and Property Damage. Coverage shall include the following extensions: (A) Contractual Liability; (B) Products and Completed Operations; (C) Independent Contractors Coverage; (D) Broad Form General Liability Extensions or equivalent; (E) Deletion of all Explosion, Collapse, and Underground (XCU) Exclusions, if applicable.

1.11.3 Motor Vehicle Liability: The Contractor shall procure and maintain during the life of this

contract Motor Vehicle Liability Insurance, including Michigan No-Fault Coverages, with limits of liability not less than $ 300,000 per occurrence combined single limit, Bodily Injury, and Property Damage. Coverage shall include all owned vehicles, all non-owned vehicles, and all hired vehicles.

1.11.4 Additional Insured: Commercial General Liability and Motor Vehicle Liability Insurance, as

described above, shall include and endorsement starting that the following shall be Additional Insureds: The Calhoun County, all elected and appointed officials, all employees and volunteers, all boards, commissions, and/or authorities and board members, including employees and volunteers thereof.

1.11.5 Cancellation Notice: Workers’ Compensation Insurance, Commercial General Liability

Insurance, and Motor Vehicle Liability Insurance, as described above, shall include an endorsement stating the following: “It is understood and agreed that Thirty (30) days Advance Written Notice of Cancellation, Non-Renewal, Reduction, and/or Material Change shall be sent to: (Purchasing Department, Calhoun County, 315 West Green Street, Marshall, MI 49068).

1.11.6 If any of the above coverages expire during the term of this contract, the Contractor shall deliver

renewal certificates and/or policies to Calhoun County at least ten (10) days prior to the expiration date. Include current certificates of insurances with your proposal. The successful contractor may be required to have the County added as an additional insured to their insurance policy.

1.12 TAXES

Except as may be otherwise provided in the RFP, the County is exempt from Federal Excise and State Sales Tax, and such taxes shall not be included in the bid process. Federal Exemption Certificates will be furnished if so requested.

1.13 GRATUITIES

The County may, by written notice to the Contractor, cancel this contract if it is found that gratuities, in the form of entertainment, gifts or otherwise, were offered or given by the contractor or any agent or representative of the Contractor, to any officer or employee of the County amending, or making any determinations with respect to the performing of such contract.

Calhoun County Purchasing RFQ#126-21 Contract

6

1.14 DISCLOSURE

1.14.1 All information in proposals received is subject to disclosure under the provisions of MCL 15.231 et seq, known as the "Freedom of Information Act". This Act also provides for the complete disclosure of contracts and attachments thereto.

1.14.2 If a person believes that any portion of a proposal, bid, offer, specification, protest or

correspondence contains information that should be withheld, then the Purchasing Department should be so advised in writing (price is not confidential and will not be withheld). The County shall review all requests for confidentiality and provide a written determination. If the confidential request is denied, such information shall be disclosed as public information.

1.15 PRIME CONTRACTOR RESPONSIBILITIES - SUBCONTRACTING

The selected contractor will be required to assume responsibility for all services offered in the proposal whether or not parts of the contract are subcontracted. Further, the County will consider the selected contractor to be the sole point of contact with regard to contractual matters, including payment of any and all charges resulting from the contract. If any part of the work is to be subcontracted, the prime contractor must provide complete description of work subcontracted and descriptive information about subcontractors' organization and capabilities. The contractor is totally responsible for adherence by the subcontractor to all provisions of the contract.

1.16 INDEPENDENT CONTRACTOR

1.16.1 It is clearly understood that each party shall act in its individual capacity and not as an agent, employee, partner, joint venturer, or associate of the other. An employee or agent of one party shall not be deemed or construed to be the employee or agent of the other party for any purpose whatsoever.

1.16.2 Contractor shall not be entitled to compensation in the form of salaries, or to paid vacation or

sick days by the County, and that such days do not accumulate for the use of same at a later date. 1.16.3 The County will not provide any insurance coverage to Contractor, including Workmen's

Compensation coverage. The Contractor is advised that taxes or social security payments shall not be withheld from a County payment issued hereunder and that Contractor should make arrangements to directly pay such expenses, if any.

1.17 PERSONNEL

Contractor represents that it has, or will secure at its own expense, all personnel required in performing the services under this Agreement. All of the services required hereunder will be performed by Contractor or under its supervision, and all personnel engaged in the work shall be qualified to perform such services.

Calhoun County Purchasing RFQ#126-21 Contract

7

1.18 NON-ASSIGNMENT The contractor may not assign, subcontract, or otherwise transfer this agreement without the express

prior written approval of the County. 1.19 SUBCONTRACTS

No subcontract shall be entered into by the Contractor with any other party to furnish any of the material/service specified herein without the advance written approval of the County. All subcontracts shall comply with Federal and State laws and regulations which are applicable to the services covered by the subcontract and shall include all the terms and conditions set forth herein which shall apply with equal force to the subcontract, as if the subcontractor were the Contractor referred to herein. The Contractor is responsible for contract performance whether or not subcontractors are used. The County shall not unreasonably withhold approval and shall notify the Contractor of the County's position within 15 days of receipt of written notice by the Contractor.

1.20 ASSIGNMENT - DELEGATION

No right or interest in this contract shall be assigned by the contractor without prior written permission of the County, and no delegation of any duty of Contractor shall be made without prior written permission of the County. The County shall not unreasonably withhold approval and shall notify the contractor of the County’s position within 15 days of receipt of written notice by the Contractor.

1.21 COMPENSATION

County agrees to pay Contractor an hourly rate of one hundred dollars ($100.00) per hour for hours actually engaged in the performance of such work, as are more specifically set forth under Section “SCOPE OF SERVICES”, whether said work be performed at County premises or elsewhere, but such compensation shall not be paid for time necessary to travel from Contractors location to County premises. This fee includes, but is not limited to, Contractors time on-site, preparation time associated with this Agreement, and all out-of-pocket expenses. No other fees or expenses of any kind shall be paid to Contractor in addition to those rates or expenses listed herein. Any and/or all payments made under this Agreement shall be paid by check, payable to the order of the Contractor and be mailed to Contractor at:

Name: ALL WEATHER CONSTRUCTION Address: 29951 H DRIVE NORTH City/State/Zip: ALBION MI 49224 Contractor may request that County mail the check to Contractor to such other address as Contractor may from time to time designate to County. Such request must be made in writing in accordance with the procedures as outlined under Section “NOTICES”.

Calhoun County Purchasing RFQ#126-21 Contract

8

1.22. TERMS OF PAYMENT

Payment shall be only for full and complete satisfactory performance of the services required to be provided herein and as set forth under Section "SCOPE OF SERVICES." Payment shall be made in the following manner:

1.22.1 Contractor shall submit monthly itemized invoices, or alternate documentation as deemed appropriate in advance by County, for services it has provided and for the amount owed under this Agreement. In addition to the invoices submitted by the Contractor for payment, Contractor must complete and submit a W-9 form to the County at the address indicated under Section “NOTICES” of this Agreement. 1.22.2 Each invoice or approved alternate documentation must include: 1.22.2.1 Detail by task the service performed by Contractor. 1.22.2.2 Detail the daily number of hours attributed to each task. 1.22.2.3 The cumulative cost for all tasks performed to date. 1.22.3 Provide any additional information and data requested by County as deemed necessary by County to properly evaluate or process Contractors claim. 1.22.4 Upon approval by County, the fee due hereunder shall be paid to Contractor within thirty (30) days following receipt of a proper invoice. 1.23 CONDITION SUBSEQUENT/NON-APPROPRIATION OF FUNDING

The compensation paid to CONTRACTOR pursuant to this Agreement is based on COUNTY’S continued appropriation of funding for the purpose of this Agreement, as well as the receipt of local, county, state and/or federal funding for this purpose. The parties acknowledge that the nature of government finance is unpredictable, and that the rights and obligations set forth in this Agreement are therefore contingent upon the receipt and/or appropriation of the necessary funds. In the event that funding is terminated, in whole or in part, for any reason, at any time, this Agreement and all obligations of the COUNTY arising from this Agreement shall be immediately discharged. COUNTY agrees to inform CONTRACTOR no later than ten (10) calendar days after the COUNTY determines, in its sole judgment, that funding will be terminated and the final date for which funding will be available. Under these circumstances, all billing or other claims for compensation or reimbursement by CONTRACTOR arising out of performance of this Agreement must be submitted to COUNTY prior to the final date for which funding is available. In the alternative, COUNTY and CONTRACTOR may agree, in such circumstance, to a suspension or modification of either party's rights and obligations under this Agreement. Such a modification, if the parties agree thereto, may permit a restoration of previous contract terms in the event funding is reinstated. Also in the alternative, the COUNTY may, if funding is provided to the COUNTY in the form of promises to pay at a later date, whether referred to as “government warrants”, “IOUs”, or by any other name, the COUNTY may, in its sole discretion, provide similar promises to pay to the CONTRACTOR, which the CONTRACTOR hereby agrees to accept as sufficient payment until cash funding becomes available.

Calhoun County Purchasing RFQ#126-21 Contract

9

1.24 PRICING CONDITIONS

County agrees to pay Contractor for all services required herein as prescribed, fixed at the submitted pricing, which shall include reimbursement for all expenses incurred. No other expenses shall be paid to Contractor without formal approval of the County’s Board of Commissioners or its authorized agent. In no event shall the total services to be performed hereunder exceed $250,000.00. County shall not be responsible for any charges or expenses incurred by Contractor, his/her agents, employees or independent Contractors, other than those listed herein, in connection with the performance of services hereunder unless authorized in advance in writing by County.

1.25 CONTRACT PAYMENT

Payment for the proper performance of services under a contract entered into as a result of this RFQ shall be commensurate with the scheduled progress of the work and shall be made upon receipt of a detailed invoice for payment. A separate invoice shall be issued for each shipment of material or service performed, and no payment shall be issued prior to receipt of material or service and correct invoice.

1.26 LENGTH OF CONTRACT

The term of this Agreement shall commence on the 2nd day of December, 2021 and continue until the 30th day of September, 2022 unless sooner terminated in accordance with the sections entitled “TERMINATION FOR CONVENIENCE” or “TERMINATION FOR CAUSE”, as set forth elsewhere in this Agreement.

1.27 TERMINATION FOR CONVENIENCE

This Agreement, notwithstanding anything to the contrary herein above or hereinafter set forth, may be terminated by County at any time without cause or legal excuse by providing the other party with thirty (30) calendar days written notice of such termination. Upon effective date of termination, County shall have no further liability to Contractor except for payment for actual services incurred during the performance hereunder. Such liability is limited to the time specified in said notice and for services not previously reimbursed by County. Such liability is further limited to the extent such costs are actual, necessary, reasonable, and verifiable costs and have been incurred by Contractor prior to, and in connection with, discontinuing the work hereunder.

1.28 TERMINATION FOR CAUSE

The County may terminate this Agreement and be relieved of making any payments to Contractor, and all duties to Contractor should the Contractor fail to perform any material duty or obligation of the Agreement. Notice shall be given as otherwise provided herein. In the event of such termination the County may proceed with the work in any manner deemed proper by the County. All costs to the County shall be deducted from any sum otherwise due the Contractor and the balance, if any, shall be paid to the

Calhoun County Purchasing RFQ#126-21 Contract

10

Contractor upon demand. Such remedy is in addition to such other remedies as may be available to the County provided by law.

1.29 MODIFICATION OF THE AGREEMENT

Notwithstanding any of the provisions of this Agreement, the parties may agree to amend this Agreement. No alteration or variation of the terms of this Agreement shall be valid unless made in writing and signed by the parties hereto. No oral understanding or agreement not incorporated herein shall be binding on any of the parties hereto.

1.30 ENTIRE AGREEMENT

This Agreement and any additional or supplementary document or documents incorporated herein by specific reference contain all the terms and conditions agreed upon by the parties hereto, and no other contracts, oral or otherwise, regarding the subject matter of this Agreement or any part thereof shall have any validity or bind any of the parties hereto

1.31 SEVERABILITY

If a court of competent jurisdiction holds any provision of this Agreement to be illegal, unenforceable or invalid, in whole or in part, for any reason, the validity and enforceability of the remaining provisions, or portion of them, will not be affected. Compensation due to Contractor from the County may, however, be adjusted in proportion to the benefit received despite the removal of the effected provision.

1.32 LAWS, LICENSES, PERMITS AND REGULATIONS

Contractor and County agree to comply with all State laws and regulations that pertain to construction, health and safety, labor, minimum wage, fair employment practice, equal opportunity, and all other matters applicable to Contractor and County, their sub-grantees, Contractors, or sub-Contractor, and their work. Contractor shall possess and maintain all necessary licenses, permits, certificates and credentials required by the laws of the United States, the State of Michigan, County of Calhoun and all other appropriate governmental agencies, including any certification and credentials required by County. Failure to maintain the licenses, permits, certificates, and credentials shall be deemed a breach of this Agreement and constitutes grounds for the termination of this Agreement by COUNTY

1.33 APPLICABLE LAW; VENUE

All parties agree that this Agreement and all documents issued or executed pursuant to this Agreement as well as the rights and obligations of the parties hereunder are subject to and governed by the laws of the State of Michigan in all respects as to interpretation, construction, operation, effect and performance. No interpretation of any provision of this Agreement shall be binding upon County unless agreed in writing by County and counsel for County. Notwithstanding any other provision of this Agreement, any disputes concerning any question of fact or law arising under this Agreement or any litigation or

Calhoun County Purchasing RFQ#126-21 Contract

11

arbitration arising out of this Agreement, shall be tried in Calhoun County, unless the parties agree otherwise or are otherwise required by law.

1.34 REMEDY FOR BREACH AND RIGHT TO CURE

Notwithstanding anything else in this Agreement to the contrary, if Contractor fails to perform any obligation of this Agreement, the County may itself perform, or cause the performance of, such agreement or obligation. In that event, Contractor will, on demand, fully reimburse County for all such expenditures. Alternatively, County, at its option, may deduct from any funds owed to Contractor the amount necessary to cover any expenditures under this provision. This is in addition to any other remedies available to the County by law or as otherwise stated in this Agreement.

1.35 CONFLICT OF INTEREST

Contractor covenants that it presently has no interest and shall not acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance of this Agreement. Contractor shall ensure that no conflict of interest exists between its officers, employees, or sub-Contractors, and the County. Contractor shall ensure that no County officer or employee in a position that enables them to influence this Agreement will have any direct or indirect financial interest resulting from this Agreement. Contractor shall ensure that no County employee shall have any relationship to the Contractor or officer or employee of the Contractor, nor that any such person will be employed by Contractor in the performance of this Agreement without immediate divulgence of such fact to the County

County of Calhoun Contractor By ______________________ By _________________________ Steve Frisbie Chairman, Board of Commissioners _________________________ ____________________________ Dated Dated The contractor may not assign, subcontract, or otherwise transfer this agreement without the express prior written approval of the Calhoun County Purchasing Department.

Calhoun County Purchasing RFQ#126-21 Contract

12

EXHIBIT C

PROFESSIONAL SERVICES POT HOLE PATCHING SERVICES RFQ#126-21

SCOPE OF SERVICES

Scope of Work: Potholes will be routinely scheduled for repair by the CCRD Operations Manager. Hazardous potholes reported to the CCRD by public safety agencies or the public through work requests shall have immediate priority. These potholes will be filled with high performance cold mix if hot mix is not available. Contractors requesting work under the pot hole patching RFQ will be required to enter into a contract for special services. The contract shall include all labor, material, equipment, supervision, delivery, insurance, safety items, and all other related expenses. Calhoun County does not guarantee any minimum amount of work with respect to the agreement. The services will only be required on an as needed basis and shall be provided as delegated by the Calhoun County Road Department’s management staff. Calhoun County will supply the asphalt material to the contractor at no cost to the contractor. Standard Operating Procedure: The procedure for patching potholes on improved streets will be as follows;

1. All holes with a depth greater than one inch or more will be patched. 2. All holes must be cleaned of all debris with a leaf blower. All debris must be blown off the roadway.

All large chunks of blacktop must be removed and dumped back at the loading site where crews are getting materials for that day.

3. When shoveling blacktop out of the trucks, any blacktop that spills on the roadway must be cleaned up.

4. All patches must be compacted with the truck wheels or a hand tamp. All holes will be left flush with the roadway. If the patch is not flush with the roadway it will be removed and re-patched at the Contractor’s expense.

5. When working in the roadway, crews are required to patch one lane at a time. The lane where crews are working must be the same direction as the flow of traffic.

6. Crews will be given a list of roads to patch every morning. Crews are required to return the list of completed roads to CCRD personnel at the end of the workday.

7. The normal workday is expected to be 7:00 A.M. to 4:00 P.M. Schedules will vary based upon weather and other factors determined at the sole discretion of CCRD personnel. Crew billable hours commence when vehicles are lined up for loading at the worksite until the crew returns to the loading site at the end of the day. Crew breaks and travel for purposes not directly associated with patching will be deducted from the work hours.

8. Crews will be supplied with hot mix asphalt when available. 9. When hot mix is not available, crews will be provided with high performance cold mix. All potholes

patched with high performance cold mix on the roadway are to be documented.

Calhoun County Purchasing RFQ#126-21 Contract

13

EQUIPMENT REQUIREMENTS: Contractors working under this agreement will be required to provide each of their crews with the following equipment; 1. Truck with the Gross Vehicle Weight Rating (GVWR) necessary to carry (two) 2 tons of asphalt materials and all related equipment. 2. Two workers per truck. 3. One working leaf blower, two flat shovels, one hand tamp and one blacktop lute per truck. 4. All equipment must be secured to the truck at all times when not in use by crew members. 5. All workers must wear a class 2 vest or shirt and hard hats meeting ANSI Z89.1 Type 1 Class C at all times. All workers must wear work boots and long pants. Crews will be given one warning for not having proper safety equipment before being sent off the work site for a span of time to be determined by the CCRD personnel. 6. All vehicles used for patching pot holes must be equipped with multi-flashing safety beacons that must be visible 360 degrees and backup alarms. 7. Patching vehicles must be equipped with tarps or carpet to keep asphalt hot. 8. The CCRD expects the Contractors to perform vehicle safety checks on a daily basis prior to loading. CCRD personnel will perform safety checks and the CCRD will notify Contractors of equipment and safety defects. The CCRD reserves the right to send crews off the job site pending corrective action by the Contractor. The CCRD reserves the right to suspend the work of Contractors and their crews based upon the seriousness of violations or repeated safety concerns. Contractors will be notified prior any suspension of work. CONTRACTOR QUALIFICATIONS: Due to the scope and specialization of the needed services, Construction Company will be required to possess the following qualifications. 1. The Construction Company shall have the ability to provide the material, labor and equipment necessary to meet the demands for the services required. 2. The Construction Company shall have sufficient capacity to provide the requested services in a cost effective, timely and professional manner. 3. The Construction Company shall abide by all applicable local, state and federal laws and regulations for working in the road right of way and shall comply with all related MI/OSHA safety regulations and requirements. 4. Throughout the term of the contract, the Contractor’s workers, who operate the work vehicles, shall possess a valid chauffeur license with the appropriate commercial driver license (CDL) endorsement, as required by the State of Michigan, based upon the Contractor truck’s GVWR when fully loaded with two (2) tons of asphalt material. 5. Work performed under the terms of this agreement must be on an hourly rate for a 2-person crew, truck, tools and all equipment necessary to perform the work. The contractors shall provide pothole repair services on an as-needed basis as assigned by authorized CCRD personnel and in accordance with the terms and conditions stated herein. 6. Contractor must provide services within two (2) weeks after being notified that pothole patching services are needed. 7. Contractor must provide trucks with the GVWR and capacity required to haul a minimum of two (2) tons of asphalt material. 8. Contractors shall provide all tools and equipment necessary to patch potholes including, but not limited to, shovels, rakes, leaf blowers, brooms, and hand tamps. The CCRD will provide the asphalt material which shall be picked up at a location identified by CCRD personnel. The Contractor will be required to pick up and haul the asphalt material from the location closest to the job site.

Calhoun County Purchasing RFQ#126-21 Contract

14

9. For a degreaser, the CCRD will be using CleanGo which is a biodegradable, plant based, environmentally responsible and non-toxic cleaner. The CCRD recommends that Contractors use a similar environmentally friendly degreaser. When cleaning their tools and equipment. 10. The Contractor shall conduct these road repair operations in a manner that causes minimum obstruction and inconvenience to the public. The Contractor’s shall not park equipment or work in the oncoming lane for traffic. 11. The Contractor shall keep a daily log of the patching operations including personnel names, hours worked at each location and the quantity of asphalt material used. This information shall be provided to the County on a daily basis. The contractor shall also provide a name and phone number of a supervisor who can be reached at any time by the County. The CCRD will monitor the progress and perform daily inspections. Work will be evaluated for quality and consistency. Any work not meeting the above mentioned standards and specifications will be corrected at the contractor’s expense. 12. The Contractor shall abide by all applicable local, state and federal laws and regulations for working in the road right of way and shall also comply with all related MI/OSHA safety regulations and requirements.

Calhoun County Purchasing RFQ#126-21 Contract

15

EXHIBIT D

UNIT PRICE SHEET POTHOLE REPAIR SERVICE

RFQ#126-21

The undersigned proposes to furnish all labor, material, equipment, supervision, delivery, insurance, safety items, and all other related expenses per the attached specification for the price indicated below. The following Unit Price shall be valid through September 30, 2022. Description Hourly Rate: The hourly rate shall include all labor for two crew members, material, equipment, supervision, insurance, safety items, and all other related expenses. The County will provide the asphalt material to Contractors at the County’s expense. Pothole Repair Services Rate Per Hour: $100.00 COMPANY: ALL WEATHER CONSTRUCTION ADDRESS: 29951 H DRIVE NORTH CITY, STATE, ZIP: ALBION, MI, 49224 SIGNATURE: _____________________________________________ TITLE: ______________________________________________ PHONE#: 517-331-1303 FAX#: EMAIL: [email protected]

Calhoun County Purchasing RFQ#126-21 Contract

16

ATTACHMENT A

NON-COLLUSION AFFIDAVIT The bidder, by its officers and authorized agents or representatives present at the time of filing this proposal, being duly sworn on their oaths, say that neither they nor any of them have in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder or with any public officer of such County of Calhoun, Michigan, whereby such affidavit or affiant or either of them has paid or is to pay to such other bidder or public officer any sum of money, or has given or is to give to such other bidder or public office anything of value whatsoever, or such affidavit or affiant or either of them has not directly or indirectly entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached proposal, that no inducement of any form or character other than that which appears on the face of the proposal will be suggested, offered, paid or delivered to any person whomsoever to influence the acceptance of the proposal or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contract sought by this proposal. COMPANY: ______________________________________ BY: ______________________________________

(signature) NAME: ______________________________________

(type or print) TITLE: ______________________________________ _ DATE: ____________________________________________

Calhoun County Purchasing RFQ#126-21 Contract

17

ATTACHMENT B

CERTIFICATE OF AUTHORIZATION FOR CONTRACT EXECUTION This certificate shall be executed by some officer of the Corporation other than the one who signed the foregoing proposal. Before executing, please note the last paragraph of this certificate.

*************** I, _______________________________________, certify that I am the ____________________________of

(Official Corporate Title ) the corporation named contractor herein: that who signed the

foregoing proposal on behalf of said corporation was then of said corporation; that said proposal was duly signed for on behalf of said corporation by authority of its governing body and is within the scope of its corporate powers. SIGNED: ______________________________________ TITLE: ________________________________________ FIRM: _________________________________________ _ DATE: _________________________________________

INCLUDE CORPORATE SEAL OR NOTARIZE BELOW

*************** In lieu of the foregoing certificate, there may be attached to the proposal a copy of that portion of the records of the corporation as will show the official corporate character and authority of the officer signing. Such copy shall be duly certified by the secretary or assistant secretary under the corporate seal to be true copies.

1

CALHOUN COUNTY REQUEST FOR QUALIFICATIONS

POT HOLE PATCHING SERVICES RFQ#126-21 CONTRACT FOR PROFESSIONAL SERVICES

1.1 THIS AGREEMENT, is made and entered into by and between the County of Calhoun, a political subdivision of the State of Michigan, (hereinafter referred to as "County"), and Diamond Cut Lawn and Snow, LLC, located at 6929 Calhoun Road, Albion, MI 49224, (hereinafter referred to as "Contractor").

WHEREAS, County desires to contract with Contractor for special services which consist of pothole repair services; and WHEREAS, Contractor is specially trained, experienced, and competent to perform such services in connection with pothole repairs services; and WHEREAS, the parties desire to set forth herein the terms and conditions under which said services shall be furnished. NOW, THEREFORE, in consideration of the mutual covenants and promises herein contained, the parties hereby agree as follows: 1.2 SCOPE OF SERVICES

1.2.1 Contractor shall provide all labor, materials, tools, equipment and incidentals needed to provide pothole repair services in accordance with the terms and conditions stated herein, and any specifically referenced attachments hereto. Contractors services include, but are not limited to, the following:

1.2.2 Pothole repair services on roads located within Calhoun County. The following exhibits are specifically incorporated by reference, attached hereto, and made a part hereof, except when in conflict with this Agreement or modified herein: 1.2.2.1 Exhibit A - County Request for Qualifications -Pothole Repair Services-RFQ#126-21. 1.2.2.2 Exhibit B - Contractors Responding Statement of Qualifications 1.2.2.3 Exhibit C - Scope of Services 1.2.2.4 Exhibit D - Pricing Sheet 1.2.2.4 Attachment A - Non-Collusion Affidavit 1.2.2.5 Attachment B- Certificate of Authorization for Contract Execution

1.3 NOTICES

All notices, requests, demands or other communications under this Agreement shall be in writing. Notice shall be sufficiently given for all purposes as follows: 1.3.1 Personal Delivery. When personally delivered to the recipient, notice is effective upon delivery.

Calhoun County Purchasing RFQ#126-21 Contract

2

1.3.2 First Class Mail. When mailed first class to the last address of the recipient known to the party giving notice, notice is effective three mail delivery days after deposit in a United States Postal Service office or mailbox. 1.3.3 Certified Mail. When mailed by certified mail, return receipt requested, notice is effective upon receipt, if delivery is confirmed by a return receipt. 1.3.4 Overnight Delivery. When delivered by an overnight delivery service, charges prepaid or charged to the sender’s account, notice is effective on delivery, if delivery is confirmed by the delivery service. Information for notice to the parties to this Agreement at the time of endorsement of this Agreement is as follows:

County of Calhoun Bradley J. Wilcox, Assistant County Administrator Calhoun County Administration 315 Green Street Marshall, MI 49068 (269) 781-0798

Contractor Name Diamond Cut Lawn & Snow, LLC Contractor Address 6929 Calhoun Road City, State, Zip Albion, MI, 49224 Phone Number 517-960-5234

Any party may change its address by giving the other party notice of the change in any manner permitted by this Agreement.

1.4 EQUAL OPPORTUNITY

The Contractor agrees to abide by the provisions of Executive Order 79-4, the Elliott-Larsen Civil Rights Act, as amended, being 1976 PA 453, MCL 372.101 et seq., and all other pertinent federal, state and local fair employment practices and equal opportunity laws, and specifically agrees and covenants not to discriminate against an employee or applicant for employment with respect to hire, tenure, terms, conditions, or privileges of employment, or a matter directly or indirectly related to employment, because of race, color, religion, national origin, age, sex, height, weight, marital status, or a handicap that is unrelated to the individual’s ability to perform the duties of a particular job or position. A breach of this covenant shall be regarded as a material breach of the contract.

1.5 LEGAL STATUS OF BIDDER

The bidder shall indicate the legal status of the business firm by filling in the appropriate section below and by striking out the two nonapplicable sections.

Calhoun County Purchasing RFQ#126-21 Contract

3

1.5.1 An INDIVIDUAL whose signature is affixed to this contract doing business under the name of: ______________________________

REGISTRATION NUMBER: _____________________ 1.5.2 A PARTNERSHIP doing business under the firm name of: All of the members of which are as follows: NAME: _____________________________

ADDRESS: _____________________________ REGISTRATION NUMBER:_________________ 1.5.3 A CORPORATION duly organized and doing business under the laws of the State of ___________________________________ REGISTRATION NUMBER: _________________ 1.6 INSTRUCTIONS FOR EXECUTING CONTRACT 1.6.1 If the bidder is an INDIVIDUAL, the trade name, if applicable, shall be indicated in the contract

signed by such individual. If signed by anyone other than the bidder, there shall be attached to the contract a duly authenticated Power-of-Attorney, evidencing the signer's authority to execute such a contract for and in behalf of the individual.

1.6.2 If the bidder is operating as a PARTNERSHIP, each partner shall sign the contract. If the

contract is not signed by each partner, there shall be attached to the contract a duly authenticated Power-of-Attorney evidencing the signer's or signers' authority to sign such contract for and in behalf of the partnership.

1.6.3 If the bidder is a CORPORATION the Certificate of Authorization for Contract Execution

(attached) shall be completed in full. 1.7 INDEMNIFICATION AND HOLD HARMLESS

To the fullest extent permitted by law, the contractor agrees to defend, pay on behalf of, indemnify, and hold harmless Calhoun County, its elected and appointed officials, employees, and volunteers, and others working on behalf of Calhoun County against any and all claims, demands, suits, or loss, including all costs connected therewith, and for any damages which may be asserted, claimed, or recovered against or from Calhoun County, its elected and appointed officials, employees and volunteers, and others working on behalf of Calhoun County by reason of personal injury, including

Calhoun County Purchasing RFQ#126-21 Contract

4

bodily injury or death and/or property damage, including loss of use thereof, which arises out of or is in any way connected or associated with this Contract. The Contractor will not be liable for any damages arising out of an act of negligence by the County, its elected and appointed officials, employees, and volunteers, and others working on its behalf.

1.8 RIGHTS AND REMEDIES

No provision in this document or in the Contractor's proposal shall be construed, expressly or by implication as a waiver by either party of any existing or future right and/or remedy available by law in the event of any claim or default or breach of contract. The failure of either party to insist upon the strict performance of any term or condition of the contract or to exercise or delay the exercise of any right or remedy provided in the contract, or by law, or the acceptance of materials or services, obligations imposed by this contract or by law, and shall not be deemed a waiver of any right of either party to insist upon the strict performance of the contract.

1.9 WARRANTIES

Contractor warrants that all material or service delivered under this contract shall conform to the specifications of this contract. Mere receipt of shipment of the material or service specified and any inspection incidental thereto by the County, shall not alter or affect the obligations of the Contractor or the rights of the County under the foregoing warranties. Additional warranty requirements may be set forth in this document.

1.10 QUALITY OF SERVICE

Contractor shall perform its services with care, skill, and diligence, in accordance with the applicable professional standards currently recognized by such profession, and shall be responsible for the professional quality, technical accuracy, completeness, and coordination of all reports, designs, drawings, plans, information, specifications, and/or other items and services furnished under this Agreement. Contractor shall, without additional compensation, correct or revise any errors or deficiencies immediately upon discovery in its reports, drawings, specifications, designs, and/or other related items or services

1.11 INSURANCE REQUIREMENTS

The successful contractor shall not commence work under this contract until he/her has obtained the insurance required under this paragraph and provided copies to the Calhoun County Purchasing Department. All coverage shall be with insurance companies licensed and admitted to do business in the State of Michigan. All coverages shall be with insurance carriers acceptable to Calhoun County.

1.11.1 Workers’ Compensation Insurance: The Contractor shall procure and maintain during the life

of this contract, Workers’ Compensation Insurance, including Employers’ Liability Coverage, in accordance with all applicable statutes of the State of Michigan.

Calhoun County Purchasing RFQ#126-21 Contract

5

1.11.2 Commercial General Liability Insurance: The Contractor shall procure and maintain during the life of this contract, Commercial General Liability Insurance on an “Occurrence Basis” with limits of liability not less than $ 300,000 per occurrence and/or aggregate combined single limit, Personal Injury, Bodily Injury, and Property Damage. Coverage shall include the following extensions: (A) Contractual Liability; (B) Products and Completed Operations; (C) Independent Contractors Coverage; (D) Broad Form General Liability Extensions or equivalent; (E) Deletion of all Explosion, Collapse, and Underground (XCU) Exclusions, if applicable.

1.11.3 Motor Vehicle Liability: The Contractor shall procure and maintain during the life of this

contract Motor Vehicle Liability Insurance, including Michigan No-Fault Coverages, with limits of liability not less than $ 300,000 per occurrence combined single limit, Bodily Injury, and Property Damage. Coverage shall include all owned vehicles, all non-owned vehicles, and all hired vehicles.

1.11.4 Additional Insured: Commercial General Liability and Motor Vehicle Liability Insurance, as

described above, shall include and endorsement starting that the following shall be Additional Insureds: The Calhoun County, all elected and appointed officials, all employees and volunteers, all boards, commissions, and/or authorities and board members, including employees and volunteers thereof.

1.11.5 Cancellation Notice: Workers’ Compensation Insurance, Commercial General Liability

Insurance, and Motor Vehicle Liability Insurance, as described above, shall include an endorsement stating the following: “It is understood and agreed that Thirty (30) days Advance Written Notice of Cancellation, Non-Renewal, Reduction, and/or Material Change shall be sent to: (Purchasing Department, Calhoun County, 315 West Green Street, Marshall, MI 49068).

1.11.6 If any of the above coverages expire during the term of this contract, the Contractor shall deliver

renewal certificates and/or policies to Calhoun County at least ten (10) days prior to the expiration date. Include current certificates of insurances with your proposal. The successful contractor may be required to have the County added as an additional insured to their insurance policy.

1.12 TAXES

Except as may be otherwise provided in the RFP, the County is exempt from Federal Excise and State Sales Tax, and such taxes shall not be included in the bid process. Federal Exemption Certificates will be furnished if so requested.

1.13 GRATUITIES

The County may, by written notice to the Contractor, cancel this contract if it is found that gratuities, in the form of entertainment, gifts or otherwise, were offered or given by the contractor or any agent or representative of the Contractor, to any officer or employee of the County amending, or making any determinations with respect to the performing of such contract.

Calhoun County Purchasing RFQ#126-21 Contract

6

1.14 DISCLOSURE

1.14.1 All information in proposals received is subject to disclosure under the provisions of MCL 15.231 et seq, known as the "Freedom of Information Act". This Act also provides for the complete disclosure of contracts and attachments thereto.

1.14.2 If a person believes that any portion of a proposal, bid, offer, specification, protest or

correspondence contains information that should be withheld, then the Purchasing Department should be so advised in writing (price is not confidential and will not be withheld). The County shall review all requests for confidentiality and provide a written determination. If the confidential request is denied, such information shall be disclosed as public information.

1.15 PRIME CONTRACTOR RESPONSIBILITIES - SUBCONTRACTING

The selected contractor will be required to assume responsibility for all services offered in the proposal whether or not parts of the contract are subcontracted. Further, the County will consider the selected contractor to be the sole point of contact with regard to contractual matters, including payment of any and all charges resulting from the contract. If any part of the work is to be subcontracted, the prime contractor must provide complete description of work subcontracted and descriptive information about subcontractors' organization and capabilities. The contractor is totally responsible for adherence by the subcontractor to all provisions of the contract.

1.16 INDEPENDENT CONTRACTOR

1.16.1 It is clearly understood that each party shall act in its individual capacity and not as an agent, employee, partner, joint venturer, or associate of the other. An employee or agent of one party shall not be deemed or construed to be the employee or agent of the other party for any purpose whatsoever.

1.16.2 Contractor shall not be entitled to compensation in the form of salaries, or to paid vacation or

sick days by the County, and that such days do not accumulate for the use of same at a later date. 1.16.3 The County will not provide any insurance coverage to Contractor, including Workmen's

Compensation coverage. The Contractor is advised that taxes or social security payments shall not be withheld from a County payment issued hereunder and that Contractor should make arrangements to directly pay such expenses, if any.

1.17 PERSONNEL

Contractor represents that it has, or will secure at its own expense, all personnel required in performing the services under this Agreement. All of the services required hereunder will be performed by Contractor or under its supervision, and all personnel engaged in the work shall be qualified to perform such services.

Calhoun County Purchasing RFQ#126-21 Contract

7

1.18 NON-ASSIGNMENT The contractor may not assign, subcontract, or otherwise transfer this agreement without the express

prior written approval of the County. 1.19 SUBCONTRACTS

No subcontract shall be entered into by the Contractor with any other party to furnish any of the material/service specified herein without the advance written approval of the County. All subcontracts shall comply with Federal and State laws and regulations which are applicable to the services covered by the subcontract and shall include all the terms and conditions set forth herein which shall apply with equal force to the subcontract, as if the subcontractor were the Contractor referred to herein. The Contractor is responsible for contract performance whether or not subcontractors are used. The County shall not unreasonably withhold approval and shall notify the Contractor of the County's position within 15 days of receipt of written notice by the Contractor.

1.20 ASSIGNMENT - DELEGATION

No right or interest in this contract shall be assigned by the contractor without prior written permission of the County, and no delegation of any duty of Contractor shall be made without prior written permission of the County. The County shall not unreasonably withhold approval and shall notify the contractor of the County’s position within 15 days of receipt of written notice by the Contractor.

1.21 COMPENSATION

County agrees to pay Contractor an hourly rate of one hundred three dollars ($103.00) per hour for hours actually engaged in the performance of such work, as are more specifically set forth under Section “SCOPE OF SERVICES”, whether said work be performed at County premises or elsewhere, but such compensation shall not be paid for time necessary to travel from Contractors location to County premises. This fee includes, but is not limited to, Contractors time on-site, preparation time associated with this Agreement, and all out-of-pocket expenses. No other fees or expenses of any kind shall be paid to Contractor in addition to those rates or expenses listed herein. Any and/or all payments made under this Agreement shall be paid by check, payable to the order of the Contractor and be mailed to Contractor at:

Name: DIAMOND CUT LAWN & SNOW, LLC Address: 6929 CALHOUN ROAD City/State/Zip: ALBION MI 49224 Contractor may request that County mail the check to Contractor to such other address as Contractor may from time to time designate to County. Such request must be made in writing in accordance with the procedures as outlined under Section “NOTICES”.

Calhoun County Purchasing RFQ#126-21 Contract

8

1.22. TERMS OF PAYMENT

Payment shall be only for full and complete satisfactory performance of the services required to be provided herein and as set forth under Section "SCOPE OF SERVICES." Payment shall be made in the following manner:

1.22.1 Contractor shall submit monthly itemized invoices, or alternate documentation as deemed appropriate in advance by County, for services it has provided and for the amount owed under this Agreement. In addition to the invoices submitted by the Contractor for payment, Contractor must complete and submit a W-9 form to the County at the address indicated under Section “NOTICES” of this Agreement. 1.22.2 Each invoice or approved alternate documentation must include: 1.22.2.1 Detail by task the service performed by Contractor. 1.22.2.2 Detail the daily number of hours attributed to each task. 1.22.2.3 The cumulative cost for all tasks performed to date. 1.22.3 Provide any additional information and data requested by County as deemed necessary by County to properly evaluate or process Contractors claim. 1.22.4 Upon approval by County, the fee due hereunder shall be paid to Contractor within thirty (30) days following receipt of a proper invoice. 1.23 CONDITION SUBSEQUENT/NON-APPROPRIATION OF FUNDING

The compensation paid to CONTRACTOR pursuant to this Agreement is based on COUNTY’S continued appropriation of funding for the purpose of this Agreement, as well as the receipt of local, county, state and/or federal funding for this purpose. The parties acknowledge that the nature of government finance is unpredictable, and that the rights and obligations set forth in this Agreement are therefore contingent upon the receipt and/or appropriation of the necessary funds. In the event that funding is terminated, in whole or in part, for any reason, at any time, this Agreement and all obligations of the COUNTY arising from this Agreement shall be immediately discharged. COUNTY agrees to inform CONTRACTOR no later than ten (10) calendar days after the COUNTY determines, in its sole judgment, that funding will be terminated and the final date for which funding will be available. Under these circumstances, all billing or other claims for compensation or reimbursement by CONTRACTOR arising out of performance of this Agreement must be submitted to COUNTY prior to the final date for which funding is available. In the alternative, COUNTY and CONTRACTOR may agree, in such circumstance, to a suspension or modification of either party's rights and obligations under this Agreement. Such a modification, if the parties agree thereto, may permit a restoration of previous contract terms in the event funding is reinstated. Also in the alternative, the COUNTY may, if funding is provided to the COUNTY in the form of promises to pay at a later date, whether referred to as “government warrants”, “IOUs”, or by any other name, the COUNTY may, in its sole discretion, provide similar promises to pay to the CONTRACTOR, which the CONTRACTOR hereby agrees to accept as sufficient payment until cash funding becomes available.

Calhoun County Purchasing RFQ#126-21 Contract

9

1.24 PRICING CONDITIONS

County agrees to pay Contractor for all services required herein as prescribed, fixed at the submitted pricing, which shall include reimbursement for all expenses incurred. No other expenses shall be paid to Contractor without formal approval of the County’s Board of Commissioners or its authorized agent. In no event shall the total services to be performed hereunder exceed $250,000.00. County shall not be responsible for any charges or expenses incurred by Contractor, his/her agents, employees or independent Contractors, other than those listed herein, in connection with the performance of services hereunder unless authorized in advance in writing by County.

1.25 CONTRACT PAYMENT

Payment for the proper performance of services under a contract entered into as a result of this RFQ shall be commensurate with the scheduled progress of the work and shall be made upon receipt of a detailed invoice for payment. A separate invoice shall be issued for each shipment of material or service performed, and no payment shall be issued prior to receipt of material or service and correct invoice.

1.26 LENGTH OF CONTRACT

The term of this Agreement shall commence on the 2nd day of December, 2021 and continue until the 30th day of September, 2022 unless sooner terminated in accordance with the sections entitled “TERMINATION FOR CONVENIENCE” or “TERMINATION FOR CAUSE”, as set forth elsewhere in this Agreement.

1.27 TERMINATION FOR CONVENIENCE

This Agreement, notwithstanding anything to the contrary herein above or hereinafter set forth, may be terminated by County at any time without cause or legal excuse by providing the other party with thirty (30) calendar days written notice of such termination. Upon effective date of termination, County shall have no further liability to Contractor except for payment for actual services incurred during the performance hereunder. Such liability is limited to the time specified in said notice and for services not previously reimbursed by County. Such liability is further limited to the extent such costs are actual, necessary, reasonable, and verifiable costs and have been incurred by Contractor prior to, and in connection with, discontinuing the work hereunder.

1.28 TERMINATION FOR CAUSE

The County may terminate this Agreement and be relieved of making any payments to Contractor, and all duties to Contractor should the Contractor fail to perform any material duty or obligation of the Agreement. Notice shall be given as otherwise provided herein. In the event of such termination the County may proceed with the work in any manner deemed proper by the County. All costs to the County shall be deducted from any sum otherwise due the Contractor and the balance, if any, shall be paid to the

Calhoun County Purchasing RFQ#126-21 Contract

10

Contractor upon demand. Such remedy is in addition to such other remedies as may be available to the County provided by law.

1.29 MODIFICATION OF THE AGREEMENT

Notwithstanding any of the provisions of this Agreement, the parties may agree to amend this Agreement. No alteration or variation of the terms of this Agreement shall be valid unless made in writing and signed by the parties hereto. No oral understanding or agreement not incorporated herein shall be binding on any of the parties hereto.

1.30 ENTIRE AGREEMENT

This Agreement and any additional or supplementary document or documents incorporated herein by specific reference contain all the terms and conditions agreed upon by the parties hereto, and no other contracts, oral or otherwise, regarding the subject matter of this Agreement or any part thereof shall have any validity or bind any of the parties hereto

1.31 SEVERABILITY

If a court of competent jurisdiction holds any provision of this Agreement to be illegal, unenforceable or invalid, in whole or in part, for any reason, the validity and enforceability of the remaining provisions, or portion of them, will not be affected. Compensation due to Contractor from the County may, however, be adjusted in proportion to the benefit received despite the removal of the effected provision.

1.32 LAWS, LICENSES, PERMITS AND REGULATIONS

Contractor and County agree to comply with all State laws and regulations that pertain to construction, health and safety, labor, minimum wage, fair employment practice, equal opportunity, and all other matters applicable to Contractor and County, their sub-grantees, Contractors, or sub-Contractor, and their work. Contractor shall possess and maintain all necessary licenses, permits, certificates and credentials required by the laws of the United States, the State of Michigan, County of Calhoun and all other appropriate governmental agencies, including any certification and credentials required by County. Failure to maintain the licenses, permits, certificates, and credentials shall be deemed a breach of this Agreement and constitutes grounds for the termination of this Agreement by COUNTY

1.33 APPLICABLE LAW; VENUE

All parties agree that this Agreement and all documents issued or executed pursuant to this Agreement as well as the rights and obligations of the parties hereunder are subject to and governed by the laws of the State of Michigan in all respects as to interpretation, construction, operation, effect and performance. No interpretation of any provision of this Agreement shall be binding upon County unless agreed in writing by County and counsel for County. Notwithstanding any other provision of this Agreement, any disputes concerning any question of fact or law arising under this Agreement or any litigation or

Calhoun County Purchasing RFQ#126-21 Contract

11

arbitration arising out of this Agreement, shall be tried in Calhoun County, unless the parties agree otherwise or are otherwise required by law.

1.34 REMEDY FOR BREACH AND RIGHT TO CURE

Notwithstanding anything else in this Agreement to the contrary, if Contractor fails to perform any obligation of this Agreement, the County may itself perform, or cause the performance of, such agreement or obligation. In that event, Contractor will, on demand, fully reimburse County for all such expenditures. Alternatively, County, at its option, may deduct from any funds owed to Contractor the amount necessary to cover any expenditures under this provision. This is in addition to any other remedies available to the County by law or as otherwise stated in this Agreement.

1.35 CONFLICT OF INTEREST

Contractor covenants that it presently has no interest and shall not acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance of this Agreement. Contractor shall ensure that no conflict of interest exists between its officers, employees, or sub-Contractors, and the County. Contractor shall ensure that no County officer or employee in a position that enables them to influence this Agreement will have any direct or indirect financial interest resulting from this Agreement. Contractor shall ensure that no County employee shall have any relationship to the Contractor or officer or employee of the Contractor, nor that any such person will be employed by Contractor in the performance of this Agreement without immediate divulgence of such fact to the County

County of Calhoun Contractor By ______________________ By _________________________ Steve Frisbie Chairman, Board of Commissioners _________________________ ____________________________ Dated Dated The contractor may not assign, subcontract, or otherwise transfer this agreement without the express prior written approval of the Calhoun County Purchasing Department.

Calhoun County Purchasing RFQ#126-21 Contract

12

EXHIBIT C

PROFESSIONAL SERVICES POT HOLE PATCHING SERVICES RFQ#126-21

SCOPE OF SERVICES

Scope of Work: Potholes will be routinely scheduled for repair by the CCRD Operations Manager. Hazardous potholes reported to the CCRD by public safety agencies or the public through work requests shall have immediate priority. These potholes will be filled with high performance cold mix if hot mix is not available. Contractors requesting work under the pot hole patching RFQ will be required to enter into a contract for special services. The contract shall include all labor, material, equipment, supervision, delivery, insurance, safety items, and all other related expenses. Calhoun County does not guarantee any minimum amount of work with respect to the agreement. The services will only be required on an as needed basis and shall be provided as delegated by the Calhoun County Road Department’s management staff. Calhoun County will supply the asphalt material to the contractor at no cost to the contractor. Standard Operating Procedure: The procedure for patching potholes on improved streets will be as follows;

1. All holes with a depth greater than one inch or more will be patched. 2. All holes must be cleaned of all debris with a leaf blower. All debris must be blown off the roadway.

All large chunks of blacktop must be removed and dumped back at the loading site where crews are getting materials for that day.

3. When shoveling blacktop out of the trucks, any blacktop that spills on the roadway must be cleaned up.

4. All patches must be compacted with the truck wheels or a hand tamp. All holes will be left flush with the roadway. If the patch is not flush with the roadway it will be removed and re-patched at the Contractor’s expense.

5. When working in the roadway, crews are required to patch one lane at a time. The lane where crews are working must be the same direction as the flow of traffic.

6. Crews will be given a list of roads to patch every morning. Crews are required to return the list of completed roads to CCRD personnel at the end of the workday.

7. The normal workday is expected to be 7:00 A.M. to 4:00 P.M. Schedules will vary based upon weather and other factors determined at the sole discretion of CCRD personnel. Crew billable hours commence when vehicles are lined up for loading at the worksite until the crew returns to the loading site at the end of the day. Crew breaks and travel for purposes not directly associated with patching will be deducted from the work hours.

8. Crews will be supplied with hot mix asphalt when available. 9. When hot mix is not available, crews will be provided with high performance cold mix. All potholes

patched with high performance cold mix on the roadway are to be documented.

Calhoun County Purchasing RFQ#126-21 Contract

13

EQUIPMENT REQUIREMENTS: Contractors working under this agreement will be required to provide each of their crews with the following equipment; 1. Truck with the Gross Vehicle Weight Rating (GVWR) necessary to carry (two) 2 tons of asphalt materials and all related equipment. 2. Two workers per truck. 3. One working leaf blower, two flat shovels, one hand tamp and one blacktop lute per truck. 4. All equipment must be secured to the truck at all times when not in use by crew members. 5. All workers must wear a class 2 vest or shirt and hard hats meeting ANSI Z89.1 Type 1 Class C at all times. All workers must wear work boots and long pants. Crews will be given one warning for not having proper safety equipment before being sent off the work site for a span of time to be determined by the CCRD personnel. 6. All vehicles used for patching pot holes must be equipped with multi-flashing safety beacons that must be visible 360 degrees and backup alarms. 7. Patching vehicles must be equipped with tarps or carpet to keep asphalt hot. 8. The CCRD expects the Contractors to perform vehicle safety checks on a daily basis prior to loading. CCRD personnel will perform safety checks and the CCRD will notify Contractors of equipment and safety defects. The CCRD reserves the right to send crews off the job site pending corrective action by the Contractor. The CCRD reserves the right to suspend the work of Contractors and their crews based upon the seriousness of violations or repeated safety concerns. Contractors will be notified prior any suspension of work. CONTRACTOR QUALIFICATIONS: Due to the scope and specialization of the needed services, Construction Company will be required to possess the following qualifications. 1. The Construction Company shall have the ability to provide the material, labor and equipment necessary to meet the demands for the services required. 2. The Construction Company shall have sufficient capacity to provide the requested services in a cost effective, timely and professional manner. 3. The Construction Company shall abide by all applicable local, state and federal laws and regulations for working in the road right of way and shall comply with all related MI/OSHA safety regulations and requirements. 4. Throughout the term of the contract, the Contractor’s workers, who operate the work vehicles, shall possess a valid chauffeur license with the appropriate commercial driver license (CDL) endorsement, as required by the State of Michigan, based upon the Contractor truck’s GVWR when fully loaded with two (2) tons of asphalt material. 5. Work performed under the terms of this agreement must be on an hourly rate for a 2-person crew, truck, tools and all equipment necessary to perform the work. The contractors shall provide pothole repair services on an as-needed basis as assigned by authorized CCRD personnel and in accordance with the terms and conditions stated herein. 6. Contractor must provide services within two (2) weeks after being notified that pothole patching services are needed. 7. Contractor must provide trucks with the GVWR and capacity required to haul a minimum of two (2) tons of asphalt material. 8. Contractors shall provide all tools and equipment necessary to patch potholes including, but not limited to, shovels, rakes, leaf blowers, brooms, and hand tamps. The CCRD will provide the asphalt material which shall be picked up at a location identified by CCRD personnel. The Contractor will be required to pick up and haul the asphalt material from the location closest to the job site.

Calhoun County Purchasing RFQ#126-21 Contract

14

9. For a degreaser, the CCRD will be using CleanGo which is a biodegradable, plant based, environmentally responsible and non-toxic cleaner. The CCRD recommends that Contractors use a similar environmentally friendly degreaser. When cleaning their tools and equipment. 10. The Contractor shall conduct these road repair operations in a manner that causes minimum obstruction and inconvenience to the public. The Contractor’s shall not park equipment or work in the oncoming lane for traffic. 11. The Contractor shall keep a daily log of the patching operations including personnel names, hours worked at each location and the quantity of asphalt material used. This information shall be provided to the County on a daily basis. The contractor shall also provide a name and phone number of a supervisor who can be reached at any time by the County. The CCRD will monitor the progress and perform daily inspections. Work will be evaluated for quality and consistency. Any work not meeting the above mentioned standards and specifications will be corrected at the contractor’s expense. 12. The Contractor shall abide by all applicable local, state and federal laws and regulations for working in the road right of way and shall also comply with all related MI/OSHA safety regulations and requirements.

Calhoun County Purchasing RFQ#126-21 Contract

15

EXHIBIT D

UNIT PRICE SHEET POTHOLE REPAIR SERVICE

RFQ#126-21

The undersigned proposes to furnish all labor, material, equipment, supervision, delivery, insurance, safety items, and all other related expenses per the attached specification for the price indicated below. The following Unit Price shall be valid through September 30, 2022. Description Hourly Rate: The hourly rate shall include all labor for two crew members, material, equipment, supervision, insurance, safety items, and all other related expenses. The County will provide the asphalt material to Contractors at the County’s expense. Pothole Repair Services Rate Per Hour: $103.00 COMPANY: DIAMOND CUT LAWN & SNOW, LLC ADDRESS: 6929 CALHOUN ROAD CITY, STATE, ZIP: ALBION, MI, 49224 SIGNATURE: _____________________________________________ TITLE: ______________________________________________ PHONE#: 517-960-5234 FAX#: 517-654-5907 EMAIL: [email protected]

Calhoun County Purchasing RFQ#126-21 Contract

16

ATTACHMENT A

NON-COLLUSION AFFIDAVIT The bidder, by its officers and authorized agents or representatives present at the time of filing this proposal, being duly sworn on their oaths, say that neither they nor any of them have in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder or with any public officer of such County of Calhoun, Michigan, whereby such affidavit or affiant or either of them has paid or is to pay to such other bidder or public officer any sum of money, or has given or is to give to such other bidder or public office anything of value whatsoever, or such affidavit or affiant or either of them has not directly or indirectly entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached proposal, that no inducement of any form or character other than that which appears on the face of the proposal will be suggested, offered, paid or delivered to any person whomsoever to influence the acceptance of the proposal or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contract sought by this proposal. COMPANY: ______________________________________ BY: ______________________________________

(signature) NAME: ______________________________________

(type or print) TITLE: ______________________________________ _ DATE: ____________________________________________

Calhoun County Purchasing RFQ#126-21 Contract

17

ATTACHMENT B

CERTIFICATE OF AUTHORIZATION FOR CONTRACT EXECUTION This certificate shall be executed by some officer of the Corporation other than the one who signed the foregoing proposal. Before executing, please note the last paragraph of this certificate.

*************** I, _______________________________________, certify that I am the ____________________________of

(Official Corporate Title ) the corporation named contractor herein: that who signed the

foregoing proposal on behalf of said corporation was then of said corporation; that said proposal was duly signed for on behalf of said corporation by authority of its governing body and is within the scope of its corporate powers. SIGNED: ______________________________________ TITLE: ________________________________________ FIRM: _________________________________________ _ DATE: _________________________________________

INCLUDE CORPORATE SEAL OR NOTARIZE BELOW

*************** In lieu of the foregoing certificate, there may be attached to the proposal a copy of that portion of the records of the corporation as will show the official corporate character and authority of the officer signing. Such copy shall be duly certified by the secretary or assistant secretary under the corporate seal to be true copies.

Calhoun County135 W Green StMarshall, MI 49068

Oct 27, 2021

RE: Pothole Patching on Country RoadsBid Number: RFQ#126-21

New Horizon Property Management is located within the heart of Calhoun County at 112 S FountainStreet in Marshall, Michigan, and employs 30 experienced men and women. We are a limited liabilitycompany. New Horizon Property Management has been successful in applying bituminous sinceestablished in 1995 for multiple commercial properties. We maintain a fleet of reliable trucks,including several dump trucks that would accommodate the scope of work. It is understood that ourtrucks must be rated for hauling two ton of asphalt and all trucks will comply by making sure theGVW (current weight of a vehicle with everything inside it including tools and passengers) plus4,000 lbs. (Two Tons) will not exceed the GVWR of the truck.

We have proven experience to handle, haul, and disperse any type of material, including asphalt. Wehave the capacity to take on extensive “stop and go” driving and Commercial Pothole Patching ofany size. We tailor our experience and schedule to fit your needs.

Our crews are reliable, conscientious, professional and experienced. As part of our hiring processdriver licenses are screened by our insurance company. Each crew member is equipped with theproper PPE, detailed notes and maps entailing the County roads to ensure quality, timely andrepetitive service as we take pride in our work and client satisfaction. Additionally, each crew isrequired to fill out a daily checklist that covers basic truck maintenance and safety requirements,equipment/tools needed and PPE.

In conclusion, New Horizon Property Management has successfully patched potholes contracted byCalhoun County since 2016. All the while upfitting our equipment to increase production and quality.We are familiar with the scope of work, as well as the Calhoun County roads. I am confident we canmeet and exceed your expectations while completing this work in Calhoun county.

Fixed Hourly Rate of $100 is our proposed cost.

We look forward to working for you.

Best Regards,

Chad BischoffBusiness Owner

New Horizon Property Management 112 S Fountain St, Marshall, MI 269-781-5935

Gutters R Us LLCNew Horizon Property Management112 S Fountain StMarshall, MI [email protected](269) 781-5935

REFERENCES

Kori AlbrechtCalhoun County Road Department269-781-0045 Email [email protected]

Joe LeichliterCalhoun County Road Department269-209-5583

Aaron BeemerCalhoun County Road Department269-781-0045 Email [email protected]

1 Ton and Larger Trucks Available

2016 Ford 550, 2009 Chevy C5500 Dump, 2007 GMC C5500 Dump, 2008 Ford 450 Dump Truck, 1994GMC Topkick, 1998 GMC 3500HD, 2003 Chevy 4500 Flatbed, 2000 Chevy 1 Ton Dump, 1999 Chevy 1Ton Dump, 2015 Ford F350 Dump Box, 2012 Ford F350 Flatbed, 2010 Ford F350

New Horizon Property Management 112 S Fountain St, Marshall, MI 269-781-5935

1

CALHOUN COUNTY REQUEST FOR QUALIFICATIONS

POT HOLE PATCHING SERVICES RFQ#126-21 CONTRACT FOR PROFESSIONAL SERVICES

1.1 THIS AGREEMENT, is made and entered into by and between the County of Calhoun, a political subdivision of the State of Michigan, (hereinafter referred to as "County"), and New Horizon Property Management, located at 112 S Fountain St, Marshall MI 49068 (hereinafter referred to as "Contractor").

WHEREAS, County desires to contract with Contractor for special services which consist of pothole repair services; and WHEREAS, Contractor is specially trained, experienced, and competent to perform such services in connection with pothole repairs services; and WHEREAS, the parties desire to set forth herein the terms and conditions under which said services shall be furnished. NOW, THEREFORE, in consideration of the mutual covenants and promises herein contained, the parties hereby agree as follows: 1.2 SCOPE OF SERVICES

1.2.1 Contractor shall provide all labor, materials, tools, equipment and incidentals needed to provide pothole repair services in accordance with the terms and conditions stated herein, and any specifically referenced attachments hereto. Contractors services include, but are not limited to, the following:

1.2.2 Pothole repair services on roads located within Calhoun County. The following exhibits are specifically incorporated by reference, attached hereto, and made a part hereof, except when in conflict with this Agreement or modified herein: 1.2.2.1 Exhibit A - County Request for Qualifications -Pothole Repair Services-RFQ#126-21. 1.2.2.2 Exhibit B - Contractors Responding Statement of Qualifications 1.2.2.3 Exhibit C - Scope of Services 1.2.2.4 Exhibit D - Pricing Sheet 1.2.2.4 Attachment A - Non-Collusion Affidavit 1.2.2.5 Attachment B- Certificate of Authorization for Contract Execution

1.3 NOTICES

All notices, requests, demands or other communications under this Agreement shall be in writing. Notice shall be sufficiently given for all purposes as follows: 1.3.1 Personal Delivery. When personally delivered to the recipient, notice is effective upon delivery.

Calhoun County Purchasing RFQ#126-21 Contract

2

1.3.2 First Class Mail. When mailed first class to the last address of the recipient known to the party giving notice, notice is effective three mail delivery days after deposit in a United States Postal Service office or mailbox. 1.3.3 Certified Mail. When mailed by certified mail, return receipt requested, notice is effective upon receipt, if delivery is confirmed by a return receipt. 1.3.4 Overnight Delivery. When delivered by an overnight delivery service, charges prepaid or charged to the sender’s account, notice is effective on delivery, if delivery is confirmed by the delivery service. Information for notice to the parties to this Agreement at the time of endorsement of this Agreement is as follows:

County of Calhoun Bradley J. Wilcox, Assistant County Administrator Calhoun County Administration 315 Green Street Marshall, MI 49068 (269) 781-0798

Contractor Name New Horizon Property Management Contractor Address 112 S Fountain St City, State, Zip Marshall, MI, 49068 Phone Number 269-781-5935

Any party may change its address by giving the other party notice of the change in any manner permitted by this Agreement.

1.4 EQUAL OPPORTUNITY

The Contractor agrees to abide by the provisions of Executive Order 79-4, the Elliott-Larsen Civil Rights Act, as amended, being 1976 PA 453, MCL 372.101 et seq., and all other pertinent federal, state and local fair employment practices and equal opportunity laws, and specifically agrees and covenants not to discriminate against an employee or applicant for employment with respect to hire, tenure, terms, conditions, or privileges of employment, or a matter directly or indirectly related to employment, because of race, color, religion, national origin, age, sex, height, weight, marital status, or a handicap that is unrelated to the individual’s ability to perform the duties of a particular job or position. A breach of this covenant shall be regarded as a material breach of the contract.

1.5 LEGAL STATUS OF BIDDER

The bidder shall indicate the legal status of the business firm by filling in the appropriate section below and by striking out the two nonapplicable sections.

Calhoun County Purchasing RFQ#126-21 Contract

3

1.5.1 An INDIVIDUAL whose signature is affixed to this contract doing business under the name of: ______________________________

REGISTRATION NUMBER: _____________________ 1.5.2 A PARTNERSHIP doing business under the firm name of: All of the members of which are as follows: NAME: _________________________________

ADDRESS: _________________________________ REGISTRATION NUMBER:_____________________ 1.5.3 A CORPORATION duly organized and doing business under the laws of the State of __________________________________ REGISTRATION NUMBER: __________________ 1.6 INSTRUCTIONS FOR EXECUTING CONTRACT 1.6.1 If the bidder is an INDIVIDUAL, the trade name, if applicable, shall be indicated in the contract

signed by such individual. If signed by anyone other than the bidder, there shall be attached to the contract a duly authenticated Power-of-Attorney, evidencing the signer's authority to execute such a contract for and in behalf of the individual.

1.6.2 If the bidder is operating as a PARTNERSHIP, each partner shall sign the contract. If the

contract is not signed by each partner, there shall be attached to the contract a duly authenticated Power-of-Attorney evidencing the signer's or signers' authority to sign such contract for and in behalf of the partnership.

1.6.3 If the bidder is a CORPORATION the Certificate of Authorization for Contract Execution

(attached) shall be completed in full. 1.7 INDEMNIFICATION AND HOLD HARMLESS

To the fullest extent permitted by law, the contractor agrees to defend, pay on behalf of, indemnify, and hold harmless Calhoun County, its elected and appointed officials, employees, and volunteers, and others working on behalf of Calhoun County against any and all claims, demands, suits, or loss, including all costs connected therewith, and for any damages which may be asserted, claimed, or recovered against or from Calhoun County, its elected and appointed officials, employees and volunteers, and others working on behalf of Calhoun County by reason of personal injury, including

Calhoun County Purchasing RFQ#126-21 Contract

4

bodily injury or death and/or property damage, including loss of use thereof, which arises out of or is in any way connected or associated with this Contract. The Contractor will not be liable for any damages arising out of an act of negligence by the County, its elected and appointed officials, employees, and volunteers, and others working on its behalf.

1.8 RIGHTS AND REMEDIES

No provision in this document or in the Contractor's proposal shall be construed, expressly or by implication as a waiver by either party of any existing or future right and/or remedy available by law in the event of any claim or default or breach of contract. The failure of either party to insist upon the strict performance of any term or condition of the contract or to exercise or delay the exercise of any right or remedy provided in the contract, or by law, or the acceptance of materials or services, obligations imposed by this contract or by law, and shall not be deemed a waiver of any right of either party to insist upon the strict performance of the contract.

1.9 WARRANTIES

Contractor warrants that all material or service delivered under this contract shall conform to the specifications of this contract. Mere receipt of shipment of the material or service specified and any inspection incidental thereto by the County, shall not alter or affect the obligations of the Contractor or the rights of the County under the foregoing warranties. Additional warranty requirements may be set forth in this document.

1.10 QUALITY OF SERVICE

Contractor shall perform its services with care, skill, and diligence, in accordance with the applicable professional standards currently recognized by such profession, and shall be responsible for the professional quality, technical accuracy, completeness, and coordination of all reports, designs, drawings, plans, information, specifications, and/or other items and services furnished under this Agreement. Contractor shall, without additional compensation, correct or revise any errors or deficiencies immediately upon discovery in its reports, drawings, specifications, designs, and/or other related items or services

1.11 INSURANCE REQUIREMENTS

The successful contractor shall not commence work under this contract until he/her has obtained the insurance required under this paragraph and provided copies to the Calhoun County Purchasing Department. All coverage shall be with insurance companies licensed and admitted to do business in the State of Michigan. All coverages shall be with insurance carriers acceptable to Calhoun County.

1.11.1 Workers’ Compensation Insurance: The Contractor shall procure and maintain during the life

of this contract, Workers’ Compensation Insurance, including Employers’ Liability Coverage, in accordance with all applicable statutes of the State of Michigan.

Calhoun County Purchasing RFQ#126-21 Contract

5

1.11.2 Commercial General Liability Insurance: The Contractor shall procure and maintain during the life of this contract, Commercial General Liability Insurance on an “Occurrence Basis” with limits of liability not less than $ 300,000 per occurrence and/or aggregate combined single limit, Personal Injury, Bodily Injury, and Property Damage. Coverage shall include the following extensions: (A) Contractual Liability; (B) Products and Completed Operations; (C) Independent Contractors Coverage; (D) Broad Form General Liability Extensions or equivalent; (E) Deletion of all Explosion, Collapse, and Underground (XCU) Exclusions, if applicable.

1.11.3 Motor Vehicle Liability: The Contractor shall procure and maintain during the life of this

contract Motor Vehicle Liability Insurance, including Michigan No-Fault Coverages, with limits of liability not less than $ 300,000 per occurrence combined single limit, Bodily Injury, and Property Damage. Coverage shall include all owned vehicles, all non-owned vehicles, and all hired vehicles.

1.11.4 Additional Insured: Commercial General Liability and Motor Vehicle Liability Insurance, as

described above, shall include and endorsement starting that the following shall be Additional Insureds: The Calhoun County, all elected and appointed officials, all employees and volunteers, all boards, commissions, and/or authorities and board members, including employees and volunteers thereof.

1.11.5 Cancellation Notice: Workers’ Compensation Insurance, Commercial General Liability

Insurance, and Motor Vehicle Liability Insurance, as described above, shall include an endorsement stating the following: “It is understood and agreed that Thirty (30) days Advance Written Notice of Cancellation, Non-Renewal, Reduction, and/or Material Change shall be sent to: (Purchasing Department, Calhoun County, 315 West Green Street, Marshall, MI 49068).

1.11.6 If any of the above coverages expire during the term of this contract, the Contractor shall deliver

renewal certificates and/or policies to Calhoun County at least ten (10) days prior to the expiration date. Include current certificates of insurances with your proposal. The successful contractor may be required to have the County added as an additional insured to their insurance policy.

1.12 TAXES

Except as may be otherwise provided in the RFP, the County is exempt from Federal Excise and State Sales Tax, and such taxes shall not be included in the bid process. Federal Exemption Certificates will be furnished if so requested.

1.13 GRATUITIES

The County may, by written notice to the Contractor, cancel this contract if it is found that gratuities, in the form of entertainment, gifts or otherwise, were offered or given by the contractor or any agent or representative of the Contractor, to any officer or employee of the County amending, or making any determinations with respect to the performing of such contract.

Calhoun County Purchasing RFQ#126-21 Contract

6

1.14 DISCLOSURE

1.14.1 All information in proposals received is subject to disclosure under the provisions of MCL 15.231 et seq, known as the "Freedom of Information Act". This Act also provides for the complete disclosure of contracts and attachments thereto.

1.14.2 If a person believes that any portion of a proposal, bid, offer, specification, protest or

correspondence contains information that should be withheld, then the Purchasing Department should be so advised in writing (price is not confidential and will not be withheld). The County shall review all requests for confidentiality and provide a written determination. If the confidential request is denied, such information shall be disclosed as public information.

1.15 PRIME CONTRACTOR RESPONSIBILITIES - SUBCONTRACTING

The selected contractor will be required to assume responsibility for all services offered in the proposal whether or not parts of the contract are subcontracted. Further, the County will consider the selected contractor to be the sole point of contact with regard to contractual matters, including payment of any and all charges resulting from the contract. If any part of the work is to be subcontracted, the prime contractor must provide complete description of work subcontracted and descriptive information about subcontractors' organization and capabilities. The contractor is totally responsible for adherence by the subcontractor to all provisions of the contract.

1.16 INDEPENDENT CONTRACTOR

1.16.1 It is clearly understood that each party shall act in its individual capacity and not as an agent, employee, partner, joint venturer, or associate of the other. An employee or agent of one party shall not be deemed or construed to be the employee or agent of the other party for any purpose whatsoever.

1.16.2 Contractor shall not be entitled to compensation in the form of salaries, or to paid vacation or

sick days by the County, and that such days do not accumulate for the use of same at a later date. 1.16.3 The County will not provide any insurance coverage to Contractor, including Workmen's

Compensation coverage. The Contractor is advised that taxes or social security payments shall not be withheld from a County payment issued hereunder and that Contractor should make arrangements to directly pay such expenses, if any.

1.17 PERSONNEL

Contractor represents that it has, or will secure at its own expense, all personnel required in performing the services under this Agreement. All of the services required hereunder will be performed by Contractor or under its supervision, and all personnel engaged in the work shall be qualified to perform such services.

Calhoun County Purchasing RFQ#126-21 Contract

7

1.18 NON-ASSIGNMENT The contractor may not assign, subcontract, or otherwise transfer this agreement without the express

prior written approval of the County. 1.19 SUBCONTRACTS

No subcontract shall be entered into by the Contractor with any other party to furnish any of the material/service specified herein without the advance written approval of the County. All subcontracts shall comply with Federal and State laws and regulations which are applicable to the services covered by the subcontract and shall include all the terms and conditions set forth herein which shall apply with equal force to the subcontract, as if the subcontractor were the Contractor referred to herein. The Contractor is responsible for contract performance whether or not subcontractors are used. The County shall not unreasonably withhold approval and shall notify the Contractor of the County's position within 15 days of receipt of written notice by the Contractor.

1.20 ASSIGNMENT - DELEGATION

No right or interest in this contract shall be assigned by the contractor without prior written permission of the County, and no delegation of any duty of Contractor shall be made without prior written permission of the County. The County shall not unreasonably withhold approval and shall notify the contractor of the County’s position within 15 days of receipt of written notice by the Contractor.

1.21 COMPENSATION

County agrees to pay Contractor an hourly rate of one-hundred dollars ($100.00) per hour for hours actually engaged in the performance of such work, as are more specifically set forth under Section “SCOPE OF SERVICES”, whether said work be performed at County premises or elsewhere, but such compensation shall not be paid for time necessary to travel from Contractors location to County premises. This fee includes, but is not limited to, Contractors time on-site, preparation time associated with this Agreement, and all out-of-pocket expenses. No other fees or expenses of any kind shall be paid to Contractor in addition to those rates or expenses listed herein. Any and/or all payments made under this Agreement shall be paid by check, payable to the order of the Contractor and be mailed to Contractor at:

Name: NEW HORIZON PROPERTY MANAGEMENT Address: 112 S FOUNTAIN ST City/State/Zip: MARSHALL MI 49068 Contractor may request that County mail the check to Contractor to such other address as Contractor may from time to time designate to County. Such request must be made in writing in accordance with the procedures as outlined under Section “NOTICES”.

Calhoun County Purchasing RFQ#126-21 Contract

8

1.22. TERMS OF PAYMENT

Payment shall be only for full and complete satisfactory performance of the services required to be provided herein and as set forth under Section "SCOPE OF SERVICES." Payment shall be made in the following manner:

1.22.1 Contractor shall submit monthly itemized invoices, or alternate documentation as deemed appropriate in advance by County, for services it has provided and for the amount owed under this Agreement. In addition to the invoices submitted by the Contractor for payment, Contractor must complete and submit a W-9 form to the County at the address indicated under Section “NOTICES” of this Agreement. 1.22.2 Each invoice or approved alternate documentation must include: 1.22.2.1 Detail by task the service performed by Contractor. 1.22.2.2 Detail the daily number of hours attributed to each task. 1.22.2.3 The cumulative cost for all tasks performed to date. 1.22.3 Provide any additional information and data requested by County as deemed necessary by County to properly evaluate or process Contractors claim. 1.22.4 Upon approval by County, the fee due hereunder shall be paid to Contractor within thirty (30) days following receipt of a proper invoice. 1.23 CONDITION SUBSEQUENT/NON-APPROPRIATION OF FUNDING

The compensation paid to CONTRACTOR pursuant to this Agreement is based on COUNTY’S continued appropriation of funding for the purpose of this Agreement, as well as the receipt of local, county, state and/or federal funding for this purpose. The parties acknowledge that the nature of government finance is unpredictable, and that the rights and obligations set forth in this Agreement are therefore contingent upon the receipt and/or appropriation of the necessary funds. In the event that funding is terminated, in whole or in part, for any reason, at any time, this Agreement and all obligations of the COUNTY arising from this Agreement shall be immediately discharged. COUNTY agrees to inform CONTRACTOR no later than ten (10) calendar days after the COUNTY determines, in its sole judgment, that funding will be terminated and the final date for which funding will be available. Under these circumstances, all billing or other claims for compensation or reimbursement by CONTRACTOR arising out of performance of this Agreement must be submitted to COUNTY prior to the final date for which funding is available. In the alternative, COUNTY and CONTRACTOR may agree, in such circumstance, to a suspension or modification of either party's rights and obligations under this Agreement. Such a modification, if the parties agree thereto, may permit a restoration of previous contract terms in the event funding is reinstated. Also in the alternative, the COUNTY may, if funding is provided to the COUNTY in the form of promises to pay at a later date, whether referred to as “government warrants”, “IOUs”, or by any other name, the COUNTY may, in its sole discretion, provide similar promises to pay to the CONTRACTOR, which the CONTRACTOR hereby agrees to accept as sufficient payment until cash funding becomes available.

Calhoun County Purchasing RFQ#126-21 Contract

9

1.24 PRICING CONDITIONS

County agrees to pay Contractor for all services required herein as prescribed, fixed at the submitted pricing, which shall include reimbursement for all expenses incurred. No other expenses shall be paid to Contractor without formal approval of the County’s Board of Commissioners or its authorized agent. In no event shall the total services to be performed hereunder exceed $250,000.00. County shall not be responsible for any charges or expenses incurred by Contractor, his/her agents, employees or independent Contractors, other than those listed herein, in connection with the performance of services hereunder unless authorized in advance in writing by County.

1.25 CONTRACT PAYMENT

Payment for the proper performance of services under a contract entered into as a result of this RFQ shall be commensurate with the scheduled progress of the work and shall be made upon receipt of a detailed invoice for payment. A separate invoice shall be issued for each shipment of material or service performed, and no payment shall be issued prior to receipt of material or service and correct invoice.

1.26 LENGTH OF CONTRACT

The term of this Agreement shall commence on the 2nd day of December, 2021 and continue until the 30th day of September, 2022 unless sooner terminated in accordance with the sections entitled “TERMINATION FOR CONVENIENCE” or “TERMINATION FOR CAUSE”, as set forth elsewhere in this Agreement.

1.27 TERMINATION FOR CONVENIENCE

This Agreement, notwithstanding anything to the contrary herein above or hereinafter set forth, may be terminated by County at any time without cause or legal excuse by providing the other party with thirty (30) calendar days written notice of such termination. Upon effective date of termination, County shall have no further liability to Contractor except for payment for actual services incurred during the performance hereunder. Such liability is limited to the time specified in said notice and for services not previously reimbursed by County. Such liability is further limited to the extent such costs are actual, necessary, reasonable, and verifiable costs and have been incurred by Contractor prior to, and in connection with, discontinuing the work hereunder.

1.28 TERMINATION FOR CAUSE

The County may terminate this Agreement and be relieved of making any payments to Contractor, and all duties to Contractor should the Contractor fail to perform any material duty or obligation of the Agreement. Notice shall be given as otherwise provided herein. In the event of such termination the County may proceed with the work in any manner deemed proper by the County. All costs to the County shall be deducted from any sum otherwise due the Contractor and the balance, if any, shall be paid to the

Calhoun County Purchasing RFQ#126-21 Contract

10

Contractor upon demand. Such remedy is in addition to such other remedies as may be available to the County provided by law.

1.29 MODIFICATION OF THE AGREEMENT

Notwithstanding any of the provisions of this Agreement, the parties may agree to amend this Agreement. No alteration or variation of the terms of this Agreement shall be valid unless made in writing and signed by the parties hereto. No oral understanding or agreement not incorporated herein shall be binding on any of the parties hereto.

1.30 ENTIRE AGREEMENT

This Agreement and any additional or supplementary document or documents incorporated herein by specific reference contain all the terms and conditions agreed upon by the parties hereto, and no other contracts, oral or otherwise, regarding the subject matter of this Agreement or any part thereof shall have any validity or bind any of the parties hereto

1.31 SEVERABILITY

If a court of competent jurisdiction holds any provision of this Agreement to be illegal, unenforceable or invalid, in whole or in part, for any reason, the validity and enforceability of the remaining provisions, or portion of them, will not be affected. Compensation due to Contractor from the County may, however, be adjusted in proportion to the benefit received despite the removal of the effected provision.

1.32 LAWS, LICENSES, PERMITS AND REGULATIONS

Contractor and County agree to comply with all State laws and regulations that pertain to construction, health and safety, labor, minimum wage, fair employment practice, equal opportunity, and all other matters applicable to Contractor and County, their sub-grantees, Contractors, or sub-Contractor, and their work. Contractor shall possess and maintain all necessary licenses, permits, certificates and credentials required by the laws of the United States, the State of Michigan, County of Calhoun and all other appropriate governmental agencies, including any certification and credentials required by County. Failure to maintain the licenses, permits, certificates, and credentials shall be deemed a breach of this Agreement and constitutes grounds for the termination of this Agreement by COUNTY

1.33 APPLICABLE LAW; VENUE

All parties agree that this Agreement and all documents issued or executed pursuant to this Agreement as well as the rights and obligations of the parties hereunder are subject to and governed by the laws of the State of Michigan in all respects as to interpretation, construction, operation, effect and performance. No interpretation of any provision of this Agreement shall be binding upon County unless agreed in writing by County and counsel for County. Notwithstanding any other provision of this Agreement, any disputes concerning any question of fact or law arising under this Agreement or any litigation or

Calhoun County Purchasing RFQ#126-21 Contract

11

arbitration arising out of this Agreement, shall be tried in Calhoun County, unless the parties agree otherwise or are otherwise required by law.

1.34 REMEDY FOR BREACH AND RIGHT TO CURE

Notwithstanding anything else in this Agreement to the contrary, if Contractor fails to perform any obligation of this Agreement, the County may itself perform, or cause the performance of, such agreement or obligation. In that event, Contractor will, on demand, fully reimburse County for all such expenditures. Alternatively, County, at its option, may deduct from any funds owed to Contractor the amount necessary to cover any expenditures under this provision. This is in addition to any other remedies available to the County by law or as otherwise stated in this Agreement.

1.35 CONFLICT OF INTEREST

Contractor covenants that it presently has no interest and shall not acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance of this Agreement. Contractor shall ensure that no conflict of interest exists between its officers, employees, or sub-Contractors, and the County. Contractor shall ensure that no County officer or employee in a position that enables them to influence this Agreement will have any direct or indirect financial interest resulting from this Agreement. Contractor shall ensure that no County employee shall have any relationship to the Contractor or officer or employee of the Contractor, nor that any such person will be employed by Contractor in the performance of this Agreement without immediate divulgence of such fact to the County

County of Calhoun Contractor By ______________________ By _________________________ Steve Frisbie Chairman, Board of Commissioners _________________________ ____________________________ Dated Dated The contractor may not assign, subcontract, or otherwise transfer this agreement without the express prior written approval of the Calhoun County Purchasing Department.

Calhoun County Purchasing RFQ#126-21 Contract

12

EXHIBIT C

PROFESSIONAL SERVICES POT HOLE PATCHING SERVICES RFQ#126-21

SCOPE OF SERVICES

Scope of Work: Potholes will be routinely scheduled for repair by the CCRD Operations Manager. Hazardous potholes reported to the CCRD by public safety agencies or the public through work requests shall have immediate priority. These potholes will be filled with high performance cold mix if hot mix is not available. Contractors requesting work under the pot hole patching RFQ will be required to enter into a contract for special services. The contract shall include all labor, material, equipment, supervision, delivery, insurance, safety items, and all other related expenses. Calhoun County does not guarantee any minimum amount of work with respect to the agreement. The services will only be required on an as needed basis and shall be provided as delegated by the Calhoun County Road Department’s management staff. Calhoun County will supply the asphalt material to the contractor at no cost to the contractor. Standard Operating Procedure: The procedure for patching potholes on improved streets will be as follows;

1. All holes with a depth greater than one inch or more will be patched. 2. All holes must be cleaned of all debris with a leaf blower. All debris must be blown off the roadway.

All large chunks of blacktop must be removed and dumped back at the loading site where crews are getting materials for that day.

3. When shoveling blacktop out of the trucks, any blacktop that spills on the roadway must be cleaned up.

4. All patches must be compacted with the truck wheels or a hand tamp. All holes will be left flush with the roadway. If the patch is not flush with the roadway it will be removed and re-patched at the Contractor’s expense.

5. When working in the roadway, crews are required to patch one lane at a time. The lane where crews are working must be the same direction as the flow of traffic.

6. Crews will be given a list of roads to patch every morning. Crews are required to return the list of completed roads to CCRD personnel at the end of the workday.

7. The normal workday is expected to be 7:00 A.M. to 4:00 P.M. Schedules will vary based upon weather and other factors determined at the sole discretion of CCRD personnel. Crew billable hours commence when vehicles are lined up for loading at the worksite until the crew returns to the loading site at the end of the day. Crew breaks and travel for purposes not directly associated with patching will be deducted from the work hours.

8. Crews will be supplied with hot mix asphalt when available. 9. When hot mix is not available, crews will be provided with high performance cold mix. All potholes

patched with high performance cold mix on the roadway are to be documented.

Calhoun County Purchasing RFQ#126-21 Contract

13

EQUIPMENT REQUIREMENTS: Contractors working under this agreement will be required to provide each of their crews with the following equipment; 1. Truck with the Gross Vehicle Weight Rating (GVWR) necessary to carry (two) 2 tons of asphalt materials and all related equipment. 2. Two workers per truck. 3. One working leaf blower, two flat shovels, one hand tamp and one blacktop lute per truck. 4. All equipment must be secured to the truck at all times when not in use by crew members. 5. All workers must wear a class 2 vest or shirt and hard hats meeting ANSI Z89.1 Type 1 Class C at all times. All workers must wear work boots and long pants. Crews will be given one warning for not having proper safety equipment before being sent off the work site for a span of time to be determined by the CCRD personnel. 6. All vehicles used for patching pot holes must be equipped with multi-flashing safety beacons that must be visible 360 degrees and backup alarms. 7. Patching vehicles must be equipped with tarps or carpet to keep asphalt hot. 8. The CCRD expects the Contractors to perform vehicle safety checks on a daily basis prior to loading. CCRD personnel will perform safety checks and the CCRD will notify Contractors of equipment and safety defects. The CCRD reserves the right to send crews off the job site pending corrective action by the Contractor. The CCRD reserves the right to suspend the work of Contractors and their crews based upon the seriousness of violations or repeated safety concerns. Contractors will be notified prior any suspension of work. CONTRACTOR QUALIFICATIONS: Due to the scope and specialization of the needed services, Construction Company will be required to possess the following qualifications. 1. The Construction Company shall have the ability to provide the material, labor and equipment necessary to meet the demands for the services required. 2. The Construction Company shall have sufficient capacity to provide the requested services in a cost effective, timely and professional manner. 3. The Construction Company shall abide by all applicable local, state and federal laws and regulations for working in the road right of way and shall comply with all related MI/OSHA safety regulations and requirements. 4. Throughout the term of the contract, the Contractor’s workers, who operate the work vehicles, shall possess a valid chauffeur license with the appropriate commercial driver license (CDL) endorsement, as required by the State of Michigan, based upon the Contractor truck’s GVWR when fully loaded with two (2) tons of asphalt material. 5. Work performed under the terms of this agreement must be on an hourly rate for a 2-person crew, truck, tools and all equipment necessary to perform the work. The contractors shall provide pothole repair services on an as-needed basis as assigned by authorized CCRD personnel and in accordance with the terms and conditions stated herein. 6. Contractor must provide services within two (2) weeks after being notified that pothole patching services are needed. 7. Contractor must provide trucks with the GVWR and capacity required to haul a minimum of two (2) tons of asphalt material. 8. Contractors shall provide all tools and equipment necessary to patch potholes including, but not limited to, shovels, rakes, leaf blowers, brooms, and hand tamps. The CCRD will provide the asphalt material which shall be picked up at a location identified by CCRD personnel. The Contractor will be required to pick up and haul the asphalt material from the location closest to the job site.

Calhoun County Purchasing RFQ#126-21 Contract

14

9. For a degreaser, the CCRD will be using CleanGo which is a biodegradable, plant based, environmentally responsible and non-toxic cleaner. The CCRD recommends that Contractors use a similar environmentally friendly degreaser. When cleaning their tools and equipment. 10. The Contractor shall conduct these road repair operations in a manner that causes minimum obstruction and inconvenience to the public. The Contractor’s shall not park equipment or work in the oncoming lane for traffic. 11. The Contractor shall keep a daily log of the patching operations including personnel names, hours worked at each location and the quantity of asphalt material used. This information shall be provided to the County on a daily basis. The contractor shall also provide a name and phone number of a supervisor who can be reached at any time by the County. The CCRD will monitor the progress and perform daily inspections. Work will be evaluated for quality and consistency. Any work not meeting the above mentioned standards and specifications will be corrected at the contractor’s expense. 12. The Contractor shall abide by all applicable local, state and federal laws and regulations for working in the road right of way and shall also comply with all related MI/OSHA safety regulations and requirements.

Calhoun County Purchasing RFQ#126-21 Contract

15

EXHIBIT D

UNIT PRICE SHEET POTHOLE REPAIR SERVICE

RFQ#126-21

The undersigned proposes to furnish all labor, material, equipment, supervision, delivery, insurance, safety items, and all other related expenses per the attached specification for the price indicated below. The following Unit Price shall be valid through September 30, 2022. Description Hourly Rate: The hourly rate shall include all labor for two crew members, material, equipment, supervision, insurance, safety items, and all other related expenses. The County will provide the asphalt material to Contractors at the County’s expense. Pothole Repair Services Rate Per Hour: $100.00 COMPANY: NEW HORIZON PROPERTY MANAGMENT ADDRESS: 112 S FOUNTAIN ST CITY, STATE, ZIP: MARSHALL, MI, 49068 SIGNATURE: _____________________________________________ TITLE: ______________________________________________ PHONE#: 269-781-5935 FAX#: EMAIL: [email protected]

Calhoun County Purchasing RFQ#126-21 Contract

16

ATTACHMENT A

NON-COLLUSION AFFIDAVIT The bidder, by its officers and authorized agents or representatives present at the time of filing this proposal, being duly sworn on their oaths, say that neither they nor any of them have in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder or with any public officer of such County of Calhoun, Michigan, whereby such affidavit or affiant or either of them has paid or is to pay to such other bidder or public officer any sum of money, or has given or is to give to such other bidder or public office anything of value whatsoever, or such affidavit or affiant or either of them has not directly or indirectly entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached proposal, that no inducement of any form or character other than that which appears on the face of the proposal will be suggested, offered, paid or delivered to any person whomsoever to influence the acceptance of the proposal or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contract sought by this proposal. COMPANY: ______________________________________ BY: ______________________________________

(signature) NAME: ______________________________________

(type or print) TITLE: ______________________________________ _ DATE: ____________________________________________

Calhoun County Purchasing RFQ#126-21 Contract

17

ATTACHMENT B

CERTIFICATE OF AUTHORIZATION FOR CONTRACT EXECUTION This certificate shall be executed by some officer of the Corporation other than the one who signed the foregoing proposal. Before executing, please note the last paragraph of this certificate.

*************** I, _______________________________________, certify that I am the ____________________________of

(Official Corporate Title ) the corporation named contractor herein: that who signed the

foregoing proposal on behalf of said corporation was then of said corporation; that said proposal was duly signed for on behalf of said corporation by authority of its governing body and is within the scope of its corporate powers. SIGNED: ______________________________________ TITLE: ________________________________________ FIRM: _________________________________________ _ DATE: _________________________________________

INCLUDE CORPORATE SEAL OR NOTARIZE BELOW

*************** In lieu of the foregoing certificate, there may be attached to the proposal a copy of that portion of the records of the corporation as will show the official corporate character and authority of the officer signing. Such copy shall be duly certified by the secretary or assistant secretary under the corporate seal to be true copies.

1

CALHOUN COUNTY REQUEST FOR QUALIFICATIONS

POT HOLE PATCHING SERVICES RFQ#126-21 CONTRACT FOR PROFESSIONAL SERVICES

1.1 THIS AGREEMENT, is made and entered into by and between the County of Calhoun, a political subdivision of the State of Michigan, (hereinafter referred to as "County"), and GARDNER BROTHERS LAWN AND LANDSCAPE, INC located at 400 N. 24th St., Springfield, MI 49037 (hereinafter referred to as "Contractor").

WHEREAS, County desires to contract with Contractor for special services which consist of pothole repair services; and WHEREAS, Contractor is specially trained, experienced, and competent to perform such services in connection with pothole repairs services; and WHEREAS, the parties desire to set forth herein the terms and conditions under which said services shall be furnished. NOW, THEREFORE, in consideration of the mutual covenants and promises herein contained, the parties hereby agree as follows: 1.2 SCOPE OF SERVICES

1.2.1 Contractor shall provide all labor, materials, tools, equipment and incidentals needed to provide pothole repair services in accordance with the terms and conditions stated herein, and any specifically referenced attachments hereto. Contractors services include, but are not limited to, the following:

1.2.2 Pothole repair services on roads located within Calhoun County. The following exhibits are specifically incorporated by reference, attached hereto, and made a part hereof, except when in conflict with this Agreement or modified herein: 1.2.2.1 Exhibit A - County Request for Qualifications -Pothole Repair Services-RFQ#126-21. 1.2.2.2 Exhibit B - Contractors Responding Statement of Qualifications 1.2.2.3 Exhibit C - Scope of Services 1.2.2.4 Exhibit D - Pricing Sheet 1.2.2.4 Attachment A - Non-Collusion Affidavit 1.2.2.5 Attachment B- Certificate of Authorization for Contract Execution

1.3 NOTICES

All notices, requests, demands or other communications under this Agreement shall be in writing. Notice shall be sufficiently given for all purposes as follows: 1.3.1 Personal Delivery. When personally delivered to the recipient, notice is effective upon delivery.

Calhoun County Purchasing RFQ#126-21 Contract

2

1.3.2 First Class Mail. When mailed first class to the last address of the recipient known to the party giving notice, notice is effective three mail delivery days after deposit in a United States Postal Service office or mailbox. 1.3.3 Certified Mail. When mailed by certified mail, return receipt requested, notice is effective upon receipt, if delivery is confirmed by a return receipt. 1.3.4 Overnight Delivery. When delivered by an overnight delivery service, charges prepaid or charged to the sender’s account, notice is effective on delivery, if delivery is confirmed by the delivery service. Information for notice to the parties to this Agreement at the time of endorsement of this Agreement is as follows:

County of Calhoun Bradley J. Wilcox, Assistant County Administrator Calhoun County Administration 315 Green Street Marshall, MI 49068 (269) 781-0798

Contractor Name Gardner Brothers Lawn and Landscape, Inc. Contractor Address 400 N. 24th St. City, State, Zip Springfield, MI 49037 Phone Number 269-209-2065

Any party may change its address by giving the other party notice of the change in any manner permitted by this Agreement.

1.4 EQUAL OPPORTUNITY

The Contractor agrees to abide by the provisions of Executive Order 79-4, the Elliott-Larsen Civil Rights Act, as amended, being 1976 PA 453, MCL 372.101 et seq., and all other pertinent federal, state and local fair employment practices and equal opportunity laws, and specifically agrees and covenants not to discriminate against an employee or applicant for employment with respect to hire, tenure, terms, conditions, or privileges of employment, or a matter directly or indirectly related to employment, because of race, color, religion, national origin, age, sex, height, weight, marital status, or a handicap that is unrelated to the individual’s ability to perform the duties of a particular job or position. A breach of this covenant shall be regarded as a material breach of the contract.

1.5 LEGAL STATUS OF BIDDER

The bidder shall indicate the legal status of the business firm by filling in the appropriate section below and by striking out the two nonapplicable sections.

Calhoun County Purchasing RFQ#126-21 Contract

3

1.5.1 An INDIVIDUAL whose signature is affixed to this contract doing business under the name of: ______________________________

REGISTRATION NUMBER: _____________________ 1.5.2 A PARTNERSHIP doing business under the firm name of: All of the members of which are as follows: NAME: ____________________________

ADDRESS: _____________________________ REGISTRATION NUMBER:__________________ 1.5.3 A CORPORATION duly organized and doing business under the laws of the State of __________________________________ REGISTRATION NUMBER: __________________ 1.6 INSTRUCTIONS FOR EXECUTING CONTRACT 1.6.1 If the bidder is an INDIVIDUAL, the trade name, if applicable, shall be indicated in the contract

signed by such individual. If signed by anyone other than the bidder, there shall be attached to the contract a duly authenticated Power-of-Attorney, evidencing the signer's authority to execute such a contract for and in behalf of the individual.

1.6.2 If the bidder is operating as a PARTNERSHIP, each partner shall sign the contract. If the

contract is not signed by each partner, there shall be attached to the contract a duly authenticated Power-of-Attorney evidencing the signer's or signers' authority to sign such contract for and in behalf of the partnership.

1.6.3 If the bidder is a CORPORATION the Certificate of Authorization for Contract Execution

(attached) shall be completed in full. 1.7 INDEMNIFICATION AND HOLD HARMLESS

To the fullest extent permitted by law, the contractor agrees to defend, pay on behalf of, indemnify, and hold harmless Calhoun County, its elected and appointed officials, employees, and volunteers, and others working on behalf of Calhoun County against any and all claims, demands, suits, or loss, including all costs connected therewith, and for any damages which may be asserted, claimed, or recovered against or from Calhoun County, its elected and appointed officials, employees and volunteers, and others working on behalf of Calhoun County by reason of personal injury, including

Calhoun County Purchasing RFQ#126-21 Contract

4

bodily injury or death and/or property damage, including loss of use thereof, which arises out of or is in any way connected or associated with this Contract. The Contractor will not be liable for any damages arising out of an act of negligence by the County, its elected and appointed officials, employees, and volunteers, and others working on its behalf.

1.8 RIGHTS AND REMEDIES

No provision in this document or in the Contractor's proposal shall be construed, expressly or by implication as a waiver by either party of any existing or future right and/or remedy available by law in the event of any claim or default or breach of contract. The failure of either party to insist upon the strict performance of any term or condition of the contract or to exercise or delay the exercise of any right or remedy provided in the contract, or by law, or the acceptance of materials or services, obligations imposed by this contract or by law, and shall not be deemed a waiver of any right of either party to insist upon the strict performance of the contract.

1.9 WARRANTIES

Contractor warrants that all material or service delivered under this contract shall conform to the specifications of this contract. Mere receipt of shipment of the material or service specified and any inspection incidental thereto by the County, shall not alter or affect the obligations of the Contractor or the rights of the County under the foregoing warranties. Additional warranty requirements may be set forth in this document.

1.10 QUALITY OF SERVICE

Contractor shall perform its services with care, skill, and diligence, in accordance with the applicable professional standards currently recognized by such profession, and shall be responsible for the professional quality, technical accuracy, completeness, and coordination of all reports, designs, drawings, plans, information, specifications, and/or other items and services furnished under this Agreement. Contractor shall, without additional compensation, correct or revise any errors or deficiencies immediately upon discovery in its reports, drawings, specifications, designs, and/or other related items or services

1.11 INSURANCE REQUIREMENTS

The successful contractor shall not commence work under this contract until he/her has obtained the insurance required under this paragraph and provided copies to the Calhoun County Purchasing Department. All coverage shall be with insurance companies licensed and admitted to do business in the State of Michigan. All coverages shall be with insurance carriers acceptable to Calhoun County.

1.11.1 Workers’ Compensation Insurance: The Contractor shall procure and maintain during the life

of this contract, Workers’ Compensation Insurance, including Employers’ Liability Coverage, in accordance with all applicable statutes of the State of Michigan.

Calhoun County Purchasing RFQ#126-21 Contract

5

1.11.2 Commercial General Liability Insurance: The Contractor shall procure and maintain during the life of this contract, Commercial General Liability Insurance on an “Occurrence Basis” with limits of liability not less than $ 300,000 per occurrence and/or aggregate combined single limit, Personal Injury, Bodily Injury, and Property Damage. Coverage shall include the following extensions: (A) Contractual Liability; (B) Products and Completed Operations; (C) Independent Contractors Coverage; (D) Broad Form General Liability Extensions or equivalent; (E) Deletion of all Explosion, Collapse, and Underground (XCU) Exclusions, if applicable.

1.11.3 Motor Vehicle Liability: The Contractor shall procure and maintain during the life of this

contract Motor Vehicle Liability Insurance, including Michigan No-Fault Coverages, with limits of liability not less than $ 300,000 per occurrence combined single limit, Bodily Injury, and Property Damage. Coverage shall include all owned vehicles, all non-owned vehicles, and all hired vehicles.

1.11.4 Additional Insured: Commercial General Liability and Motor Vehicle Liability Insurance, as

described above, shall include and endorsement starting that the following shall be Additional Insureds: The Calhoun County, all elected and appointed officials, all employees and volunteers, all boards, commissions, and/or authorities and board members, including employees and volunteers thereof.

1.11.5 Cancellation Notice: Workers’ Compensation Insurance, Commercial General Liability

Insurance, and Motor Vehicle Liability Insurance, as described above, shall include an endorsement stating the following: “It is understood and agreed that Thirty (30) days Advance Written Notice of Cancellation, Non-Renewal, Reduction, and/or Material Change shall be sent to: (Purchasing Department, Calhoun County, 315 West Green Street, Marshall, MI 49068).

1.11.6 If any of the above coverages expire during the term of this contract, the Contractor shall deliver

renewal certificates and/or policies to Calhoun County at least ten (10) days prior to the expiration date. Include current certificates of insurances with your proposal. The successful contractor may be required to have the County added as an additional insured to their insurance policy.

1.12 TAXES

Except as may be otherwise provided in the RFP, the County is exempt from Federal Excise and State Sales Tax, and such taxes shall not be included in the bid process. Federal Exemption Certificates will be furnished if so requested.

1.13 GRATUITIES

The County may, by written notice to the Contractor, cancel this contract if it is found that gratuities, in the form of entertainment, gifts or otherwise, were offered or given by the contractor or any agent or representative of the Contractor, to any officer or employee of the County amending, or making any determinations with respect to the performing of such contract.

Calhoun County Purchasing RFQ#126-21 Contract

6

1.14 DISCLOSURE

1.14.1 All information in proposals received is subject to disclosure under the provisions of MCL 15.231 et seq, known as the "Freedom of Information Act". This Act also provides for the complete disclosure of contracts and attachments thereto.

1.14.2 If a person believes that any portion of a proposal, bid, offer, specification, protest or

correspondence contains information that should be withheld, then the Purchasing Department should be so advised in writing (price is not confidential and will not be withheld). The County shall review all requests for confidentiality and provide a written determination. If the confidential request is denied, such information shall be disclosed as public information.

1.15 PRIME CONTRACTOR RESPONSIBILITIES - SUBCONTRACTING

The selected contractor will be required to assume responsibility for all services offered in the proposal whether or not parts of the contract are subcontracted. Further, the County will consider the selected contractor to be the sole point of contact with regard to contractual matters, including payment of any and all charges resulting from the contract. If any part of the work is to be subcontracted, the prime contractor must provide complete description of work subcontracted and descriptive information about subcontractors' organization and capabilities. The contractor is totally responsible for adherence by the subcontractor to all provisions of the contract.

1.16 INDEPENDENT CONTRACTOR

1.16.1 It is clearly understood that each party shall act in its individual capacity and not as an agent, employee, partner, joint venturer, or associate of the other. An employee or agent of one party shall not be deemed or construed to be the employee or agent of the other party for any purpose whatsoever.

1.16.2 Contractor shall not be entitled to compensation in the form of salaries, or to paid vacation or

sick days by the County, and that such days do not accumulate for the use of same at a later date. 1.16.3 The County will not provide any insurance coverage to Contractor, including Workmen's

Compensation coverage. The Contractor is advised that taxes or social security payments shall not be withheld from a County payment issued hereunder and that Contractor should make arrangements to directly pay such expenses, if any.

1.17 PERSONNEL

Contractor represents that it has, or will secure at its own expense, all personnel required in performing the services under this Agreement. All of the services required hereunder will be performed by Contractor or under its supervision, and all personnel engaged in the work shall be qualified to perform such services.

Calhoun County Purchasing RFQ#126-21 Contract

7

1.18 NON-ASSIGNMENT The contractor may not assign, subcontract, or otherwise transfer this agreement without the express

prior written approval of the County. 1.19 SUBCONTRACTS

No subcontract shall be entered into by the Contractor with any other party to furnish any of the material/service specified herein without the advance written approval of the County. All subcontracts shall comply with Federal and State laws and regulations which are applicable to the services covered by the subcontract and shall include all the terms and conditions set forth herein which shall apply with equal force to the subcontract, as if the subcontractor were the Contractor referred to herein. The Contractor is responsible for contract performance whether or not subcontractors are used. The County shall not unreasonably withhold approval and shall notify the Contractor of the County's position within 15 days of receipt of written notice by the Contractor.

1.20 ASSIGNMENT - DELEGATION

No right or interest in this contract shall be assigned by the contractor without prior written permission of the County, and no delegation of any duty of Contractor shall be made without prior written permission of the County. The County shall not unreasonably withhold approval and shall notify the contractor of the County’s position within 15 days of receipt of written notice by the Contractor.

1.21 COMPENSATION

County agrees to pay Contractor an hourly rate of one hundred ten dollars ($110.00) per hour for hours actually engaged in the performance of such work, as are more specifically set forth under Section “SCOPE OF SERVICES”, whether said work be performed at County premises or elsewhere, but such compensation shall not be paid for time necessary to travel from Contractors location to County premises. This fee includes, but is not limited to, Contractors time on-site, preparation time associated with this Agreement, and all out-of-pocket expenses. No other fees or expenses of any kind shall be paid to Contractor in addition to those rates or expenses listed herein. Any and/or all payments made under this Agreement shall be paid by check, payable to the order of the Contractor and be mailed to Contractor at:

Name: GARDNER BROTHERS LAWN AND LANDSCAPE, INC Address: 400 N. 24TH ST. City/State/Zip: SPRINGFIELD, MI 49037 Contractor may request that County mail the check to Contractor to such other address as Contractor may from time to time designate to County. Such request must be made in writing in accordance with the procedures as outlined under Section “NOTICES”.

Calhoun County Purchasing RFQ#126-21 Contract

8

1.22. TERMS OF PAYMENT

Payment shall be only for full and complete satisfactory performance of the services required to be provided herein and as set forth under Section "SCOPE OF SERVICES." Payment shall be made in the following manner:

1.22.1 Contractor shall submit monthly itemized invoices, or alternate documentation as deemed appropriate in advance by County, for services it has provided and for the amount owed under this Agreement. In addition to the invoices submitted by the Contractor for payment, Contractor must complete and submit a W-9 form to the County at the address indicated under Section “NOTICES” of this Agreement. 1.22.2 Each invoice or approved alternate documentation must include: 1.22.2.1 Detail by task the service performed by Contractor. 1.22.2.2 Detail the daily number of hours attributed to each task. 1.22.2.3 The cumulative cost for all tasks performed to date. 1.22.3 Provide any additional information and data requested by County as deemed necessary by County to properly evaluate or process Contractors claim. 1.22.4 Upon approval by County, the fee due hereunder shall be paid to Contractor within thirty (30) days following receipt of a proper invoice. 1.23 CONDITION SUBSEQUENT/NON-APPROPRIATION OF FUNDING

The compensation paid to CONTRACTOR pursuant to this Agreement is based on COUNTY’S continued appropriation of funding for the purpose of this Agreement, as well as the receipt of local, county, state and/or federal funding for this purpose. The parties acknowledge that the nature of government finance is unpredictable, and that the rights and obligations set forth in this Agreement are therefore contingent upon the receipt and/or appropriation of the necessary funds. In the event that funding is terminated, in whole or in part, for any reason, at any time, this Agreement and all obligations of the COUNTY arising from this Agreement shall be immediately discharged. COUNTY agrees to inform CONTRACTOR no later than ten (10) calendar days after the COUNTY determines, in its sole judgment, that funding will be terminated and the final date for which funding will be available. Under these circumstances, all billing or other claims for compensation or reimbursement by CONTRACTOR arising out of performance of this Agreement must be submitted to COUNTY prior to the final date for which funding is available. In the alternative, COUNTY and CONTRACTOR may agree, in such circumstance, to a suspension or modification of either party's rights and obligations under this Agreement. Such a modification, if the parties agree thereto, may permit a restoration of previous contract terms in the event funding is reinstated. Also in the alternative, the COUNTY may, if funding is provided to the COUNTY in the form of promises to pay at a later date, whether referred to as “government warrants”, “IOUs”, or by any other name, the COUNTY may, in its sole discretion, provide similar promises to pay to the CONTRACTOR, which the CONTRACTOR hereby agrees to accept as sufficient payment until cash funding becomes available.

Calhoun County Purchasing RFQ#126-21 Contract

9

1.24 PRICING CONDITIONS

County agrees to pay Contractor for all services required herein as prescribed, fixed at the submitted pricing, which shall include reimbursement for all expenses incurred. No other expenses shall be paid to Contractor without formal approval of the County’s Board of Commissioners or its authorized agent. In no event shall the total services to be performed hereunder exceed $250,000.00. County shall not be responsible for any charges or expenses incurred by Contractor, his/her agents, employees or independent Contractors, other than those listed herein, in connection with the performance of services hereunder unless authorized in advance in writing by County.

1.25 CONTRACT PAYMENT

Payment for the proper performance of services under a contract entered into as a result of this RFQ shall be commensurate with the scheduled progress of the work and shall be made upon receipt of a detailed invoice for payment. A separate invoice shall be issued for each shipment of material or service performed, and no payment shall be issued prior to receipt of material or service and correct invoice.

1.26 LENGTH OF CONTRACT

The term of this Agreement shall commence on the 2nd day of December, 2021 and continue until the 30th day of September, 2022 unless sooner terminated in accordance with the sections entitled “TERMINATION FOR CONVENIENCE” or “TERMINATION FOR CAUSE”, as set forth elsewhere in this Agreement.

1.27 TERMINATION FOR CONVENIENCE

This Agreement, notwithstanding anything to the contrary herein above or hereinafter set forth, may be terminated by County at any time without cause or legal excuse by providing the other party with thirty (30) calendar days written notice of such termination. Upon effective date of termination, County shall have no further liability to Contractor except for payment for actual services incurred during the performance hereunder. Such liability is limited to the time specified in said notice and for services not previously reimbursed by County. Such liability is further limited to the extent such costs are actual, necessary, reasonable, and verifiable costs and have been incurred by Contractor prior to, and in connection with, discontinuing the work hereunder.

1.28 TERMINATION FOR CAUSE

The County may terminate this Agreement and be relieved of making any payments to Contractor, and all duties to Contractor should the Contractor fail to perform any material duty or obligation of the Agreement. Notice shall be given as otherwise provided herein. In the event of such termination the County may proceed with the work in any manner deemed proper by the County. All costs to the County shall be deducted from any sum otherwise due the Contractor and the balance, if any, shall be paid to the

Calhoun County Purchasing RFQ#126-21 Contract

10

Contractor upon demand. Such remedy is in addition to such other remedies as may be available to the County provided by law.

1.29 MODIFICATION OF THE AGREEMENT

Notwithstanding any of the provisions of this Agreement, the parties may agree to amend this Agreement. No alteration or variation of the terms of this Agreement shall be valid unless made in writing and signed by the parties hereto. No oral understanding or agreement not incorporated herein shall be binding on any of the parties hereto.

1.30 ENTIRE AGREEMENT

This Agreement and any additional or supplementary document or documents incorporated herein by specific reference contain all the terms and conditions agreed upon by the parties hereto, and no other contracts, oral or otherwise, regarding the subject matter of this Agreement or any part thereof shall have any validity or bind any of the parties hereto

1.31 SEVERABILITY

If a court of competent jurisdiction holds any provision of this Agreement to be illegal, unenforceable or invalid, in whole or in part, for any reason, the validity and enforceability of the remaining provisions, or portion of them, will not be affected. Compensation due to Contractor from the County may, however, be adjusted in proportion to the benefit received despite the removal of the effected provision.

1.32 LAWS, LICENSES, PERMITS AND REGULATIONS

Contractor and County agree to comply with all State laws and regulations that pertain to construction, health and safety, labor, minimum wage, fair employment practice, equal opportunity, and all other matters applicable to Contractor and County, their sub-grantees, Contractors, or sub-Contractor, and their work. Contractor shall possess and maintain all necessary licenses, permits, certificates and credentials required by the laws of the United States, the State of Michigan, County of Calhoun and all other appropriate governmental agencies, including any certification and credentials required by County. Failure to maintain the licenses, permits, certificates, and credentials shall be deemed a breach of this Agreement and constitutes grounds for the termination of this Agreement by COUNTY

1.33 APPLICABLE LAW; VENUE

All parties agree that this Agreement and all documents issued or executed pursuant to this Agreement as well as the rights and obligations of the parties hereunder are subject to and governed by the laws of the State of Michigan in all respects as to interpretation, construction, operation, effect and performance. No interpretation of any provision of this Agreement shall be binding upon County unless agreed in writing by County and counsel for County. Notwithstanding any other provision of this Agreement, any disputes concerning any question of fact or law arising under this Agreement or any litigation or

Calhoun County Purchasing RFQ#126-21 Contract

11

arbitration arising out of this Agreement, shall be tried in Calhoun County, unless the parties agree otherwise or are otherwise required by law.

1.34 REMEDY FOR BREACH AND RIGHT TO CURE

Notwithstanding anything else in this Agreement to the contrary, if Contractor fails to perform any obligation of this Agreement, the County may itself perform, or cause the performance of, such agreement or obligation. In that event, Contractor will, on demand, fully reimburse County for all such expenditures. Alternatively, County, at its option, may deduct from any funds owed to Contractor the amount necessary to cover any expenditures under this provision. This is in addition to any other remedies available to the County by law or as otherwise stated in this Agreement.

1.35 CONFLICT OF INTEREST

Contractor covenants that it presently has no interest and shall not acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance of this Agreement. Contractor shall ensure that no conflict of interest exists between its officers, employees, or sub-Contractors, and the County. Contractor shall ensure that no County officer or employee in a position that enables them to influence this Agreement will have any direct or indirect financial interest resulting from this Agreement. Contractor shall ensure that no County employee shall have any relationship to the Contractor or officer or employee of the Contractor, nor that any such person will be employed by Contractor in the performance of this Agreement without immediate divulgence of such fact to the County

County of Calhoun Contractor By ______________________ By _________________________ Steve Frisbie Chairman, Board of Commissioners _________________________ ____________________________ Dated Dated The contractor may not assign, subcontract, or otherwise transfer this agreement without the express prior written approval of the Calhoun County Purchasing Department.

Calhoun County Purchasing RFQ#126-21 Contract

12

EXHIBIT C

PROFESSIONAL SERVICES POT HOLE PATCHING SERVICES RFQ#126-21

SCOPE OF SERVICES

Scope of Work: Potholes will be routinely scheduled for repair by the CCRD Operations Manager. Hazardous potholes reported to the CCRD by public safety agencies or the public through work requests shall have immediate priority. These potholes will be filled with high performance cold mix if hot mix is not available. Contractors requesting work under the pothole patching RFQ will be required to enter into a contract for special services. The contract shall include all labor, material, equipment, supervision, delivery, insurance, safety items, and all other related expenses. Calhoun County does not guarantee any minimum amount of work with respect to the agreement. The services will only be required on an as needed basis and shall be provided as delegated by the Calhoun County Road Department’s management staff. Calhoun County will supply the asphalt material to the contractor at no cost to the contractor. Standard Operating Procedure: The procedure for patching pot holes on improved streets will be as follows:

1. All holes with a depth greater than one inch or more will be patched. 2. All holes must be cleaned of all debris with a leaf blower. All debris must be blown off the roadway.

All large chunks of blacktop must be removed and dumped back at the loading site where crews are getting materials for that day.

3. When shoveling blacktop out of the trucks, any blacktop that spills on the roadway must be cleaned up.

4. All patches must be compacted with the truck wheels or a hand tamp. All holes will be left flush with the roadway. If the patch is not flush with the roadway it will be removed and re-patched at the Contractor’s expense.

5. When working in the roadway, crews are required to patch one lane at a time. The lane where crews are working must be the same direction as the flow of traffic.

6. Crews will be given a list of roads to patch every morning. Crews are required to return the list of completed roads to CCRD personnel at the end of the workday.

7. The normal workday is expected to be 7:00 A.M. to 4:00 P.M. Schedules will vary based upon weather and other factors determined at the sole discretion of CCRD personnel. Crew billable hours commence when vehicles are lined up for loading at the worksite until the crew returns to the loading site at the end of the day. Crew breaks and travel for purposes not directly associated with patching will be deducted from the work hours.

8. Crews will be supplied with hot mix asphalt when available. 9. When hot mix is not available, crews will be provided with high performance cold mix. All potholes

patched with high performance cold mix on the roadway are to be documented.

Calhoun County Purchasing RFQ#126-21 Contract

13

EQUIPMENT REQUIREMENTS: Contractors working under this agreement will be required to provide each of their crews with the following equipment; 1. Truck with the Gross Vehicle Weight Rating (GVWR) necessary to carry (two) 2 tons of asphalt materials and all related equipment. 2. Two workers per truck. 3. One working leaf blower, two flat shovels, one hand tamp and one blacktop lute per truck. 4. All equipment must be secured to the truck at all times when not in use by crew members. 5. All workers must wear a class 2 vest or shirt and hard hats meeting ANSI Z89.1 Type 1 Class C at all times. All workers must wear work boots and long pants. Crews will be given one warning for not having proper safety equipment before being sent off the work site for a span of time to be determined by the CCRD personnel. 6. All vehicles used for patching pot holes must be equipped with multi-flashing safety beacons that must be visible 360 degrees and backup alarms. 7. Patching vehicles must be equipped with tarps or carpet to keep asphalt hot. 8. The CCRD expects the Contractors to perform vehicle safety checks on a daily basis prior to loading. CCRD personnel will perform safety checks and the CCRD will notify Contractors of equipment and safety defects. The CCRD reserves the right to send crews off the job site pending corrective action by the Contractor. The CCRD reserves the right to suspend the work of Contractors and their crews based upon the seriousness of violations or repeated safety concerns. Contractors will be notified prior any suspension of work. CONTRACTOR QUALIFICATIONS: Due to the scope and specialization of the needed services, Construction Company will be required to possess the following qualifications. 1. The Construction Company shall have the ability to provide the material, labor and equipment necessary to meet the demands for the services required. 2. The Construction Company shall have sufficient capacity to provide the requested services in a cost effective, timely and professional manner. 3. The Construction Company shall abide by all applicable local, state and federal laws and regulations for working in the road right of way and shall comply with all related MI/OSHA safety regulations and requirements. 4. Throughout the term of the contract, the Contractor’s workers, who operate the work vehicles, shall possess a valid chauffeur license with the appropriate commercial driver license (CDL) endorsement, as required by the State of Michigan, based upon the Contractor truck’s GVWR when fully loaded with two (2) tons of asphalt material. 5. Work performed under the terms of this agreement must be on an hourly rate for a 2-person crew, truck, tools and all equipment necessary to perform the work. The contractors shall provide pothole repair services on an as-needed basis as assigned by authorized CCRD personnel and in accordance with the terms and conditions stated herein. 6. Contractor must provide services within two (2) weeks after being notified that pothole patching services are needed. 7. Contractor must provide trucks with the GVWR and capacity required to haul a minimum of two (2) tons of asphalt material. 8. Contractors shall provide all tools and equipment necessary to patch potholes including, but not limited to, shovels, rakes, leaf blowers, brooms, and hand tamps. The CCRD will provide the asphalt material which shall be picked up at a location identified by CCRD personnel. The Contractor will be required to pick up and haul the asphalt material from the location closest to the job site.

Calhoun County Purchasing RFQ#126-21 Contract

14

9. For a degreaser, the CCRD will be using CleanGo which is a biodegradable, plant based, environmentally responsible and non-toxic cleaner. The CCRD recommends that Contractors use a similar environmentally friendly degreaser. When cleaning their tools and equipment. 10. The Contractor shall conduct these road repair operations in a manner that causes minimum obstruction and inconvenience to the public. The Contractor’s shall not park equipment or work in the oncoming lane for traffic. 11. The Contractor shall keep a daily log of the patching operations including personnel names, hours worked at each location and the quantity of asphalt material used. This information shall be provided to the County on a daily basis. The contractor shall also provide a name and phone number of a supervisor who can be reached at any time by the County. The CCRD will monitor the progress and perform daily inspections. Work will be evaluated for quality and consistency. Any work not meeting the above mentioned standards and specifications will be corrected at the contractor’s expense. 12. The Contractor shall abide by all applicable local, state and federal laws and regulations for working in the road right of way and shall also comply with all related MI/OSHA safety regulations and requirements.

Calhoun County Purchasing RFQ#126-21 Contract

15

EXHIBIT D

UNIT PRICE SHEET POTHOLE REPAIR SERVICE

RFQ#126-21

The undersigned proposes to furnish all labor, material, equipment, supervision, delivery, insurance, safety items, and all other related expenses per the attached specification for the price indicated below. The following Unit Price shall be valid through September 30, 2022. Description Hourly Rate: The hourly rate shall include all labor for two crew members, material, equipment, supervision, insurance, safety items, and all other related expenses. The County will provide the asphalt material to Contractors at the County’s expense. Pothole Repair Services Rate Per Hour: $110.00 COMPANY: GARDNER BROTHERS LAWN AND LANDSCAPE, INC. ADDRESS: 400 N. 24TH ST. CITY, STATE, ZIP: SPRINGFIELD, MI 49037 SIGNATURE: _____________________________________________ TITLE: ______________________________________________ PHONE#: 269-209-2065 FAX#: 269-965-8386 EMAIL: [email protected]

Calhoun County Purchasing RFQ#126-21 Contract

16

ATTACHMENT A

NON-COLLUSION AFFIDAVIT The bidder, by its officers and authorized agents or representatives present at the time of filing this proposal, being duly sworn on their oaths, say that neither they nor any of them have in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder or with any public officer of such County of Calhoun, Michigan, whereby such affidavit or affiant or either of them has paid or is to pay to such other bidder or public officer any sum of money, or has given or is to give to such other bidder or public office anything of value whatsoever, or such affidavit or affiant or either of them has not directly or indirectly entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached proposal, that no inducement of any form or character other than that which appears on the face of the proposal will be suggested, offered, paid or delivered to any person whomsoever to influence the acceptance of the proposal or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contract sought by this proposal. COMPANY: ______________________________________ BY: ______________________________________

(signature) NAME: ______________________________________

(type or print) TITLE: ______________________________________ _ DATE: ____________________________________________

Calhoun County Purchasing RFQ#126-21 Contract

17

ATTACHMENT B

CERTIFICATE OF AUTHORIZATION FOR CONTRACT EXECUTION This certificate shall be executed by some officer of the Corporation other than the one who signed the foregoing proposal. Before executing, please note the last paragraph of this certificate.

*************** I, _______________________________________, certify that I am the ____________________________of

(Official Corporate Title ) the corporation named contractor herein: that who signed the

foregoing proposal on behalf of said corporation was then of said corporation; that said proposal was duly signed for on behalf of said corporation by authority of its governing body and is within the scope of its corporate powers. SIGNED: ______________________________________ TITLE: ________________________________________ FIRM: _________________________________________ _ DATE: _________________________________________

INCLUDE CORPORATE SEAL OR NOTARIZE BELOW

*************** In lieu of the foregoing certificate, there may be attached to the proposal a copy of that portion of the records of the corporation as will show the official corporate character and authority of the officer signing. Such copy shall be duly certified by the secretary or assistant secretary under the corporate seal to be true copies.

1

CALHOUN COUNTY REQUEST FOR QUALIFICATIONS

POT HOLE PATCHING SERVICES RFQ#126-21 CONTRACT FOR PROFESSIONAL SERVICES

1.1 THIS AGREEMENT, is made and entered into by and between the County of Calhoun, a political subdivision of the State of Michigan, (hereinafter referred to as "County"), and Next Generation Landscaping, located at 12121 Town Rd, Parma MI , 49269 (hereinafter referred to as "Contractor").

WHEREAS, County desires to contract with Contractor for special services which consist of pothole repair services; and WHEREAS, Contractor is specially trained, experienced, and competent to perform such services in connection with pothole repairs services; and WHEREAS, the parties desire to set forth herein the terms and conditions under which said services shall be furnished. NOW, THEREFORE, in consideration of the mutual covenants and promises herein contained, the parties hereby agree as follows: 1.2 SCOPE OF SERVICES

1.2.1 Contractor shall provide all labor, materials, tools, equipment and incidentals needed to provide pothole repair services in accordance with the terms and conditions stated herein, and any specifically referenced attachments hereto. Contractors services include, but are not limited to, the following:

1.2.2 Pothole repair services on roads located within Calhoun County. The following exhibits are specifically incorporated by reference, attached hereto, and made a part hereof, except when in conflict with this Agreement or modified herein: 1.2.2.1 Exhibit A - County Request for Qualifications -Pothole Repair Services-RFQ#126-21. 1.2.2.2 Exhibit B - Contractors Responding Statement of Qualifications 1.2.2.3 Exhibit C - Scope of Services 1.2.2.4 Exhibit D - Pricing Sheet 1.2.2.4 Attachment A - Non-Collusion Affidavit 1.2.2.5 Attachment B- Certificate of Authorization for Contract Execution

1.3 NOTICES

All notices, requests, demands or other communications under this Agreement shall be in writing. Notice shall be sufficiently given for all purposes as follows: 1.3.1 Personal Delivery. When personally delivered to the recipient, notice is effective upon delivery.

Calhoun County Purchasing RFQ#126-21 Contract

2

1.3.2 First Class Mail. When mailed first class to the last address of the recipient known to the party giving notice, notice is effective three mail delivery days after deposit in a United States Postal Service office or mailbox. 1.3.3 Certified Mail. When mailed by certified mail, return receipt requested, notice is effective upon receipt, if delivery is confirmed by a return receipt. 1.3.4 Overnight Delivery. When delivered by an overnight delivery service, charges prepaid or charged to the sender’s account, notice is effective on delivery, if delivery is confirmed by the delivery service. Information for notice to the parties to this Agreement at the time of endorsement of this Agreement is as follows:

County of Calhoun Bradley J. Wilcox, Assistant County Administrator Calhoun County Administration 315 Green Street Marshall, MI 49068 (269) 781-0798

Contractor Name Next Generation Landscaping Contractor Address 12121 Town Rd City, State, Zip Parma, MI, 49269 Phone Number 517-581-3861

Any party may change its address by giving the other party notice of the change in any manner permitted by this Agreement.

1.4 EQUAL OPPORTUNITY

The Contractor agrees to abide by the provisions of Executive Order 79-4, the Elliott-Larsen Civil Rights Act, as amended, being 1976 PA 453, MCL 372.101 et seq., and all other pertinent federal, state and local fair employment practices and equal opportunity laws, and specifically agrees and covenants not to discriminate against an employee or applicant for employment with respect to hire, tenure, terms, conditions, or privileges of employment, or a matter directly or indirectly related to employment, because of race, color, religion, national origin, age, sex, height, weight, marital status, or a handicap that is unrelated to the individual’s ability to perform the duties of a particular job or position. A breach of this covenant shall be regarded as a material breach of the contract.

1.5 LEGAL STATUS OF BIDDER

The bidder shall indicate the legal status of the business firm by filling in the appropriate section below and by striking out the two nonapplicable sections.

Calhoun County Purchasing RFQ#126-21 Contract

3

1.5.1 An INDIVIDUAL whose signature is affixed to this contract doing business under the name of: ______________________________

REGISTRATION NUMBER: _____________________ 1.5.2 A PARTNERSHIP doing business under the firm name of: All of the members of which are as follows: NAME: _________________________________

ADDRESS: _________________________________ REGISTRATION NUMBER:_____________________ 1.5.3 A CORPORATION duly organized and doing business under the laws of the State of __________________________________ REGISTRATION NUMBER: __________________ 1.6 INSTRUCTIONS FOR EXECUTING CONTRACT 1.6.1 If the bidder is an INDIVIDUAL, the trade name, if applicable, shall be indicated in the contract

signed by such individual. If signed by anyone other than the bidder, there shall be attached to the contract a duly authenticated Power-of-Attorney, evidencing the signer's authority to execute such a contract for and in behalf of the individual.

1.6.2 If the bidder is operating as a PARTNERSHIP, each partner shall sign the contract. If the

contract is not signed by each partner, there shall be attached to the contract a duly authenticated Power-of-Attorney evidencing the signer's or signers' authority to sign such contract for and in behalf of the partnership.

1.6.3 If the bidder is a CORPORATION the Certificate of Authorization for Contract Execution

(attached) shall be completed in full. 1.7 INDEMNIFICATION AND HOLD HARMLESS

To the fullest extent permitted by law, the contractor agrees to defend, pay on behalf of, indemnify, and hold harmless Calhoun County, its elected and appointed officials, employees, and volunteers, and others working on behalf of Calhoun County against any and all claims, demands, suits, or loss, including all costs connected therewith, and for any damages which may be asserted, claimed, or recovered against or from Calhoun County, its elected and appointed officials, employees and volunteers, and others working on behalf of Calhoun County by reason of personal injury, including

Calhoun County Purchasing RFQ#126-21 Contract

4

bodily injury or death and/or property damage, including loss of use thereof, which arises out of or is in any way connected or associated with this Contract. The Contractor will not be liable for any damages arising out of an act of negligence by the County, its elected and appointed officials, employees, and volunteers, and others working on its behalf.

1.8 RIGHTS AND REMEDIES

No provision in this document or in the Contractor's proposal shall be construed, expressly or by implication as a waiver by either party of any existing or future right and/or remedy available by law in the event of any claim or default or breach of contract. The failure of either party to insist upon the strict performance of any term or condition of the contract or to exercise or delay the exercise of any right or remedy provided in the contract, or by law, or the acceptance of materials or services, obligations imposed by this contract or by law, and shall not be deemed a waiver of any right of either party to insist upon the strict performance of the contract.

1.9 WARRANTIES

Contractor warrants that all material or service delivered under this contract shall conform to the specifications of this contract. Mere receipt of shipment of the material or service specified and any inspection incidental thereto by the County, shall not alter or affect the obligations of the Contractor or the rights of the County under the foregoing warranties. Additional warranty requirements may be set forth in this document.

1.10 QUALITY OF SERVICE

Contractor shall perform its services with care, skill, and diligence, in accordance with the applicable professional standards currently recognized by such profession, and shall be responsible for the professional quality, technical accuracy, completeness, and coordination of all reports, designs, drawings, plans, information, specifications, and/or other items and services furnished under this Agreement. Contractor shall, without additional compensation, correct or revise any errors or deficiencies immediately upon discovery in its reports, drawings, specifications, designs, and/or other related items or services

1.11 INSURANCE REQUIREMENTS

The successful contractor shall not commence work under this contract until he/her has obtained the insurance required under this paragraph and provided copies to the Calhoun County Purchasing Department. All coverage shall be with insurance companies licensed and admitted to do business in the State of Michigan. All coverages shall be with insurance carriers acceptable to Calhoun County.

1.11.1 Workers’ Compensation Insurance: The Contractor shall procure and maintain during the life

of this contract, Workers’ Compensation Insurance, including Employers’ Liability Coverage, in accordance with all applicable statutes of the State of Michigan.

Calhoun County Purchasing RFQ#126-21 Contract

5

1.11.2 Commercial General Liability Insurance: The Contractor shall procure and maintain during the life of this contract, Commercial General Liability Insurance on an “Occurrence Basis” with limits of liability not less than $ 300,000 per occurrence and/or aggregate combined single limit, Personal Injury, Bodily Injury, and Property Damage. Coverage shall include the following extensions: (A) Contractual Liability; (B) Products and Completed Operations; (C) Independent Contractors Coverage; (D) Broad Form General Liability Extensions or equivalent; (E) Deletion of all Explosion, Collapse, and Underground (XCU) Exclusions, if applicable.

1.11.3 Motor Vehicle Liability: The Contractor shall procure and maintain during the life of this

contract Motor Vehicle Liability Insurance, including Michigan No-Fault Coverages, with limits of liability not less than $ 300,000 per occurrence combined single limit, Bodily Injury, and Property Damage. Coverage shall include all owned vehicles, all non-owned vehicles, and all hired vehicles.

1.11.4 Additional Insured: Commercial General Liability and Motor Vehicle Liability Insurance, as

described above, shall include and endorsement starting that the following shall be Additional Insureds: The Calhoun County, all elected and appointed officials, all employees and volunteers, all boards, commissions, and/or authorities and board members, including employees and volunteers thereof.

1.11.5 Cancellation Notice: Workers’ Compensation Insurance, Commercial General Liability

Insurance, and Motor Vehicle Liability Insurance, as described above, shall include an endorsement stating the following: “It is understood and agreed that Thirty (30) days Advance Written Notice of Cancellation, Non-Renewal, Reduction, and/or Material Change shall be sent to: (Purchasing Department, Calhoun County, 315 West Green Street, Marshall, MI 49068).

1.11.6 If any of the above coverages expire during the term of this contract, the Contractor shall deliver

renewal certificates and/or policies to Calhoun County at least ten (10) days prior to the expiration date. Include current certificates of insurances with your proposal. The successful contractor may be required to have the County added as an additional insured to their insurance policy.

1.12 TAXES

Except as may be otherwise provided in the RFP, the County is exempt from Federal Excise and State Sales Tax, and such taxes shall not be included in the bid process. Federal Exemption Certificates will be furnished if so requested.

1.13 GRATUITIES

The County may, by written notice to the Contractor, cancel this contract if it is found that gratuities, in the form of entertainment, gifts or otherwise, were offered or given by the contractor or any agent or representative of the Contractor, to any officer or employee of the County amending, or making any determinations with respect to the performing of such contract.

Calhoun County Purchasing RFQ#126-21 Contract

6

1.14 DISCLOSURE

1.14.1 All information in proposals received is subject to disclosure under the provisions of MCL 15.231 et seq, known as the "Freedom of Information Act". This Act also provides for the complete disclosure of contracts and attachments thereto.

1.14.2 If a person believes that any portion of a proposal, bid, offer, specification, protest or

correspondence contains information that should be withheld, then the Purchasing Department should be so advised in writing (price is not confidential and will not be withheld). The County shall review all requests for confidentiality and provide a written determination. If the confidential request is denied, such information shall be disclosed as public information.

1.15 PRIME CONTRACTOR RESPONSIBILITIES - SUBCONTRACTING

The selected contractor will be required to assume responsibility for all services offered in the proposal whether or not parts of the contract are subcontracted. Further, the County will consider the selected contractor to be the sole point of contact with regard to contractual matters, including payment of any and all charges resulting from the contract. If any part of the work is to be subcontracted, the prime contractor must provide complete description of work subcontracted and descriptive information about subcontractors' organization and capabilities. The contractor is totally responsible for adherence by the subcontractor to all provisions of the contract.

1.16 INDEPENDENT CONTRACTOR

1.16.1 It is clearly understood that each party shall act in its individual capacity and not as an agent, employee, partner, joint venturer, or associate of the other. An employee or agent of one party shall not be deemed or construed to be the employee or agent of the other party for any purpose whatsoever.

1.16.2 Contractor shall not be entitled to compensation in the form of salaries, or to paid vacation or

sick days by the County, and that such days do not accumulate for the use of same at a later date. 1.16.3 The County will not provide any insurance coverage to Contractor, including Workmen's

Compensation coverage. The Contractor is advised that taxes or social security payments shall not be withheld from a County payment issued hereunder and that Contractor should make arrangements to directly pay such expenses, if any.

1.17 PERSONNEL

Contractor represents that it has, or will secure at its own expense, all personnel required in performing the services under this Agreement. All of the services required hereunder will be performed by Contractor or under its supervision, and all personnel engaged in the work shall be qualified to perform such services.

Calhoun County Purchasing RFQ#126-21 Contract

7

1.18 NON-ASSIGNMENT The contractor may not assign, subcontract, or otherwise transfer this agreement without the express

prior written approval of the County. 1.19 SUBCONTRACTS

No subcontract shall be entered into by the Contractor with any other party to furnish any of the material/service specified herein without the advance written approval of the County. All subcontracts shall comply with Federal and State laws and regulations which are applicable to the services covered by the subcontract and shall include all the terms and conditions set forth herein which shall apply with equal force to the subcontract, as if the subcontractor were the Contractor referred to herein. The Contractor is responsible for contract performance whether or not subcontractors are used. The County shall not unreasonably withhold approval and shall notify the Contractor of the County's position within 15 days of receipt of written notice by the Contractor.

1.20 ASSIGNMENT - DELEGATION

No right or interest in this contract shall be assigned by the contractor without prior written permission of the County, and no delegation of any duty of Contractor shall be made without prior written permission of the County. The County shall not unreasonably withhold approval and shall notify the contractor of the County’s position within 15 days of receipt of written notice by the Contractor.

1.21 COMPENSATION

County agrees to pay Contractor an hourly rate of ninety-five dollars ($95.00) per hour for hours actually engaged in the performance of such work, as are more specifically set forth under Section “SCOPE OF SERVICES”, whether said work be performed at County premises or elsewhere, but such compensation shall not be paid for time necessary to travel from Contractors location to County premises. This fee includes, but is not limited to, Contractors time on-site, preparation time associated with this Agreement, and all out-of-pocket expenses. No other fees or expenses of any kind shall be paid to Contractor in addition to those rates or expenses listed herein. Any and/or all payments made under this Agreement shall be paid by check, payable to the order of the Contractor and be mailed to Contractor at:

Name: NEXT GENERATION LANDSCAPING Address: 12121 TOWN RD City/State/Zip: PARMA MI 49269 Contractor may request that County mail the check to Contractor to such other address as Contractor may from time to time designate to County. Such request must be made in writing in accordance with the procedures as outlined under Section “NOTICES”.

Calhoun County Purchasing RFQ#126-21 Contract

8

1.22. TERMS OF PAYMENT

Payment shall be only for full and complete satisfactory performance of the services required to be provided herein and as set forth under Section "SCOPE OF SERVICES." Payment shall be made in the following manner:

1.22.1 Contractor shall submit monthly itemized invoices, or alternate documentation as deemed appropriate in advance by County, for services it has provided and for the amount owed under this Agreement. In addition to the invoices submitted by the Contractor for payment, Contractor must complete and submit a W-9 form to the County at the address indicated under Section “NOTICES” of this Agreement. 1.22.2 Each invoice or approved alternate documentation must include: 1.22.2.1 Detail by task the service performed by Contractor. 1.22.2.2 Detail the daily number of hours attributed to each task. 1.22.2.3 The cumulative cost for all tasks performed to date. 1.22.3 Provide any additional information and data requested by County as deemed necessary by County to properly evaluate or process Contractors claim. 1.22.4 Upon approval by County, the fee due hereunder shall be paid to Contractor within thirty (30) days following receipt of a proper invoice. 1.23 CONDITION SUBSEQUENT/NON-APPROPRIATION OF FUNDING

The compensation paid to CONTRACTOR pursuant to this Agreement is based on COUNTY’S continued appropriation of funding for the purpose of this Agreement, as well as the receipt of local, county, state and/or federal funding for this purpose. The parties acknowledge that the nature of government finance is unpredictable, and that the rights and obligations set forth in this Agreement are therefore contingent upon the receipt and/or appropriation of the necessary funds. In the event that funding is terminated, in whole or in part, for any reason, at any time, this Agreement and all obligations of the COUNTY arising from this Agreement shall be immediately discharged. COUNTY agrees to inform CONTRACTOR no later than ten (10) calendar days after the COUNTY determines, in its sole judgment, that funding will be terminated and the final date for which funding will be available. Under these circumstances, all billing or other claims for compensation or reimbursement by CONTRACTOR arising out of performance of this Agreement must be submitted to COUNTY prior to the final date for which funding is available. In the alternative, COUNTY and CONTRACTOR may agree, in such circumstance, to a suspension or modification of either party's rights and obligations under this Agreement. Such a modification, if the parties agree thereto, may permit a restoration of previous contract terms in the event funding is reinstated. Also in the alternative, the COUNTY may, if funding is provided to the COUNTY in the form of promises to pay at a later date, whether referred to as “government warrants”, “IOUs”, or by any other name, the COUNTY may, in its sole discretion, provide similar promises to pay to the CONTRACTOR, which the CONTRACTOR hereby agrees to accept as sufficient payment until cash funding becomes available.

Calhoun County Purchasing RFQ#126-21 Contract

9

1.24 PRICING CONDITIONS

County agrees to pay Contractor for all services required herein as prescribed, fixed at the submitted pricing, which shall include reimbursement for all expenses incurred. No other expenses shall be paid to Contractor without formal approval of the County’s Board of Commissioners or its authorized agent. In no event shall the total services to be performed hereunder exceed $250,000.00. County shall not be responsible for any charges or expenses incurred by Contractor, his/her agents, employees or independent Contractors, other than those listed herein, in connection with the performance of services hereunder unless authorized in advance in writing by County.

1.25 CONTRACT PAYMENT

Payment for the proper performance of services under a contract entered into as a result of this RFQ shall be commensurate with the scheduled progress of the work and shall be made upon receipt of a detailed invoice for payment. A separate invoice shall be issued for each shipment of material or service performed, and no payment shall be issued prior to receipt of material or service and correct invoice.

1.26 LENGTH OF CONTRACT

The term of this Agreement shall commence on the 2nd day of December, 2021 and continue until the 30th day of September, 2022 unless sooner terminated in accordance with the sections entitled “TERMINATION FOR CONVENIENCE” or “TERMINATION FOR CAUSE”, as set forth elsewhere in this Agreement.

1.27 TERMINATION FOR CONVENIENCE

This Agreement, notwithstanding anything to the contrary herein above or hereinafter set forth, may be terminated by County at any time without cause or legal excuse by providing the other party with thirty (30) calendar days written notice of such termination. Upon effective date of termination, County shall have no further liability to Contractor except for payment for actual services incurred during the performance hereunder. Such liability is limited to the time specified in said notice and for services not previously reimbursed by County. Such liability is further limited to the extent such costs are actual, necessary, reasonable, and verifiable costs and have been incurred by Contractor prior to, and in connection with, discontinuing the work hereunder.

1.28 TERMINATION FOR CAUSE

The County may terminate this Agreement and be relieved of making any payments to Contractor, and all duties to Contractor should the Contractor fail to perform any material duty or obligation of the Agreement. Notice shall be given as otherwise provided herein. In the event of such termination the County may proceed with the work in any manner deemed proper by the County. All costs to the County shall be deducted from any sum otherwise due the Contractor and the balance, if any, shall be paid to the

Calhoun County Purchasing RFQ#126-21 Contract

10

Contractor upon demand. Such remedy is in addition to such other remedies as may be available to the County provided by law.

1.29 MODIFICATION OF THE AGREEMENT

Notwithstanding any of the provisions of this Agreement, the parties may agree to amend this Agreement. No alteration or variation of the terms of this Agreement shall be valid unless made in writing and signed by the parties hereto. No oral understanding or agreement not incorporated herein shall be binding on any of the parties hereto.

1.30 ENTIRE AGREEMENT

This Agreement and any additional or supplementary document or documents incorporated herein by specific reference contain all the terms and conditions agreed upon by the parties hereto, and no other contracts, oral or otherwise, regarding the subject matter of this Agreement or any part thereof shall have any validity or bind any of the parties hereto

1.31 SEVERABILITY

If a court of competent jurisdiction holds any provision of this Agreement to be illegal, unenforceable or invalid, in whole or in part, for any reason, the validity and enforceability of the remaining provisions, or portion of them, will not be affected. Compensation due to Contractor from the County may, however, be adjusted in proportion to the benefit received despite the removal of the effected provision.

1.32 LAWS, LICENSES, PERMITS AND REGULATIONS

Contractor and County agree to comply with all State laws and regulations that pertain to construction, health and safety, labor, minimum wage, fair employment practice, equal opportunity, and all other matters applicable to Contractor and County, their sub-grantees, Contractors, or sub-Contractor, and their work. Contractor shall possess and maintain all necessary licenses, permits, certificates and credentials required by the laws of the United States, the State of Michigan, County of Calhoun and all other appropriate governmental agencies, including any certification and credentials required by County. Failure to maintain the licenses, permits, certificates, and credentials shall be deemed a breach of this Agreement and constitutes grounds for the termination of this Agreement by COUNTY

1.33 APPLICABLE LAW; VENUE

All parties agree that this Agreement and all documents issued or executed pursuant to this Agreement as well as the rights and obligations of the parties hereunder are subject to and governed by the laws of the State of Michigan in all respects as to interpretation, construction, operation, effect and performance. No interpretation of any provision of this Agreement shall be binding upon County unless agreed in writing by County and counsel for County. Notwithstanding any other provision of this Agreement, any disputes concerning any question of fact or law arising under this Agreement or any litigation or

Calhoun County Purchasing RFQ#126-21 Contract

11

arbitration arising out of this Agreement, shall be tried in Calhoun County, unless the parties agree otherwise or are otherwise required by law.

1.34 REMEDY FOR BREACH AND RIGHT TO CURE

Notwithstanding anything else in this Agreement to the contrary, if Contractor fails to perform any obligation of this Agreement, the County may itself perform, or cause the performance of, such agreement or obligation. In that event, Contractor will, on demand, fully reimburse County for all such expenditures. Alternatively, County, at its option, may deduct from any funds owed to Contractor the amount necessary to cover any expenditures under this provision. This is in addition to any other remedies available to the County by law or as otherwise stated in this Agreement.

1.35 CONFLICT OF INTEREST

Contractor covenants that it presently has no interest and shall not acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance of this Agreement. Contractor shall ensure that no conflict of interest exists between its officers, employees, or sub-Contractors, and the County. Contractor shall ensure that no County officer or employee in a position that enables them to influence this Agreement will have any direct or indirect financial interest resulting from this Agreement. Contractor shall ensure that no County employee shall have any relationship to the Contractor or officer or employee of the Contractor, nor that any such person will be employed by Contractor in the performance of this Agreement without immediate divulgence of such fact to the County

County of Calhoun Contractor By ______________________ By _________________________ Steve Frisbie Chairman, Board of Commissioners _________________________ ____________________________ Dated Dated The contractor may not assign, subcontract, or otherwise transfer this agreement without the express prior written approval of the Calhoun County Purchasing Department.

Calhoun County Purchasing RFQ#126-21 Contract

12

EXHIBIT C

PROFESSIONAL SERVICES POT HOLE PATCHING SERVICES RFQ#126-21

SCOPE OF SERVICES

Scope of Work: Potholes will be routinely scheduled for repair by the CCRD Operations Manager. Hazardous potholes reported to the CCRD by public safety agencies or the public through work requests shall have immediate priority. These potholes will be filled with high performance cold mix if hot mix is not available. Contractors requesting work under the pot hole patching RFQ will be required to enter into a contract for special services. The contract shall include all labor, material, equipment, supervision, delivery, insurance, safety items, and all other related expenses. Calhoun County does not guarantee any minimum amount of work with respect to the agreement. The services will only be required on an as needed basis and shall be provided as delegated by the Calhoun County Road Department’s management staff. Calhoun County will supply the asphalt material to the contractor at no cost to the contractor. Standard Operating Procedure: The procedure for patching potholes on improved streets will be as follows;

1. All holes with a depth greater than one inch or more will be patched. 2. All holes must be cleaned of all debris with a leaf blower. All debris must be blown off the roadway.

All large chunks of blacktop must be removed and dumped back at the loading site where crews are getting materials for that day.

3. When shoveling blacktop out of the trucks, any blacktop that spills on the roadway must be cleaned up.

4. All patches must be compacted with the truck wheels or a hand tamp. All holes will be left flush with the roadway. If the patch is not flush with the roadway it will be removed and re-patched at the Contractor’s expense.

5. When working in the roadway, crews are required to patch one lane at a time. The lane where crews are working must be the same direction as the flow of traffic.

6. Crews will be given a list of roads to patch every morning. Crews are required to return the list of completed roads to CCRD personnel at the end of the workday.

7. The normal workday is expected to be 7:00 A.M. to 4:00 P.M. Schedules will vary based upon weather and other factors determined at the sole discretion of CCRD personnel. Crew billable hours commence when vehicles are lined up for loading at the worksite until the crew returns to the loading site at the end of the day. Crew breaks and travel for purposes not directly associated with patching will be deducted from the work hours.

8. Crews will be supplied with hot mix asphalt when available. 9. When hot mix is not available, crews will be provided with high performance cold mix. All potholes

patched with high performance cold mix on the roadway are to be documented.

Calhoun County Purchasing RFQ#126-21 Contract

13

EQUIPMENT REQUIREMENTS: Contractors working under this agreement will be required to provide each of their crews with the following equipment; 1. Truck with the Gross Vehicle Weight Rating (GVWR) necessary to carry (two) 2 tons of asphalt materials and all related equipment. 2. Two workers per truck. 3. One working leaf blower, two flat shovels, one hand tamp and one blacktop lute per truck. 4. All equipment must be secured to the truck at all times when not in use by crew members. 5. All workers must wear a class 2 vest or shirt and hard hats meeting ANSI Z89.1 Type 1 Class C at all times. All workers must wear work boots and long pants. Crews will be given one warning for not having proper safety equipment before being sent off the work site for a span of time to be determined by the CCRD personnel. 6. All vehicles used for patching pot holes must be equipped with multi-flashing safety beacons that must be visible 360 degrees and backup alarms. 7. Patching vehicles must be equipped with tarps or carpet to keep asphalt hot. 8. The CCRD expects the Contractors to perform vehicle safety checks on a daily basis prior to loading. CCRD personnel will perform safety checks and the CCRD will notify Contractors of equipment and safety defects. The CCRD reserves the right to send crews off the job site pending corrective action by the Contractor. The CCRD reserves the right to suspend the work of Contractors and their crews based upon the seriousness of violations or repeated safety concerns. Contractors will be notified prior any suspension of work. CONTRACTOR QUALIFICATIONS: Due to the scope and specialization of the needed services, Construction Company will be required to possess the following qualifications. 1. The Construction Company shall have the ability to provide the material, labor and equipment necessary to meet the demands for the services required. 2. The Construction Company shall have sufficient capacity to provide the requested services in a cost effective, timely and professional manner. 3. The Construction Company shall abide by all applicable local, state and federal laws and regulations for working in the road right of way and shall comply with all related MI/OSHA safety regulations and requirements. 4. Throughout the term of the contract, the Contractor’s workers, who operate the work vehicles, shall possess a valid chauffeur license with the appropriate commercial driver license (CDL) endorsement, as required by the State of Michigan, based upon the Contractor truck’s GVWR when fully loaded with two (2) tons of asphalt material. 5. Work performed under the terms of this agreement must be on an hourly rate for a 2-person crew, truck, tools and all equipment necessary to perform the work. The contractors shall provide pothole repair services on an as-needed basis as assigned by authorized CCRD personnel and in accordance with the terms and conditions stated herein. 6. Contractor must provide services within two (2) weeks after being notified that pothole patching services are needed. 7. Contractor must provide trucks with the GVWR and capacity required to haul a minimum of two (2) tons of asphalt material. 8. Contractors shall provide all tools and equipment necessary to patch potholes including, but not limited to, shovels, rakes, leaf blowers, brooms, and hand tamps. The CCRD will provide the asphalt material which shall be picked up at a location identified by CCRD personnel. The Contractor will be required to pick up and haul the asphalt material from the location closest to the job site.

Calhoun County Purchasing RFQ#126-21 Contract

14

9. For a degreaser, the CCRD will be using CleanGo which is a biodegradable, plant based, environmentally responsible and non-toxic cleaner. The CCRD recommends that Contractors use a similar environmentally friendly degreaser. When cleaning their tools and equipment. 10. The Contractor shall conduct these road repair operations in a manner that causes minimum obstruction and inconvenience to the public. The Contractor’s shall not park equipment or work in the oncoming lane for traffic. 11. The Contractor shall keep a daily log of the patching operations including personnel names, hours worked at each location and the quantity of asphalt material used. This information shall be provided to the County on a daily basis. The contractor shall also provide a name and phone number of a supervisor who can be reached at any time by the County. The CCRD will monitor the progress and perform daily inspections. Work will be evaluated for quality and consistency. Any work not meeting the above mentioned standards and specifications will be corrected at the contractor’s expense. 12. The Contractor shall abide by all applicable local, state and federal laws and regulations for working in the road right of way and shall also comply with all related MI/OSHA safety regulations and requirements.

Calhoun County Purchasing RFQ#126-21 Contract

15

EXHIBIT D

UNIT PRICE SHEET POTHOLE REPAIR SERVICE

RFQ#126-21

The undersigned proposes to furnish all labor, material, equipment, supervision, delivery, insurance, safety items, and all other related expenses per the attached specification for the price indicated below. The following Unit Price shall be valid through September 30, 2022. Description Hourly Rate: The hourly rate shall include all labor for two crew members, material, equipment, supervision, insurance, safety items, and all other related expenses. The County will provide the asphalt material to Contractors at the County’s expense. Pothole Repair Services Rate Per Hour: $95.00 COMPANY: NEXT GENERATION LANDSCAPING ADDRESS: 12121 TOWN RD CITY, STATE, ZIP: PARMA, MI, 49269 SIGNATURE: _____________________________________________ TITLE: ______________________________________________ PHONE#: 517-581-3861 FAX#: EMAIL: [email protected]

Calhoun County Purchasing RFQ#126-21 Contract

16

ATTACHMENT A

NON-COLLUSION AFFIDAVIT The bidder, by its officers and authorized agents or representatives present at the time of filing this proposal, being duly sworn on their oaths, say that neither they nor any of them have in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder or with any public officer of such County of Calhoun, Michigan, whereby such affidavit or affiant or either of them has paid or is to pay to such other bidder or public officer any sum of money, or has given or is to give to such other bidder or public office anything of value whatsoever, or such affidavit or affiant or either of them has not directly or indirectly entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached proposal, that no inducement of any form or character other than that which appears on the face of the proposal will be suggested, offered, paid or delivered to any person whomsoever to influence the acceptance of the proposal or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contract sought by this proposal. COMPANY: ______________________________________ BY: ______________________________________

(signature) NAME: ______________________________________

(type or print) TITLE: ______________________________________ _ DATE: ____________________________________________

Calhoun County Purchasing RFQ#126-21 Contract

17

ATTACHMENT B

CERTIFICATE OF AUTHORIZATION FOR CONTRACT EXECUTION This certificate shall be executed by some officer of the Corporation other than the one who signed the foregoing proposal. Before executing, please note the last paragraph of this certificate.

*************** I, _______________________________________, certify that I am the ____________________________of

(Official Corporate Title ) the corporation named contractor herein: that who signed the

foregoing proposal on behalf of said corporation was then of said corporation; that said proposal was duly signed for on behalf of said corporation by authority of its governing body and is within the scope of its corporate powers. SIGNED: ______________________________________ TITLE: ________________________________________ FIRM: _________________________________________ _ DATE: _________________________________________

INCLUDE CORPORATE SEAL OR NOTARIZE BELOW

*************** In lieu of the foregoing certificate, there may be attached to the proposal a copy of that portion of the records of the corporation as will show the official corporate character and authority of the officer signing. Such copy shall be duly certified by the secretary or assistant secretary under the corporate seal to be true copies.

   AI-3763     12. B. 4. BOC RegularMeeting Date: 12/16/2021  2022 Agreement for MSU Extension ServicesSubmitted For:  Kelli Scott, Administrator/Controller, Administration FROM: Jen Bomba, Community Development Director, Community DevelopmentDepartment: Community Development

InformationRESOLUTION:Resolved, that the Calhoun County Board of Commissioners does approve the 2022 Agreement for ExtensionServices provided by Michigan State University (MSU) as presented. 

RECOMMENDATION:Community Development recommends the County Board of Commissioners approve and authorize signature ofthe 2022 Agreement for Extension Services provided by Michigan State University (MSU) as presented. 

BACKGROUND:The Agreement for Extension Services establishes a mechanism for delivering MSU Extension programmingwithin Calhoun County.  The Agreement specifically establishes that Calhoun County will pay MSU a total of$118,715 for 1.0 FTE 4H Program Coordinator and one .5 FTE Clerical staff, both to be employees of MSU.      

ALTERNATIVES:Ass suggested by the Commission. However, rejection of the Resolution will result in loss of the funding and theservices that it provides.

SUMMARY:Community Development recommends the County Board of Commissioners approve and authorize signature ofthe 2022 Agreement for Extension Services provided by Michigan State University (MSU) as presented. 

Fiscal Impact

BUDGETARY IMPACT:Funding for MSU Extension services for 2022 is through general fund appropriation.  The 2022 amount hasbeen budgeted for as part of the 2022 request for business unit 1257.     

Attachments2022 Agreement for MSU Extension Services 

Page 1 of 5 _________ FY 2022 Calhoun County

AGREEMENT FOR EXTENSION SERVICES

This AGREEMENT FOR EXTENSION SERVICES (“Agreement”) is entered into on _____________________ by and

between Calhoun County, Michigan (“County”), and the BOARD OF TRUSTEES OF MICHIGAN STATE UNIVERSITY

(“MSU”) on behalf of MICHIGAN STATE UNIVERSITY EXTENSION (MSUE”).

The United States Congress passed the Smith-Lever Act in 1914 creating a National Cooperative Extension

System and directed the nation’s land grant universities to oversee its work; and,

MSUE helps people improve their lives by bringing the vast knowledge resources of MSU directly to individuals,

communities and businesses; and,

For more than 100 years, MSUE has helped grow Michigan’s economy by equipping Michigan residents with the

information needed to do their jobs better, raise healthy and safe families, build their communities and

empower our children to succeed; and,

It is the mission of MSUE to help people improve their lives through an educational process that applies

knowledge to critical issues, needs and opportunities; and,

Further, as an organization committed to the principles of diversity, equity and inclusion, we will work

collaboratively with our community partners to ensure participation from the broad human diversity of each

community (including race, color, religion, national origin, age, sex, disability, height, weight, marital status,

gender, gender identity (gender expression), political beliefs, sexual orientation, family status, veteran status or

any other factor prohibited by applicable law) and work to make our programs accessible and inclusive of the

multiple realities and forms of knowledge that will support equitable outcomes for all throughout Michigan’s 83

counties;

MSUE meets this mission by providing Extension educational programs in the following subject matter areas:

• Agriculture & Agribusiness

• Children & Youth Development, including 4-H

• Health & Nutrition

• Community, Food & Environment

NOW THEREFORE in consideration of the mutual covenants herein contained, and other good and valuable

consideration, the parties hereto mutually agree as follows:

A. MSUE will provide:

1. Access to programs in all four MSUE Institutes to residents in your County. This includes access to

educators and program instructors appointed to the Institutes and MSU faculty affiliated with each

Institute to deliver core programs.

Page 2 of 5 _________ FY 2022 Calhoun County

2. Extension Educators and program staff as needed to implement programs within the County,

housed at the county office.

3. A county 4-H program. 1.0 FTE 4-H Program Coordination.

4. Salary and benefits of MSUE Personnel and the cost of administrative oversight of Personnel.

5. Operating expenses, per MSU policy, for MSUE personnel (“Personnel”).

6. Supervision of MSU-provided academic and paraprofessional staff. Supervision of county employed

clerical staff and/or other county employed staff, upon request.

7. Administrative oversight of MSUE office operations.

8. An annual report of services provided to the residents of the County during the term of this

Agreement, including information about audiences served, and impact of Extension programs in the

County.

B. The County will provide:

1. An annual assessment that will be charged to the county and administered by MSUE. The

assessment will help fund Extension services for the County, including operating expenses for

certain Extension personnel and the operation of the County 4-H program.

2. Office and meeting space meeting the following requirements:

a. Sufficient office space to house Extension staff as agreed upon between the County and the

MSUE District Director.

b. Utilities, including telephone and telephone service sufficient to meet the needs of Personnel

utilizing MSUE office space.

c. High-speed Internet service sufficient to meet the needs to Personnel utilizing the MSUE

office space.

d. Access to space for delivering Extension programs.

e. Access to the office building and relevant meeting spaces must be ADA compliant/accessible.

3. Clerical support for staff for the MSUE office as agreed upon between the County and MSUE

District Director that will perform clerical functions, including assisting County residents in

accessing MSUE resources by office visit, telephone, email, internet and media. The clerical

support staff will be either a County employed clerical staff, or the County will provide funding for

an MSUE employed clerical staff.

.5 FTE MSUE Employed Clerical Support Staff

Page 3 of 5 _________ FY 2022 Calhoun County

Optional:

4. Funding for additional Extension educators at 0 FTE

5. Funding for additional 4-H program capacity at 0 FTE

6. Funding for additional paraprofessional(s) at 0 FTE

7. Total Annual Assessment in the amount of $118,715

Payments due and payable under the terms of this agreement shall be made on the first of the

month, of the first month, in each quarter of the county fiscal year, unless otherwise requested and

agreed as provided below.

Payment mailing address: MSU Extension Business Office, Justin S. Morrill Hall of Agriculture, 446 W. Circle

Drive, Room 160, East Lansing, Michigan 48824

C. Staffing and Financial Summary:

A. Base Assessment (includes 1.0 FTE 4-H Program Coordination) $85,378

ADDITIONAL PERSONNEL

B. .5 FTE Clerical Support Staff to be employed by MSU $33,337

C. 0 FTE Educator (Program Area: ) $0

D. 0 FTE Additional 4-H Program Coordination $0

E. 0 FTE Additional paraprofessional staff $0

TOTAL COUNTY ASSESSMENT PAYABLE TO MSU FOR FY 2022: $118,715

I. Term and Termination

The obligations of the parties under this Agreement will commence on January 1, 2022, the first day of

the County budget year 2022 and shall terminate on the last day of such County budget year 2022.

Either party to this Agreement may terminate the Agreement, with or without cause, with 120 days

written notice delivered to Michigan State University Extension, Justin S. Morrill Hall of Agriculture, 446

W. Circle Drive, Room 160, East Lansing, MI 48824 if to MSUE and delivered to Calhoun County

Administration, 315 W. Green Street, Marshall, Michigan 49068, if to the County.

II. General Terms

1. Independent Contractor. The University is an independent contractor providing services to the County. The County and MSU do not have the relationship of legal partners, joint venturers, principals or agents. Personnel have no right to any of County’s employee benefits.

Page 4 of 5 _________ FY 2022 Calhoun County

2. Force Majeure. Each party will be excused from the obligations of this agreement to the extent that its performance is delayed or prevented by circumstances (except financial) reasonably beyond its control, including, but not limited to, acts of government, embargoes, fire, flood, explosions, acts of God, or a public enemy, strikes, labor disputes, vandalism, or civil riots.

3. Assignment. This agreement is non-assignable and non-transferable. 4. Entire Agreement. This Agreement, with its Appendix “A” is the entire agreement between MSU and the

County. This Agreement supersedes all previous agreements, for the subject matter of this Agreement. The Agreement can only be modified in writing, signed by both MSU and the County.

5. No Third Party Beneficiaries. This Agreement is solely for the benefit of MSU and the County and does not create any benefit or right for any other person, including residents of the County.

6. Nondiscrimination: The parties will adhere to all applicable federal, state and local laws, ordinances, rules and regulations prohibiting discrimination. Neither party will discriminate against a person to be served or any employee or applicant for employment because of race, color, religion, national origin, age, sex, disability, height, weight, marital status, or any other factor prohibited by applicable law.

The individuals signing below each have authority to bind MSU and the County, respectively.

BOARD OF TRUSTEES OF CALHOUN COUNTY

MICHIGAN STATE UNIVERSITY

By:________________________________ By: ____________________________ Evonne Pedawi Print name:_____________________ Contract & Grant Administration Its:________________________________ Its:_____________________________ (title) Date:______________________________ Date:___________________________

Page 5 of 5 _________ FY 2022 Calhoun County

Appendix A

Technical Standards for County Internet Connections

Michigan State University Extension (MSUE) employs the use of technology to meet the ever-changing needs of our constituents. We

strive to utilize standard, enterprise tools when appropriate, but also recognize the need to evolve with the times and utilize innovative

tools to reach a broad array of people.

MSUE does support and encourage the use of technologies that others may not, including social media platforms. We view communication

with our constituents through Facebook, Twitter, Instagram, YouTube, and other emerging social media to be critical to our work. MSUE

staff are required to follow the MSU Acceptable Use Policy (AUP) https://tech.msu.edu/about/guidelines-policies/aup/.

We ask that our county partners provide Extension personnel access to a high-speed Internet connection. From that access, the easiest way

to create a secure path to necessary applications is to open the full MSU Internet Protocol Range to and from your network, as well as

opening social media sites to the addresses used by MSUE staff at your location. MSUE is prepared to support end user needs if there is

high-speed internet, networking to clients, and phone system support. MSU will provide firewall functionality and client support. To

discuss this possibility please contact your MSUE District Director. To provide the needed services on county equipment review the

following MSU-owned ranges:

The MSU-owned ranges are: NetRange35.8.0.0 - 35.9.255.255 CIDR 35.8.0.0/15 If you would like to narrow the scope further for additional protection, some of the addresses that will need to be allowable include: Office 365 – Details on what to open are at https://docs.microsoft.com/en-us/microsoft-365/enterprise/urls-and-ip-address-

ranges?view=o365-worldwide search.msu.edu 35.9.160.36 (1935,443) authentication) 45.60.149.216 35.9.247.31 (zoom.msu.edu) d2l.msu.edu (80 and 443) (D2L – Desire to Learn @ Brightspace.com) 108.161.147.0/24, 199.231.78.0/24, 64.62.142.12/32, 209.206.48.0/20 (external) Meraki Cloud communication 199.231.78.148/32, 64.156.192.245/32 (external) Meraki VPN registry The following applications are necessary on all computers – MS Office (preferably O365, MSUE provides MS licensing), Adobe Acrobat,

Zoom, SAP client, VPN client, Antivirus. (Most recent version of Chrome, Firefox, or Edge) Other notable web server/sites IP addresses: canr.msu.edu – 52.5.24.1 msue.anr.msu.edu – 52.5.24.1 events.anr.msu.edu/web3.anr.msu.edu – 45.60.11.113 web2.canr.msu.edu | web2.msue.msu.edu - 35.8.200.220 master Gardener (External) – 128.120.155.54 extension.org (External) – 54.69.217.186 msu.zoom.us (External) Questions may be directed to [email protected] where they will be routed to the best person to assist you.

   AI-3765     12. B. 5. BOC RegularMeeting Date: 12/16/2021  Final 2021 Budget AmendmentsSubmitted For:  Megan Banning, Finance  FROM: Megan Banning, FinanceDepartment: Finance

InformationRESOLUTION:Resolved, that the Calhoun County Board of Commissioners does approve the FY 2021 Final Budget adjustmentsfor the General Fund and several Special Revenue funds as presented.

RECOMMENDATION:It is respectfully recommended that the Board of Commissioners approve the 2021 Final Budget Amendments assubmitted by the Finance Department.

BACKGROUND:County policy no. 275 states that budget adjustments greater than $20,000 require Board of Commissionerapproval.

The Office of the County Administrator/Controller-Finance Department has reviewed all budgetary funds andreceived input from elected officials and department heads to determine necessary budgetary adjustmentsbased on final projected balances for revenues and expenditures for 2021. The attached budget amendmentincludes certain General Fund business units (Public Safety, Administration, Community Development,Appropriations, Due Process, Prosecuting Attorney, Treasurer, Water Resources, and Contingency) and severalSpecial Revenue Funds (Senior Services, Accomodation Tax, Big Marsh Capital Project, Sheriff SRF, Parks, RoadDepartment).

The net effect of this budget amendment is that all expected expenditure shortages are offset by availablerevenues in excess of budget, unspent budgeted expenditures, including the contingency line item.  At this timethe use of General Fund balance is not anticipated. 

ALTERNATIVES:The Board of Commissioners could choose to not approve these budget adjustments. That alternative is notrecommended, as it would result in fund level budget variances that would create an unclear picture of theCounty's financial status as a whole.  Such Budget variances are also required to be shown and explained in theCounty's Comprehensive Annual Financial Report (CAFR).

SUMMARY:In order to present the Comparative Financial Statements (Actual VS Budget) at the fund/activity level properlyin the 2021 audited financial statements, the Finance Department requests approval of the attached budgetadjustments.

Fiscal Impact

BUDGETARY IMPACT:All adjustments are covered by anticipated expenditure savings or increased revenues, no use of general fund

All adjustments are covered by anticipated expenditure savings or increased revenues, no use of general fundbalance is budgeted.

Attachments2021 YE Budget Adjustment 

Fund Bus Unit Business Unit Revenue ExpendituresNumber Number Name Account Inc (Dec) Inc (Dec) Rationale for Budget Adjustment

101 1910 Court Complex Bond Transfers Out 1,368 Adjust Debt Service Payments Per Actuals101 1911 Installment Purchases Transfers Out 29 Adjust Debt Service Payments Per Actuals101 1912 Sungard Appropriation Transfers Out (2,235) Adjust Debt Service Payments Per Actuals101 1913 GOLT Debt Appropriation Transfers Out (21,734) Adjust Debt Service Payments Per Actuals

101 1172 Adminstration Revenue Sharing 18,680 Adjust Per Actuals101 1172 Adminstration Liquor Tax Revenue 11,988 Adjust Per Actuals101 1172 Adminstration Misc. Reimbursement (50,902) Adjust Per Actuals101 1173 Communications Federal Grant 19,992 COVID Grant - Zencity101 1173 Communications Charges for Services (28,070) Per Actuals101 1173 Communications Misc. Reimbursement 9,000 COVID - JOC Advertising Reimbursement101 1173 Communications Contractual (18,500) Correct Budget101 1173 Communications Subscriptions 18,500 Correct Budget101 1210 Civil Counsel Legal Fees 30,000 Jail Beds for Dispatch Litigation101 1225 Equalization Department Fees 7,550 Adjust Per Actuals101 1225 Equalization Termination Pay 10,500 Retirements101 1205 Finance Department Fees (4,500) Adjust Per Actuals101 1226 Human Resources Department Fees 2,000 Adjust Per Actuals101 1226 Human Resources Fringe 9,000 Adjust Per Actuals101 1175 Administrative Services Salaries 17,100 Admin Services Re-Org101 1233 Purchasing Salaries (30,000) Admin Services Re-Org

101 1315 Public Safety - Road Patrol Fringe 70,000 Adjust Per Actuals101 1315 Public Safety - Road Patrol Vehicle Expense 20,000 Adjust Per Actuals101 1316 Public Safety - Pennfield Vehicle Expense 10,000 Adjust Per Actuals101 1316 Public Safety - Pennfield Reimbursements 10,000 Adjust Per Actuals101 1305 Public Safety - Admin Reimbursements 11,000 Adjust Per Actuals101 1305 Public Safety - Admin Salaries 89,000 Adjust Per Actuals101 1305 Public Safety - Admin Fringe (150,000) Adjust Per Actuals101 1305 Public Safety - Admin Contractual 4,000 Adjust Per Actuals101 1326 Public Safety - Civil Process Civil Processing Fees (35,000) COVDI - Adjust Per Actuals101 1326 Public Safety - Civil Process Fringe (15,000) Adjust Per Actuals101 1351 Public Safety - Jail Inmate Telephone (40,000) Adjust Per Actuals101 1351 Public Safety - Jail BICE Bed Revenue (500,000) Decreased BICE Beds101 1351 Public Safety - Jail Maintenance Supplies (40,000) Adjust Per Actuals101 1370 Public Safety - Community Corrections Reimbursements 8,000 Adjust Per Actuals101 1370 Public Safety - Community Corrections Miscellaneous 8,000 Adjust Per Actuals

101 1219 Clerk - ROD Data Processing 1,800 Adjust Per Actuals101 1219 Clerk - ROD Legal Fees (1,800) Adjust Per Actuals101 1219 Clerk - ROD Copying 1,100 Adjust Per Actuals101 1219 Clerk - ROD Office Supplies (1,800) Adjust Per Actuals101 1219 Clerk - ROD Contractual Services 700 Adjust Per Actuals101 1219 Clerk - ROD Property Transfer Tax 150,000 Adjust Per Actuals101 1191 Clerk - Elections Printing Expense 7,000 Adjust Per Actuals101 1191 Clerk - Elections Legal Notices 3,500 Adjust Per Actuals

101 1257 MSU Extension Salaries (20,000) Staffing Changes101 1421 Planning Salaries 12,000 Staffing Changes101 1421 Planning Fringe 5,000 Staffing Changes

101 1992 COVID Reimbursements (176,227) COVID - Refund NCS Payments to Kazoo/Allegan (FEMA Reimbursed)101 1992 COVID Federal Grants 238,500 COVID - FEMA Reimbursement/MDHHS Grant

2021 BUDGET ADJUSTMENTGENERAL FUND

Created By: MB https://calhounmi-my.sharepoint.com/personal/mbanning_calhouncountymi_gov/Documents/MBanning/Budget/2021 YE Adjustment/21 YE Budget Adjustment

101 1229 Prosecuting Attorney Professional Services 12,650 Staffing Study

101 1253 Treasurer Contributions Revenue 24,000 LDDA Overcapture101 1253 Treasurer Transfer In 9,000 Accomodations Tax over Expectation

101 1275 Water Resources Reimbursements 1,500 Adjust Per Actuals101 1275 Water Resources Salaries 10,000 Adjust Per Actuals101 1275 Water Resources Contractual 6,000 Adjust Per Actuals101 1445 Drain Assessments Reimbursements (25,000) Finalized Debt Service Amount101 1445 Drain Assessments Asessments 119,540 Final Juanita Project Expenses

101 1141 FOC Appropriation Federal Grant 24,000 Adjust Per Actuals101 1141 FOC Appropriation Charges For Services (85,000) CAP Actuals101 1141 FOC Appropriation Transfer Out 486,000 Adjust Per Actuals101 1631 Substance Abuse Liquor Tax Revenue 11,855 Adjust Per Actuals101 1631 Substance Abuse Appropriation 11,855 Adjust Per Actuals101 1875 Intragovernmental Service Transfer Out (50,000) B&G Savings101 1966 Health Fund Appropriation Transfer Out 54,089 Adjust Per Actuals101 1648 Medical Examiner Transfer Out (62,000) Adjust Per Actuals101 1968 Medical Care Facility MOE Reimbursements 5,000 Adjust Per Actuals101 1968 Medical Care Facility MOE Appropriation (31,000) Adjust Per Actuals101 1969 CCF Appropriation Transfer Out 200,000 Adjust Per Actuals101 1970 DHS Appropration Transfer Out (992,300) Adjust Per Actuals101 1890 Contingency Contingency (164,996)

(382,634) (382,634)

Fund Bus Unit Business Unit Revenue ExpendituresNumber Number Name Account Inc (Dec) Inc (Dec) Rationale for Budget Adjustment

276 2672 Senior Services Salaries (7,700) Adjust Per Actual276 2672 Senior Services Fringe 5,500 Adjust Per Actual276 2672 Senior Services Supplies 500 Adjust Per Actual276 2672 Senior Services Other Services and Charges 1,700 Adjust Per Actual

229 2254 Accomodation Tax Accomodation Tax Revenue 200,000 Adjust Per Actual229 2254 Accomodation Tax Contractual Services 180,000 Adjust Per Actual229 2254 Accomodation Tax Transfer Out 20,000 Adjust Per Actual

405 4050 Big Marsh/Juanita Local Contribution 10,000 Adjust Per Actual405 4050 Big Marsh/Juanita Project Costs 10,000 Adjust Per Actual

265 2335 Special Response Team Salaries 35,000 Adjust Per Actual265 2335 Special Response Team Transfer In 35,000 Adjust Per Actual265 2316 Secondary Road Patrol Salaries (35,000) Adjust Per Actual265 2316 Secondary Road Patrol Transfer In (35,000) Adjust Per Actual

243 2751 Historic Bridge Park Local Contribution (9,750) Bridge Project Delayed243 2751 Historic Bridge Park Contractual Services 20,000 Adjust Per Actual243 2752 Kimball Pines Local Contribution (79,619) Work Delayed243 2752 Kimball Pines Transfer In (20,000) Work Delayed243 2752 Kimball Pines Operating Expense (205,985) Work Delayed243 2755 Albion Trailhead State Grant (316,000) Grant Delays243 2755 Albion Trailhead Operating Expense 1,250 Adjust Per Actual243 2756 Recreation/Park Facilities Miscellaneous Revenue 5,000 Adjust Per Actual243 2756 Recreation/Park Facilities Carryforward 235,634 Adjust Per Actual

2021 BUDGET ADJUSTMENTSPECIAL REVENUE FUNDS

Created By: MB https://calhounmi-my.sharepoint.com/personal/mbanning_calhouncountymi_gov/Documents/MBanning/Budget/2021 YE Adjustment/21 YE Budget Adjustment

201 2447 Road Department Licenses and Permits 221,095 Adjust Per Actual201 2447 Road Department Federal Revenues (1,478,494) Adjust Per Actual201 2447 Road Department MTF 101,211 Increase Over Estimates201 2447 Road Department Other Revenues 25,347 Adjust Per Actual201 2447 Road Department Local Contributions (656,537) Adjust Per Actual201 2447 Road Department Charges For Services/Other (444,189) Adjust Per Actual201 2447 Road Department Other Financing Sources 1,140,500 Adjust Per Actual201 2447 Road Department Preservation - Structural Imp (3,660,858) Large volume of Emmett completed in 2020201 2447 Road Department Road Maintenance 142,257 Adjust Per Actual201 2447 Road Department Trunkline Maintenance (504,401) Adjust Per Actual201 2447 Road Department Admin and Other (96,612) Adjust Per Actual201 2447 Road Department Carryforward (3,028,547) Adjust Per Actual

(4,094,349) (4,094,349)

Created By: MB https://calhounmi-my.sharepoint.com/personal/mbanning_calhouncountymi_gov/Documents/MBanning/Budget/2021 YE Adjustment/21 YE Budget Adjustment

   AI-3768     12. B. 6. BOC RegularMeeting Date: 12/16/2021  Calhoun County November 2021 FinancialsSubmitted For:  Megan Banning, Finance  FROM: Megan Banning, FinanceDepartment: Finance

InformationRESOLUTION:Resolved, that the Calhoun County Board of Commissioners does approve the November 2021 FinancialStatements as presented.

RECOMMENDATION:Finance recommends acceptance of the Calhoun County November 2021 Financial Statements as presented.

SUMMARY: Calhoun County November 2021 Financials (Attachment) -- Action: Motion to Accept for Information Only, byVoice Vote

Fiscal Impact

AttachmentsNov 2021 Memo Nov 21 GF Nov 21 SRF Nov 21 Road 

Megan Banning Deputy Controller

315 West Green Street Marshall, MI 49068

As presented to the Calhoun County Board of Commissioners and Kelli Scott, County Administrator/Controller on December 16, 2021: The attached report represents financial activity through November 30, 2021 for the General Fund as well as selected other funds that receive budgeted appropriations.

General Fund - Summary of Activity

YTD 10/31/21 11/30/2021 YTD 11/30/21 Budget

Revenues

40,996,885

3,429,453

44,426,338

55,470,910

Expenditures

40,581,699

3,668,421

44,250,120

55,470,910 Net Revenues Less Expenditures

415,186

(238,968)

176,218 -

Calhoun County Finance Department November 2021 Monthly Financial Reports

2

Activity through November 30, 2021 indicates: Revenues of $44.4M are at 80%, behind last year’s percentage at this time Expenditures of $44.3M are at 80%, behind last year’s percentage at this time

General Fund Revenues in More Detail:

Classification FY21 YTD % of Budget FY20 YTD % of BudgetTaxes 22,327,859 96% 21,343,917 97%Licenses & Permits 49,583 71% 40,624 77%Federal Grants 6,366,050 53% 2,762,668 72%State Grants 3,775,565 80% 3,044,763 65%Local Contributions - 0% 92,414 100%Charges for Service 6,101,699 76% 8,282,442 83%Fines & Penalties 436,705 87% 304,321 69%Interest & Rents 13,513 71% 81,657 79%Other Revenues 3,620,252 68% 3,069,993 72%Other Financing Sources 1,735,111 101% 1,665,101 106%Operating Transfer In - 0% - 0%

Totals 44,426,338 80% 40,687,900 86%

3

NOTES: o Majority of County Operating millage revenue collected August - October o Tax revenue is up $984K from 2020 through November: Marijuana tax distribution receipt

received $364K; Second Personal Property Tax reimbursement received for a total $2.0M ($85K over PY); Property Transfer Tax up $86K over PY

o Federal Revenues up $3.6M over PY: Public Health/Public Safety Payroll Reimbursement Grant program balance received $455K; First distribution of ARPA-CLFRF funds received $13.0M in May 2021, moved to deferred revenue per recently released guidance until appropriated and expended; $5.9M expended through November 2021

o State Grants up $731K over prior year – August revenue sharing distribution for last fiscal year was replaced with Federal Cares funding; Liquor tax up $56K over 2020 through October

o Local Contributions – 2020 Firekeepers Local Revenue Sharing Grant for Clerk’s Office and United Way COVID funding were one-time

o Charges for Service down $2.2M from 2020 through November - Boarder Revenue down $2.5M due to decreased jail bed days (20,978 fewer days

through October); City of Battle Creek Jail Bed Revenue PY adjustment ($1.1M – 31,500 total days) unpaid invoices – to be rebilled if settled

- Clerk and Deed fees up $139K - Inmate Phone reimbursement up $91K (increased local population) - Civil Processing Fees up $10K

o Fines/Penalties – Up $132K over prior year o Interest – Down $68K from prior year due to decreased rates on investments and a 2020

matured investment o Other Revenues – Up $550K from 2020 (2020 COVID NCS Site reimbursement from

participating Counties offset by August LDDA Overcapture revenue $429K recorded December 2020)

o Other Financing Sources – Use of unused 2020 Training funds $13K; Parks transfer in to Community Development $14K; Accommodation Tax transfer in up $45K over PY

General Fund Expenditures in More Detail:

Classification FY21 YTD % of Budget FY20 YTD % of BudgetPersonnel Service 16,385,196 84% 16,612,654 88%Fringe Benefits 6,983,331 72% 6,505,335 88%Supplies 268,111 68% 416,940 69%Other Services & Charges 7,298,343 83% 6,363,161 70%Capital Outlay 94,598 167% 76,385 96%Debt Service/Capital Leases - 0% - 0%Operating Transfer Out 13,220,539 78% 10,681,517 97%

Totals 44,250,120 80% 40,655,991 86%

4

NOTES: o Personnel costs are down $227K from 2020 through and trend under budget; Fringe

benefit costs are in line with budget but exceeding 2020 YTD based on higher budgeted charges; actual claims costs are monitored throughout the year and budget may be adjusted as needed; Early Retirement Incentive 2021 YTD $257K – savings to be realized in future budget years

o Supplies – down $149K from 2020 YTD due to JOC PPE and Maintenance supplies purchased in PY, Jail Maintenance Supplies down $18K

o Other Services and Charges – Up $935K over 2020: decreased contractual services expense ($248K) (JOC NCS costs $453K in 2020); increased central services costs based on budgeted costs $184K; increased travel and vehicle expense $113K; increased drain and lake level assessments over PY $105K; increased extraditions expense $33K; increased Jail Health Care $50K (to be reimbursed through FEMA for COVID testing expenses)

o Capital Outlay in the General Fund is limited to certain vehicles that are paid for through non-CIP revenue sources; actual spent as a percentage of budget will vary throughout the year

o Operating Transfers Out – Up $2.5M over PY: ARPA transfer-out to Road Department $1.1M, Landbank $662K and Fairgrounds $200K; Budgeted increase over PY to CCF up $190K over 2020 through November

5

Other Budgeted Funds

6

NOTES: o Many Special Revenue Funds rely heavily on grant funding that is billed/received at various

intervals throughout the year o Lake Fund revenues are high due to planned deposit to fund balance for 2021 as part of

deficit elimination plan; current expenditures in excess of budget, under review by WRC o Senior, Veterans and Parks Millage tax revenues are collected with the Winter Levy, received

early in the year; PPT reimbursement for special voted millages received at year-end o Parks millage distributions issued April 2021 $338K o Accommodations Tax revenue up $555K over PY o Health Fund: Health Department vaccinations at Starr Commonwealth for refugee children

have been billed and reimbursed in full for their FY21, 100% of costs have been recouped through direct billing, admin fee insurance billing and federal vaccine program

Calhoun County Road Department

Revenues

2021 YTD Actual Revenues are at 75% of Budget

Revenue YTD Amount Percentage of BudgetLicenses & Permits 387,865 235%Federal Sources 1,954,508 57%State Sources 11,808,478 79%Local Contributions 5,317,078 76%Charges for Services 2,115,785 74%Interest, Rents and Other 2,549,509 70%

Totals 24,133,223 75%

7

Expenditures 2021 YTD Actual Expenditures are at 74% of Budget

NOTES:

o 2021 Permits up over prior year $256K: No frost law imposed in 2020; 2021 soil erosion permits for solar energy facilities $206K

o MTF funding generally lags 2 months – Currently January-September recorded with two payments received in September based on the State year-end resulting in no MTF recorded in October; actuals are tracking ahead of budget by 11.6%; October receipts (received in December) will be lower than expectation due to delayed motor fuel tax collections at the State level

o Federal and Local Revenue Sources will continue to come in through year end as the State processes Federal Aid project billing; delayed projects will be carried forward into 2022

o Equipment Sale proceeds: $250K – Sale of Grader, $215K – Sale of Paver o Pothole patching continues across the County (Road and Bridge Maintenance):

Tons placed through November: 13,300 Total cost through September: $3.4M (175% of budget)

CCRD Internal Costs $1.8M Contractor Costs $1.6M

Overbudget will be adjusted for in Year End Adjustment o Winter Maintenance is at 63% of budget, approx. $175K higher than 2020 YTD o Preservation – Structural Improvements at 66% of budget, will continue to increase

through year end as expenditures are finalized for 2021 construction projects and the Emmett Twp LRP

o Emmett Township LRP currently at 76% of budget and is projected to come in under budget $500-$600K (County Portion); 2021 unspent funds will be carried forward into 2022 for the completion of Emmett LRP and other budgeted projects as needed

Expenditure YTD Amount Percentage of BudgetPreservation – Structural Improvements 14,372,408 66%Road/Bridge Maintenance 6,402,106 93%Winter Maintenance 1,225,671 63%Traffic Control 241,012 60%Trunkline Maintenance/Non-Maintenance 1,751,890 73%Admin/Capital/Equip. & Other Expenses 6,813,492 87%

Totals 30,806,579 74%

8

Countywide: Other Updates & Monitored Items

Recent Grant Awards – No changes from October report COVID-19 costs County-wide continue to be tracked:

o County COVID-19 Expenses: Total Costs 2021 YTD Costs Personnel & Fringe: $2,611,256.98 $1,321,379.08

OT total costs: $ 265,942.75 $ 124,537.60 Supplies & Other: $ 930,012.55 $ 461,927.84

COVID-19 costs for the Joint Operations Center are also being accounted for through the County General Ledger, and have slowed significantly. Reimbursement applications are under review by FEMA for the following:

o PPE Supplies: $109,062.20 o Isolation & Quarantine Site: $424,906.60 (Approved by FEMA 8/14/21) o Medical Sheltering: $ 3,150.00 o Media Campaign: $ 4,650.00

Multiple Funding Sources have been identified for the County’s and the Joint Operation Center’s costs:

o $30,000 – MDHHS Emerging Threats Funding o $222,000 – MDHHS COVID-19 Grant o FEMA Public Assistance Grant o $73,694 – United Way Disaster Relief Fund o $58,008 – DOJ Byrne JAG grants for public safety COVID-19 costs o $296,623 – Volunteer Hours and Donations to offset FEMA Local Share o $2,073,560 – CARES Public Health and Public Safety payroll reimbursement (reduced from

previous communications based on State proration of funds) o $1,134,187 – CARES August Revenue Sharing replacement o $439,771 – CARES Community Development Block Grant funding o $163,494 – MDHHS NCS Homeless Match (re-claimed by the State, to be reimbursed

through FEMA) o $487,491 – CARES MDHHS grants FY20 and FY21 o $335,123 – CARES Wrap-around grant funding NCS o $1,416,120 – MDHHS COVID-19 Tracing and Vaccination Grants o $12,500 – Emergency Management Preparedness Grant COVID-19 Supplemental o $161,036 – MDHHS COVID-19 Grant o $135,000 – MDHHS FY22 COVID-19 Infection Prevention Grant o $785,109 – MDHHS FY22 COVID-19 Immunization Grant o $372,683 – MDHHS FY22 COVID-19 Wrap Around Service Grant

Voluntary Furloughs continue based on employee and departmental needs; the Workshare program ended week of September 4, 2021

American Rescue Plan funds use and eligible expenditures will be communicated as final rule is released from US Treasury (expected soon) – First half received 5/20/21

o Appropriation recommendations are planned to be presented to the Board of Commissioners bi-annually with continued oversight through County Budget sub-committees

o Total Appropriated: $18,275,871 o Total Spent through 11/30/21: $5,912,489

If you have any questions or concerns, please do not hesitate to contact me.

Fund Category Governmental FundFund Type General Fund

Fund 101 - General FundTaxes 23,226,826.00 459,034.06 22,327,859.45 898,966.55 96 21,946,114.71Licenses & Permits 70,209.00 3,372.50 49,582.75 20,626.25 71 47,030.50Federal Grants 11,471,952.00 1,348,163.03 6,366,050.17 5,105,901.83 55 4,201,084.53State Grants 4,703,360.00 580,386.20 3,775,565.28 927,794.72 80 3,898,707.30Local Contributions 1,750.00 .00 1,999.80 (249.80) 114 92,414.00Charges for Services 7,991,171.00 636,311.24 6,101,699.45 1,889,471.55 76 9,349,130.99Fines & Penalties 504,347.00 27,958.87 436,704.85 67,642.15 87 343,117.96Interest & Rents 19,000.00 2,661.49 13,513.35 5,486.65 71 86,246.01Other Revenues 5,312,427.00 332,039.66 3,618,252.08 1,694,174.92 68 4,121,069.18Other Financing Sources 1,714,009.00 39,526.07 1,735,110.83 (21,101.83) 101 1,875,802.04Personnel Services 19,612,463.00 1,490,854.03 16,390,361.39 3,222,101.61 84 18,872,587.14Fringe Benefit 9,737,055.00 658,783.13 6,983,331.29 2,753,723.71 72 7,497,671.62Supplies 395,403.00 32,030.69 262,351.31 133,051.69 66 470,752.12Other Services & Charges 7,634,805.00 537,852.03 6,062,526.57 1,572,278.43 79 6,961,833.54Restricted Appropriation 1,614,471.00 344,269.57 1,236,411.38 378,059.62 77 872,650.55Capital Outlay 81,313.00 7,247.66 94,598.35 (13,285.35) 116 136,959.90Debt Service 34,081.00 .00 .00 34,081.00 0 38,059.34Transfers Out 15,905,460.00 597,383.92 13,220,539.49 2,684,920.51 83 10,951,926.92

Fund 101 - General Fund TotalsREVENUE TOTALS 55,015,051.00 3,429,453.12 44,426,338.01 10,588,712.99 81% 45,960,717.22

EXPENSE TOTALS 55,015,051.00 3,668,421.03 44,250,119.78 10,764,931.22 80% 45,802,441.13Fund 101 - General Fund Net Gain (Loss) $0.00 ($238,967.91) $176,218.23 $176,218.23 +++ $158,276.09

Fund Type General Fund TotalsREVENUE TOTALS 55,015,051.00 3,429,453.12 44,426,338.01 10,588,712.99 81% 45,960,717.22

EXPENSE TOTALS 55,015,051.00 3,668,421.03 44,250,119.78 10,764,931.22 80% 45,802,441.13

Page 1 of 2Run by Banning, Megan on 12/08/2021 08:15:35 AM

Income StatementThrough 11/30/21

Summary Listing

Annual MTD YTD Budget Less % of Prior YearBudget Amount Actual Amount Actual Amount YTD Actual Budget Total ActualClassification

Fund Category Governmental FundFund Type General Fund Net Gain (Loss) $0.00 ($238,967.91) $176,218.23 $176,218.23 +++ $158,276.09

Fund Category Governmental Fund TotalsREVENUE TOTALS 55,015,051.00 3,429,453.12 44,426,338.01 10,588,712.99 81% 45,960,717.22

EXPENSE TOTALS 55,015,051.00 3,668,421.03 44,250,119.78 10,764,931.22 80% 45,802,441.13Fund Category Governmental Fund Net Gain (Loss) $0.00 ($238,967.91) $176,218.23 $176,218.23 +++ $158,276.09

Grand Totals

REVENUE TOTALS 55,015,051.00 3,429,453.12 44,426,338.01 10,588,712.99 81% 45,960,717.22

EXPENSE TOTALS 55,015,051.00 3,668,421.03 44,250,119.78 10,764,931.22 80% 45,802,441.13Grand Total Net Gain (Loss) $0.00 ($238,967.91) $176,218.23 $176,218.23 +++ $158,276.09

Page 2 of 2Run by Banning, Megan on 12/08/2021 08:15:35 AM

Income StatementThrough 11/30/21

Summary Listing

Annual MTD YTD Budget Less % of Prior YearBudget Amount Actual Amount Actual Amount YTD Actual Budget Total ActualClassification

Adopted Budget Amended Current Month YTD YTD Budget - YTD % Used/Account Account Description Budget Amendments Budget Transactions Encumbrances Transactions Transactions Rec'd Prior Year TotalFund 215 - Friend of the Court

REVENUEFederal Grants

501.000 Federal Grant Revenue 2,933,293.00 .00 2,933,293.00 233,921.63 .00 1,790,428.08 1,142,864.92 61 2,323,182.21Federal Grants Totals $2,933,293.00 $0.00 $2,933,293.00 $233,921.63 $0.00 $1,790,428.08 $1,142,864.92 61% $2,323,182.21

State Grants539.000 State Grant Revenue 170,316.00 .00 170,316.00 .00 .00 88,722.48 81,593.52 52 169,164.60539.110 State Grant Med Support Incentive - Match 62,000.00 .00 62,000.00 .00 .00 72,049.09 (10,049.09) 116 70,082.63

State Grants Totals $232,316.00 $0.00 $232,316.00 $0.00 $0.00 $160,771.57 $71,544.43 69% $239,247.23Charges for Services

607.000 Department Fees Miscellaneous 1,000.00 .00 1,000.00 .00 .00 88.27 911.73 9 3,073.83607.047 Department Fees Civil 1,000.00 .00 1,000.00 .00 .00 810.00 190.00 81 595.02607.049 Department Fees Adoption Investigation Fee 4,500.00 .00 4,500.00 .00 .00 4,200.00 300.00 93 6,000.00607.054 Department Fees SOS Reinstatement 2,500.00 .00 2,500.00 240.00 .00 2,700.00 (200.00) 108 1,740.00607.081 Department Fees Non IV-D Judgment 22,552.00 .00 22,552.00 3,390.00 .00 38,941.50 (16,389.50) 173 27,440.22607.082 Department Fees IV-D Judgment 3,000.00 .00 3,000.00 120.00 .00 1,760.00 1,240.00 59 2,310.00607.085 Department Fees Investigations 1,200.00 .00 1,200.00 .00 .00 1,500.00 (300.00) 125 1,520.00607.086 Department Fees Parenting Time .00 .00 .00 .00 .00 .00 .00 +++ 170.00

Charges for Services Totals $35,752.00 $0.00 $35,752.00 $3,750.00 $0.00 $49,999.77 ($14,247.77) 140% $42,849.07Other Financing Sources

699.000 Transfers In Revenue 1,859,842.00 .00 1,859,842.00 154,986.83 .00 1,704,855.13 154,986.87 92 2,037,738.06Other Financing Sources Totals $1,859,842.00 $0.00 $1,859,842.00 $154,986.83 $0.00 $1,704,855.13 $154,986.87 92% $2,037,738.06

REVENUE TOTALS $5,061,203.00 $0.00 $5,061,203.00 $392,658.46 $0.00 $3,706,054.55 $1,355,148.45 73% $4,643,016.57EXPENSE

Personnel Services702.020 Salaries Regular 2,937,632.00 .00 2,937,632.00 215,801.51 .00 2,471,159.22 466,472.78 84 2,735,411.53702.030 Salaries Overtime .00 .00 .00 83.48 .00 626.29 (626.29) +++ .00702.050 Salaries S & A .00 .00 .00 2,828.88 .00 19,000.66 (19,000.66) +++ 12,222.99702.060 Salaries On Call Allowance .00 .00 .00 1,400.00 .00 16,100.00 (16,100.00) +++ 17,850.00703.000 Longevity Pay Expense 475.00 .00 475.00 .00 .00 475.00 .00 100 450.00704.020 Other Pay PTO/Sick .00 .00 .00 .00 .00 6,856.85 (6,856.85) +++ 10,064.19704.030 Other Pay Bereavement .00 .00 .00 228.56 .00 4,792.47 (4,792.47) +++ 4,052.00706.000 Termination Pay Expense .00 .00 .00 823.42 .00 7,833.25 (7,833.25) +++ 169.27710.000 Payment in Lieu Insurance 18,252.00 .00 18,252.00 804.00 .00 16,067.00 2,185.00 88 18,581.00715.020 Allowance Auto 2,726.00 .00 2,726.00 201.96 .00 2,322.54 403.46 85 2,625.48715.030 Allowance Cell Phone .00 .00 .00 .00 .00 100.00 (100.00) +++ 650.00

Personnel Services Totals $2,959,085.00 $0.00 $2,959,085.00 $222,171.81 $0.00 $2,545,333.28 $413,751.72 86% $2,802,076.46Fringe Benefit

719.000 Worker's Comp Expense 4,750.00 .00 4,750.00 244.38 .00 3,220.26 1,529.74 68 3,947.39720.010 Insurance Benefits Hospitalization 711,448.00 .00 711,448.00 47,951.60 .00 526,826.74 184,621.26 74 521,086.50720.015 Insurance Benefits HSA .00 .00 .00 .00 .00 36,000.00 (36,000.00) +++ 37,500.00

Run by Banning, Megan on 12/08/2021 07:47:52 AM Page 1 of 35

Budget Performance ReportFiscal Year to Date 11/30/21

Exclude Rollup Account

Adopted Budget Amended Current Month YTD YTD Budget - YTD % Used/Account Account Description Budget Amendments Budget Transactions Encumbrances Transactions Transactions Rec'd Prior Year TotalFund 215 - Friend of the Court

EXPENSEFringe Benefit

720.020 Insurance Benefits Dental 45,154.00 .00 45,154.00 3,144.36 .00 38,635.86 6,518.14 86 42,642.50720.030 Insurance Benefits Vision 16,803.00 .00 16,803.00 1,170.12 .00 14,369.97 2,433.03 86 16,135.02720.040 Insurance Benefits Life 2,093.00 .00 2,093.00 155.84 .00 1,814.06 278.94 87 1,950.33720.050 Insurance Benefits Unemployment 4,526.00 .00 4,526.00 48.94 .00 3,737.92 788.08 83 4,266.22721.000 Social Security Expense 226,370.00 .00 226,370.00 16,803.32 .00 185,836.29 40,533.71 82 202,659.66724.015 Retirement MERS - Debt Service .00 .00 .00 11,785.47 .00 36,029.50 (36,029.50) +++ .00724.030 Retirement Defined Benefit 241,943.00 .00 241,943.00 10,386.78 .00 202,782.75 39,160.25 84 228,513.13724.050 Retirement 401(k) ER 13,649.00 .00 13,649.00 931.30 .00 9,250.97 4,398.03 68 3,289.40

Fringe Benefit Totals $1,266,736.00 $0.00 $1,266,736.00 $92,622.11 $0.00 $1,058,504.32 $208,231.68 84% $1,061,990.15Supplies

727.000 Office Supplies Expense 16,500.00 .00 16,500.00 1,057.63 .00 8,772.47 7,727.53 53 11,649.24Supplies Totals $16,500.00 $0.00 $16,500.00 $1,057.63 $0.00 $8,772.47 $7,727.53 53% $11,649.24

Other Services & Charges801.010 Contractual Services Misc 140,495.00 .00 140,495.00 8,209.29 .00 104,151.24 36,343.76 74 120,717.67805.080 Professional Services Cost Allocation 478,245.00 .00 478,245.00 32,744.58 .00 360,190.38 118,054.62 75 469,788.96808.000 Association Dues Expense 3,740.00 .00 3,740.00 .00 .00 3,210.00 530.00 86 2,860.00850.010 Communications Data Processing 92,939.00 .00 92,939.00 7,777.00 .00 85,547.00 7,392.00 92 87,468.00850.020 Communications Cell Phone Service 3,000.00 .00 3,000.00 121.59 .00 2,142.77 857.23 71 1,779.75850.030 Communications Telephone Service 31,553.00 .00 31,553.00 2,629.44 .00 28,923.84 2,629.16 92 30,525.12850.070 Communications Copying 4,542.00 .00 4,542.00 182.67 .00 2,312.72 2,229.28 51 2,162.95850.080 Communications Mailing 25,395.00 .00 25,395.00 1,321.73 .00 18,591.33 6,803.67 73 22,441.60870.010 Travel Expense Other 3,000.00 .00 3,000.00 826.50 .00 895.51 2,104.49 30 958.53870.020 Travel Expense Mileage 3,750.00 .00 3,750.00 .00 .00 249.76 3,500.24 7 912.53870.030 Travel Expense Training 3,100.00 .00 3,100.00 .00 .00 200.00 2,900.00 6 2,774.00900.000 Printing Expense 6,500.00 .00 6,500.00 .00 .00 1,188.98 5,311.02 18 3,792.81915.000 Subscription Fees Expense 5,261.00 .00 5,261.00 290.00 .00 2,610.00 2,651.00 50 5,520.00934.010 Maintenance Equipment 12,862.00 .00 12,862.00 .00 .00 11,201.39 1,660.61 87 9,872.67

Other Services & Charges Totals $814,382.00 $0.00 $814,382.00 $54,102.80 $0.00 $621,414.92 $192,967.08 76% $761,574.59Capital Outlay

980.000 Equipment Equipment .00 .00 .00 .00 .00 .00 .00 +++ 3,775.90980.010 Equipment Small Equipment 4,500.00 .00 4,500.00 .00 .00 .00 4,500.00 0 1,385.19

Capital Outlay Totals $4,500.00 $0.00 $4,500.00 $0.00 $0.00 $0.00 $4,500.00 0% $5,161.09EXPENSE TOTALS $5,061,203.00 $0.00 $5,061,203.00 $369,954.35 $0.00 $4,234,024.99 $827,178.01 84% $4,642,451.53

Fund 215 - Friend of the Court TotalsREVENUE TOTALS 5,061,203.00 .00 5,061,203.00 392,658.46 .00 3,706,054.55 1,355,148.45 73% 4,643,016.57EXPENSE TOTALS 5,061,203.00 .00 5,061,203.00 369,954.35 .00 4,234,024.99 827,178.01 84% 4,642,451.53

Fund 215 - Friend of the Court Totals $0.00 $0.00 $0.00 $22,704.11 $0.00 ($527,970.44) $527,970.44 $565.04

Run by Banning, Megan on 12/08/2021 07:47:52 AM Page 2 of 35

Budget Performance ReportFiscal Year to Date 11/30/21

Exclude Rollup Account

Adopted Budget Amended Current Month YTD YTD Budget - YTD % Used/Account Account Description Budget Amendments Budget Transactions Encumbrances Transactions Transactions Rec'd Prior Year TotalFund 221 - Health Fund

REVENUEOther Financing Sources

400.050 Carry Over Miscellaneous 104,547.00 .00 104,547.00 .00 .00 .00 104,547.00 0 .00699.000 Transfers In Revenue 1,314,822.00 .00 1,314,822.00 28,875.75 .00 57,751.50 1,257,070.50 4 1,329,024.92

Other Financing Sources Totals $1,419,369.00 $0.00 $1,419,369.00 $28,875.75 $0.00 $57,751.50 $1,361,617.50 4% $1,329,024.92Licenses & Permits

451.010 Business Licenses & Permits SDS Installer 4,568.00 .00 4,568.00 .00 .00 174.00 4,394.00 4 4,392.00451.020 Business Licenses & Permits Restaurant 259,590.00 .00 259,590.00 220.00 .00 554.00 259,036.00 0 6,007.00451.030 Business Licenses & Permits Temporary Food 13,999.00 .00 13,999.00 114.00 .00 597.00 13,402.00 4 8,331.00476.010 Non-Business Licenses & Permits Waterwell 40,669.00 .00 40,669.00 2,101.00 .00 5,155.00 35,514.00 13 40,533.25476.020 Non-Business Licenses & Permits Septic System 75,000.00 .00 75,000.00 6,345.00 .00 10,493.00 64,507.00 14 81,594.00476.060 Non-Business Licenses & Permits Cremation 46,000.00 .00 46,000.00 4,550.00 .00 8,900.00 37,100.00 19 57,050.00

Licenses & Permits Totals $439,826.00 $0.00 $439,826.00 $13,330.00 $0.00 $25,873.00 $413,953.00 6% $197,907.25Federal Grants

501.000 Federal Grant Revenue 3,349,642.00 19,344.00 3,368,986.00 299,368.00 .00 467,885.00 2,901,101.00 14 3,961,027.89501.020 Federal Grant Full Cost 246,447.00 .00 246,447.00 .00 .00 .00 246,447.00 0 469,907.29

Federal Grants Totals $3,596,089.00 $19,344.00 $3,615,433.00 $299,368.00 $0.00 $467,885.00 $3,147,548.00 13% $4,430,935.18State Grants

539.000 State Grant Revenue 689,680.00 14,007.00 703,687.00 45,787.00 .00 82,408.00 621,279.00 12 391,339.31539.010 State Grant Vaccine Distribution .00 .00 .00 1,490.00 .00 2,980.00 (2,980.00) +++ 17,889.00539.020 State Grant ELPHS 1,014,300.00 .00 1,014,300.00 62,911.00 .00 125,820.00 888,480.00 12 754,946.00539.030 State Grant Non-Community Water 32,280.00 .00 32,280.00 .00 .00 .00 32,280.00 0 33,853.75539.040 State Grant DHS Inspections 11,000.00 .00 11,000.00 .00 .00 .00 11,000.00 0 .00539.060 State Grant HIV 67,118.00 .00 67,118.00 5,353.00 .00 10,706.00 56,412.00 16 48,998.00

State Grants Totals $1,814,378.00 $14,007.00 $1,828,385.00 $115,541.00 $0.00 $221,914.00 $1,606,471.00 12% $1,247,026.06Local Contributions

580.000 Local Contribution Revenue 156,075.00 .00 156,075.00 1,500.00 .00 1,500.00 154,575.00 1 158,119.86580.010 Local Contribution United Way 80,000.00 .00 80,000.00 5,437.50 .00 10,875.00 69,125.00 14 72,562.50580.020 Local Contribution BC Community Foundation .00 .00 .00 .00 .00 .00 .00 +++ 8,004.27580.030 Local Contribution School Nurse 651,813.00 .00 651,813.00 .00 .00 130,288.90 521,524.10 20 375,654.99580.050 Local Contribution WKKF .00 .00 .00 .00 .00 .00 .00 +++ 151,433.00

Local Contributions Totals $887,888.00 $0.00 $887,888.00 $6,937.50 $0.00 $142,663.90 $745,224.10 16% $765,774.62Charges for Services

601.000 Charges for Services Miscellaneous 8,000.00 .00 8,000.00 .00 .00 .00 8,000.00 0 .00607.000 Department Fees Miscellaneous 73,887.00 .00 73,887.00 2,446.00 .00 4,365.00 69,522.00 6 (299.98)607.022 Department Fees Food Certification 27,953.00 .00 27,953.00 .00 .00 709.00 27,244.00 3 3,430.00607.023 Department Fees Water Samples 41,361.00 .00 41,361.00 2,044.00 .00 5,039.00 36,322.00 12 37,607.33607.024 Department Fees Plan Review 16,380.00 .00 16,380.00 191.00 .00 715.00 15,665.00 4 8,460.00607.025 Department Fees Body Art Inspections 2,483.00 .00 2,483.00 .00 .00 374.00 2,109.00 15 4,270.77607.026 Department Fees Site Evaluation 11,719.00 .00 11,719.00 1,015.00 .00 1,160.00 10,559.00 10 7,609.00

Run by Banning, Megan on 12/08/2021 07:47:52 AM Page 3 of 35

Budget Performance ReportFiscal Year to Date 11/30/21

Exclude Rollup Account

Adopted Budget Amended Current Month YTD YTD Budget - YTD % Used/Account Account Description Budget Amendments Budget Transactions Encumbrances Transactions Transactions Rec'd Prior Year TotalFund 221 - Health Fund

REVENUECharges for Services

607.027 Department Fees FHA/VA System Inspections 75,613.00 .00 75,613.00 2,342.00 .00 3,668.50 71,944.50 5 18,505.00607.028 Department Fees Swimming Pool Inspections 19,220.00 .00 19,220.00 .00 .00 .00 19,220.00 0 1,325.00607.029 Department Fees Camp Ground Inspection 4,339.00 .00 4,339.00 .00 .00 .00 4,339.00 0 (75.00)607.030 Department Fees DHS Inspections 17,586.00 .00 17,586.00 872.00 .00 1,740.00 15,846.00 10 9,733.00607.500 Department Fees NSF Fees .00 .00 .00 .00 .00 .00 .00 +++ 30.00

Charges for Services Totals $298,541.00 $0.00 $298,541.00 $8,910.00 $0.00 $17,770.50 $280,770.50 6% $90,595.12Interest & Rents

664.000 Interest and Dividends Revenue .00 .00 .00 .02 .00 .08 (.08) +++ .10Interest & Rents Totals $0.00 $0.00 $0.00 $0.02 $0.00 $0.08 ($0.08) +++ $0.10

Other Revenues671.000 Miscellaneous Revenue 3,000.00 .00 3,000.00 .01 .00 .01 2,999.99 0 6.50676.031 Reimbursements Medicaid 186,066.00 .00 186,066.00 (24,912.04) .00 (24,745.25) 210,811.25 -13 74,569.68676.033 Reimbursements Third Party Insurance 191,302.00 .00 191,302.00 8,341.57 .00 13,814.64 177,487.36 7 125,680.69

Other Revenues Totals $380,368.00 $0.00 $380,368.00 ($16,570.46) $0.00 ($10,930.60) $391,298.60 -3% $200,256.87REVENUE TOTALS $8,836,459.00 $33,351.00 $8,869,810.00 $456,391.81 $0.00 $922,927.38 $7,946,882.62 10% $8,261,520.12

EXPENSEPersonnel Services

702.020 Salaries Regular 4,481,865.00 .00 4,481,865.00 223,919.10 .00 384,986.89 4,096,878.11 9 2,516,368.50702.030 Salaries Overtime .00 .00 .00 165.23 .00 878.87 (878.87) +++ 10,694.99702.050 Salaries S & A .00 .00 .00 .00 .00 1,970.86 (1,970.86) +++ 25,667.87702.100 Salaries Corona .00 .00 .00 78,361.90 .00 144,088.47 (144,088.47) +++ 1,391,255.67703.000 Longevity Pay Expense 12,282.00 .00 12,282.00 1,500.00 .00 1,500.00 10,782.00 12 12,650.00704.020 Other Pay PTO/Sick .00 .00 .00 .00 .00 .00 .00 +++ 28,719.55704.030 Other Pay Bereavement 1,794.00 .00 1,794.00 929.10 .00 929.10 864.90 52 5,136.56706.000 Termination Pay Expense .00 .00 .00 837.64 .00 837.64 (837.64) +++ 33,043.62710.000 Payment in Lieu Insurance 21,547.00 .00 21,547.00 2,404.00 .00 4,808.00 16,739.00 22 27,689.31715.020 Allowance Auto 8,760.00 .00 8,760.00 730.00 .00 1,460.00 7,300.00 17 8,030.00715.030 Allowance Cell Phone 10,979.00 .00 10,979.00 1,065.00 .00 2,005.00 8,974.00 18 9,890.00

Personnel Services Totals $4,537,227.00 $0.00 $4,537,227.00 $309,911.97 $0.00 $543,464.83 $3,993,762.17 12% $4,069,146.07Fringe Benefit

718.010 Sick & Accident Long Term .00 .00 .00 .00 .00 .00 .00 +++ 187.36719.000 Worker's Comp Expense 19,201.00 .00 19,201.00 1,069.72 .00 2,166.02 17,034.98 11 14,381.24720.010 Insurance Benefits Hospitalization 1,030,011.00 .00 1,030,011.00 54,558.74 .00 110,576.60 919,434.40 11 612,534.36720.015 Insurance Benefits HSA .00 .00 .00 500.00 .00 (1,000.00) 1,000.00 +++ 71,187.50720.020 Insurance Benefits Dental 63,115.00 .00 63,115.00 4,075.61 .00 8,015.18 55,099.82 13 50,908.16720.030 Insurance Benefits Vision 23,493.00 .00 23,493.00 1,528.94 .00 3,044.20 20,448.80 13 19,387.93720.040 Insurance Benefits Life 3,306.00 .00 3,306.00 237.49 .00 472.56 2,833.44 14 2,643.82720.050 Insurance Benefits Unemployment 3,252.00 .00 3,252.00 36.78 .00 119.09 3,132.91 4 5,741.66

Run by Banning, Megan on 12/08/2021 07:47:52 AM Page 4 of 35

Budget Performance ReportFiscal Year to Date 11/30/21

Exclude Rollup Account

Adopted Budget Amended Current Month YTD YTD Budget - YTD % Used/Account Account Description Budget Amendments Budget Transactions Encumbrances Transactions Transactions Rec'd Prior Year TotalFund 221 - Health Fund

EXPENSEFringe Benefit

721.000 Social Security Expense 342,775.00 .00 342,775.00 22,877.96 .00 39,712.43 303,062.57 12 302,099.88724.015 Retirement MERS - Debt Service .00 .00 .00 12,808.16 .00 22,307.15 (22,307.15) +++ 16,199.95724.030 Retirement Defined Benefit 297,881.00 .00 297,881.00 11,019.98 .00 19,305.51 278,575.49 6 260,215.20724.050 Retirement 401(k) ER 82,761.00 .00 82,761.00 4,537.24 .00 7,668.59 75,092.41 9 40,929.62

Fringe Benefit Totals $1,865,795.00 $0.00 $1,865,795.00 $113,250.62 $0.00 $212,387.33 $1,653,407.67 11% $1,396,416.68Supplies

727.000 Office Supplies Expense 80,760.00 .00 80,760.00 1,053.87 .00 1,349.13 79,410.87 2 11,782.14765.010 Medical Supplies Misc 33,050.00 .00 33,050.00 1,211.77 .00 1,405.27 31,644.73 4 36,159.98765.020 Medical Supplies Vaccine 525,000.00 .00 525,000.00 53,134.14 (78,253.90) 85,163.57 518,090.33 1 457,004.62765.030 Medical Supplies Prescriptions 14,450.00 .00 14,450.00 .00 .00 .00 14,450.00 0 8,787.59

Supplies Totals $653,260.00 $0.00 $653,260.00 $55,399.78 ($78,253.90) $87,917.97 $643,595.93 1% $513,734.33Other Services & Charges

801.010 Contractual Services Misc 354,206.00 .00 354,206.00 12,216.37 .00 13,316.37 340,889.63 4 317,576.02805.041 Professional Services Autopsy Fee 239,000.00 .00 239,000.00 18,230.08 .00 18,230.08 220,769.92 8 226,290.21805.042 Professional Services Body Transfer Fee 30,550.00 .00 30,550.00 1,925.00 .00 1,925.00 28,625.00 6 34,490.00805.080 Professional Services Cost Allocation 363,902.00 .00 363,902.00 36,615.42 .00 73,230.84 290,671.16 20 421,355.79808.000 Association Dues Expense 9,861.00 .00 9,861.00 95.00 .00 4,942.25 4,918.75 50 9,208.80835.070 Medical Services Laboratory 3,484.00 .00 3,484.00 261.91 .00 1,152.91 2,331.09 33 31,659.71850.010 Communications Data Processing 127,512.00 .00 127,512.00 9,925.00 .00 19,850.00 107,662.00 16 120,621.00850.020 Communications Cell Phone Service 13,840.00 .00 13,840.00 1,630.21 .00 3,508.44 10,331.56 25 22,529.15850.030 Communications Telephone Service 45,681.00 .00 45,681.00 3,875.03 .00 7,088.79 38,592.21 16 48,553.38850.070 Communications Copying 20,086.00 .00 20,086.00 1,612.11 .00 3,385.97 16,700.03 17 16,330.70850.080 Communications Mailing 10,816.00 .00 10,816.00 506.10 .00 1,032.62 9,783.38 10 7,889.70870.010 Travel Expense Other 17,810.00 .00 17,810.00 15.80 .00 15.80 17,794.20 0 71.12870.020 Travel Expense Mileage 30,298.00 .00 30,298.00 659.36 .00 711.67 29,586.33 2 9,783.21870.030 Travel Expense Training 4,992.00 .00 4,992.00 1,281.00 .00 1,656.00 3,336.00 33 4,581.39873.010 Vehicle Expense Maintenance .00 .00 .00 173.78 .00 454.56 (454.56) +++ 6,225.31873.020 Vehicle Expense Fuel .00 .00 .00 592.33 .00 592.33 (592.33) +++ 6,510.29900.000 Printing Expense 600.00 .00 600.00 778.13 .00 1,100.93 (500.93) 183 24,235.48905.000 Advertising Expense 61,051.00 .00 61,051.00 288.72 .00 626.72 60,424.28 1 21,344.54915.000 Subscription Fees Expense 77,477.00 .00 77,477.00 124.00 .00 218.00 77,259.00 0 82,948.55934.010 Maintenance Equipment 1,850.00 .00 1,850.00 .00 .00 .00 1,850.00 0 2,793.15940.030 Rentals Building/Office 206,449.00 .00 206,449.00 16,869.75 .00 37,513.50 168,935.50 18 203,765.08955.000 Miscellaneous Operating Expense 145,928.00 33,351.00 179,279.00 5,197.04 .00 6,497.15 172,781.85 4 98,540.91959.010 Allocation Overhead (272.00) .00 (272.00) .00 .00 .00 (272.00) 0 (1,773.00)

Other Services & Charges Totals $1,765,121.00 $33,351.00 $1,798,472.00 $112,872.14 $0.00 $197,049.93 $1,601,422.07 11% $1,715,530.49Capital Outlay

980.000 Equipment Equipment 7,306.00 .00 7,306.00 1,826.34 .00 1,826.34 5,479.66 25 72,699.83

Run by Banning, Megan on 12/08/2021 07:47:52 AM Page 5 of 35

Budget Performance ReportFiscal Year to Date 11/30/21

Exclude Rollup Account

Adopted Budget Amended Current Month YTD YTD Budget - YTD % Used/Account Account Description Budget Amendments Budget Transactions Encumbrances Transactions Transactions Rec'd Prior Year TotalFund 221 - Health Fund

EXPENSECapital Outlay

980.010 Equipment Small Equipment 7,750.00 .00 7,750.00 1,199.00 1,858.80 1,199.00 4,692.20 39 21,811.27Capital Outlay Totals $15,056.00 $0.00 $15,056.00 $3,025.34 $1,858.80 $3,025.34 $10,171.86 32% $94,511.10

Transfers Out999.000 Transfers Out Operating .00 .00 .00 .00 .00 .00 .00 +++ 70,718.87

Transfers Out Totals $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 +++ $70,718.87EXPENSE TOTALS $8,836,459.00 $33,351.00 $8,869,810.00 $594,459.85 ($76,395.10) $1,043,845.40 $7,902,359.70 11% $7,860,057.54

Fund 221 - Health Fund TotalsREVENUE TOTALS 8,836,459.00 33,351.00 8,869,810.00 456,391.81 .00 922,927.38 7,946,882.62 10% 8,261,520.12EXPENSE TOTALS 8,836,459.00 33,351.00 8,869,810.00 594,459.85 (76,395.10) 1,043,845.40 7,902,359.70 11% 7,860,057.54

Fund 221 - Health Fund Totals $0.00 $0.00 $0.00 ($138,068.04) $76,395.10 ($120,918.02) $44,522.92 $401,462.58Fund 229 - Accommodation Tax

REVENUETaxes

435.000 Accomodation Taxes Revenue 1,500,000.00 .00 1,500,000.00 167,598.89 .00 1,312,364.81 187,635.19 87 891,380.36445.000 Penalties & Interest on Taxes Revenue 200.00 .00 200.00 .00 .00 127.52 72.48 64 8,368.08

Taxes Totals $1,500,200.00 $0.00 $1,500,200.00 $167,598.89 $0.00 $1,312,492.33 $187,707.67 87% $899,748.44REVENUE TOTALS $1,500,200.00 $0.00 $1,500,200.00 $167,598.89 $0.00 $1,312,492.33 $187,707.67 87% $899,748.44

EXPENSEOther Services & Charges

801.010 Contractual Services Misc 1,350,000.00 .00 1,350,000.00 128,383.66 .00 1,023,595.34 326,404.66 76 802,242.29Other Services & Charges Totals $1,350,000.00 $0.00 $1,350,000.00 $128,383.66 $0.00 $1,023,595.34 $326,404.66 76% $802,242.29

Transfers Out999.000 Transfers Out Operating 150,200.00 .00 150,200.00 30,461.73 .00 113,860.34 36,339.66 76 97,506.15

Transfers Out Totals $150,200.00 $0.00 $150,200.00 $30,461.73 $0.00 $113,860.34 $36,339.66 76% $97,506.15EXPENSE TOTALS $1,500,200.00 $0.00 $1,500,200.00 $158,845.39 $0.00 $1,137,455.68 $362,744.32 76% $899,748.44

Fund 229 - Accommodation Tax TotalsREVENUE TOTALS 1,500,200.00 .00 1,500,200.00 167,598.89 .00 1,312,492.33 187,707.67 87% 899,748.44EXPENSE TOTALS 1,500,200.00 .00 1,500,200.00 158,845.39 .00 1,137,455.68 362,744.32 76% 899,748.44

Fund 229 - Accommodation Tax Totals $0.00 $0.00 $0.00 $8,753.50 $0.00 $175,036.65 ($175,036.65) $0.00Fund 230 - Solid Waste Management

REVENUEOther Financing Sources

400.050 Carry Over Miscellaneous (33,156.00) 39,486.00 6,330.00 .00 .00 .00 6,330.00 0 .00Other Financing Sources Totals ($33,156.00) $39,486.00 $6,330.00 $0.00 $0.00 $0.00 $6,330.00 0% $0.00

State Grants539.000 State Grant Revenue .00 37,945.00 37,945.00 .00 .00 .00 37,945.00 0 .00

Run by Banning, Megan on 12/08/2021 07:47:52 AM Page 6 of 35

Budget Performance ReportFiscal Year to Date 11/30/21

Exclude Rollup Account

Adopted Budget Amended Current Month YTD YTD Budget - YTD % Used/Account Account Description Budget Amendments Budget Transactions Encumbrances Transactions Transactions Rec'd Prior Year TotalFund 230 - Solid Waste Management

REVENUEState Grants Totals $0.00 $37,945.00 $37,945.00 $0.00 $0.00 $0.00 $37,945.00 0% $0.00

Local Contributions580.000 Local Contribution Revenue .00 .00 .00 .00 .00 .00 .00 +++ 5,515.88

Local Contributions Totals $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 +++ $5,515.88Charges for Services

601.000 Charges for Services Miscellaneous 385,000.00 .00 385,000.00 115,944.49 .00 341,837.21 43,162.79 89 375,323.04607.000 Department Fees Miscellaneous .00 .00 .00 .00 .00 .00 .00 +++ 31.00

Charges for Services Totals $385,000.00 $0.00 $385,000.00 $115,944.49 $0.00 $341,837.21 $43,162.79 89% $375,354.04Interest & Rents

664.000 Interest and Dividends Revenue 800.00 .00 800.00 .00 .00 .00 800.00 0 .00664.050 Interest and Dividends Investments .00 .00 .00 .00 .00 .00 .00 +++ 2,243.99

Interest & Rents Totals $800.00 $0.00 $800.00 $0.00 $0.00 $0.00 $800.00 0% $2,243.99Other Revenues

671.000 Miscellaneous Revenue 200.00 .00 200.00 .00 .00 111.98 88.02 56 5,937.65Other Revenues Totals $200.00 $0.00 $200.00 $0.00 $0.00 $111.98 $88.02 56% $5,937.65

REVENUE TOTALS $352,844.00 $77,431.00 $430,275.00 $115,944.49 $0.00 $341,949.19 $88,325.81 79% $389,051.56EXPENSE

Personnel Services702.020 Salaries Regular 115,571.00 .00 115,571.00 6,713.35 .00 57,726.20 57,844.80 50 101,377.58702.030 Salaries Overtime 1,000.00 .00 1,000.00 269.18 .00 1,168.97 (168.97) 117 759.42702.100 Salaries Corona .00 .00 .00 .00 .00 .00 .00 +++ 1,835.60706.000 Termination Pay Expense .00 .00 .00 .00 .00 .00 .00 +++ 785.22715.030 Allowance Cell Phone 1,200.00 .00 1,200.00 50.00 .00 575.00 625.00 48 1,200.00

Personnel Services Totals $117,771.00 $0.00 $117,771.00 $7,032.53 $0.00 $59,470.17 $58,300.83 50% $105,957.82Fringe Benefit

719.000 Worker's Comp Expense 1,847.00 .00 1,847.00 85.10 .00 800.36 1,046.64 43 1,452.77720.010 Insurance Benefits Hospitalization 15,300.00 .00 15,300.00 1,107.82 .00 11,565.17 3,734.83 76 12,252.53720.015 Insurance Benefits HSA .00 .00 .00 .00 .00 1,500.00 (1,500.00) +++ .00720.020 Insurance Benefits Dental 860.00 .00 860.00 68.06 .00 802.66 57.34 93 843.06720.030 Insurance Benefits Vision 320.00 .00 320.00 25.33 .00 298.70 21.30 93 313.72720.040 Insurance Benefits Life 48.00 .00 48.00 4.23 .00 45.21 2.79 94 45.27720.050 Insurance Benefits Unemployment 338.00 .00 338.00 3.96 .00 81.58 256.42 24 338.60721.000 Social Security Expense 8,887.00 .00 8,887.00 504.15 .00 4,169.86 4,717.14 47 7,619.02724.015 Retirement MERS - Debt Service .00 .00 .00 369.27 .00 1,037.63 (1,037.63) +++ .00724.030 Retirement Defined Benefit 6,599.00 .00 6,599.00 320.48 .00 4,875.30 1,723.70 74 6,964.06

Fringe Benefit Totals $34,199.00 $0.00 $34,199.00 $2,488.40 $0.00 $25,176.47 $9,022.53 74% $29,829.03Supplies

727.000 Office Supplies Expense 415.00 .00 415.00 .00 .00 212.75 202.25 51 294.93730.000 Maintenance Supplies Expense 7,813.00 .00 7,813.00 421.95 .00 432.60 7,380.40 6 2,313.53

Run by Banning, Megan on 12/08/2021 07:47:52 AM Page 7 of 35

Budget Performance ReportFiscal Year to Date 11/30/21

Exclude Rollup Account

Adopted Budget Amended Current Month YTD YTD Budget - YTD % Used/Account Account Description Budget Amendments Budget Transactions Encumbrances Transactions Transactions Rec'd Prior Year TotalFund 230 - Solid Waste Management

EXPENSESupplies Totals $8,228.00 $0.00 $8,228.00 $421.95 $0.00 $645.35 $7,582.65 8% $2,608.46

Other Services & Charges801.010 Contractual Services Misc 125,810.00 .00 125,810.00 19,097.13 .00 94,112.32 31,697.68 75 72,222.09805.080 Professional Services Cost Allocation 16,197.00 .00 16,197.00 914.33 .00 10,057.63 6,139.37 62 12,177.96808.000 Association Dues Expense 700.00 .00 700.00 .00 .00 700.00 .00 100 700.00850.010 Communications Data Processing 1,631.00 .00 1,631.00 137.00 .00 1,507.00 124.00 92 1,536.00850.030 Communications Telephone Service 438.00 .00 438.00 36.52 .00 401.72 36.28 92 423.96850.070 Communications Copying 3,317.00 .00 3,317.00 455.62 .00 1,326.01 1,990.99 40 1,785.81850.080 Communications Mailing 213.00 .00 213.00 40.78 .00 489.57 (276.57) 230 328.68870.010 Travel Expense Other 450.00 .00 450.00 .00 .00 .00 450.00 0 .00870.020 Travel Expense Mileage 1,000.00 .00 1,000.00 .00 .00 170.80 829.20 17 339.86870.030 Travel Expense Training 450.00 .00 450.00 275.00 .00 275.00 175.00 61 .00873.010 Vehicle Expense Maintenance 480.00 .00 480.00 .00 .00 .00 480.00 0 .00873.020 Vehicle Expense Fuel 345.00 .00 345.00 .00 .00 .00 345.00 0 .00900.000 Printing Expense 5,000.00 .00 5,000.00 .00 .00 .00 5,000.00 0 182.21905.000 Advertising Expense 5,500.00 .00 5,500.00 .00 .00 140.13 5,359.87 3 80.86934.010 Maintenance Equipment 300.00 .00 300.00 .00 .00 .00 300.00 0 .00940.030 Rentals Building/Office 6,750.00 .00 6,750.00 450.00 .00 4,500.00 2,250.00 67 5,400.00955.000 Miscellaneous Operating Expense 2,740.00 .00 2,740.00 .00 .00 634.57 2,105.43 23 169.53

Other Services & Charges Totals $171,321.00 $0.00 $171,321.00 $21,406.38 $0.00 $114,314.75 $57,006.25 67% $95,346.96Capital Outlay

980.000 Equipment Equipment .00 47,431.00 47,431.00 .00 45,700.00 .00 1,731.00 96 .00980.010 Equipment Small Equipment 4,325.00 .00 4,325.00 225.49 .00 328.82 3,996.18 8 3,439.53

Capital Outlay Totals $4,325.00 $47,431.00 $51,756.00 $225.49 $45,700.00 $328.82 $5,727.18 89% $3,439.53Transfers Out

999.000 Transfers Out Operating 17,000.00 30,000.00 47,000.00 1,166.67 .00 13,118.37 33,881.63 28 72,969.10Transfers Out Totals $17,000.00 $30,000.00 $47,000.00 $1,166.67 $0.00 $13,118.37 $33,881.63 28% $72,969.10

EXPENSE TOTALS $352,844.00 $77,431.00 $430,275.00 $32,741.42 $45,700.00 $213,053.93 $171,521.07 60% $310,150.90

Fund 230 - Solid Waste Management TotalsREVENUE TOTALS 352,844.00 77,431.00 430,275.00 115,944.49 .00 341,949.19 88,325.81 79% 389,051.56EXPENSE TOTALS 352,844.00 77,431.00 430,275.00 32,741.42 45,700.00 213,053.93 171,521.07 60% 310,150.90

Fund 230 - Solid Waste Management Totals $0.00 $0.00 $0.00 $83,203.07 ($45,700.00) $128,895.26 ($83,195.26) $78,900.66Fund 236 - Circuit Court Grants Fund

REVENUEFederal Grants

501.000 Federal Grant Revenue 86,000.00 .00 86,000.00 .00 .00 .00 86,000.00 0 29,255.88Federal Grants Totals $86,000.00 $0.00 $86,000.00 $0.00 $0.00 $0.00 $86,000.00 0% $29,255.88

Run by Banning, Megan on 12/08/2021 07:47:52 AM Page 8 of 35

Budget Performance ReportFiscal Year to Date 11/30/21

Exclude Rollup Account

Adopted Budget Amended Current Month YTD YTD Budget - YTD % Used/Account Account Description Budget Amendments Budget Transactions Encumbrances Transactions Transactions Rec'd Prior Year TotalFund 236 - Circuit Court Grants Fund

REVENUEState Grants

539.000 State Grant Revenue .00 .00 .00 .00 .00 62,565.29 (62,565.29) +++ 64,230.69State Grants Totals $0.00 $0.00 $0.00 $0.00 $0.00 $62,565.29 ($62,565.29) +++ $64,230.69

Local Contributions580.000 Local Contribution Revenue 175,225.00 .00 175,225.00 15,263.51 .00 128,774.08 46,450.92 73 168,848.29

Local Contributions Totals $175,225.00 $0.00 $175,225.00 $15,263.51 $0.00 $128,774.08 $46,450.92 73% $168,848.29Charges for Services

607.000 Department Fees Miscellaneous 8,000.00 .00 8,000.00 2,144.35 .00 15,384.46 (7,384.46) 192 7,928.00Charges for Services Totals $8,000.00 $0.00 $8,000.00 $2,144.35 $0.00 $15,384.46 ($7,384.46) 192% $7,928.00

Other Financing Sources699.000 Transfers In Revenue 87,245.00 .00 87,245.00 7,270.42 .00 79,974.62 7,270.38 92 47,446.75

Other Financing Sources Totals $87,245.00 $0.00 $87,245.00 $7,270.42 $0.00 $79,974.62 $7,270.38 92% $47,446.75REVENUE TOTALS $356,470.00 $0.00 $356,470.00 $24,678.28 $0.00 $286,698.45 $69,771.55 80% $317,709.61

EXPENSEPersonnel Services

702.020 Salaries Regular 180,179.00 .00 180,179.00 14,159.55 .00 159,826.91 20,352.09 89 176,944.82704.020 Other Pay PTO/Sick .00 .00 .00 .00 .00 1,390.67 (1,390.67) +++ 1,112.40710.000 Payment in Lieu Insurance 2,626.00 .00 2,626.00 202.00 .00 2,323.00 303.00 88 2,727.00

Personnel Services Totals $182,805.00 $0.00 $182,805.00 $14,361.55 $0.00 $163,540.58 $19,264.42 89% $180,784.22Fringe Benefit

719.000 Worker's Comp Expense 293.00 .00 293.00 15.80 .00 205.24 87.76 70 263.27720.010 Insurance Benefits Hospitalization 30,601.00 .00 30,601.00 2,153.84 .00 22,846.08 7,754.92 75 21,617.34720.015 Insurance Benefits HSA .00 .00 .00 .00 .00 3,000.00 (3,000.00) +++ 3,000.00720.020 Insurance Benefits Dental 1,721.00 .00 1,721.00 132.32 .00 1,587.84 133.16 92 1,693.83720.030 Insurance Benefits Vision 641.00 .00 641.00 49.24 .00 590.88 50.12 92 630.32720.040 Insurance Benefits Life 97.00 .00 97.00 8.00 .00 88.00 9.00 91 92.82720.050 Insurance Benefits Unemployment 254.00 .00 254.00 .00 .00 216.07 37.93 85 224.55721.000 Social Security Expense 13,985.00 .00 13,985.00 1,054.79 .00 12,014.24 1,970.76 86 13,254.54724.015 Retirement MERS - Debt Service .00 .00 .00 861.70 .00 2,591.94 (2,591.94) +++ .00724.030 Retirement Defined Benefit 15,676.00 .00 15,676.00 743.38 .00 13,620.31 2,055.69 87 15,060.84

Fringe Benefit Totals $63,268.00 $0.00 $63,268.00 $5,019.07 $0.00 $56,760.60 $6,507.40 90% $55,837.51Supplies

727.000 Office Supplies Expense 3,500.00 .00 3,500.00 .00 .00 1,117.46 2,382.54 32 2,555.76Supplies Totals $3,500.00 $0.00 $3,500.00 $0.00 $0.00 $1,117.46 $2,382.54 32% $2,555.76

Other Services & Charges801.010 Contractual Services Misc 94,800.00 .00 94,800.00 4,818.75 .00 56,861.25 37,938.75 60 69,846.00850.010 Communications Data Processing 5,806.00 .00 5,806.00 486.00 .00 5,346.00 460.00 92 5,376.00850.030 Communications Telephone Service 2,629.00 .00 2,629.00 219.12 .00 2,410.32 218.68 92 2,511.18850.070 Communications Copying 1,492.00 .00 1,492.00 80.69 .00 460.75 1,031.25 31 499.08

Run by Banning, Megan on 12/08/2021 07:47:52 AM Page 9 of 35

Budget Performance ReportFiscal Year to Date 11/30/21

Exclude Rollup Account

Adopted Budget Amended Current Month YTD YTD Budget - YTD % Used/Account Account Description Budget Amendments Budget Transactions Encumbrances Transactions Transactions Rec'd Prior Year TotalFund 236 - Circuit Court Grants Fund

EXPENSEOther Services & Charges

850.080 Communications Mailing 1.00 .00 1.00 .00 .00 .00 1.00 0 .87870.030 Travel Expense Training 2,134.00 .00 2,134.00 .00 .00 .00 2,134.00 0 200.00900.000 Printing Expense 35.00 .00 35.00 .00 .00 .00 35.00 0 .00955.000 Miscellaneous Operating Expense .00 .00 .00 .00 .00 .00 .00 +++ 98.99

Other Services & Charges Totals $106,897.00 $0.00 $106,897.00 $5,604.56 $0.00 $65,078.32 $41,818.68 61% $78,532.12EXPENSE TOTALS $356,470.00 $0.00 $356,470.00 $24,985.18 $0.00 $286,496.96 $69,973.04 80% $317,709.61

Fund 236 - Circuit Court Grants Fund TotalsREVENUE TOTALS 356,470.00 .00 356,470.00 24,678.28 .00 286,698.45 69,771.55 80% 317,709.61EXPENSE TOTALS 356,470.00 .00 356,470.00 24,985.18 .00 286,496.96 69,973.04 80% 317,709.61

Fund 236 - Circuit Court Grants Fund Totals $0.00 $0.00 $0.00 ($306.90) $0.00 $201.49 ($201.49) $0.00Fund 243 - Parks

REVENUEOther Financing Sources

400.050 Carry Over Miscellaneous (120,415.00) 15,127.00 (105,288.00) .00 .00 .00 (105,288.00) 0 .00699.000 Transfers In Revenue 20,000.00 .00 20,000.00 .00 .00 .00 20,000.00 0 75,000.00

Other Financing Sources Totals ($100,415.00) $15,127.00 ($85,288.00) $0.00 $0.00 $0.00 ($85,288.00) 0% $75,000.00Taxes

402.000 Property Taxes Current 756,651.00 .00 756,651.00 .00 .00 720,552.86 36,098.14 95 .00402.010 Property Taxes Prior Years .00 .00 .00 .00 .00 (150.98) 150.98 +++ .00402.020 Property Taxes IFT 9,688.00 .00 9,688.00 .00 .00 7,993.16 1,694.84 83 .00402.030 Property Taxes Payment in Lieu .00 .00 .00 .00 .00 1,119.02 (1,119.02) +++ .00402.040 Property Taxes Delq Personal Current .00 .00 .00 60.65 .00 1,517.11 (1,517.11) +++ .00441.010 Local Community Stabilization Share Tax Revenue 93,000.00 .00 93,000.00 .00 .00 .00 93,000.00 0 .00445.000 Penalties & Interest on Taxes Revenue .00 .00 .00 4.84 .00 59.36 (59.36) +++ .00

Taxes Totals $859,339.00 $0.00 $859,339.00 $65.49 $0.00 $731,090.53 $128,248.47 85% $0.00Local Contributions

580.000 Local Contribution Revenue 94,369.00 67,850.00 162,219.00 1,346.36 .00 3,611.71 158,607.29 2 48,591.94Local Contributions Totals $94,369.00 $67,850.00 $162,219.00 $1,346.36 $0.00 $3,611.71 $158,607.29 2% $48,591.94

Interest & Rents664.000 Interest and Dividends Revenue .00 .00 .00 22.33 .00 129.35 (129.35) +++ .83667.000 Rental Revenue 2,500.00 .00 2,500.00 .00 .00 1,600.00 900.00 64 1,150.00

Interest & Rents Totals $2,500.00 $0.00 $2,500.00 $22.33 $0.00 $1,729.35 $770.65 69% $1,150.83Other Revenues

671.000 Miscellaneous Revenue 22,900.00 .00 22,900.00 .00 .00 37,115.31 (14,215.31) 162 6,468.12674.000 Contributions Revenue .00 .00 .00 .00 .00 15,973.13 (15,973.13) +++ .00

Run by Banning, Megan on 12/08/2021 07:47:52 AM Page 10 of 35

Budget Performance ReportFiscal Year to Date 11/30/21

Exclude Rollup Account

Adopted Budget Amended Current Month YTD YTD Budget - YTD % Used/Account Account Description Budget Amendments Budget Transactions Encumbrances Transactions Transactions Rec'd Prior Year TotalFund 243 - Parks

REVENUEOther Revenues Totals $22,900.00 $0.00 $22,900.00 $0.00 $0.00 $53,088.44 ($30,188.44) 232% $6,468.12

REVENUE TOTALS $878,693.00 $82,977.00 $961,670.00 $1,434.18 $0.00 $789,520.03 $172,149.97 82% $131,210.89EXPENSE

Personnel Services702.020 Salaries Regular 73,838.00 (21,464.00) 52,374.00 9,105.51 .00 69,759.31 (17,385.31) 133 15,969.83702.030 Salaries Overtime .00 .00 .00 .00 .00 (4.72) 4.72 +++ 63.00702.100 Salaries Corona .00 .00 .00 .00 .00 .00 .00 +++ 953.50710.000 Payment in Lieu Insurance .00 .00 .00 100.00 .00 100.00 (100.00) +++ .00715.030 Allowance Cell Phone 870.00 (870.00) .00 83.75 .00 690.00 (690.00) +++ 175.00

Personnel Services Totals $74,708.00 ($22,334.00) $52,374.00 $9,289.26 $0.00 $70,544.59 ($18,170.59) 135% $17,161.33Fringe Benefit

719.000 Worker's Comp Expense 120.00 (71.00) 49.00 10.21 .00 82.08 (33.08) 168 34.69720.010 Insurance Benefits Hospitalization 10,710.00 (10,710.00) .00 753.84 .00 8,669.16 (8,669.16) +++ .00720.020 Insurance Benefits Dental 602.00 (602.00) .00 46.32 .00 532.68 (532.68) +++ .00720.030 Insurance Benefits Vision 224.00 (224.00) .00 29.55 .00 210.57 (210.57) +++ .00720.040 Insurance Benefits Life 34.00 (34.00) .00 2.80 .00 28.00 (28.00) +++ .00720.050 Insurance Benefits Unemployment 304.00 (59.00) 245.00 9.34 .00 120.38 124.62 49 77.70721.000 Social Security Expense 5,682.00 (2,757.00) 2,925.00 697.80 .00 5,285.38 (2,360.38) 181 1,312.82724.015 Retirement MERS - Debt Service .00 .00 .00 214.12 .00 609.52 (609.52) +++ .00724.030 Retirement Defined Benefit 3,832.00 (3,832.00) .00 185.52 .00 2,846.46 (2,846.46) +++ .00724.050 Retirement 401(k) ER .00 .00 .00 247.71 .00 495.42 (495.42) +++ .00

Fringe Benefit Totals $21,508.00 ($18,289.00) $3,219.00 $2,197.21 $0.00 $18,879.65 ($15,660.65) 587% $1,425.21Supplies

727.000 Office Supplies Expense 500.00 750.00 1,250.00 41.78 .00 533.23 716.77 43 31.15Supplies Totals $500.00 $750.00 $1,250.00 $41.78 $0.00 $533.23 $716.77 43% $31.15

Other Services & Charges801.010 Contractual Services Misc 30,754.00 60,422.00 91,176.00 (1,040.00) .00 18,996.16 72,179.84 21 13,176.07801.030 Contractual Services Property Maintenance 14,154.00 .00 14,154.00 2,900.61 .00 22,637.79 (8,483.79) 160 29,637.02805.080 Professional Services Cost Allocation 6,245.00 .00 6,245.00 488.91 .00 5,378.01 866.99 86 .00870.010 Travel Expense Other 2,000.00 .00 2,000.00 65.72 .00 65.72 1,934.28 3 399.43870.020 Travel Expense Mileage 750.00 .00 750.00 .00 .00 .00 750.00 0 .00870.030 Travel Expense Training 2,300.00 .00 2,300.00 .00 .00 504.00 1,796.00 22 21.00873.010 Vehicle Expense Maintenance 1,000.00 .00 1,000.00 52.79 .00 645.79 354.21 65 126.12873.020 Vehicle Expense Fuel 2,000.00 .00 2,000.00 335.91 .00 2,191.94 (191.94) 110 594.86905.000 Advertising Expense 2,000.00 .00 2,000.00 .00 .00 .00 2,000.00 0 2,948.60920.020 Utilities Electricity 1,400.00 .00 1,400.00 150.39 .00 1,577.17 (177.17) 113 1,462.60934.010 Maintenance Equipment 44,250.00 (32,000.00) 12,250.00 751.57 1,589.12 22,270.83 (11,609.95) 195 11,216.11955.000 Miscellaneous Operating Expense 232,250.00 .00 232,250.00 21,486.31 .00 22,234.37 210,015.63 10 551.00

Run by Banning, Megan on 12/08/2021 07:47:52 AM Page 11 of 35

Budget Performance ReportFiscal Year to Date 11/30/21

Exclude Rollup Account

Adopted Budget Amended Current Month YTD YTD Budget - YTD % Used/Account Account Description Budget Amendments Budget Transactions Encumbrances Transactions Transactions Rec'd Prior Year TotalFund 243 - Parks

EXPENSEOther Services & Charges

955.100 Miscellaneous Operating Other Activities 383,170.00 .00 383,170.00 .00 .00 341,924.06 41,245.94 89 .00Other Services & Charges Totals $722,273.00 $28,422.00 $750,695.00 $25,192.21 $1,589.12 $438,425.84 $310,680.04 59% $60,132.81

Capital Outlay980.000 Equipment Equipment .00 64,428.00 64,428.00 7,428.00 .00 66,475.14 (2,047.14) 103 53,071.18

Capital Outlay Totals $0.00 $64,428.00 $64,428.00 $7,428.00 $0.00 $66,475.14 ($2,047.14) 103% $53,071.18Transfers Out

999.000 Transfers Out Operating 7,500.00 30,000.00 37,500.00 625.00 .00 6,875.00 30,625.00 18 .00Transfers Out Totals $7,500.00 $30,000.00 $37,500.00 $625.00 $0.00 $6,875.00 $30,625.00 18% $0.00

EXPENSE TOTALS $826,489.00 $82,977.00 $909,466.00 $44,773.46 $1,589.12 $601,733.45 $306,143.43 66% $131,821.68

Fund 243 - Parks TotalsREVENUE TOTALS 878,693.00 82,977.00 961,670.00 1,434.18 .00 789,520.03 172,149.97 82% 131,210.89EXPENSE TOTALS 826,489.00 82,977.00 909,466.00 44,773.46 1,589.12 601,733.45 306,143.43 66% 131,821.68

Fund 243 - Parks Totals $52,204.00 $0.00 $52,204.00 ($43,339.28) ($1,589.12) $187,786.58 ($133,993.46) ($610.79)Fund 245 - Remonumentation

REVENUEState Grants

539.000 State Grant Revenue 64,582.00 9,493.00 74,075.00 .00 .00 74,074.60 .40 100 72,760.60State Grants Totals $64,582.00 $9,493.00 $74,075.00 $0.00 $0.00 $74,074.60 $0.40 100% $72,760.60

Charges for Services607.000 Department Fees Miscellaneous 35,000.00 .00 35,000.00 4,212.00 .00 43,982.00 (8,982.00) 126 49,232.00

Charges for Services Totals $35,000.00 $0.00 $35,000.00 $4,212.00 $0.00 $43,982.00 ($8,982.00) 126% $49,232.00REVENUE TOTALS $99,582.00 $9,493.00 $109,075.00 $4,212.00 $0.00 $118,056.60 ($8,981.60) 108% $121,992.60

EXPENSESupplies

727.000 Office Supplies Expense .00 .00 .00 .00 .00 .00 .00 +++ 1,658.93Supplies Totals $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 +++ $1,658.93

Other Services & Charges805.090 Professional Services Monumentation .00 69,075.00 69,075.00 .00 .00 10,626.00 58,449.00 15 58,499.30810.000 Administrative Fees Expense 13,200.00 .00 13,200.00 .00 .00 6,600.00 6,600.00 50 14,850.00955.000 Miscellaneous Operating Expense 61,382.00 (59,582.00) 1,800.00 .00 .00 511.60 1,288.40 28 1,810.00

Other Services & Charges Totals $74,582.00 $9,493.00 $84,075.00 $0.00 $0.00 $17,737.60 $66,337.40 21% $75,159.30Transfers Out

999.000 Transfers Out Operating 25,000.00 .00 25,000.00 2,522.67 .00 26,574.37 (1,574.37) 106 25,615.96Transfers Out Totals $25,000.00 $0.00 $25,000.00 $2,522.67 $0.00 $26,574.37 ($1,574.37) 106% $25,615.96

EXPENSE TOTALS $99,582.00 $9,493.00 $109,075.00 $2,522.67 $0.00 $44,311.97 $64,763.03 41% $102,434.19

Fund 245 - Remonumentation Totals

Run by Banning, Megan on 12/08/2021 07:47:52 AM Page 12 of 35

Budget Performance ReportFiscal Year to Date 11/30/21

Exclude Rollup Account

Adopted Budget Amended Current Month YTD YTD Budget - YTD % Used/Account Account Description Budget Amendments Budget Transactions Encumbrances Transactions Transactions Rec'd Prior Year Total

REVENUE TOTALS 99,582.00 9,493.00 109,075.00 4,212.00 .00 118,056.60 (8,981.60) 108% 121,992.60EXPENSE TOTALS 99,582.00 9,493.00 109,075.00 2,522.67 .00 44,311.97 64,763.03 41% 102,434.19

Fund 245 - Remonumentation Totals $0.00 $0.00 $0.00 $1,689.33 $0.00 $73,744.63 ($73,744.63) $19,558.41Fund 256 - Register of Deeds Automation

REVENUEOther Financing Sources

400.050 Carry Over Miscellaneous (5,500.00) 14,000.00 8,500.00 .00 .00 .00 8,500.00 0 .00Other Financing Sources Totals ($5,500.00) $14,000.00 $8,500.00 $0.00 $0.00 $0.00 $8,500.00 0% $0.00

Charges for Services607.041 Department Fees Deeds 119,000.00 .00 119,000.00 11,620.00 .00 132,200.00 (13,200.00) 111 126,135.00

Charges for Services Totals $119,000.00 $0.00 $119,000.00 $11,620.00 $0.00 $132,200.00 ($13,200.00) 111% $126,135.00Interest & Rents

664.000 Interest and Dividends Revenue .00 .00 .00 80.37 .00 308.59 (308.59) +++ 742.58Interest & Rents Totals $0.00 $0.00 $0.00 $80.37 $0.00 $308.59 ($308.59) +++ $742.58

REVENUE TOTALS $113,500.00 $14,000.00 $127,500.00 $11,700.37 $0.00 $132,508.59 ($5,008.59) 104% $126,877.58EXPENSE

Supplies727.000 Office Supplies Expense 16,000.00 .00 16,000.00 304.34 .00 3,038.52 12,961.48 19 1,800.34

Supplies Totals $16,000.00 $0.00 $16,000.00 $304.34 $0.00 $3,038.52 $12,961.48 19% $1,800.34Other Services & Charges

801.010 Contractual Services Misc 40,000.00 14,000.00 54,000.00 .00 37,575.00 .00 16,425.00 70 .00808.000 Association Dues Expense 1,000.00 .00 1,000.00 .00 .00 660.00 340.00 66 660.00870.010 Travel Expense Other 3,000.00 .00 3,000.00 63.94 .00 970.14 2,029.86 32 178.50870.020 Travel Expense Mileage 1,500.00 .00 1,500.00 .00 .00 388.64 1,111.36 26 133.56870.030 Travel Expense Training 2,000.00 .00 2,000.00 .00 .00 475.00 1,525.00 24 200.00934.010 Maintenance Equipment 30,000.00 .00 30,000.00 .00 .00 27,071.36 2,928.64 90 27,482.08

Other Services & Charges Totals $77,500.00 $14,000.00 $91,500.00 $63.94 $37,575.00 $29,565.14 $24,359.86 73% $28,654.14Transfers Out

999.000 Transfers Out Operating 20,000.00 .00 20,000.00 1,666.67 .00 18,333.37 1,666.63 92 20,000.04Transfers Out Totals $20,000.00 $0.00 $20,000.00 $1,666.67 $0.00 $18,333.37 $1,666.63 92% $20,000.04

EXPENSE TOTALS $113,500.00 $14,000.00 $127,500.00 $2,034.95 $37,575.00 $50,937.03 $38,987.97 69% $50,454.52

Fund 256 - Register of Deeds Automation TotalsREVENUE TOTALS 113,500.00 14,000.00 127,500.00 11,700.37 .00 132,508.59 (5,008.59) 104% 126,877.58EXPENSE TOTALS 113,500.00 14,000.00 127,500.00 2,034.95 37,575.00 50,937.03 38,987.97 69% 50,454.52

Fund 256 - Register of Deeds Automation Totals $0.00 $0.00 $0.00 $9,665.42 ($37,575.00) $81,571.56 ($43,996.56) $76,423.06Fund 260 - Indigent Defense Fund

REVENUEState Grants

539.000 State Grant Revenue 2,877,533.00 .00 2,877,533.00 769,008.00 .00 1,857,063.30 1,020,469.70 65 2,933,156.47State Grants Totals $2,877,533.00 $0.00 $2,877,533.00 $769,008.00 $0.00 $1,857,063.30 $1,020,469.70 65% $2,933,156.47

Run by Banning, Megan on 12/08/2021 07:47:52 AM Page 13 of 35

Budget Performance ReportFiscal Year to Date 11/30/21

Exclude Rollup Account

Adopted Budget Amended Current Month YTD YTD Budget - YTD % Used/Account Account Description Budget Amendments Budget Transactions Encumbrances Transactions Transactions Rec'd Prior Year TotalFund 260 - Indigent Defense Fund

REVENUECharges for Services

620.030 Attorney Fees CC - Felonies .00 .00 .00 .00 .00 250.00 (250.00) +++ .00Charges for Services Totals $0.00 $0.00 $0.00 $0.00 $0.00 $250.00 ($250.00) +++ $0.00

Other Financing Sources699.000 Transfers In Revenue 697,607.00 .00 697,607.00 .00 .00 697,606.42 .58 100 699,910.02

Other Financing Sources Totals $697,607.00 $0.00 $697,607.00 $0.00 $0.00 $697,606.42 $0.58 100% $699,910.02REVENUE TOTALS $3,575,140.00 $0.00 $3,575,140.00 $769,008.00 $0.00 $2,554,919.72 $1,020,220.28 71% $3,633,066.49

EXPENSEPersonnel Services

702.020 Salaries Regular 1,854,004.00 .00 1,854,004.00 139,226.38 .00 1,383,384.87 470,619.13 75 1,201,886.76702.030 Salaries Overtime .00 .00 .00 .00 .00 349.12 (349.12) +++ .00702.050 Salaries S & A .00 .00 .00 890.20 .00 8,296.29 (8,296.29) +++ .00702.100 Salaries Corona .00 .00 .00 .00 .00 2,637.06 (2,637.06) +++ 54,895.13704.020 Other Pay PTO/Sick 35,597.00 .00 35,597.00 .00 .00 7,482.68 28,114.32 21 6,312.96704.030 Other Pay Bereavement .00 .00 .00 .00 .00 2,560.79 (2,560.79) +++ 133.76706.000 Termination Pay Expense .00 .00 .00 .00 .00 6,555.28 (6,555.28) +++ .00710.000 Payment in Lieu Insurance .00 .00 .00 1,000.00 .00 13,217.00 (13,217.00) +++ 12,909.00715.030 Allowance Cell Phone 14,100.00 .00 14,100.00 1,055.00 .00 9,670.00 4,430.00 69 10,225.00

Personnel Services Totals $1,903,701.00 $0.00 $1,903,701.00 $142,171.58 $0.00 $1,434,153.09 $469,547.91 75% $1,286,362.61Fringe Benefit

719.000 Worker's Comp Expense 2,967.00 .00 2,967.00 156.38 .00 1,789.73 1,177.27 60 1,878.12720.010 Insurance Benefits Hospitalization 421,200.00 .00 421,200.00 18,846.10 .00 190,653.28 230,546.72 45 136,263.47720.015 Insurance Benefits HSA .00 .00 .00 .00 .00 7,500.00 (7,500.00) +++ 7,000.00720.020 Insurance Benefits Dental 23,220.00 .00 23,220.00 1,422.44 .00 14,993.39 8,226.61 65 12,851.02720.030 Insurance Benefits Vision 8,640.00 .00 8,640.00 529.33 .00 5,711.84 2,928.16 66 4,908.88720.040 Insurance Benefits Life 1,296.00 .00 1,296.00 78.88 .00 785.28 510.72 61 670.69720.050 Insurance Benefits Unemployment 2,284.00 .00 2,284.00 17.20 .00 1,807.14 476.86 79 1,532.90721.000 Social Security Expense 144,555.00 .00 144,555.00 10,541.61 .00 106,250.06 38,304.94 74 94,922.26724.015 Retirement MERS - Debt Service .00 .00 .00 6,067.68 .00 17,817.23 (17,817.23) +++ .00724.030 Retirement Defined Benefit 160,616.00 .00 160,616.00 5,218.67 .00 91,557.61 69,058.39 57 95,823.34724.050 Retirement 401(k) ER .00 .00 .00 1,430.24 .00 9,081.77 (9,081.77) +++ 1,665.04

Fringe Benefit Totals $764,778.00 $0.00 $764,778.00 $44,308.53 $0.00 $447,947.33 $316,830.67 59% $357,515.72Supplies

727.000 Office Supplies Expense 18,350.00 .00 18,350.00 1,470.47 .00 13,070.75 5,279.25 71 10,085.88Supplies Totals $18,350.00 $0.00 $18,350.00 $1,470.47 $0.00 $13,070.75 $5,279.25 71% $10,085.88

Other Services & Charges801.010 Contractual Services Misc 7,081.00 .00 7,081.00 593.99 .00 10,181.82 (3,100.82) 144 8,543.45805.080 Professional Services Cost Allocation 54,000.00 .00 54,000.00 4,862.25 .00 53,484.75 515.25 99 288.96808.000 Association Dues Expense 7,110.00 .00 7,110.00 4,725.00 .00 7,690.00 (580.00) 108 9,055.00

Run by Banning, Megan on 12/08/2021 07:47:52 AM Page 14 of 35

Budget Performance ReportFiscal Year to Date 11/30/21

Exclude Rollup Account

Adopted Budget Amended Current Month YTD YTD Budget - YTD % Used/Account Account Description Budget Amendments Budget Transactions Encumbrances Transactions Transactions Rec'd Prior Year TotalFund 260 - Indigent Defense Fund

EXPENSEOther Services & Charges

813.020 Legal Fees Felony 306,000.00 .00 306,000.00 20,720.00 .00 345,710.00 (39,710.00) 113 465,700.00813.040 Legal Fees Misdemeanor 71,600.00 .00 71,600.00 13,190.00 .00 140,360.00 (68,760.00) 196 119,020.00813.060 Legal Fees Arraignments .00 .00 .00 .00 .00 6,225.00 (6,225.00) +++ 34,820.00813.070 Legal Fees Conflict 27,500.00 .00 27,500.00 .00 .00 4,000.00 23,500.00 15 6,000.00814.020 Trial Time Indigent Defense 28,800.00 .00 28,800.00 2,000.00 .00 6,400.00 22,400.00 22 10,600.00818.010 Transcripts Miscellaneous .00 .00 .00 414.10 .00 414.10 (414.10) +++ 86.05820.020 Interpreter Fees Circuit Court 5,000.00 .00 5,000.00 .00 .00 99.02 4,900.98 2 261.71822.010 Witness Fees Miscellaneous 62,500.00 .00 62,500.00 1,500.00 .00 12,857.50 49,642.50 21 13,275.13850.010 Communications Data Processing 43,317.00 .00 43,317.00 2,717.00 .00 29,887.00 13,430.00 69 34,572.00850.030 Communications Telephone Service 13,020.00 .00 13,020.00 949.52 .00 8,983.92 4,036.08 69 8,373.21850.070 Communications Copying 5,110.00 .00 5,110.00 557.41 .00 2,400.70 2,709.30 47 1,641.83850.080 Communications Mailing 9,220.00 .00 9,220.00 611.59 .00 7,002.19 2,217.81 76 5,389.93870.010 Travel Expense Other 5,306.00 .00 5,306.00 641.35 .00 2,157.66 3,148.34 41 836.49870.020 Travel Expense Mileage 14,706.00 .00 14,706.00 474.32 .00 1,735.67 12,970.33 12 1,304.02870.030 Travel Expense Training 16,800.00 .00 16,800.00 (480.00) .00 13,452.00 3,348.00 80 6,164.00910.010 Legal Notices Miscellaneous .00 .00 .00 .00 .00 .00 .00 +++ 201.13915.000 Subscription Fees Expense 20,308.00 .00 20,308.00 1,838.93 .00 13,841.18 6,466.82 68 16,968.25934.010 Maintenance Equipment 9,944.00 .00 9,944.00 .00 .00 .00 9,944.00 0 .00940.030 Rentals Building/Office 45,065.00 .00 45,065.00 3,756.50 .00 41,321.50 3,743.50 92 45,078.00

Other Services & Charges Totals $752,387.00 $0.00 $752,387.00 $59,071.96 $0.00 $708,204.01 $44,182.99 94% $788,179.16Capital Outlay

980.000 Equipment Equipment 131,174.00 .00 131,174.00 .00 (48,408.30) 109,932.32 69,649.98 47 113,640.78980.010 Equipment Small Equipment 4,750.00 .00 4,750.00 .00 .00 1,994.25 2,755.75 42 7,127.78

Capital Outlay Totals $135,924.00 $0.00 $135,924.00 $0.00 ($48,408.30) $111,926.57 $72,405.73 47% $120,768.56EXPENSE TOTALS $3,575,140.00 $0.00 $3,575,140.00 $247,022.54 ($48,408.30) $2,715,301.75 $908,246.55 75% $2,562,911.93

Fund 260 - Indigent Defense Fund TotalsREVENUE TOTALS 3,575,140.00 .00 3,575,140.00 769,008.00 .00 2,554,919.72 1,020,220.28 71% 3,633,066.49EXPENSE TOTALS 3,575,140.00 .00 3,575,140.00 247,022.54 (48,408.30) 2,715,301.75 908,246.55 75% 2,562,911.93

Fund 260 - Indigent Defense Fund Totals $0.00 $0.00 $0.00 $521,985.46 $48,408.30 ($160,382.03) $111,973.73 $1,070,154.56Fund 262 - Concealed Pistol Licensing

REVENUEOther Financing Sources

400.050 Carry Over Miscellaneous 4,892.00 .00 4,892.00 .00 .00 .00 4,892.00 0 .00Other Financing Sources Totals $4,892.00 $0.00 $4,892.00 $0.00 $0.00 $0.00 $4,892.00 0% $0.00

Licenses & Permits476.050 Non-Business Licenses & Permits Concealed Weapons 70,000.00 2,000.00 72,000.00 5,308.00 .00 76,496.00 (4,496.00) 106 103,790.00

Licenses & Permits Totals $70,000.00 $2,000.00 $72,000.00 $5,308.00 $0.00 $76,496.00 ($4,496.00) 106% $103,790.00

Run by Banning, Megan on 12/08/2021 07:47:52 AM Page 15 of 35

Budget Performance ReportFiscal Year to Date 11/30/21

Exclude Rollup Account

Adopted Budget Amended Current Month YTD YTD Budget - YTD % Used/Account Account Description Budget Amendments Budget Transactions Encumbrances Transactions Transactions Rec'd Prior Year TotalFund 262 - Concealed Pistol Licensing

REVENUEInterest & Rents

664.000 Interest and Dividends Revenue .00 .00 .00 40.15 .00 136.05 (136.05) +++ 345.43Interest & Rents Totals $0.00 $0.00 $0.00 $40.15 $0.00 $136.05 ($136.05) +++ $345.43

REVENUE TOTALS $74,892.00 $2,000.00 $76,892.00 $5,348.15 $0.00 $76,632.05 $259.95 100% $104,135.43EXPENSE

Personnel Services702.020 Salaries Regular 41,540.00 .00 41,540.00 3,118.71 .00 31,329.94 10,210.06 75 36,493.30702.050 Salaries S & A .00 .00 .00 .00 .00 963.80 (963.80) +++ 302.40702.100 Salaries Corona .00 .00 .00 .00 .00 .00 .00 +++ 181.81704.030 Other Pay Bereavement .00 .00 .00 40.66 .00 40.66 (40.66) +++ .00710.000 Payment in Lieu Insurance .00 .00 .00 36.00 .00 54.00 (54.00) +++ 54.00

Personnel Services Totals $41,540.00 $0.00 $41,540.00 $3,195.37 $0.00 $32,388.40 $9,151.60 78% $37,031.51Fringe Benefit

719.000 Worker's Comp Expense 66.00 .00 66.00 3.52 .00 40.86 25.14 62 50.91720.010 Insurance Benefits Hospitalization 16,527.00 .00 16,527.00 969.22 .00 11,922.46 4,604.54 72 12,463.41720.020 Insurance Benefits Dental 929.00 .00 929.00 71.40 .00 739.96 189.04 80 858.38720.030 Insurance Benefits Vision 346.00 .00 346.00 26.64 .00 279.71 66.29 81 326.05720.040 Insurance Benefits Life 26.00 .00 26.00 2.43 .00 21.04 4.96 81 23.99720.050 Insurance Benefits Unemployment 91.00 .00 91.00 .49 .00 57.41 33.59 63 90.48721.000 Social Security Expense 3,178.00 .00 3,178.00 224.65 .00 2,243.75 934.25 71 2,527.27724.015 Retirement MERS - Debt Service .00 .00 .00 126.26 .00 378.76 (378.76) +++ .00724.030 Retirement Defined Benefit 2,964.00 .00 2,964.00 110.48 .00 2,149.07 814.93 73 2,564.23724.050 Retirement 401(k) ER .00 .00 .00 73.84 .00 522.68 (522.68) +++ 79.00

Fringe Benefit Totals $24,127.00 $0.00 $24,127.00 $1,608.93 $0.00 $18,355.70 $5,771.30 76% $18,983.72Supplies

727.000 Office Supplies Expense 3,000.00 1,000.00 4,000.00 705.42 .00 2,784.05 1,215.95 70 6,082.79Supplies Totals $3,000.00 $1,000.00 $4,000.00 $705.42 $0.00 $2,784.05 $1,215.95 70% $6,082.79

Other Services & Charges850.070 Communications Copying 2,683.00 .00 2,683.00 47.27 .00 2,378.91 304.09 89 2,774.74850.080 Communications Mailing 3,542.00 1,000.00 4,542.00 300.20 .00 3,854.80 687.20 85 4,588.92

Other Services & Charges Totals $6,225.00 $1,000.00 $7,225.00 $347.47 $0.00 $6,233.71 $991.29 86% $7,363.66Capital Outlay

980.010 Equipment Small Equipment .00 .00 .00 .00 .00 636.00 (636.00) +++ .00Capital Outlay Totals $0.00 $0.00 $0.00 $0.00 $0.00 $636.00 ($636.00) +++ $0.00

EXPENSE TOTALS $74,892.00 $2,000.00 $76,892.00 $5,857.19 $0.00 $60,397.86 $16,494.14 79% $69,461.68

Fund 262 - Concealed Pistol Licensing TotalsREVENUE TOTALS 74,892.00 2,000.00 76,892.00 5,348.15 .00 76,632.05 259.95 100% 104,135.43

Run by Banning, Megan on 12/08/2021 07:47:52 AM Page 16 of 35

Budget Performance ReportFiscal Year to Date 11/30/21

Exclude Rollup Account

Adopted Budget Amended Current Month YTD YTD Budget - YTD % Used/Account Account Description Budget Amendments Budget Transactions Encumbrances Transactions Transactions Rec'd Prior Year Total

EXPENSE TOTALS 74,892.00 2,000.00 76,892.00 5,857.19 .00 60,397.86 16,494.14 79% 69,461.68Fund 262 - Concealed Pistol Licensing Totals $0.00 $0.00 $0.00 ($509.04) $0.00 $16,234.19 ($16,234.19) $34,673.75

Fund 269 - Law LibraryREVENUE

Fines & Penalties655.020 Fines & Forfeitures Ordinance 6,500.00 .00 6,500.00 .00 .00 6,500.00 .00 100 3,250.00

Fines & Penalties Totals $6,500.00 $0.00 $6,500.00 $0.00 $0.00 $6,500.00 $0.00 100% $3,250.00Other Financing Sources

699.000 Transfers In Revenue 8,800.00 .00 8,800.00 1,795.25 .00 19,747.75 (10,947.75) 224 9,858.74Other Financing Sources Totals $8,800.00 $0.00 $8,800.00 $1,795.25 $0.00 $19,747.75 ($10,947.75) 224% $9,858.74

REVENUE TOTALS $15,300.00 $0.00 $15,300.00 $1,795.25 $0.00 $26,247.75 ($10,947.75) 172% $13,108.74EXPENSE

Supplies727.000 Office Supplies Expense .00 .00 .00 .00 .00 145.00 (145.00) +++ .00

Supplies Totals $0.00 $0.00 $0.00 $0.00 $0.00 $145.00 ($145.00) +++ $0.00Other Services & Charges

915.000 Subscription Fees Expense 15,300.00 .00 15,300.00 1,154.92 .00 12,619.05 2,680.95 82 13,108.74Other Services & Charges Totals $15,300.00 $0.00 $15,300.00 $1,154.92 $0.00 $12,619.05 $2,680.95 82% $13,108.74

EXPENSE TOTALS $15,300.00 $0.00 $15,300.00 $1,154.92 $0.00 $12,764.05 $2,535.95 83% $13,108.74

Fund 269 - Law Library TotalsREVENUE TOTALS 15,300.00 .00 15,300.00 1,795.25 .00 26,247.75 (10,947.75) 172% 13,108.74EXPENSE TOTALS 15,300.00 .00 15,300.00 1,154.92 .00 12,764.05 2,535.95 83% 13,108.74

Fund 269 - Law Library Totals $0.00 $0.00 $0.00 $640.33 $0.00 $13,483.70 ($13,483.70) $0.00Fund 276 - Senior Millage

REVENUEOther Financing Sources

400.050 Carry Over Miscellaneous 371,623.00 28,600.00 400,223.00 .00 .00 .00 400,223.00 0 .00Other Financing Sources Totals $371,623.00 $28,600.00 $400,223.00 $0.00 $0.00 $0.00 $400,223.00 0% $0.00

Taxes402.000 Property Taxes Current 2,819,281.00 .00 2,819,281.00 .00 .00 2,745,942.78 73,338.22 97 2,680,434.15402.010 Property Taxes Prior Years .00 .00 .00 .00 .00 (531.21) 531.21 +++ (812.96)402.020 Property Taxes IFT 36,096.00 .00 36,096.00 .00 .00 30,077.86 6,018.14 83 21,112.41402.030 Property Taxes Payment in Lieu .00 .00 .00 .00 .00 5,452.69 (5,452.69) +++ 15,820.94402.040 Property Taxes Delq Personal Current .00 .00 .00 229.41 .00 5,668.02 (5,668.02) +++ 1,243.37441.010 Local Community Stabilization Share Tax Revenue 300,000.00 .00 300,000.00 .00 .00 361,910.08 (61,910.08) 121 481,050.69445.000 Penalties & Interest on Taxes Revenue .00 .00 .00 37.61 .00 1,018.87 (1,018.87) +++ 1,452.23

Taxes Totals $3,155,377.00 $0.00 $3,155,377.00 $267.02 $0.00 $3,149,539.09 $5,837.91 100% $3,200,300.83Federal Grants

501.000 Federal Grant Revenue 3,000.00 .00 3,000.00 .00 .00 950.00 2,050.00 32 700.00Federal Grants Totals $3,000.00 $0.00 $3,000.00 $0.00 $0.00 $950.00 $2,050.00 32% $700.00

Run by Banning, Megan on 12/08/2021 07:47:52 AM Page 17 of 35

Budget Performance ReportFiscal Year to Date 11/30/21

Exclude Rollup Account

Adopted Budget Amended Current Month YTD YTD Budget - YTD % Used/Account Account Description Budget Amendments Budget Transactions Encumbrances Transactions Transactions Rec'd Prior Year TotalFund 276 - Senior Millage

REVENUEInterest & Rents

664.000 Interest and Dividends Revenue 5,000.00 .00 5,000.00 319.01 .00 1,491.71 3,508.29 30 5,620.75664.050 Interest and Dividends Investments .00 .00 .00 .00 .00 .00 .00 +++ 24,158.05

Interest & Rents Totals $5,000.00 $0.00 $5,000.00 $319.01 $0.00 $1,491.71 $3,508.29 30% $29,778.80Other Revenues

671.000 Miscellaneous Revenue .00 .00 .00 .00 .00 54,005.41 (54,005.41) +++ 68,135.79674.000 Contributions Revenue .00 .00 .00 .00 .00 236.50 (236.50) +++ 120.00

Other Revenues Totals $0.00 $0.00 $0.00 $0.00 $0.00 $54,241.91 ($54,241.91) +++ $68,255.79REVENUE TOTALS $3,535,000.00 $28,600.00 $3,563,600.00 $586.03 $0.00 $3,206,222.71 $357,377.29 90% $3,299,035.42

EXPENSEPersonnel Services

702.020 Salaries Regular 147,806.00 (12,430.00) 135,376.00 12,512.92 .00 109,111.58 26,264.42 81 116,553.95702.100 Salaries Corona .00 .00 .00 .00 .00 .00 .00 +++ 3,799.29706.000 Termination Pay Expense .00 .00 .00 .00 .00 .00 .00 +++ 4,094.01710.000 Payment in Lieu Insurance 2,600.00 .00 2,600.00 200.00 .00 2,175.89 424.11 84 2,700.00715.030 Allowance Cell Phone 2,100.00 .00 2,100.00 175.00 .00 1,600.00 500.00 76 1,525.00

Personnel Services Totals $152,506.00 ($12,430.00) $140,076.00 $12,887.92 $0.00 $112,887.47 $27,188.53 81% $128,672.25Fringe Benefit

719.000 Worker's Comp Expense 243.00 .00 243.00 14.17 .00 135.63 107.37 56 192.56720.010 Insurance Benefits Hospitalization 30,600.00 .00 30,600.00 2,153.84 .00 16,274.19 14,325.81 53 12,969.04720.015 Insurance Benefits HSA .00 .00 .00 .00 .00 3,000.00 (3,000.00) +++ 3,000.00720.020 Insurance Benefits Dental 2,580.00 .00 2,580.00 198.48 .00 1,841.30 738.70 71 1,917.60720.030 Insurance Benefits Vision 960.00 .00 960.00 73.86 .00 717.38 242.62 75 719.88720.040 Insurance Benefits Life 134.00 .00 134.00 10.08 .00 91.54 42.46 68 94.59720.050 Insurance Benefits Unemployment 254.00 .00 254.00 4.00 .00 200.75 53.25 79 259.02721.000 Social Security Expense 11,598.00 .00 11,598.00 931.47 .00 8,115.96 3,482.04 70 9,206.95724.015 Retirement MERS - Debt Service .00 .00 .00 551.20 .00 1,601.45 (1,601.45) +++ .00724.030 Retirement Defined Benefit 9,922.00 .00 9,922.00 465.24 .00 7,058.27 2,863.73 71 9,703.67724.050 Retirement 401(k) ER 2,363.00 .00 2,363.00 196.92 .00 1,559.52 803.48 66 .00

Fringe Benefit Totals $58,654.00 $0.00 $58,654.00 $4,599.26 $0.00 $40,595.99 $18,058.01 69% $38,063.31Supplies

727.000 Office Supplies Expense 1,000.00 (500.00) 500.00 .00 .00 814.87 (314.87) 163 1,702.44Supplies Totals $1,000.00 ($500.00) $500.00 $0.00 $0.00 $814.87 ($314.87) 163% $1,702.44

Other Services & Charges801.010 Contractual Services Misc 3,207,000.00 28,600.00 3,235,600.00 238,737.63 .00 2,304,988.99 930,611.01 71 2,605,783.27805.020 Professional Services Consultant Fees 8,000.00 2,050.00 10,050.00 .00 .00 9,450.00 600.00 94 3,900.00805.080 Professional Services Cost Allocation 27,000.00 6,181.00 33,181.00 2,763.33 .00 30,396.63 2,784.37 92 26,574.96808.000 Association Dues Expense 1,255.00 .00 1,255.00 185.00 .00 360.00 895.00 29 1,020.00850.010 Communications Data Processing 4,892.00 .00 4,892.00 409.00 .00 4,499.00 393.00 92 4,608.00

Run by Banning, Megan on 12/08/2021 07:47:52 AM Page 18 of 35

Budget Performance ReportFiscal Year to Date 11/30/21

Exclude Rollup Account

Adopted Budget Amended Current Month YTD YTD Budget - YTD % Used/Account Account Description Budget Amendments Budget Transactions Encumbrances Transactions Transactions Rec'd Prior Year TotalFund 276 - Senior Millage

EXPENSEOther Services & Charges

850.030 Communications Telephone Service 2,191.00 .00 2,191.00 146.08 .00 1,935.56 255.44 88 2,119.80850.070 Communications Copying 4,209.00 .00 4,209.00 166.41 .00 1,658.26 2,550.74 39 1,719.64850.080 Communications Mailing 1,351.00 .00 1,351.00 225.03 .00 907.48 443.52 67 1,809.20870.010 Travel Expense Other 275.00 .00 275.00 12.00 .00 36.00 239.00 13 20.00870.020 Travel Expense Mileage 2,000.00 (500.00) 1,500.00 166.88 .00 1,378.16 121.84 92 437.53870.030 Travel Expense Training 2,500.00 .00 2,500.00 .00 .00 1,633.08 866.92 65 1,435.00873.010 Vehicle Expense Maintenance 350.00 (350.00) .00 .00 .00 .00 .00 +++ 68.84873.020 Vehicle Expense Fuel 200.00 (200.00) .00 .00 .00 .00 .00 +++ 311.01900.000 Printing Expense 2,500.00 1,000.00 3,500.00 .00 .00 3,688.34 (188.34) 105 2,004.16905.000 Advertising Expense 18,117.00 3,394.00 21,511.00 1,107.06 .00 19,513.73 1,997.27 91 30,427.05955.000 Miscellaneous Operating Expense 16,000.00 (3,645.00) 12,355.00 1,580.94 .00 12,583.55 (228.55) 102 19,781.55955.100 Miscellaneous Operating Other Activities .00 .00 .00 .00 .00 36.50 (36.50) +++ 904.38

Other Services & Charges Totals $3,297,840.00 $36,530.00 $3,334,370.00 $245,499.36 $0.00 $2,393,065.28 $941,304.72 72% $2,702,924.39Capital Outlay

980.010 Equipment Small Equipment .00 5,000.00 5,000.00 .00 .00 2,354.74 2,645.26 47 .00Capital Outlay Totals $0.00 $5,000.00 $5,000.00 $0.00 $0.00 $2,354.74 $2,645.26 47% $0.00

Transfers Out999.000 Transfers Out Operating 25,000.00 .00 25,000.00 2,083.33 .00 22,916.63 2,083.37 92 24,999.96

Transfers Out Totals $25,000.00 $0.00 $25,000.00 $2,083.33 $0.00 $22,916.63 $2,083.37 92% $24,999.96EXPENSE TOTALS $3,535,000.00 $28,600.00 $3,563,600.00 $265,069.87 $0.00 $2,572,634.98 $990,965.02 72% $2,896,362.35

Fund 276 - Senior Millage TotalsREVENUE TOTALS 3,535,000.00 28,600.00 3,563,600.00 586.03 .00 3,206,222.71 357,377.29 90% 3,299,035.42EXPENSE TOTALS 3,535,000.00 28,600.00 3,563,600.00 265,069.87 .00 2,572,634.98 990,965.02 72% 2,896,362.35

Fund 276 - Senior Millage Totals $0.00 $0.00 $0.00 ($264,483.84) $0.00 $633,587.73 ($633,587.73) $402,673.07Fund 281 - Special Revenue - Prosecutor

REVENUEOther Financing Sources

400.050 Carry Over Miscellaneous .00 700.00 700.00 .00 .00 .00 700.00 0 .00699.000 Transfers In Revenue 293,719.00 .00 293,719.00 23,987.09 .00 263,857.99 29,861.01 90 252,698.10

Other Financing Sources Totals $293,719.00 $700.00 $294,419.00 $23,987.09 $0.00 $263,857.99 $30,561.01 90% $252,698.10Federal Grants

501.000 Federal Grant Revenue 403,900.00 .00 403,900.00 31,117.40 .00 305,340.59 98,559.41 76 374,891.87Federal Grants Totals $403,900.00 $0.00 $403,900.00 $31,117.40 $0.00 $305,340.59 $98,559.41 76% $374,891.87

State Grants539.000 State Grant Revenue 230,056.00 .00 230,056.00 .00 .00 162,701.33 67,354.67 71 187,822.57

State Grants Totals $230,056.00 $0.00 $230,056.00 $0.00 $0.00 $162,701.33 $67,354.67 71% $187,822.57

Run by Banning, Megan on 12/08/2021 07:47:52 AM Page 19 of 35

Budget Performance ReportFiscal Year to Date 11/30/21

Exclude Rollup Account

Adopted Budget Amended Current Month YTD YTD Budget - YTD % Used/Account Account Description Budget Amendments Budget Transactions Encumbrances Transactions Transactions Rec'd Prior Year TotalFund 281 - Special Revenue - Prosecutor

REVENUEFines & Penalties

655.000 Fines & Forfeitures Miscellaneous .00 .00 .00 .00 .00 .00 .00 +++ 5,229.40Fines & Penalties Totals $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 +++ $5,229.40

REVENUE TOTALS $927,675.00 $700.00 $928,375.00 $55,104.49 $0.00 $731,899.91 $196,475.09 79% $820,641.94EXPENSE

Personnel Services702.020 Salaries Regular 534,278.00 .00 534,278.00 43,945.76 .00 460,074.46 74,203.54 86 469,589.95702.030 Salaries Overtime .00 .00 .00 .00 .00 885.10 (885.10) +++ 387.28702.050 Salaries S & A .00 .00 .00 .00 .00 1,077.91 (1,077.91) +++ 4,710.32702.100 Salaries Corona .00 .00 .00 .00 .00 .00 .00 +++ 1,574.38703.000 Longevity Pay Expense 2,000.00 .00 2,000.00 .00 .00 2,000.00 .00 100 3,000.00704.020 Other Pay PTO/Sick .00 .00 .00 .00 .00 1,764.80 (1,764.80) +++ 5,682.96704.030 Other Pay Bereavement .00 .00 .00 384.96 .00 1,496.16 (1,496.16) +++ 1,524.32706.000 Termination Pay Expense .00 .00 .00 .00 .00 .00 .00 +++ 6,101.35710.000 Payment in Lieu Insurance 2,600.00 .00 2,600.00 200.00 .00 2,300.00 300.00 88 2,700.00715.030 Allowance Cell Phone 3,600.00 .00 3,600.00 250.00 .00 2,500.00 1,100.00 69 3,800.00

Personnel Services Totals $542,478.00 $0.00 $542,478.00 $44,780.72 $0.00 $472,098.43 $70,379.57 87% $499,070.56Fringe Benefit

719.000 Worker's Comp Expense 865.00 .00 865.00 49.29 .00 587.00 278.00 68 729.18720.010 Insurance Benefits Hospitalization 149,175.00 .00 149,175.00 9,692.28 .00 103,538.14 45,636.86 69 109,329.84720.015 Insurance Benefits HSA .00 .00 .00 .00 .00 9,000.00 (9,000.00) +++ 9,000.00720.020 Insurance Benefits Dental 9,246.00 .00 9,246.00 628.52 .00 7,568.99 1,677.01 82 8,812.46720.030 Insurance Benefits Vision 3,440.00 .00 3,440.00 246.20 .00 2,868.23 571.77 83 3,349.85720.040 Insurance Benefits Life 413.00 .00 413.00 30.88 .00 331.68 81.32 80 385.35720.050 Insurance Benefits Unemployment 909.00 .00 909.00 10.79 .00 683.99 225.01 75 808.44721.000 Social Security Expense 41,576.00 .00 41,576.00 3,247.83 .00 34,149.37 7,426.63 82 35,312.61724.015 Retirement MERS - Debt Service .00 .00 .00 1,813.88 .00 5,382.57 (5,382.57) +++ .00724.030 Retirement Defined Benefit 38,300.00 .00 38,300.00 1,566.12 .00 28,795.99 9,504.01 75 32,933.93724.050 Retirement 401(k) ER 6,625.00 .00 6,625.00 703.28 .00 6,742.25 (117.25) 102 6,042.06

Fringe Benefit Totals $250,549.00 $0.00 $250,549.00 $17,989.07 $0.00 $199,648.21 $50,900.79 80% $206,703.72Supplies

727.000 Office Supplies Expense 15,926.00 .00 15,926.00 256.42 .00 5,575.65 10,350.35 35 4,539.27Supplies Totals $15,926.00 $0.00 $15,926.00 $256.42 $0.00 $5,575.65 $10,350.35 35% $4,539.27

Other Services & Charges801.010 Contractual Services Misc 3,000.00 .00 3,000.00 15.51 .00 2,560.32 439.68 85 3,219.04805.080 Professional Services Cost Allocation 48,975.00 .00 48,975.00 3,609.67 .00 39,706.37 9,268.63 81 48,251.04822.020 Witness Fees Circuit Court 1,000.00 .00 1,000.00 272.60 .00 1,594.58 (594.58) 159 1,099.72850.010 Communications Data Processing 17,936.00 .00 17,936.00 1,501.00 .00 16,511.00 1,425.00 92 16,872.00

Run by Banning, Megan on 12/08/2021 07:47:52 AM Page 20 of 35

Budget Performance ReportFiscal Year to Date 11/30/21

Exclude Rollup Account

Adopted Budget Amended Current Month YTD YTD Budget - YTD % Used/Account Account Description Budget Amendments Budget Transactions Encumbrances Transactions Transactions Rec'd Prior Year TotalFund 281 - Special Revenue - Prosecutor

EXPENSEOther Services & Charges

850.030 Communications Telephone Service 5,444.00 .00 5,444.00 328.68 .00 3,615.48 1,828.52 66 3,815.64850.080 Communications Mailing 13,913.00 .00 13,913.00 1,247.73 .00 14,189.90 (276.90) 102 14,098.12870.010 Travel Expense Other 2,050.00 .00 2,050.00 377.52 .00 405.52 1,644.48 20 336.43870.020 Travel Expense Mileage 1,901.00 .00 1,901.00 .00 .00 94.08 1,806.92 5 978.77870.030 Travel Expense Training 1,700.00 .00 1,700.00 .00 .00 295.00 1,405.00 17 400.00873.010 Vehicle Expense Maintenance 500.00 .00 500.00 6.00 .00 248.89 251.11 50 1,198.16873.020 Vehicle Expense Fuel 2,000.00 .00 2,000.00 230.21 .00 2,181.87 (181.87) 109 1,304.71873.030 Vehicle Expense Leasing .00 .00 .00 .00 .00 .00 .00 +++ 1.00900.000 Printing Expense 6,800.00 .00 6,800.00 367.50 .00 1,943.32 4,856.68 29 4,011.56915.000 Subscription Fees Expense 2,000.00 .00 2,000.00 150.00 .00 750.00 1,250.00 38 1,708.64955.000 Miscellaneous Operating Expense 11,503.00 700.00 12,203.00 .00 .00 1,300.91 10,902.09 11 6,454.70

Other Services & Charges Totals $118,722.00 $700.00 $119,422.00 $8,106.42 $0.00 $85,397.24 $34,024.76 72% $103,749.53Capital Outlay

980.000 Equipment Equipment .00 .00 .00 .00 .00 148.95 (148.95) +++ .00980.010 Equipment Small Equipment .00 .00 .00 .00 .00 .00 .00 +++ 1,170.12

Capital Outlay Totals $0.00 $0.00 $0.00 $0.00 $0.00 $148.95 ($148.95) +++ $1,170.12Debt Service

992.010 Leases Principal .00 .00 .00 .00 .00 .00 .00 +++ 5,199.33992.020 Leases Interest .00 .00 .00 .00 .00 .00 .00 +++ 335.34

Debt Service Totals $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 +++ $5,534.67EXPENSE TOTALS $927,675.00 $700.00 $928,375.00 $71,132.63 $0.00 $762,868.48 $165,506.52 82% $820,767.87

Fund 281 - Special Revenue - Prosecutor TotalsREVENUE TOTALS 927,675.00 700.00 928,375.00 55,104.49 .00 731,899.91 196,475.09 79% 820,641.94EXPENSE TOTALS 927,675.00 700.00 928,375.00 71,132.63 .00 762,868.48 165,506.52 82% 820,767.87

Fund 281 - Special Revenue - Prosecutor Totals $0.00 $0.00 $0.00 ($16,028.14) $0.00 ($30,968.57) $30,968.57 ($125.93)Fund 291 - DHS - Medical Care Facility

REVENUETaxes

402.000 Property Taxes Current 937,009.00 .00 937,009.00 .00 .00 894,537.03 42,471.97 95 872,974.20402.010 Property Taxes Prior Years .00 .00 .00 .00 .00 (177.84) 177.84 +++ (270.52)402.020 Property Taxes IFT 12,018.00 .00 12,018.00 .00 .00 10,017.01 2,000.99 83 7,031.05402.030 Property Taxes Payment in Lieu .00 .00 .00 .00 .00 1,815.91 (1,815.91) +++ 5,271.66402.040 Property Taxes Delq Personal Current .00 .00 .00 76.38 .00 1,887.30 (1,887.30) +++ 413.62441.010 Local Community Stabilization Share Tax Revenue .00 .00 .00 .00 .00 120,539.57 (120,539.57) +++ 160,221.13445.000 Penalties & Interest on Taxes Revenue .00 .00 .00 12.47 .00 338.10 (338.10) +++ 456.26

Taxes Totals $949,027.00 $0.00 $949,027.00 $88.85 $0.00 $1,028,957.08 ($79,930.08) 108% $1,046,097.40

Run by Banning, Megan on 12/08/2021 07:47:52 AM Page 21 of 35

Budget Performance ReportFiscal Year to Date 11/30/21

Exclude Rollup Account

Adopted Budget Amended Current Month YTD YTD Budget - YTD % Used/Account Account Description Budget Amendments Budget Transactions Encumbrances Transactions Transactions Rec'd Prior Year TotalFund 291 - DHS - Medical Care Facility

REVENUEFederal Grants

501.000 Federal Grant Revenue .00 .00 .00 .00 .00 2,113,322.00 (2,113,322.00) +++ .00Federal Grants Totals $0.00 $0.00 $0.00 $0.00 $0.00 $2,113,322.00 ($2,113,322.00) +++ $0.00

Interest & Rents664.000 Interest and Dividends Revenue 1,000.00 .00 1,000.00 377.14 .00 1,838.22 (838.22) 184 3,910.30664.050 Interest and Dividends Investments 20,000.00 .00 20,000.00 .00 .00 2,910.35 17,089.65 15 84,867.25

Interest & Rents Totals $21,000.00 $0.00 $21,000.00 $377.14 $0.00 $4,748.57 $16,251.43 23% $88,777.55Other Revenues

674.000 Contributions Revenue 20,000.00 .00 20,000.00 .00 .00 19,823.19 176.81 99 19,708.96676.000 Reimbursements Miscellaneous 16,160,154.00 .00 16,160,154.00 1,185,714.36 .00 12,240,856.59 3,919,297.41 76 16,108,362.91

Other Revenues Totals $16,180,154.00 $0.00 $16,180,154.00 $1,185,714.36 $0.00 $12,260,679.78 $3,919,474.22 76% $16,128,071.87REVENUE TOTALS $17,150,181.00 $0.00 $17,150,181.00 $1,186,180.35 $0.00 $15,407,707.43 $1,742,473.57 90% $17,262,946.82

EXPENSEPersonnel Services

702.020 Salaries Regular 8,878,976.00 .00 8,878,976.00 677,948.82 .00 7,735,199.16 1,143,776.84 87 9,235,900.64Personnel Services Totals $8,878,976.00 $0.00 $8,878,976.00 $677,948.82 $0.00 $7,735,199.16 $1,143,776.84 87% $9,235,900.64

Other Services & Charges955.000 Miscellaneous Operating Expense 8,271,205.00 .00 8,271,205.00 204,477.75 .00 6,453,130.99 1,818,074.01 78 7,509,529.25

Other Services & Charges Totals $8,271,205.00 $0.00 $8,271,205.00 $204,477.75 $0.00 $6,453,130.99 $1,818,074.01 78% $7,509,529.25EXPENSE TOTALS $17,150,181.00 $0.00 $17,150,181.00 $882,426.57 $0.00 $14,188,330.15 $2,961,850.85 83% $16,745,429.89

Fund 291 - DHS - Medical Care Facility TotalsREVENUE TOTALS 17,150,181.00 .00 17,150,181.00 1,186,180.35 .00 15,407,707.43 1,742,473.57 90% 17,262,946.82EXPENSE TOTALS 17,150,181.00 .00 17,150,181.00 882,426.57 .00 14,188,330.15 2,961,850.85 83% 16,745,429.89

Fund 291 - DHS - Medical Care Facility Totals $0.00 $0.00 $0.00 $303,753.78 $0.00 $1,219,377.28 ($1,219,377.28) $517,516.93Fund 292 - Child Care Fund

REVENUEOther Financing Sources

400.050 Carry Over Miscellaneous 65,000.00 .00 65,000.00 .00 .00 .00 65,000.00 0 .00699.000 Transfers In Revenue 2,611,942.00 .00 2,611,942.00 224,404.25 .00 2,468,446.75 143,495.25 95 2,477,296.08

Other Financing Sources Totals $2,676,942.00 $0.00 $2,676,942.00 $224,404.25 $0.00 $2,468,446.75 $208,495.25 92% $2,477,296.08Federal Grants

501.000 Federal Grant Revenue .00 .00 .00 .00 .00 .00 .00 +++ .98Federal Grants Totals $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 +++ $0.98

State Grants539.000 State Grant Revenue 2,742,942.00 .00 2,742,942.00 223,641.01 .00 1,120,841.37 1,622,100.63 41 1,762,819.69

State Grants Totals $2,742,942.00 $0.00 $2,742,942.00 $223,641.01 $0.00 $1,120,841.37 $1,622,100.63 41% $1,762,819.69Local Contributions

580.000 Local Contribution Revenue .00 .00 .00 .00 .00 .00 .00 +++ 1,109.99

Run by Banning, Megan on 12/08/2021 07:47:52 AM Page 22 of 35

Budget Performance ReportFiscal Year to Date 11/30/21

Exclude Rollup Account

Adopted Budget Amended Current Month YTD YTD Budget - YTD % Used/Account Account Description Budget Amendments Budget Transactions Encumbrances Transactions Transactions Rec'd Prior Year TotalFund 292 - Child Care Fund

REVENUELocal Contributions Totals $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 +++ $1,109.99

Charges for Services607.090 Department Fees Tether Program .00 .00 .00 .00 .00 25.00 (25.00) +++ .00630.000 Out of County Payments Revenue 273,750.00 (130,000.00) 143,750.00 24,000.00 .00 177,950.00 (34,200.00) 124 186,225.00631.000 Payment From Parents Revenue 45,000.00 .00 45,000.00 13,731.68 .00 78,254.81 (33,254.81) 174 178,424.32632.000 State Wards Revenue 15,000.00 .00 15,000.00 900.15 .00 10,879.82 4,120.18 73 15,480.38

Charges for Services Totals $333,750.00 ($130,000.00) $203,750.00 $38,631.83 $0.00 $267,109.63 ($63,359.63) 131% $380,129.70Other Revenues

671.000 Miscellaneous Revenue .00 .00 .00 .00 .00 12.50 (12.50) +++ .00674.000 Contributions Revenue .00 .00 .00 90.00 .00 17,426.41 (17,426.41) +++ 12,588.11

Other Revenues Totals $0.00 $0.00 $0.00 $90.00 $0.00 $17,438.91 ($17,438.91) +++ $12,588.11REVENUE TOTALS $5,753,634.00 ($130,000.00) $5,623,634.00 $486,767.09 $0.00 $3,873,836.66 $1,749,797.34 69% $4,633,944.55

EXPENSEPersonnel Services

702.020 Salaries Regular 1,682,809.00 .00 1,682,809.00 111,344.83 .00 1,294,802.11 388,006.89 77 1,524,887.37702.030 Salaries Overtime 11,500.00 .00 11,500.00 2,124.07 .00 20,470.84 (8,970.84) 178 14,386.65702.040 Salaries Casual 260,000.00 .00 260,000.00 14,608.35 .00 159,465.86 100,534.14 61 165,753.39702.050 Salaries S & A .00 .00 .00 274.17 .00 10,384.51 (10,384.51) +++ 12,022.23702.100 Salaries Corona .00 .00 .00 .00 .00 .00 .00 +++ 4,688.44703.000 Longevity Pay Expense 6,940.00 .00 6,940.00 .00 .00 5,600.00 1,340.00 81 7,630.00704.020 Other Pay PTO/Sick .00 .00 .00 .00 .00 8,913.03 (8,913.03) +++ 14,122.73704.030 Other Pay Bereavement .00 .00 .00 884.08 .00 1,874.68 (1,874.68) +++ 3,457.41704.040 Other Pay Holiday .00 .00 .00 1,088.52 .00 6,668.10 (6,668.10) +++ 12,127.38706.000 Termination Pay Expense .00 .00 .00 .00 .00 5,390.40 (5,390.40) +++ 8,842.60710.000 Payment in Lieu Insurance 10,452.00 .00 10,452.00 602.00 .00 8,823.00 1,629.00 84 14,004.00715.030 Allowance Cell Phone 5,160.00 .00 5,160.00 400.00 .00 4,120.00 1,040.00 80 5,260.00

Personnel Services Totals $1,976,861.00 $0.00 $1,976,861.00 $131,326.02 $0.00 $1,526,512.53 $450,348.47 77% $1,787,182.20Fringe Benefit

719.000 Worker's Comp Expense 30,953.00 .00 30,953.00 1,659.82 .00 23,141.54 7,811.46 75 31,108.43720.010 Insurance Benefits Hospitalization 391,682.00 .00 391,682.00 24,333.98 .00 274,862.37 116,819.63 70 252,081.12720.015 Insurance Benefits HSA .00 .00 .00 .00 .00 11,250.00 (11,250.00) +++ 10,250.00720.020 Insurance Benefits Dental 24,601.00 .00 24,601.00 1,693.43 .00 21,026.26 3,574.74 85 21,427.73720.030 Insurance Benefits Vision 9,474.00 .00 9,474.00 630.14 .00 7,999.29 1,474.71 84 8,347.81720.040 Insurance Benefits Life 1,076.00 .00 1,076.00 70.39 .00 789.73 286.27 73 883.09720.050 Insurance Benefits Unemployment 3,141.00 .00 3,141.00 51.20 .00 3,090.58 50.42 98 3,748.93721.000 Social Security Expense 130,921.00 .00 130,921.00 9,576.06 .00 112,024.84 18,896.16 86 131,426.20724.015 Retirement MERS - Debt Service .00 .00 .00 4,792.26 .00 14,630.05 (14,630.05) +++ .00724.030 Retirement Defined Benefit 111,145.00 .00 111,145.00 4,278.98 .00 84,454.51 26,690.49 76 112,585.97724.050 Retirement 401(k) ER 10,543.00 .00 10,543.00 1,042.92 .00 13,045.57 (2,502.57) 124 7,550.32

Run by Banning, Megan on 12/08/2021 07:47:52 AM Page 23 of 35

Budget Performance ReportFiscal Year to Date 11/30/21

Exclude Rollup Account

Adopted Budget Amended Current Month YTD YTD Budget - YTD % Used/Account Account Description Budget Amendments Budget Transactions Encumbrances Transactions Transactions Rec'd Prior Year TotalFund 292 - Child Care Fund

EXPENSEFringe Benefit Totals $713,536.00 $0.00 $713,536.00 $48,129.18 $0.00 $566,314.74 $147,221.26 79% $579,409.60

Supplies727.000 Office Supplies Expense 6,150.00 .00 6,150.00 523.87 .00 6,317.75 (167.75) 103 6,814.28740.000 Uniform Supplies Expense 5,300.00 .00 5,300.00 197.67 .00 2,122.99 3,177.01 40 4,732.15750.010 Inmate Supplies Misc 4,000.00 .00 4,000.00 .00 .00 2,677.10 1,322.90 67 2,161.80750.040 Inmate Supplies Bedding 3,000.00 .00 3,000.00 761.63 .00 1,904.54 1,095.46 63 845.57760.000 Kitchen Supplies Expense 5,500.00 .00 5,500.00 788.53 .00 4,676.32 823.68 85 4,292.42764.000 Food Supplies Expense 80,000.00 (30,000.00) 50,000.00 4,657.44 .00 47,093.63 2,906.37 94 50,744.66765.010 Medical Supplies Misc 3,000.00 .00 3,000.00 6,012.59 .00 8,844.68 (5,844.68) 295 1,759.97765.030 Medical Supplies Prescriptions 1,000.00 .00 1,000.00 60.33 .00 630.90 369.10 63 1,190.47

Supplies Totals $107,950.00 ($30,000.00) $77,950.00 $13,002.06 $0.00 $74,267.91 $3,682.09 95% $72,541.32Other Services & Charges

801.010 Contractual Services Misc 17,000.00 .00 17,000.00 782.75 .00 7,548.50 9,451.50 44 15,693.75808.000 Association Dues Expense 1,075.00 .00 1,075.00 108.47 .00 530.62 544.38 49 746.75835.060 Medical Services Psychological Testing .00 .00 .00 .00 .00 800.00 (800.00) +++ .00843.010 Court Ordered Care State Ward Chargeback 270,495.00 (45,000.00) 225,495.00 57,467.06 .00 170,090.70 55,404.30 75 380,300.23843.020 Court Ordered Care Private Institution 348,765.00 (60,000.00) 288,765.00 56,828.70 .00 349,848.15 (61,083.15) 121 988,301.48843.080 Court Ordered Care Multisystemic Therapy (MST) 216,933.00 .00 216,933.00 .00 .00 159,860.35 57,072.65 74 147,907.47850.010 Communications Data Processing 50,851.00 .00 50,851.00 4,705.00 .00 49,280.00 1,571.00 97 50,295.00850.020 Communications Cell Phone Service 4,504.00 .00 4,504.00 286.82 .00 2,966.66 1,537.34 66 3,998.74850.030 Communications Telephone Service 10,956.00 .00 10,956.00 1,713.62 .00 18,861.99 (7,905.99) 172 24,157.68850.070 Communications Copying 6,168.00 .00 6,168.00 .00 .00 6,070.26 97.74 98 5,157.79850.080 Communications Mailing 465.00 .00 465.00 24.86 .00 301.82 163.18 65 327.13870.010 Travel Expense Other 4,000.00 .00 4,000.00 .00 .00 1,268.16 2,731.84 32 1,277.48870.020 Travel Expense Mileage 15,200.00 .00 15,200.00 828.24 .00 9,143.90 6,056.10 60 8,121.49870.030 Travel Expense Training 12,000.00 .00 12,000.00 .00 .00 6,139.00 5,861.00 51 2,952.98873.010 Vehicle Expense Maintenance 4,500.00 .00 4,500.00 30.00 .00 3,307.09 1,192.91 73 3,556.36873.020 Vehicle Expense Fuel (2,500.00) .00 (2,500.00) (117.20) .00 (3,188.01) 688.01 128 (3,619.43)900.000 Printing Expense 3,000.00 .00 3,000.00 140.45 .00 1,448.38 1,551.62 48 1,767.14905.000 Advertising Expense 3,000.00 .00 3,000.00 .00 .00 816.31 2,183.69 27 150.45915.000 Subscription Fees Expense 750.00 .00 750.00 17.99 .00 327.80 422.20 44 475.68920.010 Utilities Gas 15,311.00 .00 15,311.00 739.52 .00 6,179.82 9,131.18 40 10,216.46920.020 Utilities Electricity 19,900.00 .00 19,900.00 1,212.02 .00 16,505.53 3,394.47 83 16,480.86920.030 Utilities Water & Sewer 13,100.00 .00 13,100.00 1,027.14 .00 12,042.95 1,057.05 92 12,683.02934.010 Maintenance Equipment 3,300.00 .00 3,300.00 425.00 .00 3,447.90 (147.90) 104 8,445.61934.020 Maintenance Buildings 48,232.00 .00 48,232.00 1,485.37 .00 40,370.20 7,861.80 84 45,165.68955.000 Miscellaneous Operating Expense 1,827,782.00 .00 1,827,782.00 (452.00) .00 2,332.08 1,825,449.92 0 501,001.49955.100 Miscellaneous Operating Other Activities .00 .00 .00 566.48 .00 15,417.81 (15,417.81) +++ 11,319.49956.000 Health Care Expense 58,000.00 5,000.00 63,000.00 100.00 .00 62,350.50 649.50 99 55,442.40

Run by Banning, Megan on 12/08/2021 07:47:52 AM Page 24 of 35

Budget Performance ReportFiscal Year to Date 11/30/21

Exclude Rollup Account

Adopted Budget Amended Current Month YTD YTD Budget - YTD % Used/Account Account Description Budget Amendments Budget Transactions Encumbrances Transactions Transactions Rec'd Prior Year TotalFund 292 - Child Care Fund

EXPENSEOther Services & Charges Totals $2,952,787.00 ($100,000.00) $2,852,787.00 $127,920.29 $0.00 $944,068.47 $1,908,718.53 33% $2,292,323.18

Capital Outlay975.020 Buildings Improvements .00 .00 .00 .00 .00 .00 .00 +++ 491.17980.010 Equipment Small Equipment 2,500.00 .00 2,500.00 .00 .00 43.98 2,456.02 2 894.11

Capital Outlay Totals $2,500.00 $0.00 $2,500.00 $0.00 $0.00 $43.98 $2,456.02 2% $1,385.28EXPENSE TOTALS $5,753,634.00 ($130,000.00) $5,623,634.00 $320,377.55 $0.00 $3,111,207.63 $2,512,426.37 55% $4,732,841.58

Fund 292 - Child Care Fund TotalsREVENUE TOTALS 5,753,634.00 (130,000.00) 5,623,634.00 486,767.09 .00 3,873,836.66 1,749,797.34 69% 4,633,944.55EXPENSE TOTALS 5,753,634.00 (130,000.00) 5,623,634.00 320,377.55 .00 3,111,207.63 2,512,426.37 55% 4,732,841.58

Fund 292 - Child Care Fund Totals $0.00 $0.00 $0.00 $166,389.54 $0.00 $762,629.03 ($762,629.03) ($98,897.03)Fund 293 - Veterans Services

REVENUETaxes

402.000 Property Taxes Current 378,325.00 .00 378,325.00 .00 .00 360,130.64 18,194.36 95 351,537.80402.010 Property Taxes Prior Years .00 .00 .00 .00 .00 (71.65) 71.65 +++ (108.79)402.020 Property Taxes IFT 4,844.00 .00 4,844.00 .00 .00 3,188.17 1,655.83 66 2,001.04402.030 Property Taxes Payment in Lieu .00 .00 .00 .00 .00 731.30 (731.30) +++ 2,123.91402.040 Property Taxes Delq Personal Current .00 .00 .00 30.73 .00 760.14 (760.14) +++ 166.41441.010 Local Community Stabilization Share Tax Revenue 55,000.00 .00 55,000.00 .00 .00 48,565.50 6,434.50 88 64,818.81445.000 Penalties & Interest on Taxes Revenue .00 .00 .00 5.12 .00 135.55 (135.55) +++ 180.38

Taxes Totals $438,169.00 $0.00 $438,169.00 $35.85 $0.00 $413,439.65 $24,729.35 94% $420,719.56State Grants

539.000 State Grant Revenue 64,512.00 .00 64,512.00 47,176.49 .00 96,420.73 (31,908.73) 149 85,892.48State Grants Totals $64,512.00 $0.00 $64,512.00 $47,176.49 $0.00 $96,420.73 ($31,908.73) 149% $85,892.48

Interest & Rents664.000 Interest and Dividends Revenue .00 .00 .00 277.00 .00 371.93 (371.93) +++ 1,122.60

Interest & Rents Totals $0.00 $0.00 $0.00 $277.00 $0.00 $371.93 ($371.93) +++ $1,122.60Other Revenues

671.000 Miscellaneous Revenue 9,000.00 .00 9,000.00 .00 .00 8,297.10 702.90 92 9,048.58674.000 Contributions Revenue .00 .00 .00 .00 .00 7,985.83 (7,985.83) +++ 11,075.29

Other Revenues Totals $9,000.00 $0.00 $9,000.00 $0.00 $0.00 $16,282.93 ($7,282.93) 181% $20,123.87REVENUE TOTALS $511,681.00 $0.00 $511,681.00 $47,489.34 $0.00 $526,515.24 ($14,834.24) 103% $527,858.51

EXPENSEPersonnel Services

702.020 Salaries Regular 195,339.00 .00 195,339.00 15,025.20 .00 160,073.38 35,265.62 82 180,092.71702.100 Salaries Corona .00 .00 .00 .00 .00 468.92 (468.92) +++ 12,203.04704.030 Other Pay Bereavement .00 .00 .00 .00 .00 .00 .00 +++ 351.96715.030 Allowance Cell Phone 1,500.00 .00 1,500.00 125.00 .00 1,250.00 250.00 83 1,475.00

Run by Banning, Megan on 12/08/2021 07:47:52 AM Page 25 of 35

Budget Performance ReportFiscal Year to Date 11/30/21

Exclude Rollup Account

Adopted Budget Amended Current Month YTD YTD Budget - YTD % Used/Account Account Description Budget Amendments Budget Transactions Encumbrances Transactions Transactions Rec'd Prior Year TotalFund 293 - Veterans Services

EXPENSEPersonnel Services Totals $196,839.00 $0.00 $196,839.00 $15,150.20 $0.00 $161,792.30 $35,046.70 82% $194,122.71

Fringe Benefit719.000 Worker's Comp Expense 315.00 .00 315.00 16.66 .00 206.46 108.54 66 258.18720.010 Insurance Benefits Hospitalization 45,900.00 .00 45,900.00 3,230.76 .00 38,769.12 7,130.88 84 36,734.64720.020 Insurance Benefits Dental 2,580.00 .00 2,580.00 198.48 .00 2,279.07 300.93 88 2,415.26720.030 Insurance Benefits Vision 960.00 .00 960.00 73.86 .00 886.32 73.68 92 940.58720.040 Insurance Benefits Life 131.00 .00 131.00 10.88 .00 119.68 11.32 91 125.08720.050 Insurance Benefits Unemployment 254.00 .00 254.00 .00 .00 223.38 30.62 88 224.28721.000 Social Security Expense 15,058.00 .00 15,058.00 1,073.41 .00 11,392.87 3,665.13 76 13,644.48724.015 Retirement MERS - Debt Service .00 .00 .00 909.00 .00 2,616.71 (2,616.71) +++ .00724.030 Retirement Defined Benefit 16,994.00 .00 16,994.00 788.84 .00 13,771.51 3,222.49 81 16,401.76

Fringe Benefit Totals $82,192.00 $0.00 $82,192.00 $6,301.89 $0.00 $70,265.12 $11,926.88 85% $70,744.26Supplies

727.000 Office Supplies Expense 1,000.00 .00 1,000.00 .00 .00 1,272.55 (272.55) 127 1,526.53Supplies Totals $1,000.00 $0.00 $1,000.00 $0.00 $0.00 $1,272.55 ($272.55) 127% $1,526.53

Other Services & Charges805.020 Professional Services Consultant Fees 21,418.00 (21,418.00) .00 .00 .00 .00 .00 +++ .00805.080 Professional Services Cost Allocation .00 21,418.00 21,418.00 2,329.67 .00 25,626.37 (4,208.37) 120 21,417.96808.000 Association Dues Expense 225.00 .00 225.00 .00 .00 225.00 .00 100 225.00833.010 Veterans Services Burial 15,000.00 .00 15,000.00 300.00 .00 4,200.00 10,800.00 28 6,900.00833.020 Veterans Services Headstone Placement 1,000.00 .00 1,000.00 65.00 .00 195.00 805.00 20 260.00833.030 Veterans Services Relief fund 31,712.00 28,000.00 59,712.00 7,155.09 .00 45,733.65 13,978.35 77 86,964.81850.010 Communications Data Processing 7,437.00 .00 7,437.00 622.00 .00 6,842.00 595.00 92 6,132.00850.030 Communications Telephone Service 2,629.00 .00 2,629.00 219.12 .00 2,877.53 (248.53) 109 3,090.85850.070 Communications Copying 1,483.00 .00 1,483.00 67.76 .00 578.86 904.14 39 763.18850.080 Communications Mailing 334.00 .00 334.00 11.66 .00 1,013.69 (679.69) 304 331.15870.020 Travel Expense Mileage 200.00 .00 200.00 .00 .00 .00 200.00 0 .00870.030 Travel Expense Training 1,000.00 .00 1,000.00 .00 .00 1,050.00 (50.00) 105 .00900.000 Printing Expense 1,000.00 .00 1,000.00 .00 .00 304.25 695.75 30 293.99905.000 Advertising Expense 16,500.00 .00 16,500.00 .00 .00 23,655.76 (7,155.76) 143 36,717.82955.000 Miscellaneous Operating Expense 120,212.00 (28,000.00) 92,212.00 .00 .00 9,950.00 82,262.00 11 56.53

Other Services & Charges Totals $220,150.00 $0.00 $220,150.00 $10,770.30 $0.00 $122,252.11 $97,897.89 56% $163,153.29Capital Outlay

980.010 Equipment Small Equipment 1,500.00 .00 1,500.00 59.99 .00 588.68 911.32 39 1,608.41Capital Outlay Totals $1,500.00 $0.00 $1,500.00 $59.99 $0.00 $588.68 $911.32 39% $1,608.41

Transfers Out999.000 Transfers Out Operating 10,000.00 .00 10,000.00 833.33 .00 9,166.63 833.37 92 9,999.96

Transfers Out Totals $10,000.00 $0.00 $10,000.00 $833.33 $0.00 $9,166.63 $833.37 92% $9,999.96EXPENSE TOTALS $511,681.00 $0.00 $511,681.00 $33,115.71 $0.00 $365,337.39 $146,343.61 71% $441,155.16

Run by Banning, Megan on 12/08/2021 07:47:52 AM Page 26 of 35

Budget Performance ReportFiscal Year to Date 11/30/21

Exclude Rollup Account

Adopted Budget Amended Current Month YTD YTD Budget - YTD % Used/Account Account Description Budget Amendments Budget Transactions Encumbrances Transactions Transactions Rec'd Prior Year Total

Fund 293 - Veterans Services TotalsREVENUE TOTALS 511,681.00 .00 511,681.00 47,489.34 .00 526,515.24 (14,834.24) 103% 527,858.51EXPENSE TOTALS 511,681.00 .00 511,681.00 33,115.71 .00 365,337.39 146,343.61 71% 441,155.16

Fund 293 - Veterans Services Totals $0.00 $0.00 $0.00 $14,373.63 $0.00 $161,177.85 ($161,177.85) $86,703.35Fund 403 - Capital Improvement Plan

REVENUEOther Financing Sources

400.050 Carry Over Miscellaneous 487,026.00 2,100,441.00 2,587,467.00 .00 .00 .00 2,587,467.00 0 .00696.020 Proceeds Bonds .00 .00 .00 .00 .00 .00 .00 +++ 2,018,989.72696.040 Proceeds Capital Lease .00 .00 .00 .00 .00 .00 .00 +++ 135,337.00699.000 Transfers In Revenue .00 .00 .00 .00 .00 70,718.87 (70,718.87) +++ .00

Other Financing Sources Totals $487,026.00 $2,100,441.00 $2,587,467.00 $0.00 $0.00 $70,718.87 $2,516,748.13 3% $2,154,326.72Federal Grants

501.000 Federal Grant Revenue .00 .00 .00 .00 .00 .00 .00 +++ 156,100.00528.000 Federal Grants Other Revenue .00 3,592,284.00 3,592,284.00 .00 .00 .00 3,592,284.00 0 .00

Federal Grants Totals $0.00 $3,592,284.00 $3,592,284.00 $0.00 $0.00 $0.00 $3,592,284.00 0% $156,100.00Local Contributions

580.000 Local Contribution Revenue .00 .00 .00 .00 .00 22,973.89 (22,973.89) +++ 82,717.15Local Contributions Totals $0.00 $0.00 $0.00 $0.00 $0.00 $22,973.89 ($22,973.89) +++ $82,717.15

Other Revenues673.000 Sale of Fixed Assets Revenue .00 .00 .00 .00 .00 .00 .00 +++ 4,825.00

Other Revenues Totals $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 +++ $4,825.00REVENUE TOTALS $487,026.00 $5,692,725.00 $6,179,751.00 $0.00 $0.00 $93,692.76 $6,086,058.24 2% $2,397,968.87

EXPENSECapital Outlay

980.000 Equipment Equipment 487,026.00 5,692,725.00 6,179,751.00 147,429.11 100,684.32 1,354,948.21 4,724,118.47 24 1,405,827.17980.010 Equipment Small Equipment .00 .00 .00 46,819.90 .00 57,391.09 (57,391.09) +++ 34,654.52

Capital Outlay Totals $487,026.00 $5,692,725.00 $6,179,751.00 $194,249.01 $100,684.32 $1,412,339.30 $4,666,727.38 24% $1,440,481.69Debt Service

992.010 Leases Principal .00 .00 .00 .00 .00 .00 .00 +++ 165,174.00992.020 Leases Interest .00 .00 .00 .00 .00 .00 .00 +++ 17,680.00

Debt Service Totals $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 +++ $182,854.00Transfers Out

999.000 Transfers Out Operating .00 .00 .00 .00 .00 .00 .00 +++ 70,000.00Transfers Out Totals $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 +++ $70,000.00

EXPENSE TOTALS $487,026.00 $5,692,725.00 $6,179,751.00 $194,249.01 $100,684.32 $1,412,339.30 $4,666,727.38 24% $1,693,335.69

Fund 403 - Capital Improvement Plan TotalsREVENUE TOTALS 487,026.00 5,692,725.00 6,179,751.00 .00 .00 93,692.76 6,086,058.24 2% 2,397,968.87EXPENSE TOTALS 487,026.00 5,692,725.00 6,179,751.00 194,249.01 100,684.32 1,412,339.30 4,666,727.38 24% 1,693,335.69

Run by Banning, Megan on 12/08/2021 07:47:52 AM Page 27 of 35

Budget Performance ReportFiscal Year to Date 11/30/21

Exclude Rollup Account

Adopted Budget Amended Current Month YTD YTD Budget - YTD % Used/Account Account Description Budget Amendments Budget Transactions Encumbrances Transactions Transactions Rec'd Prior Year Total

Fund 403 - Capital Improvement Plan Totals $0.00 $0.00 $0.00 ($194,249.01) ($100,684.32) ($1,318,646.54) $1,419,330.86 $704,633.18Fund 595 - Inmate Concession

REVENUEOther Revenues

676.000 Reimbursements Miscellaneous 160,000.00 .00 160,000.00 44.00 .00 96,131.94 63,868.06 60 153,983.41676.100 Reimbursements Vending 60,000.00 .00 60,000.00 6,236.75 .00 47,629.03 12,370.97 79 49,610.10676.101 Reimbursements Tablet 3,500.00 .00 3,500.00 1,522.43 .00 15,517.58 (12,017.58) 443 5,465.03

Other Revenues Totals $223,500.00 $0.00 $223,500.00 $7,803.18 $0.00 $159,278.55 $64,221.45 71% $209,058.54REVENUE TOTALS $223,500.00 $0.00 $223,500.00 $7,803.18 $0.00 $159,278.55 $64,221.45 71% $209,058.54

EXPENSESupplies

740.000 Uniform Supplies Expense .00 .00 .00 .00 .00 .00 .00 +++ 152.56750.010 Inmate Supplies Misc 20,000.00 .00 20,000.00 2,751.40 .00 8,297.66 11,702.34 41 9,836.15750.020 Inmate Supplies Small Appliances 3,000.00 .00 3,000.00 .00 .00 1,683.79 1,316.21 56 952.45750.030 Inmate Supplies Clothing 25,000.00 .00 25,000.00 2,138.20 .00 8,688.30 16,311.70 35 11,381.26750.040 Inmate Supplies Bedding 22,000.00 .00 22,000.00 899.25 .00 4,944.44 17,055.56 22 2,794.79750.050 Inmate Supplies Recreation 1,000.00 .00 1,000.00 .00 .00 428.92 571.08 43 138.56750.060 Inmate Supplies Education 24,000.00 .00 24,000.00 .00 .00 .00 24,000.00 0 .00

Supplies Totals $95,000.00 $0.00 $95,000.00 $5,788.85 $0.00 $24,043.11 $70,956.89 25% $25,255.77Other Services & Charges

801.010 Contractual Services Misc 116,500.00 .00 116,500.00 3,378.59 .00 45,451.39 71,048.61 39 74,621.92955.000 Miscellaneous Operating Expense 12,000.00 .00 12,000.00 1,322.23 .00 7,883.76 4,116.24 66 14,422.36

Other Services & Charges Totals $128,500.00 $0.00 $128,500.00 $4,700.82 $0.00 $53,335.15 $75,164.85 42% $89,044.28Transfers Out

999.000 Transfers Out Operating .00 .00 .00 .00 .00 .00 .00 +++ 50,000.00Transfers Out Totals $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 +++ $50,000.00

EXPENSE TOTALS $223,500.00 $0.00 $223,500.00 $10,489.67 $0.00 $77,378.26 $146,121.74 35% $164,300.05

Fund 595 - Inmate Concession TotalsREVENUE TOTALS 223,500.00 .00 223,500.00 7,803.18 .00 159,278.55 64,221.45 71% 209,058.54EXPENSE TOTALS 223,500.00 .00 223,500.00 10,489.67 .00 77,378.26 146,121.74 35% 164,300.05

Fund 595 - Inmate Concession Totals $0.00 $0.00 $0.00 ($2,686.49) $0.00 $81,900.29 ($81,900.29) $44,758.49Fund 631 - Buildings & Grounds

REVENUEInterest & Rents

667.000 Rental Revenue 1,197,023.00 .00 1,197,023.00 94,482.81 .00 1,132,751.97 64,271.03 95 1,202,394.72Interest & Rents Totals $1,197,023.00 $0.00 $1,197,023.00 $94,482.81 $0.00 $1,132,751.97 $64,271.03 95% $1,202,394.72

Other Revenues671.000 Miscellaneous Revenue .00 .00 .00 .00 .00 383.00 (383.00) +++ 2,236.95

Other Revenues Totals $0.00 $0.00 $0.00 $0.00 $0.00 $383.00 ($383.00) +++ $2,236.95

Run by Banning, Megan on 12/08/2021 07:47:52 AM Page 28 of 35

Budget Performance ReportFiscal Year to Date 11/30/21

Exclude Rollup Account

Adopted Budget Amended Current Month YTD YTD Budget - YTD % Used/Account Account Description Budget Amendments Budget Transactions Encumbrances Transactions Transactions Rec'd Prior Year TotalFund 631 - Buildings & Grounds

REVENUEOther Financing Sources

699.000 Transfers In Revenue 1,796,767.00 .00 1,796,767.00 149,730.59 .00 1,647,036.49 149,730.51 92 1,390,980.00Other Financing Sources Totals $1,796,767.00 $0.00 $1,796,767.00 $149,730.59 $0.00 $1,647,036.49 $149,730.51 92% $1,390,980.00

REVENUE TOTALS $2,993,790.00 $0.00 $2,993,790.00 $244,213.40 $0.00 $2,780,171.46 $213,618.54 93% $2,595,611.67EXPENSE

Personnel Services702.020 Salaries Regular 788,664.00 .00 788,664.00 60,142.44 .00 623,183.58 165,480.42 79 578,207.29702.030 Salaries Overtime 29,400.00 .00 29,400.00 1,620.57 .00 11,772.10 17,627.90 40 18,689.69702.035 Salaries Overtime Training 500.00 .00 500.00 .00 .00 .00 500.00 0 .00702.050 Salaries S & A 500.00 .00 500.00 879.93 .00 4,513.33 (4,013.33) 903 889.20702.100 Salaries Corona .00 .00 .00 .00 .00 .00 .00 +++ 3,193.28703.000 Longevity Pay Expense 1,000.00 .00 1,000.00 .00 .00 2,000.00 (1,000.00) 200 1,000.00704.020 Other Pay PTO/Sick 500.00 .00 500.00 .00 .00 .00 500.00 0 9,076.20704.030 Other Pay Bereavement .00 .00 .00 .00 .00 2,952.72 (2,952.72) +++ 1,717.35706.000 Termination Pay Expense .00 .00 .00 2,045.43 .00 4,421.40 (4,421.40) +++ 6,254.40710.000 Payment in Lieu Insurance 11,750.00 .00 11,750.00 800.00 .00 9,200.00 2,550.00 78 10,800.00715.030 Allowance Cell Phone 3,240.00 .00 3,240.00 250.00 .00 2,530.00 710.00 78 3,490.00

Personnel Services Totals $835,554.00 $0.00 $835,554.00 $65,738.37 $0.00 $660,573.13 $174,980.87 79% $633,317.41Fringe Benefit

719.000 Worker's Comp Expense 24,208.00 .00 24,208.00 1,356.42 .00 15,804.71 8,403.29 65 18,313.87720.010 Insurance Benefits Hospitalization 171,356.00 .00 171,356.00 12,050.65 .00 126,025.66 45,330.34 74 111,525.02720.015 Insurance Benefits HSA .00 .00 .00 .00 .00 9,750.00 (9,750.00) +++ 6,750.00720.020 Insurance Benefits Dental 13,676.00 .00 13,676.00 1,004.96 .00 11,388.79 2,287.21 83 10,795.63720.030 Insurance Benefits Vision 5,090.00 .00 5,090.00 373.98 .00 4,285.76 804.24 84 4,041.36720.040 Insurance Benefits Life 590.00 .00 590.00 43.94 .00 455.56 134.44 77 406.54720.050 Insurance Benefits Unemployment 1,432.00 .00 1,432.00 36.32 .00 811.39 620.61 57 990.24721.000 Social Security Expense 62,820.00 .00 62,820.00 4,844.47 .00 48,373.20 14,446.80 77 46,512.57724.015 Retirement MERS - Debt Service .00 .00 .00 5,710.58 .00 14,290.88 (14,290.88) +++ .00724.020 Retirement MERS Non-Supervisory 25,851.00 .00 25,851.00 2,091.51 .00 32,745.48 (6,894.48) 127 20,174.03724.030 Retirement Defined Benefit 29,661.00 .00 29,661.00 1,270.23 .00 25,043.73 4,617.27 84 31,622.44724.050 Retirement 401(k) ER 6,023.00 .00 6,023.00 202.95 .00 1,720.06 4,302.94 29 1,742.70

Fringe Benefit Totals $340,707.00 $0.00 $340,707.00 $28,986.01 $0.00 $290,695.22 $50,011.78 85% $252,874.40Supplies

727.000 Office Supplies Expense 425.00 .00 425.00 .00 .00 1,216.42 (791.42) 286 4,682.30730.000 Maintenance Supplies Expense .00 .00 .00 .00 .00 152.02 (152.02) +++ .00740.000 Uniform Supplies Expense 3,000.00 .00 3,000.00 1,527.97 .00 7,032.14 (4,032.14) 234 6,016.73

Supplies Totals $3,425.00 $0.00 $3,425.00 $1,527.97 $0.00 $8,400.58 ($4,975.58) 245% $10,699.03

Run by Banning, Megan on 12/08/2021 07:47:52 AM Page 29 of 35

Budget Performance ReportFiscal Year to Date 11/30/21

Exclude Rollup Account

Adopted Budget Amended Current Month YTD YTD Budget - YTD % Used/Account Account Description Budget Amendments Budget Transactions Encumbrances Transactions Transactions Rec'd Prior Year TotalFund 631 - Buildings & Grounds

EXPENSEOther Services & Charges

801.010 Contractual Services Misc 43,583.00 .00 43,583.00 2,532.08 .00 49,882.43 (6,299.43) 114 45,058.12805.030 Professional Services Uniform Cleaning 1,000.00 .00 1,000.00 80.40 .00 791.20 208.80 79 1,002.75805.050 Professional Services Custodial 267,840.00 .00 267,840.00 25,844.68 .00 252,412.40 15,427.60 94 267,630.72850.010 Communications Data Processing 17,937.00 .00 17,937.00 1,500.00 .00 16,500.00 1,437.00 92 16,884.00850.020 Communications Cell Phone Service 600.00 .00 600.00 .00 .00 .00 600.00 0 .00850.030 Communications Telephone Service 8,639.00 .00 8,639.00 2,006.71 .00 14,044.56 (5,405.56) 163 13,301.50850.070 Communications Copying 1,076.00 .00 1,076.00 55.96 .00 750.47 325.53 70 1,446.15870.010 Travel Expense Other 3,000.00 .00 3,000.00 .00 .00 .00 3,000.00 0 .00870.020 Travel Expense Mileage 110.00 .00 110.00 .00 .00 .00 110.00 0 38.53870.030 Travel Expense Training 12,500.00 .00 12,500.00 .00 .00 .00 12,500.00 0 250.00873.010 Vehicle Expense Maintenance 3,500.00 .00 3,500.00 24.00 .00 2,647.97 852.03 76 4,013.41873.020 Vehicle Expense Fuel 4,700.00 .00 4,700.00 339.40 .00 3,964.38 735.62 84 3,477.06915.000 Subscription Fees Expense 31,936.00 .00 31,936.00 .00 .00 .00 31,936.00 0 .00920.010 Utilities Gas 96,525.00 .00 96,525.00 4,587.64 .00 62,149.21 34,375.79 64 90,654.05920.020 Utilities Electricity 435,150.00 .00 435,150.00 39,480.21 .00 371,497.69 63,652.31 85 422,899.08920.030 Utilities Water & Sewer 139,900.00 .00 139,900.00 18,225.57 .00 132,788.68 7,111.32 95 131,288.50934.010 Maintenance Equipment 91,300.00 .00 91,300.00 25,184.53 6,244.76 74,676.78 10,378.46 89 118,357.36934.020 Maintenance Buildings 570,929.00 .00 570,929.00 55,250.72 18,254.69 628,623.65 (75,949.34) 113 573,823.85955.000 Miscellaneous Operating Expense 39,400.00 .00 39,400.00 632.00 .00 7,808.23 31,591.77 20 9,418.67968.000 Depreciation and Depletion Expense 47,949.00 .00 47,949.00 .00 .00 .00 47,949.00 0 49,185.25

Other Services & Charges Totals $1,817,574.00 $0.00 $1,817,574.00 $175,743.90 $24,499.45 $1,618,537.65 $174,536.90 90% $1,748,729.00Capital Outlay

980.010 Equipment Small Equipment 1,000.00 .00 1,000.00 598.00 .00 598.00 402.00 60 .00Capital Outlay Totals $1,000.00 $0.00 $1,000.00 $598.00 $0.00 $598.00 $402.00 60% $0.00

EXPENSE TOTALS $2,998,260.00 $0.00 $2,998,260.00 $272,594.25 $24,499.45 $2,578,804.58 $394,955.97 87% $2,645,619.84

Fund 631 - Buildings & Grounds TotalsREVENUE TOTALS 2,993,790.00 .00 2,993,790.00 244,213.40 .00 2,780,171.46 213,618.54 93% 2,595,611.67EXPENSE TOTALS 2,998,260.00 .00 2,998,260.00 272,594.25 24,499.45 2,578,804.58 394,955.97 87% 2,645,619.84

Fund 631 - Buildings & Grounds Totals ($4,470.00) $0.00 ($4,470.00) ($28,380.85) ($24,499.45) $201,366.88 ($181,337.43) ($50,008.17)Fund 636 - Central Services

REVENUEOther Financing Sources

400.050 Carry Over Miscellaneous 32,729.00 .00 32,729.00 .00 .00 .00 32,729.00 0 .00Other Financing Sources Totals $32,729.00 $0.00 $32,729.00 $0.00 $0.00 $0.00 $32,729.00 0% $0.00

Federal Grants528.000 Federal Grants Other Revenue .00 227,640.00 227,640.00 .00 .00 .00 227,640.00 0 .00

Federal Grants Totals $0.00 $227,640.00 $227,640.00 $0.00 $0.00 $0.00 $227,640.00 0% $0.00

Run by Banning, Megan on 12/08/2021 07:47:52 AM Page 30 of 35

Budget Performance ReportFiscal Year to Date 11/30/21

Exclude Rollup Account

Adopted Budget Amended Current Month YTD YTD Budget - YTD % Used/Account Account Description Budget Amendments Budget Transactions Encumbrances Transactions Transactions Rec'd Prior Year TotalFund 636 - Central Services

REVENUEOther Revenues

676.000 Reimbursements Miscellaneous 2,091,665.00 .00 2,091,665.00 168,288.24 .00 1,888,913.26 202,751.74 90 1,855,695.07Other Revenues Totals $2,091,665.00 $0.00 $2,091,665.00 $168,288.24 $0.00 $1,888,913.26 $202,751.74 90% $1,855,695.07

REVENUE TOTALS $2,124,394.00 $227,640.00 $2,352,034.00 $168,288.24 $0.00 $1,888,913.26 $463,120.74 80% $1,855,695.07EXPENSE

Personnel Services702.020 Salaries Regular 591,277.00 63,000.00 654,277.00 40,315.19 .00 472,845.24 181,431.76 72 536,141.47702.030 Salaries Overtime .00 .00 .00 .00 .00 1,065.59 (1,065.59) +++ 3,915.85702.040 Salaries Casual 10,000.00 .00 10,000.00 89.88 .00 2,351.88 7,648.12 24 3,881.88702.050 Salaries S & A .00 .00 .00 .00 .00 2,508.52 (2,508.52) +++ 1,897.28702.060 Salaries On Call Allowance 10,400.00 .00 10,400.00 800.00 .00 9,200.00 1,200.00 88 10,600.00702.100 Salaries Corona .00 .00 .00 .00 .00 398.16 (398.16) +++ 8,136.32703.000 Longevity Pay Expense 3,875.00 .00 3,875.00 .00 .00 3,875.00 .00 100 3,800.00704.020 Other Pay PTO/Sick .00 .00 .00 .00 .00 5,239.10 (5,239.10) +++ 7,121.52704.030 Other Pay Bereavement .00 .00 .00 .00 .00 452.08 (452.08) +++ 2,156.00706.000 Termination Pay Expense .00 .00 .00 .00 .00 1,925.28 (1,925.28) +++ .00710.000 Payment in Lieu Insurance 2,626.00 .00 2,626.00 202.00 .00 2,323.00 303.00 88 2,727.00715.030 Allowance Cell Phone 4,500.00 .00 4,500.00 375.00 .00 3,450.00 1,050.00 77 4,250.00

Personnel Services Totals $622,678.00 $63,000.00 $685,678.00 $41,782.07 $0.00 $505,633.85 $180,044.15 74% $584,627.32Fringe Benefit

719.000 Worker's Comp Expense 957.00 .00 957.00 45.97 .00 632.61 324.39 66 885.63720.010 Insurance Benefits Hospitalization 140,876.00 .00 140,876.00 8,623.69 .00 99,950.21 40,925.79 71 108,107.60720.015 Insurance Benefits HSA .00 .00 .00 .00 .00 11,250.00 (11,250.00) +++ 11,250.00720.020 Insurance Benefits Dental 8,386.00 .00 8,386.00 595.96 .00 7,571.55 814.45 90 8,125.14720.030 Insurance Benefits Vision 3,120.00 .00 3,120.00 221.76 .00 2,837.58 282.42 91 3,035.19720.040 Insurance Benefits Life 363.00 .00 363.00 28.34 .00 327.14 35.86 90 342.57720.050 Insurance Benefits Unemployment 826.00 .00 826.00 .39 .00 732.36 93.64 89 723.27721.000 Social Security Expense 46,052.00 .00 46,052.00 3,006.20 .00 36,276.90 9,775.10 79 42,131.64724.015 Retirement MERS - Debt Service .00 .00 .00 1,928.51 .00 6,082.79 (6,082.79) +++ .00724.030 Retirement Defined Benefit 43,728.00 .00 43,728.00 1,661.15 .00 33,384.60 10,343.40 76 38,946.67724.050 Retirement 401(k) ER 6,269.00 .00 6,269.00 668.47 .00 7,236.94 (967.94) 115 6,847.98

Fringe Benefit Totals $250,577.00 $0.00 $250,577.00 $16,780.44 $0.00 $206,282.68 $44,294.32 82% $220,395.69Supplies

727.000 Office Supplies Expense 6,750.00 .00 6,750.00 375.60 .00 5,602.49 1,147.51 83 7,870.03Supplies Totals $6,750.00 $0.00 $6,750.00 $375.60 $0.00 $5,602.49 $1,147.51 83% $7,870.03

Other Services & Charges801.010 Contractual Services Misc .00 .00 .00 .00 .00 .00 .00 +++ 9,420.00805.020 Professional Services Consultant Fees 10,000.00 .00 10,000.00 .00 .00 .00 10,000.00 0 300.00

Run by Banning, Megan on 12/08/2021 07:47:52 AM Page 31 of 35

Budget Performance ReportFiscal Year to Date 11/30/21

Exclude Rollup Account

Adopted Budget Amended Current Month YTD YTD Budget - YTD % Used/Account Account Description Budget Amendments Budget Transactions Encumbrances Transactions Transactions Rec'd Prior Year TotalFund 636 - Central Services

EXPENSEOther Services & Charges

808.000 Association Dues Expense 250.00 .00 250.00 .00 .00 375.00 (125.00) 150 .00850.010 Communications Data Processing 2,039.00 .00 2,039.00 273.00 .00 3,003.00 (964.00) 147 3,072.00850.020 Communications Cell Phone Service 276.00 .00 276.00 55.44 .00 270.72 5.28 98 270.30850.030 Communications Telephone Service 68,840.00 .00 68,840.00 12,887.56 .00 66,288.41 2,551.59 96 70,158.39850.050 Communications Data Service 38,100.00 .00 38,100.00 .00 .00 28,966.12 9,133.88 76 34,813.09850.060 Communications Internet Service .00 .00 .00 1,339.75 .00 1,339.75 (1,339.75) +++ 1,338.27850.070 Communications Copying 1,140.00 .00 1,140.00 41.16 .00 515.01 624.99 45 1,317.99850.080 Communications Mailing 124,459.00 .00 124,459.00 9,092.40 .00 121,557.10 2,901.90 98 122,207.04870.020 Travel Expense Mileage 4,050.00 .00 4,050.00 .00 .00 107.63 3,942.37 3 176.07870.030 Travel Expense Training 3,895.00 .00 3,895.00 .00 .00 .00 3,895.00 0 .00873.010 Vehicle Expense Maintenance 200.00 .00 200.00 6.00 .00 144.96 55.04 72 72.00873.020 Vehicle Expense Fuel 1,350.00 .00 1,350.00 91.32 .00 729.54 620.46 54 566.19905.000 Advertising Expense 250.00 .00 250.00 .00 .00 .00 250.00 0 .00915.000 Subscription Fees Expense 200,000.00 .00 200,000.00 .00 .00 227,090.11 (27,090.11) 114 197,848.10934.010 Maintenance Equipment 525,790.00 .00 525,790.00 27.95 .36 377,115.28 148,674.36 72 333,513.90940.020 Rentals Equipment 236,856.00 .00 236,856.00 3,119.47 (783.78) 206,584.09 31,055.69 87 114,419.35955.000 Miscellaneous Operating Expense 16,620.00 .00 16,620.00 159.45 .00 11,299.53 5,320.47 68 18,147.95968.000 Depreciation and Depletion Expense 5,274.00 .00 5,274.00 .00 .00 .00 5,274.00 0 102,490.77

Other Services & Charges Totals $1,239,389.00 $0.00 $1,239,389.00 $27,093.50 ($783.42) $1,045,386.25 $194,786.17 84% $1,010,131.41Capital Outlay

980.000 Equipment Equipment .00 164,640.00 164,640.00 .00 123,952.77 29,308.10 11,379.13 93 .00980.010 Equipment Small Equipment 5,000.00 .00 5,000.00 .00 .00 .00 5,000.00 0 8,525.17

Capital Outlay Totals $5,000.00 $164,640.00 $169,640.00 $0.00 $123,952.77 $29,308.10 $16,379.13 90% $8,525.17EXPENSE TOTALS $2,124,394.00 $227,640.00 $2,352,034.00 $86,031.61 $123,169.35 $1,792,213.37 $436,651.28 81% $1,831,549.62

Fund 636 - Central Services TotalsREVENUE TOTALS 2,124,394.00 227,640.00 2,352,034.00 168,288.24 .00 1,888,913.26 463,120.74 80% 1,855,695.07EXPENSE TOTALS 2,124,394.00 227,640.00 2,352,034.00 86,031.61 123,169.35 1,792,213.37 436,651.28 81% 1,831,549.62

Fund 636 - Central Services Totals $0.00 $0.00 $0.00 $82,256.63 ($123,169.35) $96,699.89 $26,469.46 $24,145.45Fund 801 - Drain

REVENUELocal Contributions

580.000 Local Contribution Revenue 321,760.00 .00 321,760.00 .00 .00 313,645.66 8,114.34 97 233,299.93Local Contributions Totals $321,760.00 $0.00 $321,760.00 $0.00 $0.00 $313,645.66 $8,114.34 97% $233,299.93

Interest & Rents664.000 Interest and Dividends Revenue .00 .00 .00 .00 .00 .00 .00 +++ 927.50

Interest & Rents Totals $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 +++ $927.50

Run by Banning, Megan on 12/08/2021 07:47:52 AM Page 32 of 35

Budget Performance ReportFiscal Year to Date 11/30/21

Exclude Rollup Account

Adopted Budget Amended Current Month YTD YTD Budget - YTD % Used/Account Account Description Budget Amendments Budget Transactions Encumbrances Transactions Transactions Rec'd Prior Year TotalFund 801 - Drain

REVENUEOther Revenues

671.000 Miscellaneous Revenue .00 .00 .00 (1,115.10) .00 .00 .00 +++ .00672.010 Special Assessments Current 601,136.00 .00 601,136.00 10,810.71 .00 714,438.40 (113,302.40) 119 842,729.78676.000 Reimbursements Miscellaneous 1,500.00 .00 1,500.00 1,115.10 .00 22,904.20 (21,404.20) 1527 50,399.07

Other Revenues Totals $602,636.00 $0.00 $602,636.00 $10,810.71 $0.00 $737,342.60 ($134,706.60) 122% $893,128.85Other Financing Sources

696.010 Proceeds Notes 865,651.00 .00 865,651.00 .00 .00 .00 865,651.00 0 .00696.020 Proceeds Bonds .00 .00 .00 .00 .00 .00 .00 +++ 1,350,000.00

Other Financing Sources Totals $865,651.00 $0.00 $865,651.00 $0.00 $0.00 $0.00 $865,651.00 0% $1,350,000.00REVENUE TOTALS $1,790,047.00 $0.00 $1,790,047.00 $10,810.71 $0.00 $1,050,988.26 $739,058.74 59% $2,477,356.28

EXPENSEPersonnel Services

702.020 Salaries Regular 60,598.00 .00 60,598.00 4,251.52 .00 38,848.82 21,749.18 64 47,679.82Personnel Services Totals $60,598.00 $0.00 $60,598.00 $4,251.52 $0.00 $38,848.82 $21,749.18 64% $47,679.82

Fringe Benefit719.000 Worker's Comp Expense 537.00 .00 537.00 28.15 .00 311.71 225.29 58 302.04720.010 Insurance Benefits Hospitalization 14,382.00 .00 14,382.00 889.41 .00 8,462.04 5,919.96 59 6,116.84720.020 Insurance Benefits Dental 808.00 .00 808.00 54.65 .00 519.92 288.08 64 392.43720.030 Insurance Benefits Vision 301.00 .00 301.00 20.32 .00 193.40 107.60 64 156.49720.040 Insurance Benefits Life 37.00 .00 37.00 2.45 .00 20.11 16.89 54 17.31720.050 Insurance Benefits Unemployment 162.00 .00 162.00 .00 .00 89.62 72.38 55 71.54721.000 Social Security Expense 4,660.00 .00 4,660.00 312.71 .00 2,863.66 1,796.34 61 2,521.93724.015 Retirement MERS - Debt Service .00 .00 .00 204.18 .00 561.36 (561.36) +++ .00724.030 Retirement Defined Benefit 4,166.00 .00 4,166.00 178.63 .00 2,849.46 1,316.54 68 2,529.48724.050 Retirement 401(k) ER 896.00 .00 896.00 59.40 .00 361.17 534.83 40 310.35

Fringe Benefit Totals $25,949.00 $0.00 $25,949.00 $1,749.90 $0.00 $16,232.45 $9,716.55 63% $12,418.41Other Services & Charges

801.010 Contractual Services Misc 800,000.00 .00 800,000.00 32,002.02 .00 372,298.25 427,701.75 47 624,462.78805.010 Professional Services Misc 60,000.00 .00 60,000.00 6,282.50 .00 96,369.61 (36,369.61) 161 157,560.94813.010 Legal Fees Misc 15,000.00 .00 15,000.00 .00 .00 2,930.92 12,069.08 20 87.50850.080 Communications Mailing 1,500.00 .00 1,500.00 .00 .00 .00 1,500.00 0 25.57870.020 Travel Expense Mileage 8,500.00 .00 8,500.00 263.20 .00 2,770.32 5,729.68 33 7,969.00870.030 Travel Expense Training 250.00 .00 250.00 .00 .00 .00 250.00 0 .00874.000 Refunds Expense 2,500.00 .00 2,500.00 .00 .00 .00 2,500.00 0 902.33955.000 Miscellaneous Operating Expense 50,000.00 .00 50,000.00 4,171.32 .00 81,174.20 (31,174.20) 162 88,783.35

Other Services & Charges Totals $937,750.00 $0.00 $937,750.00 $42,719.04 $0.00 $555,543.30 $382,206.70 59% $879,791.47Debt Service

990.010 Bonds Principal 387,000.00 .00 387,000.00 .00 .00 395,000.00 (8,000.00) 102 300,000.00

Run by Banning, Megan on 12/08/2021 07:47:52 AM Page 33 of 35

Budget Performance ReportFiscal Year to Date 11/30/21

Exclude Rollup Account

Adopted Budget Amended Current Month YTD YTD Budget - YTD % Used/Account Account Description Budget Amendments Budget Transactions Encumbrances Transactions Transactions Rec'd Prior Year TotalFund 801 - Drain

EXPENSEDebt Service

990.020 Bonds Interest 104,000.00 .00 104,000.00 12,915.00 .00 63,395.88 40,604.12 61 69,537.87990.050 Bonds Agency 2,250.00 .00 2,250.00 125.00 .00 1,750.00 500.00 78 1,750.00993.010 Notes Principal 237,000.00 .00 237,000.00 .00 .00 197,350.00 39,650.00 83 258,850.00993.020 Notes Interest 35,500.00 .00 35,500.00 30,814.67 .00 52,596.04 (17,096.04) 148 31,098.65

Debt Service Totals $765,750.00 $0.00 $765,750.00 $43,854.67 $0.00 $710,091.92 $55,658.08 93% $661,236.52EXPENSE TOTALS $1,790,047.00 $0.00 $1,790,047.00 $92,575.13 $0.00 $1,320,716.49 $469,330.51 74% $1,601,126.22

Fund 801 - Drain TotalsREVENUE TOTALS 1,790,047.00 .00 1,790,047.00 10,810.71 .00 1,050,988.26 739,058.74 59% 2,477,356.28EXPENSE TOTALS 1,790,047.00 .00 1,790,047.00 92,575.13 .00 1,320,716.49 469,330.51 74% 1,601,126.22

Fund 801 - Drain Totals $0.00 $0.00 $0.00 ($81,764.42) $0.00 ($269,728.23) $269,728.23 $876,230.06Fund 841 - Lake Level

REVENUEOther Financing Sources

400.050 Carry Over Miscellaneous (58,325.00) 5,000.00 (53,325.00) .00 .00 .00 (53,325.00) 0 .00Other Financing Sources Totals ($58,325.00) $5,000.00 ($53,325.00) $0.00 $0.00 $0.00 ($53,325.00) 0% $0.00

Local Contributions580.000 Local Contribution Revenue 8,600.00 .00 8,600.00 .00 .00 8,600.00 .00 100 11,100.00

Local Contributions Totals $8,600.00 $0.00 $8,600.00 $0.00 $0.00 $8,600.00 $0.00 100% $11,100.00Other Revenues

672.010 Special Assessments Current 86,650.00 .00 86,650.00 .00 .00 87,437.15 (787.15) 101 111,382.51Other Revenues Totals $86,650.00 $0.00 $86,650.00 $0.00 $0.00 $87,437.15 ($787.15) 101% $111,382.51

REVENUE TOTALS $36,925.00 $5,000.00 $41,925.00 $0.00 $0.00 $96,037.15 ($54,112.15) 229% $122,482.51EXPENSE

Personnel Services702.020 Salaries Regular 5,744.00 .00 5,744.00 473.62 .00 7,251.17 (1,507.17) 126 7,257.89

Personnel Services Totals $5,744.00 $0.00 $5,744.00 $473.62 $0.00 $7,251.17 ($1,507.17) 126% $7,257.89Fringe Benefit

719.000 Worker's Comp Expense 68.00 .00 68.00 5.73 .00 66.23 1.77 97 83.98720.010 Insurance Benefits Hospitalization 1,550.00 .00 1,550.00 160.08 .00 2,010.50 (460.50) 130 1,796.83720.020 Insurance Benefits Dental 95.00 .00 95.00 9.83 .00 123.50 (28.50) 130 118.41720.030 Insurance Benefits Vision 35.00 .00 35.00 3.67 .00 46.02 (11.02) 131 46.11720.040 Insurance Benefits Life 3.00 .00 3.00 .56 .00 3.99 (.99) 133 4.87720.050 Insurance Benefits Unemployment 6.00 .00 6.00 .00 .00 5.65 .35 94 3.75721.000 Social Security Expense 446.00 .00 446.00 33.89 .00 526.48 (80.48) 118 420.22724.015 Retirement MERS - Debt Service .00 .00 .00 28.41 .00 138.36 (138.36) +++ .00724.030 Retirement Defined Benefit 305.00 .00 305.00 24.88 .00 430.55 (125.55) 141 475.49

Run by Banning, Megan on 12/08/2021 07:47:52 AM Page 34 of 35

Budget Performance ReportFiscal Year to Date 11/30/21

Exclude Rollup Account

Adopted Budget Amended Current Month YTD YTD Budget - YTD % Used/Account Account Description Budget Amendments Budget Transactions Encumbrances Transactions Transactions Rec'd Prior Year TotalFund 841 - Lake Level

EXPENSEFringe Benefit

724.050 Retirement 401(k) ER 98.00 .00 98.00 .00 .00 92.66 5.34 95 30.06Fringe Benefit Totals $2,606.00 $0.00 $2,606.00 $267.05 $0.00 $3,443.94 ($837.94) 132% $2,979.72

Other Services & Charges801.010 Contractual Services Misc .00 3,200.00 3,200.00 .00 .00 5,694.41 (2,494.41) 178 6,290.00805.010 Professional Services Misc .00 1,400.00 1,400.00 .00 .00 1,400.00 .00 100 .00870.020 Travel Expense Mileage 1,500.00 400.00 1,900.00 156.80 .00 2,072.56 (172.56) 109 2,939.40874.000 Refunds Expense 75.00 .00 75.00 .00 .00 .00 75.00 0 72.13920.020 Utilities Electricity 22,000.00 .00 22,000.00 843.74 .00 25,657.59 (3,657.59) 117 8,808.14955.000 Miscellaneous Operating Expense 5,000.00 .00 5,000.00 70.94 .00 4,688.95 311.05 94 2,165.36

Other Services & Charges Totals $28,575.00 $5,000.00 $33,575.00 $1,071.48 $0.00 $39,513.51 ($5,938.51) 118% $20,275.03EXPENSE TOTALS $36,925.00 $5,000.00 $41,925.00 $1,812.15 $0.00 $50,208.62 ($8,283.62) 120% $30,512.64

Fund 841 - Lake Level TotalsREVENUE TOTALS 36,925.00 5,000.00 41,925.00 .00 .00 96,037.15 (54,112.15) 229% 122,482.51EXPENSE TOTALS 36,925.00 5,000.00 41,925.00 1,812.15 .00 50,208.62 (8,283.62) 120% 30,512.64

Fund 841 - Lake Level Totals $0.00 $0.00 $0.00 ($1,812.15) $0.00 $45,828.53 ($45,828.53) $91,969.87

Grand TotalsREVENUE TOTALS 56,398,136.00 6,043,917.00 62,442,053.00 4,158,012.71 .00 40,083,270.03 22,358,782.97 64% 54,844,038.21EXPENSE TOTALS 56,350,402.00 6,043,917.00 62,394,319.00 3,714,226.07 208,413.84 38,632,362.32 23,553,542.84 62% 50,563,311.67

Grand Totals $47,734.00 $0.00 $47,734.00 $443,786.64 ($208,413.84) $1,450,907.71 ($1,194,759.87) $4,280,726.54

Run by Banning, Megan on 12/08/2021 07:47:52 AM Page 35 of 35

Budget Performance ReportFiscal Year to Date 11/30/21

Exclude Rollup Account

Calhoun County Road Department 2021 FINANCIAL STATEMENTS

BUDGETBUDGET

ADJUSTMENTSAMENDED

BUDGET Nov-21 YTD Total PERCENT OF

ANNUAL BUDGET

46 County Wide Millage -$ -$ -$ -$ -$ 47 Other -$ -$ -$ -$ -$ 48 Total Taxes -$ -$ -$ -$ -$ 0%

49 Specify 150,000$ 15,000$ 165,000$ 7,253$ 387,865$ 235%

50 Surface Trans. Program (STP) 1,697,575$ 72,571$ 1,770,146$ 78,100$ 1,811,870$ 51 C Funds - Federal -$ -$ -$ -$ -$ 52 D Funds - Federal -$ 74,798$ 74,798$ -$ 74,798$ 53 Bridge -$ -$ -$ -$ 4,063$

54 High Priority 866,147$ 930$ 867,077$ -$ 1,344$ 55 Other 700,000$ 1,185$ 701,185$ -$ 62,433$ 56 Total Federal Sources 3,263,722$ 149,484$ 3,413,206$ 78,100$ 1,954,508$ 57%

57 Engineering 10,000$ -$ 10,000$ -$ 10,000$ 58 Snow Removal -$ -$ -$ -$ -$ 59 Urban Road 1,435,000$ -$ 1,435,000$ 146,232$ 1,216,358$ 60 Allocation 13,038,079$ 147,939$ 13,186,018$ 1,205,911$ 10,222,590$ 61 Total MTF 14,483,079$ 147,939$ 14,631,018$ 1,352,143$ 11,448,948$ 78%

62 Local Bridge -$ -$ -$ -$ -$

REVENUESTaxes

Federal Sources

STATE SOURCESMichigan Transportation Fund

Other

Licenses and Permits

Calhoun County Road Department 2021 FINANCIAL STATEMENTS

BUDGETBUDGET

ADJUSTMENTSAMENDED

BUDGET Nov-21 YTD Total PERCENT OF

ANNUAL BUDGET 63 Other -$ -$ -$ -$ -$ 64 Total Other -$ -$ -$ -$ -$ 0%

65 Target Industries (A) -$ -$ -$ -$ -$ 66 Urban Congestion [C] -$ -$ -$ -$ 762$ 67 Rural Primary (D) -$ -$ -$ -$ 14,585$ 68 Forest Road [E] -$ -$ -$ -$ -$ 69 Urban Area (F) 344,220$ -$ 344,220$ 54,661$ 344,184$ 70 Other -$ -$ -$ -$ -$ 71 Total EDF 344,220$ -$ 344,220$ 54,661$ 359,530$ 104%

72 Total State Sources 14,827,299$ 147,939$ 14,975,238$ 1,406,804$ 11,808,478$ 79%

73 City and Village -$ -$ -$ 1,171$ 1,171$ 74 Township Contributions 3,665,000$ 3,224,144$ 6,889,144$ 127,109$ 5,299,362$ 75 Other 62,400$ -$ 62,400$ -$ 16,545$ 76 Total Contributions 3,727,400$ 3,224,144$ 6,951,544$ 128,280$ 5,317,078$ 76%

77 Trunkline Maintenance 2,237,950$ 452,459$ 2,690,409$ 146,285$ 1,968,066$ 78 Trunkline Non-Maintenance -$ -$ -$ -$ 2,599$ 79 Salvage Sales 15,000$ -$ 15,000$ -$ 6,543$ 80 Other 105,250$ 34,661$ 139,911$ 54,134$ 138,578$ 81 Total Charges 2,358,200$ 487,120$ 2,845,320$ 200,419$ 2,115,785$ 74%

82 Interest Earned 40,000$ -$ 40,000$ 1,235$ 3,658$ 83 Property Rentals 5,400$ -$ 5,400$ (11,009)$ 4,950$

Economic Development Fund

Contributions from Local Units

Charges for Services

Interest and Rents

Calhoun County Road Department 2021 FINANCIAL STATEMENTS

BUDGETBUDGET

ADJUSTMENTSAMENDED

BUDGET Nov-21 YTD Total PERCENT OF

ANNUAL BUDGET 84 Total Interest/Rents 45,400$ -$ 45,400$ (9,775)$ 8,608$ 19%

85 Special Assessments -$ -$ -$ -$ -$ 86 Land and Bldg Sales 15,000$ -$ 15,000$ -$ 15,000$ 87 Sundry Refunds -$ -$ -$ -$ 37,356$ 88 Gain (Loss) Equipment Disposals 1,500$ 465,000$ 466,500$ 10,193$ 475,193$ 89 Contributions from Private Sources -$ -$ -$ -$ -$ 90 Other 591,654$ -$ 591,654$ 95$ 564,253$ 91 Total Other 608,154$ 465,000$ 1,073,154$ 10,288$ 1,091,802$ 102%

92 County Appropriation -$ 1,100,000$ 1,100,000$ -$ 1,100,000$ 93 Bond Proceeds -$ -$ -$ -$ -$ 94 Note Proceeds -$ -$ -$ -$ -$ 95 Installment Purchases/Leases 1,410,410$ (11,401)$ 1,399,009$ -$ 349,099$ 96 Total Other Financing Sources 1,410,410$ 1,088,599$ 2,499,009$ -$ 1,449,099$ 58%

97 TOTAL REVENUE AND OTHER FINANCING SOURCES26,390,585$ 5,577,286$ 31,967,871$ 1,821,369$ 24,133,223$ 75%

98 Roads -$ -$ -$ -$ -$ 99 Structures -$ -$ -$ -$ -$

100 Roadside Parks -$ -$ -$ -$ -$ 101 Special Assessments -$ -$ -$ -$ -$ 102 Other -$ -$ -$ -$ -$ 103 Total Construction/Capacity improvement -$ -$ -$ -$ -$ 0%

Other

Other Financing Sources

EXPENDITURESConstruction/Capacity Improvement

Calhoun County Road Department 2021 FINANCIAL STATEMENTS

BUDGETBUDGET

ADJUSTMENTSAMENDED

BUDGET Nov-21 YTD Total PERCENT OF

ANNUAL BUDGET

104 Roads 11,441,015$ 8,478,893$ 19,919,908$ 662,940$ 14,241,943$ 105 Structures 768,807$ -$ 768,807$ 5,197$ 88,875$ 106 Safety Projects 1,091,657$ 2,500$ 1,094,157$ 2,412$ 19,692$ 107 Roadside Parks -$ -$ -$ -$ -$ 108 Special Assessments -$ -$ -$ -$ -$ 109 Other -$ -$ -$ 3,219$ 21,897$ 110 Total Preservation - Struct. Imp. 13,301,479$ 8,481,393$ 21,782,872$ 673,769$ 14,372,408$ 66%

111 Roads 6,612,159$ 103,703$ 6,715,862$ 348,216$ 6,390,342$ 112 Structures 183,273$ -$ 183,273$ -$ 11,764$ 113 Roadside Parks -$ -$ -$ -$ -$ 114 Winter Maintenance 1,942,885$ -$ 1,942,885$ 77,974$ 1,225,671$ 115 Traffic Control 396,924$ 1,700$ 398,624$ 16,102$ 241,012$ 116 Total Maintenance 9,135,241$ 105,403$ 9,240,644$ 442,292$ 7,868,790$ 85%117 Total Construction, Preservation and Maintenance22,436,720$ 8,586,796$ 31,023,516$ 1,116,060$ 22,241,197$ 72%

118 Trunkline Maintenance 2,037,950$ 362,650$ 2,400,600$ 146,383$ 1,749,291$ 73%119 Trunkline Non-Maintenance -$ -$ -$ -$ 2,599$ 0%120 Administrative Expense 740,720$ -$ 740,720$ 59,118$ 751,977$ 102%121 Equipment - Net 481,903$ 27,620$ 509,523$ 126,300$ (107,623)$ -21%122 Capital Outlay - Net (1,053,889)$ (11,401)$ (1,065,290)$ (180,964)$ (1,346,043)$ 126%123 Debt Principal Payment 5,020,280$ (176,756)$ 4,843,524$ 1,332,368$ 5,051,096$ 104%124 Interest Expense 1,965,326$ 111,195$ 2,076,521$ 475,299$ 1,868,950$ 90%125 Drain Assessment 15,000$ 120,750$ 135,750$ 143,178$ 143,178$ 105%126 Other 576,748$ 4,031$ 580,779$ 44,783$ 451,956$ 78%127 Total Other 9,784,039$ 438,089$ 10,222,128$ 2,146,465$ 8,565,382$ 84%

Preservation - Structural Improvements

Maintenance

Other

Calhoun County Road Department 2021 FINANCIAL STATEMENTS

BUDGETBUDGET

ADJUSTMENTSAMENDED

BUDGET Nov-21 YTD Total PERCENT OF

ANNUAL BUDGET Contingency 500,000$ -$ 500,000$ 0%

128 Total Expenditures 32,720,760$ 9,024,885$ 41,745,645$ 3,262,525$ 30,806,579$ 74%

TOTAL REVENUE 26,390,585$ 5,577,286$ 31,967,871$ 1,821,369$ 24,133,223$ 75%TOTAL EXPENSE 32,720,760$ 9,024,885$ 41,745,645$ 3,262,525$ 30,806,579$ 74%NET (6,330,175)$ (3,447,599)$ (9,777,774)$ (1,441,157)$ (6,673,356)$

   AI-3769     12. B. 7. BOC RegularMeeting Date: 12/16/2021  APAA Collective Bargaining Agreement 2022-2023Submitted For:  Kim Archambault, HR Director, Human Resources FROM: Kim Archambault, HR Director, Human ResourcesDepartment: Human Resources

InformationRESOLUTION:Resolved, the Board of Commissioners approve the APAA collective bargaining agreement for 2022-2023 aspresented and authorizes the Board Chair to sign the Agreement.

RECOMMENDATION:It is recommended that the Board of Commissioners approve the APAA collective bargaining agreement aspresented.

Fiscal Impact

BUDGETARY IMPACT:The 2022 related costs of the contract where already included in the 2022 approved budget.

AttachmentsAPAA 2022-2023 Collective Bargaining Agreement 

AGREEMENT BETWEEN

CALHOUN COUNTY BOARD OF COMMISSIONERS

AND

CALHOUN COUNTY ASSISTANT PROSECUTING ATTORNEYS' ASSOCIATION

January 1, 2022 through December 31, 2023

TABLE OF CONTENTS

Page PREAMBLE 1 ARTICLE 1 - RECOGNITION 1 Section 1.0. Collective Bargaining Unit 1 Section 1.1. Definition of Employer 1 Section 1.2. Law School Graduates 2 Section 1.3. Other Agreements 2 ARTICLE 2 - REPRESENTATION 2 Section 2.0. Collective Bargaining Committee 2 Section 2.1. Association Grievance Representatives 2 Section 2.2. Identification of Association Representatives 3 ARTICLE 3 - ASSOCIATION SECURITY 3 Section 3.0. Voluntary Membership 3 ARTICLE 4 - MANAGEMENT RIGHTS 3 Section 4.0. Management Rights 3 ARTICLE 5 - NO STRIKE - NO LOCKOUT 4 Section 5.0. No Strike Pledge 4 Section 5.1. Penalty 4 Section 5.2. No Lockout 4 ARTICLE 6 - GRIEVANCE PROCEDURES 4 Section 6.0. Definition of Grievance 4 Section 6.1. Grievance Procedure 4 Section 6.2. Time Limitations 5 Section 6.3. Grievance Resolution 5 Section 6.4. Time Computation 5 Section 6.5. Grievance Form 5 ARTICLE 7 - ARBITRATION 5 Section 7.0. Arbitration Request 5 Section 7.1. Selection of Arbitrator 6 Section 7.2. Arbitrator’s Powers 6 ARTICLE 8 - SENIORITY 6 Section 8.0. Definition of Seniority 6 Section 8.1. Loss of Seniority 7 Section 8.2. Transfer to Non-Bargaining Unit Position 7 Section 8.3. Seniority List 7 Section 8.4. Seniority Accumulation 7

ARTICLE 9 - LAYOFF AND RECALL 8 Section 9.0. Notification of Layoff 8 Section 9.1. Recall 8 Section 9.2. Notification of Recall 8 Section 9.3. Voluntary Layoff 8 ARTICLE 10 - HOURS OF WORK 9 Section 10.0. Normal Workweek and Workday 9 Section 10.1. Scheduling 9 Section 10.2. Overtime 9 Section 10.3. Flex Time 9 Section 10.4. On Call and Warrant Duty 9

Section 10.5. Telecommuting 9 ARTICLE 11 - LEAVES OF ABSENCE 10 Section 11.0. Procedure for Requesting Leave 10 Section 11.1. Purpose of Leaves 10 Section 11.2. Early Returns from Leave 10 Section 11.3. Bereavement Leave of Absence 10 Section 11.4. Military Leave for Active and Reserve Duty 10 Section 11.5. Disability Leave 10 Section 11.6. Personal Leave 11 Section 11.7. Family and Medical Leave 11 Section 11.8. Paid Medical Leave Act 11

Section 11.9. Medical Certifications and Examinations 11 ARTICLE 12 - HOLIDAYS 11 Section 12.0. Holidays with Pay 11 Section 12.1. Holiday Celebration 11 Section 12.2. Holiday Pay for Part-time Employees 12 ARTICLE 13 - PAID TIME OFF 12 Section 13.0. Paid Time Off 12 Section 13.1. PTO Scheduling 12 Section 13.2. PTO Basis 13 Section 13.3. PTO Payout Benefit 13 Section 13.4. Benefits at Termination 13

Section 13.5. PTO Subsidy 13 ARTICLE 14 - INSURANCE 13 Section 14.0. Health Insurance 13 Section 14.1. Dental Insurance 14 Section 14.2. Life Insurance 14 Section 14.3. Vision Insurance 15 Section 14.4. Malpractice Insurance 15

Section 14.5. Sickness and Accident Insurance 15 Section 14.6. Selection of Insurance Carriers 16 Section 14.7. Provisions of Insurance Plans 16 Section 14.8. Insurance Benefit Continuation 16 Section 14.9. Part-time Employees 16 Section 14.10. Flexible Benefit Plan 16 ARTICLE 15 - RETIREMENT 17 Section 15.0. Calhoun County Retirement Plans 17 ARTICLE 16 - COMPENSATION 18 Section 16.0. Salary Ranges 18 Section 16.1. Advancement within Salary Ranges 18 Section 16.2. Direct Deposit 18 ARTICLE 17 - MISCELLANEOUS 19 Section 17.0. Bar Dues 19 Section 17.1. Payment at Death of an Employee 19 Section 17.2. Severability 19 Section 17.3. Termination of Employment 19 Section 17.4. Address Change 21 Section 17.5 Appointment of Emergency Manager 21 ARTICLE 18 - SCOPE OF AGREEMENT 21 Section 18.0. Past Practice 21 Section 18.1. Waiver 21 ARTICLE 19 - DURATION 21 Section 19.0. Termination 21 SIGNATORIES 22 APPENDIX A Wages 23

1

AGREEMENT

THIS AGREEMENT, entered into on the first day of January, 2022, by and between the CALHOUN COUNTY BOARD OF COMMISSIONERS, hereinafter referred to as the "Board" and the PROSECUTING ATTORNEY OF CALHOUN COUNTY, hereinafter referred to as the "Prosecutor", and jointly referred to as the "Employer," and the CALHOUN COUNTY ASSISTANT PROSECUTING ATTORNEYS' ASSOCIATION, hereinafter referred to as the "Association". RECOGNITION Section 1.0. Collective Bargaining Unit. The Employer recognizes the Association as the exclusive representative for purposes of collective bargaining with respect to rates of pay, wages, hours of employment and other conditions of employment for all employees employed by the Employer in the following collective bargaining unit:

All regular full-time and regular part-time Assistant Prosecuting Attorneys employed by the Prosecuting Attorney for Calhoun County and the Calhoun County Board of Commissioners, but excluding, the Chief Assistant Prosecuting Attorney, supervisors, and all other employees.

Section 1.1. Definition of Employer. Except as otherwise required by applicable law, the following terms shall have the indicated meaning whenever those terms are used in this Agreement: “Board” shall mean the Calhoun County Board of Commissioners. “Employer” shall mean jointly the Board and the Prosecutor. “Prosecutor” shall mean the Prosecuting Attorney of Calhoun County. Use of these terms is intended solely for the purpose of defining rights and responsibilities under this Agreement and the use of such terms shall not be binding upon the parties for any other purposes. Nothing contained in this Agreement shall be deemed to diminish or enlarge the legal responsibilities, rights, and authorities of the Board or the Prosecutor with respect to their separate responsibilities, rights and authorities as they exist under law, except to the extent required to give effect to specific rights of the Association or individual employees as expressly provided in writing in this Agreement. Regular Full-time Employee - A regular full-time employee is an employee who is working a minimum of 80 hours per two (2) week pay period on a regularly scheduled basis in a position classified by the Employer as permanent.

2

Regular Part-time Employee - A regular part-time employee is an employee who is working less than the full-time requirements of that position and a minimum of eight (8) hours per two (2) week pay period on a regularly scheduled basis. Section 1.2. Law School Graduates. It is recognized that the Prosecutor employs individuals as Assistant Prosecutors who are graduates of approved Law Schools while they are awaiting admission to the State Bar of Michigan. The Association agrees that the Prosecutor shall have the right to continue to employ and utilize such individuals as determined by the Prosecutor. The Association further agrees that such individuals are not included within the recognition granted the Association and shall not be covered by the terms of this Agreement until such time as such individuals are admitted to the State Bar of Michigan. Section 1.3. Other Agreements. The Employer agrees that, during the life of this Agreement, it will not recognize any labor organization other than the Association as the collective bargaining agent for the employees occupying, or who may during the life of this Agreement occupy, any of the job classifications set forth in Section 1.0. REPRESENTATION Section 2.0. Collective Bargaining Committee. The Employer hereby recognizes a bargaining committee composed of three (3) Association members who have been regular full-time employees for at least one (1) year. The bargaining committee's sole function shall be to meet with Employer representatives for the purpose of negotiating a new Agreement. Negotiation sessions which are held during working hours shall not result in a loss of pay for the bargaining committee members. It is understood that the Association and the Employer may bring additional personnel to address certain areas of concern and/or expertise during the collective bargaining process, if it is mutually agreed upon. Section 2.1. Association Grievance Representatives. (A) The Employer hereby agrees to recognize the Association's President and, as an alternate for the President, the Association's Vice-President, each of whom shall have at least one (1) year's seniority, to act as grievance representatives under this Agreement. The Vice-President may exercise the functions of the President under this Agreement only if the President is absent. It shall be the function of such individuals to act in a representative capacity for the purpose of processing and investigating grievances for employees covered by this Agreement. (B) The Association agrees that the President and Vice-President will continue to perform their regularly assigned duties and that their responsibilities as Association representatives will not be used to avoid those duties. They shall act in a manner which will not disrupt nor interfere with the normal functions of the Prosecutor's Office. If it is necessary for the President or Vice-President to temporarily leave his assignment to process a grievance, he shall first request permission of his immediate supervisor. In the event it is necessary for either representative to remain on his job after a request to handle a grievance is made, he shall be relieved to perform his representative duties as quickly thereafter as possible; both parties to this Agreement recognize a rule of reason must apply in this regard.

3

(C) The President and Vice-President shall, upon request, record all time spent performing their functions under this Agreement on a form designated by the Prosecutor and shall, upon request, report to their immediate supervisor upon return to their regularly assigned duties. Section 2.2. Identification of Association Representatives. The Association will furnish the Prosecutor and the Human Resource Department in writing the names of its President and all officials of the Association responsible for administering this Agreement and whatever changes may occur from time to time in such personnel so that the Employer may at all times be advised as to the authority of individual representatives of the Association with whom it may be dealing. This identification shall be made in advance of the Employer’s recognition of the authority of such individuals to act under this Agreement. ASSOCIATION SECURITY Section 3.0. Voluntary Membership. Membership in the Association is not a condition of employment at the Prosecutor's Office. The employees covered by this Agreement have the right to join, not join, maintain, or resign their membership in the Association. No employee shall be required to join the Association or maintain membership in the Association or pay money to the Association in order to have the right to work at the Prosecutor's Office. Both parties to this Agreement recognize, however, that the Association is required under this Agreement to represent all employees included within the bargaining unit without regard to whether or not the employee is a member of the Association. MANAGEMENT RIGHTS Section 4.0. Management Rights. (A) The Employer retains and shall have the sole and exclusive right to manage the Prosecutor's Office in all of its operations and activities and its judgment in this respect shall not be subject to challenge. These rights vested in the Employer include, but are not limited to, those provided by law and statute, along with the right to hire; the right to determine all matters pertaining to the services to be furnished and the methods, procedures, means, equipment, and machines required to provide such service; to determine the nature and number of facilities and departments to be operated and their location; to establish or abolish classifications of work and the number of personnel required; to direct and control operations; and to discontinue, combine, or reorganize any part or all of its operation; to maintain order and efficiency; to study and use improved methods and equipment and outside assistance either in or out of the Employer's facilities; to adopt, modify, change, or alter its budget; to assign, transfer, and implement affirmative action programs and merit systems governing the selection and promotion of employees; to establish reasonable rules and regulations governing the conduct of its employees, including the regulation of political activities, and to fix and determine penalties for the violation of such rules; and in all respects to carry out the ordinary and customary functions of management. All such rights are vested exclusively in the Employer and shall not be subject to the Grievance or Arbitration Procedures established in the Agreement. (B) The Employer shall also have the right to promote, layoff, and recall personnel; to make judgments as to ability and skill; to establish and change work schedules; to provide and assign relief personnel, to continue and maintain its operations as in the past; provided, however, that

4

these rights shall not be exercised in violation of any specific provision of this Agreement and, as such, they shall be subject to the Grievance Procedure established in this Agreement. (C) The Association hereby agrees that the Employer retains the sole and exclusive right to establish and administer without limitation, implied or otherwise, all matters not specifically and expressly limited by this Agreement. NO STRIKE-NO LOCKOUT Section 5.0. No Strike Pledge. During the term of this Agreement, the Association agrees that neither it nor its officers, representatives, members or employees it represents shall, for any reason whatsoever, directly or indirectly, call, sanction, counsel, encourage, or engage in any strike, walk-out, slow-down, sit-in, sympathy strike, or stay-in; nor shall there be any concerted failure by them to report for duty; nor shall they absent themselves from work, abstain in whole or in part from the full, faithful, and proper performance of their duties, including a labor dispute between the Employer and any other labor organization. The Association shall not cause, authorize, sanction, or condone, nor shall any employee covered by this Agreement take part in, any picketing of the Employer's buildings, offices, or premises because of a labor dispute with the Employer. Section 5.1. Penalty. Any employee who violates the provisions of Section 5.0 shall be subject to discipline by the Prosecutor, up to and including discharge. Section 5.2. No Lockout. During the life of this Agreement, the Employer in consideration for the promise on behalf of the Association and the employees it represents to refrain from the conduct prohibited by Section 5.0, agrees not to lock out any employees covered by this Agreement. GRIEVANCE PROCEDURES Section 6.0. Definition of Grievance. A grievance, for purposes of this Agreement, shall be defined as a complaint by an employee or the Association concerning the application of the specific provisions of this Agreement as written. Section 6.1. Grievance Procedure. All grievances shall be processed in the following manner: Step 1: An employee who believes that he/she has a grievance shall discuss the matter with the Chief Assistant Prosecutor within ten (10) calendar days following the events which caused the grievance or within ten (10) calendar days following the date when the events causing the grievance became known to the employee. If requested by the employee, the Association President may be present. The Chief Assistant Prosecuting Attorney shall answer the grievance in writing within three (3) calendar days following the discussion with the aggrieved employee. Step 2: If the grievance is not settled at Step 1, it shall be reduced to writing and submitted by the Association President to the Prosecutor within five (5) calendar days following the Chief Assistant Prosecutor’s answer in Step 1. The written grievance shall name the employees involved, state the facts giving rise to the grievance, identify all provisions of this Agreement

5

alleged to have been violated by appropriate reference and state the contention of the employee or the Association with respect to those provisions, indicate the relief requested, and be signed by the Association President and the affected employees. Authorized representatives of the Board, Prosecutor and Human Resources shall meet to discuss the grievance with the Association President within fourteen (14) calendar days following receipt by the Prosecutor of the grievance. The Employer shall place its written answer on the grievance and return it to the Association President within ten (10) calendar days following the meeting. Section 6.2. Time Limitations. The time limits established in the Grievance Procedure shall be followed by the parties. If the Association fails to present a grievance in time or to advance to the next Step in a timely manner, it shall be considered to be withdrawn. If the time procedure is not followed by the Employer, the grievance shall automatically advance to the next Step, but excluding arbitration. The time limits established in the Grievance Procedure may be extended by mutual agreement, provided the extension is reduced to writing and the period of the extension is specified. Section 6.3. Grievance Resolution. If a grievance resolution has economic implications over five hundred dollars ($500.00), it must be approved in writing by the County Administrator or Designee within thirty (30) calendar days after being notified of the Step 1 or Step 2 settlement before it shall be final. If the resolution of a grievance is not approved, the Association shall have fifteen (15) calendar days following receipt by the Association's President of the written notice to resubmit the grievance to the next higher step in the Grievance Procedure than the grievance held prior to such disallowance. If the grievance is not resubmitted in a timely fashion, it shall be deemed to be withdrawn. Section 6.4. Time Computation. In computing days under the Grievance Procedure, Saturday, Sunday, and Holidays recognized under this Agreement shall be excluded except where time limits are specifically described as calendar days and does not include the day of the event. Section 6.5. Grievance Form. The grievance form shall be mutually agreed upon by the Employer and the Association. ARBITRATION Section 7.0. Arbitration Request. In the event that a grievance involving the application, interpretation, or enforcement of the provisions of this Agreement shall not have been satisfactorily adjusted during the two (2) steps of the Grievance Procedure, the Association may submit the grievance to arbitration by giving written notice to the Employer or its designated representative within twenty (20) working days after the last answer by the Employer in Step 2 of the Grievance Procedure. If the Employer fails to answer the grievance within the time limits set forth in Step 2, the Association, if it desires to seek arbitration, must give written notice to the Employer or its designated representative no later than twenty (20) working days following the date the Employer’s Step 2 answer would otherwise have been due. By mutual agreement, this time limit may be extended by the parties involved in writing, provided the length of the extension period is specified. If arbitration is not sought within the twenty (20) day period specified in this Section, the matter shall be considered settled on the basis of the Employer's last disposition.

6

Section 7.1. Selection of Arbitrator. If a timely request for arbitration is filed by the Association, the parties to this Agreement shall promptly select by mutual agreement one (1) arbitrator who shall decide the matter. If the parties are unable to agree upon an arbitrator, the arbitrator shall be selected by each party alternately striking a name from a panel of seven (7) arbitrators submitted by the Federal Mediation and Conciliation Service. Either party to this Agreement may reject the first list submitted by the Federal Mediation and Conciliation Service, provided the party which does so must immediately request a new list. The remaining name shall serve as arbitrator, whose fees and expenses shall be paid by the Employer if the grievance is granted in full, by the Association if the grievance is denied, and equally by the Employer and the Association if the grievance is granted in part and denied in part. Each party shall pay the fees, expenses, wages, and any other compensation of its own witnesses, representatives, and legal counsel. Section 7.2. Arbitrator's Powers. The arbitrator's powers shall be limited to the application and interpretation of this Agreement as written. He shall be governed at all times wholly by the terms of this Agreement. The arbitrator shall have no power or authority to alter or modify this Agreement in any respect, directly or indirectly, or any authority to hear or determine any dispute involving the exercise of any of the Employer's inherent rights not specifically limited by the express terms of this Agreement. Further, the arbitrator shall not be empowered to consider any question or matter outside this Agreement, to change or set a wage rate, or to pass upon the propriety of discipline administered to employees covered by this Agreement. If the issue of arbitrability is raised, the arbitrator shall only decide the merits of the grievance if arbitrability is affirmatively decided. The arbitrator's decision shall be final and binding upon the Association, the Employer and employees in the bargaining unit. Any award of the arbitrator shall be retroactive to the date of the event giving rise to the grievance. SENIORITY Section 8.0. Definition of Seniority. APAA Seniority shall be defined as the length of an employee's continuous service within the APA collective bargaining unit set forth in Section 1.0 from the date of his/her initial entry into an APA position. This date will be considered for the purpose of layoff and recall but remains at the discretion of the Prosecuting Attorney. This date is to be used for the purpose of job bidding, paid time off and scheduling in the event of a conflict provided paid time off requests are submitted during the same workday. County seniority shall be defined as the length of an employee’s continuous service within the County from the most recent date of hire. An employee who returns to the County after a separation of five (5) years or less shall have his/her previous full years of seniority reinstated after one (1) year of full-time continuous employment, except in the Defined Benefit Pension Plan. Partial years of service shall not be credited. “Years” shall be calculated from anniversary date of hire and termination. This date is to be used for the purpose of paid time off accruals, 401(k) and defined benefit. For the purpose of the Defined Benefit Plan: Upon return to re-employment, the employee is only entitled to credit for those years the employee contributed to the Plan, provided the employee contribution remains in the Plan.

7

Section 8.1. Loss of Seniority. An employee's seniority and his employment relationship with the Prosecutor shall automatically terminate for any of the following reasons: (A) If the employee quits, retires, or receives a pension, including a disability pension; (B) If the employee is terminated or discharged; (C) If the employee fails to notify the Employer for any three (3) consecutive working days that the employee will not be reporting for work, unless an excuse acceptable to the Prosecutor is presented; (D) If the employee is absent for any three (3) consecutive working days, unless an excuse acceptable to the Prosecutor is presented; (E) If the employee fails to return on the required date following an approved leave of absence, paid time off, or a disciplinary layoff, unless an excuse acceptable to the Prosecutor is presented; (F) If the employee has been on layoff status for a period of one (1) year or the length of his seniority, whichever is less; (G) If the employee fails to report for work within one (1) week following notification of recall by certified mail, return receipt requested, sent to the last known address; (H) If the employee fails to inform the Prosecutor within three (3) working days following receipt of notification of recall that the employee intends to return to work for the Prosecutor; (I) If the employee makes an intentionally false and material statement on an employment application or on an application for leave of absence; (J) Unless otherwise provided by law, if the employee has been on leave of absence, including a Disability or Workers Compensation leave, for a period of six (6) months or for a period equal to the length of seniority at the time such leave commenced, whichever is less; (K) If the Prosecutor’s operations are permanently discontinued, except if the Prosecutor’s operations are permanently discontinued as a result of retirement, removal from office, or defeat by general election. Those employees retained by the subsequently elected Prosecutor retain their established seniority in accordance with the provisions of this Agreement. Section 8.2. Transfer to Non-Bargaining Unit Position. If an employee covered by this Agreement is permanently transferred or promoted to a non-bargaining unit position within the Prosecutor's Office or the County, he shall retain his seniority as of the date of the transfer or promotion but he shall no longer accumulate additional seniority within the bargaining unit set forth in this Agreement while he is in the non-bargaining unit position. The Employer reserves the right to determine all conditions of employment for non-bargaining unit employees, including the right to determine whether or not an employee returns to the bargaining unit. Upon the date of return to the bargaining unit seniority shall begin to accumulate again. Section 8.3. Seniority List. The Employer agrees to submit a current seniority list to the Association upon request up to once a month. The seniority list shall be deemed to be correct for all purposes under this Agreement unless a protest has been filed within ten (10) working days following the date the seniority list was posted by the Association. Section 8.4. Seniority Accumulation. Following the execution of the Agreement, all employees covered by the Agreement shall continue to accumulate APAA and County seniority while on Leave of Absence or Layoff. There will not be retroactive adjustment for Leaves of Absence or Layoffs prior to the execution of this Agreement.

8

LAYOFF AND RECALL Section 9.0. Notification of Layoff. The Employer agrees to give fifteen (15) working days' advance notification of layoff by written communication. The provisions of this Section shall be deemed to have been complied with by delivery of such layoff notice to the Prosecuting Attorney's Office for distribution to the affected employees. A copy of such notification shall be issued to the Association President or Vice-President. Whenever possible, the notification shall state the anticipated duration of the layoff. Section 9.1. Recall. In the event the work force is increased, recall to work shall be in reverse order of layoff from the classification affected by the recall, provided, however, the employee returned to work must be able to perform the required work and must not have lost his recall rights pursuant to Section 8.1. Section 9.2. Notification of Recall. Notification of recall shall be by personal contact, telephone call, or written communication confirmed in writing by certified mail to the employee's last known address. A copy of such notification shall be issued to the Association President or Vice-President. The notice shall set forth the date the recalled employee is expected to return to work. Section 9.3. Voluntary Layoff. (A) Except as provided in subsection C, in the event that layoffs are necessary, the Prosecutor may offer any bargaining unit employees the option of voluntary layoff. Voluntary layoff shall be for no less than one calendar (1) week or more than thirty (30) calendar days provided an employee on voluntary layoff may be recalled at any time. Employees on voluntary layoff shall not have benefits reduced except that such employees shall not accumulate paid time off while on lay off status. Continuation of benefits shall be subject to the employee’s payment of any required co-pay as arranged through Finance or Human Resources. Alternative layoff schedules of less than thirty (30) days may be implemented upon mutual agreement between the Prosecutor and employee. (B) Except as provided in subsection C, in the event that layoffs are necessary, the Prosecutor may offer any bargaining unit employees the option of a voluntary reduction of work hours to circumvent a layoff or to reduce the number of laid-off employees. Employees can return to a normal work schedule upon the giving of thirty (30) calendar days written notice to the Prosecutor. The Prosecutor can return the employee to a normal schedule at any time. Employees on voluntary reduction of work hours, working 32 hours per week or more, shall not have benefits reduced. Employees shall not reduce their work hours to less than 32 hours per week. Continuation of benefits shall be subject to the employee’s payment of any required co-pay as arranged through Finance or Human Resources. Voluntary reduction of work hours shall not last longer than six (6) months per employee per calendar year, unless mutually agreed between the Prosecutor and employee. (C) In the event that more employees than necessary volunteer for layoff or reduction of hours, the members of the bargaining unit will be notified and the most senior volunteers shall be granted the first opportunity to participate in the voluntary layoffs/reduction, provided the Prosecutor shall not be obligated to grant a voluntary layoff/reduction request where remaining

9

employees would not have the qualifications, certification and present ability to fully and properly perform the remaining required work. HOURS OF WORK Section 10.0. Normal Workweek and Workday. The normal work week for all regular full-time employees shall consist of forty (40) hours of work performed in a period of five (5) consecutive calendar days from Monday through Friday. Individual adjustments to the normal forty (40) hour workweek may be made with the approval of the Prosecutor. The normal workday for full-time employees shall consist of eight (8) hours of work, exclusive of a one (1) hour unpaid lunch period. In addition, employees shall be assigned standby on weekends and holidays and may be required to work on those days as necessary. A regular part-time employee’s normal workweek and workday will be determined by the Prosecutor. Section 10.1. Scheduling. The Employer shall have the right to determine, establish, and modify scheduling and personnel requirements to meet the needs of the Prosecutor and the public served. It is expressly understood that an employee's work schedule may be changed whenever operating conditions warrant such change. Section 10.2. Overtime. All employees shall be expected to work reasonable amounts of overtime upon request. Section 10.3. Flex Time. Employees covered by this Agreement are classified as salaried, exempt and shall not be paid overtime for hours worked in excess of forty (40) hours in a work week. Consistent with the professionalism of the employees covered under this Agreement and the respect for that professionalism by the County, the parties understand and agree that when it becomes necessary for an employee to work substantially in excess of forty (40) regular hours in a work week due to the demands of the office, the employee may be granted time off from work, without having to use paid time off, at the discretion of the Prosecutor. What is considered to be substantial is to be determined by the Prosecutor. Section 10.4. On Call and Warrant Duty. An employee assigned to on call duty will receive $350 flat rate for the week of on call duty. In addition to the flat rate, the employee will receive $100 per day for weekend and holiday warrant duty. This daily rate is to be paid only if the employee is actually called in to perform warrant review duties. “Weekend” means the period of 12:00 a.m. on Saturday to 12:00 a.m. on Monday. “Holiday” means the 24-hour period beginning at 12:00 a.m. on a holiday recognized under this Agreement. A paging or other electronic device will be provided to the Assistant Prosecutor who has on call duty. Section 10.5. Telecommuting. Telecommuting may be mutually beneficial when a position has job duties that are conducive to a remote work arrangement and can be performed by the employee in an effective, efficient, and productive manner. Employees covered by the collective bargaining agreement may participate in a telecommuting arrangement if approved by the Prosecutor and the Human Resources Department, and in accordance with Board Policy #345 - Telecommuting.

10

LEAVES OF ABSENCE Section 11.0. Procedure for Requesting Leaves. Requests for a leave of absence must be submitted in writing by the employee to the immediate supervisor at least thirty (30) days in advance of the date the leave is to commence, unless the particular leave specifies different requirements or in emergency situations. The request for the leave of absence shall state the reason for the leave and the dates on which the leave is to begin and end if known. A request for an extension of an approved leave of absence should be submitted in writing to the Employer at least ten (10) days in advance of the expiration date of the original leave whenever possible, stating the reasons for the extension request and the revised date the employee is expected to return to work. Authorization or denial of the leave or extension request shall be furnished in writing to the employee by the Employer. Section 11.1. Purpose of Leaves. It is understood by the parties that leaves of absence are to be used for the purpose intended, and employees shall make their intent known when applying for such leaves. There shall be no duplication or pyramiding of leave benefits or types of absence. Employees shall not accept employment while on leaves of absence unless agreed to by the Prosecutor. Acceptance of employment or working for another employer without prior approval while on a leave of absence shall result in immediate termination of employment with the Prosecutor. All leaves of absence shall be without pay unless specifically provided to the contrary by the provisions of the Leave Section involved. Section 11.2. Early Returns from Leave. There shall be no obligation on the part of the Prosecutor to provide work prior to the expiration of any leave of absence granted under this Agreement, unless the employee gives a written notice to the Prosecutor of his desire to return to work prior to the expiration of his leave. If such notice is given, the employee will be assigned to work no later than one (1) week following receipt by the Prosecutor of such notice. Section 11.3. Bereavement Leave of Absence. If a death occurs among a member of an Employee’s immediate family, the Employee will be excused from work up to a maximum of five (5) scheduled work days without loss of pay. Immediate family is defined as spouse, child, parent, sister, brother, grandparent, or grandchild. Immediate family for purposes of this section will also include a verifiable significant other residing within the same household. The term “parent” includes any adult that cared for the employee as a child and was considered a guardian or in loco parentis. The allowances also include in-laws and step-relatives of the same degree. One (1) scheduled work day without loss of pay shall be allowed in the case of the death of an aunt, uncle, niece or nephew. Upon approval of the Department Head, additional days charged against PTO may be granted. Section 11.4. Military Leave and Reserve Duty. A Military Leave of Absence is subject to the Board of Commissioner’s Policy on Military Leave to ensure that all State and Federal regulations are followed. Section 11.5. Disability Leave. An Employee that has exhausted all rights to Family Medical Leave, or is deemed ineligible, shall be granted a Disability Leave for periods during which the employee receives Sickness & Accident (S&A) insurance benefits under Section 14.5 of this

11

agreement when related to the same condition. The disability leave shall not extend past the approved S&A benefit period as determined by the carrier. As a condition of commencing and continuing this leave, the employee must provide the Employer with updated information every two weeks in writing, or as mutually agreed, concerning the employee’s status and intention to return to work. An authorized Disability Leave shall automatically terminate at the end of any work week during which an employee fails to maintain required contact, or at the conclusion of the approved S&A benefit period. Section 11.6. Personal Leave. The Prosecutor may grant an employee a personal leave without pay and without loss of employment status for a period of up to thirty (30) calendar days. A leave of absence in excess of thirty (30) days shall require the additional approval of the Administrator/Controller, except as required by law. Section 11.7. Family and Medical Leave. A Family Medical Leave of Absence is subject to the Board of Commissioner’s Policy #371 on Family Medical Leave to ensure that all State and Federal regulations are followed. Section 11.8. Paid Medical Leave Act. In compliance with the Paid Medical Leave Act of 2018, employees may use PTO for any of the reasons covered by the Act. Employees must follow the departments usual notification procedures, as well as other documentation and recording requirements as stated in Board of Commissioners Policy #340 for use of (PML). Section 11.9. Medical Certification and Examinations. Employees requesting a disability leave for sickness, injury or a continuation of such leave may be required to present a certificate from a physician showing the nature of such sickness or injury and the anticipated time off the job. In situations where an employee’s physical or mental condition reasonably raise a question as to the employee’s capabilities to perform his/her job, the Employer may require a medical examination, at its expense, and if appropriate, require the employee to take or remain on disability or other leave of absence. The Employer may also require a medical examination if abuse of the leave is suspected. Falsification of the medical certificate or falsely reporting or setting forth the reasons for the absence(s) shall be reason for discipline, up to and including discharge. HOLIDAYS Section 12.0. Holidays with Pay. The following days shall be recognized as holidays: New Year's Day; Martin Luther King Day; President's Day; Good Friday afternoon (beginning at 12:00 noon); Memorial Day; Independence Day; Labor Day; Veteran's Day; Thanksgiving Day; Friday following Thanksgiving Day; December 24 or the last workday before Christmas is celebrated pursuant to Section 12.1, Christmas Day; and December 31or the last workday before New Year’s Day is celebrated pursuant to Section 12.1. All recognized holidays shall be observed according to the dates established by the Administrator/Controller. Section 12.1. Holiday Celebration. If a recognized holiday is on Saturday, the County Offices will be closed the preceding Friday. Whenever a recognized holiday is on a Sunday, the County Offices will be closed the following Monday.

12

Section 12.2. Holiday Pay for Part-time Employees. Regular part-time employees shall receive pro-rated holiday pay (based on their FTE) regardless of whether or not the holiday falls on a day the part-time employee is scheduled to work. Example: Employee “A” works 40 hours per pay period and is a .5 FTE. Employee “A” does not normally work on Monday. This week Monday is a holiday. Employee “A” would receive four hours of holiday pay. Employee “A” normally works eight hours on Tuesday, but this week Tuesday is a holiday. Employee “A” would receive four hours of holiday pay. PAID TIME OFF Section 13.0. Paid Time Off Regular full-time employees are eligible to receive PTO benefits in accordance with the following schedule that will be fully distributed on the employee's anniversary date. PTO may be used in four-hour or full-day increments. Court-County Service Required Paid Time Off Annually

Start through second year 144 hours Third through ninth years 184 hours

Tenth through fourteenth years 224 hours Fifteenth and subsequent years 264 hours

Regular part-time employees will accrue PTO benefits on a pro-rated basis in accordance with their FTE. On each Employee's anniversary date, his/her unused PTO benefits up to a maximum of 240 hours may be carried forward into the following year. With written approval by the Department Head to the Human Resources Department, actual accrued hours beyond the maximum 240 may be carried forward beyond the Employee's anniversary date if scheduled to be used within 90 days. Section 13.1. PTO Scheduling. Any request to use PTO must be made to the employee’s immediate supervisor as early as possible, unless an illness, injury or emergency exists which prevents giving the required notice. Illness, injury and emergency use of PTO may, upon reasonable request by the supervisor/Department Head, be made conditional upon the employee furnishing written documentation satisfactory to the Employer. Use of PTO will not be construed to relieve an employee of the responsibility to comply with the Employer's required procedures concerning notification of absence from work. Consideration of employee preferences in scheduling non-emergency use of PTO will be given whenever possible and practical. However, non-emergency use of PTO will be at the discretion of the supervisor/Department Head and may be denied if the absence of the employee would unreasonably interfere with the efficient operations of the Employer or the Employer’s obligations to the public. The Prosecutor shall approve or deny a request for paid time off within fourteen (14) calendar days or such request shall be deemed to have been approved.

13

The date the non-emergency use of PTO was requested, and the employee’s length of service may be criteria used for resolving scheduling conflicts when two or more employees request the non-emergency use of PTO for the same periods of time, provided that the request(s) was submitted with as much advance notice as possible. Section 13.2. PTO Basis. PTO will be paid at the straight time regular rate of pay an employee is earning at the time PTO is taken, excluding all premiums. Section 13.3. PTO Payout Benefit. An employee may cash out up to a maximum of 80 hours annually of accrued but unused PTO during June and/or December of each year, by notifying the County’s Human Resources Department in writing (or by e-mail) no later than the end of pay period 12 for a June payout and pay period 24 for a December payout. Such pay shall occur in the pay period following the employees’ request and shall be at the employee’s straight time regular rate of pay at that time. Section 13.4. Benefits at Termination. There shall be no payment for unused PTO benefits upon an Employee’s termination during the first year of employment or for voluntary terminations without at least two (2) full calendar weeks advanced written notice to the Prosecutor. In all other terminations, Employees shall be paid for accrued and unused paid time off benefits, to a maximum of two hundred forty (240) hours. PTO benefits will be paid on the same basis as outlined in Section 13.2. of this Agreement. In the event of lay-off, an employee who still retains call-back rights on his anniversary date will be credited with the PTO benefits earned prior to the lay-off. Section 13.5. PTO Subsidy. Employees may give and receive PTO in accordance with Board Policy #373 – Paid Leave Time Subsidy, which the Board may modify or delete at any time.

INSURANCE Section 14.0. Health Insurance. (A) The County agrees to maintain at least two group health benefit plans and prescription coverage utilizing a three-tier program, of no higher than $10 for generic medications, $30 for brand name formulary medications and $50 for brand name non-formulary medications. (Mail order co-pays may vary). Should the County non-union group have prescription coverage with lower co-pays for a particular plan, employees in this bargaining unit shall be entitled to the same prescription co-pays provided they are enrolled in that plan. (B) On an annual basis, the County will adopt a baseline (standard) plan and will pay eighty (80) percent of the illustrated rate for the baseline plan offered to employees. Employees will be responsible for payment of twenty (20) percent of the illustrative rates plus the full incremental buy up cost for any better plan the employee elects to enroll in. Should the County non-union group pay a premium amount less than twenty (20) percent, employees in this bargaining unit shall be entitled to the same premium payment provided they are enrolled in that plan. (C) Employees Opting out of the County’s health insurance plan shall receive an opt-out payment of at least $1,300 annually ($50 per pay period) or any higher amount as may be approved by the County for any County-wide bargaining unit or the County non-union group.

14

The payment shall be made as part of the employee’s regular check and paid in equal amounts on a bi-weekly basis. Employees who chose to opt out of the County’s health insurance plan must provide proof of coverage from an alternative source before opt-out is allowed. No Employee shall be allowed to opt-out of the plan for any period of less than one (1) year except in the case of a qualifying event. The incentive offered under this section is not available to spouses of County employees when both spouses are County/Court employees. Part-time employees are not eligible to receive the incentive. (D) If the employee and the employee’s spouse are both eligible to participate as employees in group health plans funded by or through the County, the employee and the employee’s spouse shall elect coverage under only one such plan. If the employee and the employee’s spouse fail to make an effective election within two (2) weeks after being requested to do so, the Employer shall have the right to elect the plan for the employee(s). The covered spouse is not entitled to receive an opt out credit. (E) Part-time employees may elect insurance, however, the employee is responsible for the following cost of the premiums: FTE Employee Cost 0 - .24 100% .25 - .49 75% + full-time co-share percentage .50 - .74 50% + full-time co-share percentage .75 - .93 25% + full-time co-share percentage .94 - 1.00 full-time co-share percentage (up to 15%+) (F) The Open Enrollment process shall be developed annually by the County’s Human Resources Department. Changes in elections may only occur during open enrollment or in the case of a qualifying event. (G) Coverage shall become effective the first (1st) of the month following completion of thirty (30) days continuous employment with the Employer. Section 14.1. Dental Insurance. During the term of this Agreement, the Employer agrees to pay the required premiums to continue in effect its current program of dental benefits for each full-time employee, including dependent coverage, included within the bargaining unit. This coverage shall become effective on the first (1st) of the month following completion of sixty (60) calendar days of continuous employment with the Employer. Part-time employees are eligible for Dental insurance on the same pro-rated basis as health insurance. Section 14.2. Life Insurance. For all regular full-time employees, the County will pay the required premium for term life insurance in an amount equal to one (1) times the employees annual salary rounded down to the nearest thousand, but in no case more than $50,000 and a like amount for accidental death and dismemberment. At the age of 65, the benefit shall be reduced according to a schedule provided by the insurance carrier. Part-time employees are eligible for life insurance on the same pro-rated basis as health insurance.

15

Coverage shall become effective the first day of the month following a waiting period of sixty (60) days. An employee’s annual salary is based on the employee’s salary as of November 1st of the preceding year. The employee may have the ability to purchase supplemental insurance according to a schedule provided by the insurance carrier upon meeting the required qualifications based on Evidence of Insurability. Section 14.3. Vision Insurance. During the term of this Agreement, the Employer agrees to pay the required premiums for a program of optical insurance covering each full-time employee, including dependent coverage. The coverage shall become effective on the first (1st) of the month following completion of thirty (30) calendar days of continuous employment with the Employer. Part-time employees are eligible for Vision Insurance on the same pro-rated basis as health insurance. Section 14.4. Malpractice Insurance. The Employer shall provide malpractice insurance coverage for all full-time and regular part-time Assistant Prosecuting Attorneys under policies provided by the Michigan Municipal Risk Management Authority and the Prosecuting Attorney's Association of Michigan. The Employer shall pay for all training of Assistant Prosecuting Attorneys which is determined to be necessary by the State Bar of Michigan and/or the Calhoun County Prosecutor, provided such monies are budgeted by the Calhoun County Board of Commissioners as part of the Prosecutor's Office budget. The Employer agrees to reopen this subject for negotiations in the event that mandatory continuing legal education becomes a requirement for membership in the State Bar of Michigan. Section 14.5. Sickness and Accident Insurance. The Employer shall obtain and pay for a sickness and accident insurance program for full-time employees covered by this Agreement. In order to qualify for benefits, the employee must submit the required claim information/documentation and establish to the satisfaction of the carrier that they are disabled from performing the essential functions of their position. The sickness and accident plan shall provide bi-weekly payments consisting of sixty-seven percent (67%) of the employee’s normal gross weekly wages. In instances in which the physician determines the employee may work on a part-time basis, the wage payments may be pro-rated. Benefits shall be payable from the first (1st) day of disability due to accidental bodily injury or hospitalization or the eighth (8th) day of disability due to sickness, for a period not to exceed twenty six (26) weeks for any one (1) period of disability nor more than twenty six (26) weeks in any twelve (12) month period commencing with the date of disability. Employees are not entitled to this benefit for any disability for which they may be entitled to indemnity or compensation under a retirement plan, social security , worker's compensation, or any other salary continuation program. Employees may utilize their paid time off to receive their normal weekly wages. If Sickness and Accident benefits are received during a recognized holiday the employee will not receive holiday pay. This coverage shall become effective on the first (1st) of the month following completion of sixty (60) calendar days of continuous employment with the Employer. Employees may have the ability to purchase supplemental long-term disability insurance according to a schedule provided by the insurance carrier upon meeting the required qualifications based on Evidence of Insurability.

16

Section 14.6. Selection of Insurance Carriers. The Employer reserves the right to select or change the insurance carriers providing the benefits stated in Section 14.0 through Section 14.5, to be a self-insurer, either wholly or partially with respect to such benefits, and to choose the administrator of such insurance programs, and provide that the level of such benefits remains substantially the same. Section 14.7. Provisions of Insurance Plans. No matter respecting the provisions of any of the insurance programs set forth in this Agreement shall be subject to the Grievance and Arbitration Procedures established under this Agreement. Section 14.8. Insurance Benefit Continuation. (a) Except with respect to those situations covered by this section, Section 17.3, or as

otherwise provided by law, there shall be no liability on the part of the Employer for any insurance premiums payment of any nature whatsoever for an employee or employees who are on a leave of absence, layoff, retire, or otherwise terminated beyond the date on which such layoff, leave of absence, retirement, or termination commenced or occurred.

(b) While a full-time employee is on a medical leave of absence and is receiving benefit payments through the Employer's sickness and accident insurance carrier or is receiving compensation benefits pursuant to the Workers' Compensation Act, the Employer will continue to pay its share of the required premiums for hospitalization insurance coverage, including dependent coverage, for that employee. The employee’s share will be made by payroll deduction or by an agreed upon payment arrangement. The Employer's obligation under this subsection shall be limited to a period of up to six (6) months and, further, shall not extend beyond the period when the employee is receiving benefit payments through the Employer's sickness and accident insurance carrier or is receiving compensation payments pursuant to the Workers' Compensation Act, whichever is shorter.

(c) Employees desiring to continue insurance coverage in situations not provided for by this

Agreement may do so by electing COBRA insurance as provided within State and Federal guidelines.

Section 14.9. Part-time Employees. Regular part-time employees are not eligible to participate in any insurance plans or benefits offered by the Employer unless otherwise stated. Section 14.10. Flexible Benefit Plan. The Employer may offer all benefits addressed in this Agreement along with any additional benefits offered by the Employer as part of a flexible benefit plan. As part of the flexible benefit plan employees may have the opportunity to opt out of or in to a plan which may include a specified opt-in/opt-out time period or possible opt-out credit. The Employer may at any time delete an insurance benefit from the flexible benefit plan. However, health, dental, vision, and life insurance shall not be deleted.

17

RETIREMENT Section 15.0. Calhoun County Retirement Plans. Employees are eligible to participate in the retirement plans offered by Calhoun County as defined by and subject to the terms, conditions, and limitations set forth in the Plans, as may be amended from time to time. The obligations contained in this section are in substitution for and shall be deemed to constitute complete satisfaction and settlement of any contrary obligations or liabilities which the Employer has or may have had at any time under any prior retirement program. All forfeitures due to non-vesting in a plan shall accrue to the Employer.

Calhoun County Defined Benefit Pension Plan (“DB Plan”): All eligible bargaining unit employees hired on or before February 29, 2020 shall participate in the Calhoun County Defined Benefit Pension Plan, as amended, unless the employee had previously made an authorized election not to participate in the plan. Employees hired after February 29, 2020 are not eligible for participation in the DB plan. Effective January 1, 2020, each participating employee shall contribute 7% of their compensation, as defined by the DB Plan. Normal retirement benefits shall be equal to 1% of final average compensation, multiplied by years of credited service (including any additional credited service purchased by the participant) for years ending before 2006; plus 2% of final average compensation, multiplied by years of credited service for years ending after 2005. Participating employees that had attained 30 years of service credit prior to January 1, 2006 will be eligible for a late retirement benefit calculation as defined under the Plan. The parties acknowledge and mutually agree that the 7% Employee contribution beginning in 2020 is intended to be the maximum Employee contribution for future years as a result of the agreement to close the DB Plan to new hires in 2020. Calhoun County 401(k) Savings Plan (“401(k) Plan”): All Employees are eligible to participate in the 401(k) Plan. Contributions to the Employee’s 401(k) shall be made on a bi-weekly basis or as soon as administratively feasible.

For eligible Employees (.5 FTE or higher) that do not contribute to or receive a

contribution under the DB Plan, the Employer shall contribute an amount equal to each eligible Employee’s elective contribution up to five percent (5%) of the Employee’s compensation (as defined by the Plan). If the Employee contributes at least five percent (5%) of their compensation, the Employer will contribute an additional amount equal to two percent (2%) of the Employee’s compensation, for a maximum Employer contribution of seven percent (7%). The Employer has no obligation to make any contributions to the 401(k) on behalf of Employees participating in and receiving a contribution under the DB Plan, or to any Employee with less than a .5 FTE status. There shall be immediate vesting in all amounts contributed by the Employee. Vesting in amounts contributed by the Employer shall be according to a schedule of forty percent (40%) after two (2) full years of service, sixty percent (60%) after three (3) full years of service, eighty percent (80%) after four (4) full years of service, and one hundred percent (100%) after five (5) full years of service.

18

457 Deferred Compensation Plan (“457 Plan”): All Employees are eligible to voluntarily participate in the 457 Deferred Compensation Plan, in accordance with the terms of the plan.

COMPENSATION Section 16.0. Salary Ranges. There shall be two classifications and salary schedules for assistant prosecutors as set forth in Appendix A. Effective January 1, 2022, add a 2% across the board increase to the salary rates from the 2021 wage schedule. Effective January 1, 2023, add a 2.5% across the board increase to the salary rates from the 2022 wage schedule. ***Adjust the Wage Scale to 7 steps and even 6% spread between steps ***$1,200 lump sum cash payment Jan 1, 2022 for anyone in the Steps at APAA Level II If the Prosecuting Attorney determines there is a need to reduce the budget further, a Special Conference will be scheduled to discuss staffing options, such as furlough days. Section 16.1. Advancement within Salary Range. Advancement from one pay step to the next in the applicable salary range shall normally occur upon completion of a full year of service in the applicable classification. If the Prosecuting Attorney determines that the APA will not be moving to the next step in the classification on their position anniversary date, they shall be notified in writing at least sixty (60) days before the increase would otherwise have occurred. A decision of the Prosecuting Attorney to not approve the step increase will not change the employee’s existing anniversary date in the position that is used to determine future step increases. The Prosecutor may increase or reduce the step level of an employee within the employee assigned classification with the approval of the County Administrator/Controller. Promotions to and demotions from the Assistant Prosecutor II classification shall be at the sole discretion of the Prosecutor. Employees in APA classification I that have achieved one full year at Step 3 shall be notified in writing at least sixty (60) days before their anniversary date whether or not they will be promoted to APA classification II. Upon promotion, an employee’s new rate shall be the lowest rate which will assure a higher rate throughout the year than the employee would have received without the promotion. An employee who is demoted shall be paid at the rate that would have applied if all the employee’s bargaining unit service had been in the lower classification. Salary rate changes shall be effective the first day of the payroll period following the occurrence causing the change. Section 16.2. Direct Deposit. All current and new employees are required to be paid by direct deposit.

19

MISCELLANEOUS Section 17.0. Bar Dues. The Employer shall continue to pay for Assistant Prosecuting Attorneys' membership in the State Bar of Michigan which is necessary for the Attorneys' eligibility to practice law in the State of Michigan. The Employer shall pay for Assistant Prosecuting Attorneys' membership in the Calhoun County Bar Association. Section 17.1. Payment at Death of an Employee. Wages and paid time off due a deceased employee shall be paid in accordance with a primary and secondary beneficiary designation filed by the employee. In the absence of a valid beneficiary designation, payment shall be made pursuant to the provisions of prevailing statutes. Section 17.2. Severability. If during the life of this Agreement any of the provisions contained herein are held to be invalid by operation of law or by any tribunal of competent jurisdiction, or if compliance with or enforcement of any provisions should be restrained by such tribunal pending a final determination as to its validity, the remainder of this Agreement shall not be affected thereby. In the event any provision herein contained is so rendered invalid, upon written request by either party hereto, the Employer and the Association shall enter collective bargaining for the purpose of negotiating a mutually satisfactory replacement for such provision. Section 17.3. Termination of Employment. (A) It is hereby agreed and understood by all parties to this contract that Assistant Prosecuting Attorney positions are by appointment of the Prosecutor and that all such persons serve at the sole pleasure and discretion of the elected Prosecutor as provided in MCL 49.35; MSA 5.795, and that any disciplinary matter is not grievable nor subject to arbitration. (B) If an Assistant Prosecuting Attorney who has completed at least five (5) years of service is not re-appointed, including but not limited to those situations involving periodic succession of the Prosecuting Attorney, or has his/her appointment withdrawn at any time by the Prosecuting Attorney, and his/her termination from employment is for anything other than death, retirement, or voluntary resignation, and the employee executes a waiver of any and all claims against the Employer, in a form approved by the Employer, the employee will be provided salary continuation for a period of four (4) work weeks (i.e., 160 hours for full-time employees, and a pro-rated share for part-time employees) from the date of termination and health insurance continuation for a period of thirty (30) days from the date of termination. The payments will be made on a bi-weekly basis, subject to normal withholding of taxes and benefit premiums, and is to be made in addition to any PTO benefit payout which may be owed to the employee as of the employee’s termination date. In addition, such salary and fringe benefit continuation is subject to and contingent upon the employee not receiving unemployment compensation during that time. (C) If an Assistant Prosecuting Attorney who has completed at least ten (10) years of service is not re-appointed, including but not limited to those situations involving periodic succession of the Prosecuting Attorney, or has his/her appointment withdrawn at any time by the Prosecuting

20

Attorney, and his/her termination from employment is for anything other than death, retirement, or voluntary resignation, and the employee executes a waiver of any and all claims against the Employer, in a form approved by the Employer, the employee will be provided salary continuation for a period of six (6) work weeks (i.e., 240 hours, and a pro-rated share for part-time employees) from the date of termination and health insurance continuation for a period of forty five (45) days from the date of termination. The payments will be made on a bi-weekly basis, subject to normal withholding of taxes and benefit premiums, and is to be made in addition to any PTO benefit payout which may be owed to the employee as of the employee’s termination date. In addition, such salary and fringe benefit continuation is subject to and contingent upon the employee not receiving unemployment compensation during that time. (D) If an Assistant Prosecuting Attorney who has completed at least fifteen (15) years of service is not re-appointed, including but not limited to those situations involving periodic succession of the Prosecuting Attorney, or has his/her appointment withdrawn at any time by the Prosecuting Attorney, and his/her termination from employment is for anything other than death, retirement, or voluntary resignation, and the employee executes a waiver of any and all claims against the Employer, in a form approved by the Employer, the employee will be provided salary continuation for a period of eight (8) work weeks (i.e., 320 hours, and a pro-rated share for part-time employees) from the date of termination and health insurance continuation for a period of sixty (60) days from the date of termination. The payments will be made on a bi-weekly basis, subject to normal withholding of taxes and benefit premiums, and is to be made in addition to any PTO benefit payout which may be owed to the employee as of the employee’s termination date. In addition, such salary and fringe benefit continuation is subject to and contingent upon the employee not receiving unemployment compensation during that time. (E) Notwithstanding the foregoing, no salary continuation shall be paid to employees whose separation from employment is due to disciplinary action, or is due to his/her: commission of a felony, high misdemeanor, misdemeanor, violation of Calhoun County policy, dishonest conduct/behavior, conduct/behavior that is unbecoming/disrespectful/detrimental to the Office of the Prosecuting Attorney, or in any case in which an employee’s license to practice law within Michigan could be suspended or revoked.

1. “Disciplinary action” is further defined as: “the Prosecuting Attorney’s good faith dissatisfaction with the performance of an Assistant Prosecuting Attorney.”

2. The Prosecuting Attorney’s good faith dissatisfaction with the performance of the

employee may be evidenced by written notice at any time, at least thirty (30) days prior to termination, but no more than one year (365 days) prior to termination. The written notice may include a time frame, given by the Prosecuting Attorney, in which the employee must cure the dissatisfying behavior.

3. After receiving written notice regarding the Prosecuting Attorney’s dissatisfaction with the employee’s performance, the employee may at any time request a meeting with the Prosecuting Attorney to discuss curing the dissatisfaction. The

21

employee may at his/her election be accompanied by a member of the APAA bargaining unit.

4. As stated in paragraph “A.” of this section, termination due to “disciplinary

action” shall not be grievable nor subject to arbitration. Section 17.4. Address Change. All employees shall promptly notify the Prosecutor and the Human Resources Department via E-Suite of any change in name or address. Section 17.5 Appointment of Emergency Manager. An emergency manager appointed under the local financial stability and choice act, 2012 PA 436, MCL 141.1541 to 141.1575, shall be allowed to reject, modify, or terminate the collective bargaining agreement as provided in the local financial stability and choice act, 2012 PA 436, MCL 141.1541 to 141.1575. Provisions required by this subsection are prohibited subjects of bargaining under this act. SCOPE OF AGREEMENT Section 18.0. Past Practices. This Agreement shall supersede any other agreement, policy, or past practice inconsistent with its terms unless mutually adjusted in writing by the Employer and the Association. Section 18.1. Waiver. It is the specific and express intention of the parties, that this Agreement contains all economic and non-economic terms and conditions of employment applicable to the employees covered by this Agreement. Therefore, the Employer and the Association, for the life of this Agreement, each voluntarily and unqualifiedly waives the right, and each agrees that the other shall not be obligated, to bargain collectively with respect to any subject or matter not specifically referred to or covered by this Agreement, even though such subject matter may not have been within the knowledge or contemplation of either or both of the parties at the time they negotiated or signed this Agreement. DURATION Section 19.0. Termination. Except as otherwise provided herein, this Agreement shall be effective as of January 1, 2022, and remain in full force and effect through December 31, 2023 at 11:59 p.m. and thereafter for successive periods of one (1) calendar year unless either party shall on or before the sixtieth (60th) calendar day prior to expiration serve written notice on the other party of a desire to terminate, modify, alter, negotiate, change, or amend this Agreement. A notice of desire to modify, alter, amend, negotiate or change or any combination thereof shall have the effect of terminating the entire Agreement on the expiration date in the same manner as notice of desire to terminate unless before that date all subjects of amendment proposed by either party have been disposed of by agreement or withdrawal by the party proposing amendment, modification, alteration, negotiation or change or any combination thereof. The parties agree to meet within a reasonable time after service of the written notice to commence negotiations.

22

SIGNATORIES: FOR CALHOUN COUNTY FOR CALHOUN COUNTY ASSISTANT PROSECUTING ATTORNEYS ASSOCIATION _________________________________ _________________________________ Steve Frisbie Tamara Towns Chairperson, Board of Commissioners Assistant Prosecuting Attorney _________________________________ _________________________________ David Gilbert Jennifer Raucci County Prosecutor Assistant Prosecuting Attorney _________________________________ _________________________________ Kelli D. Scott Karen Pawloski Administrator/Controller Assistant Prosecuting Attorney _________________________________ Date:_____________________________ Kim Archambault HR & Labor Relations Director Date:_____________________________

23

APPENDIX A The following rates shall be the minimum applicable rates effective January 1 of each year: 2022 Compensation Schedule STEP 1 STEP 2 STEP 3 STEP 4 STEP 5 STEP 6 STEP 7

APA I 59,734.81 63,916.25 68,390.39

APA II 74,759.30 79,155.14 83,809.47 88,737.46 93,955.22 99,479.79 105,329.20 2023 Compensation Schedule STEP 1 STEP 2 STEP 3 STEP 4 STEP 5 STEP 6 STEP 7

APA I 61,228.18 65,514.16 70,100.15

APA II 76,628.28 81,134.02 85,904.70 90,955.89 96,304.10 101,966.78 107,962.43

24

Calhoun County

And the

Assistant Prosecuting Attorneys Association (APAA)

LETTER OF UNDERSTANDING

The parties have agreed that during calendar year 2022, employees in the bargaining unit may cash out an additional 40 hours of paid time off (PTO), for an annual cash out maximum of 120 hours. The cash out requests and payments shall occur in the same manner as provided for in Article 13.3 of the collective bargaining agreement. This Letter of Understanding shall expire after the December 2022 payments are made in pay period 25. For the Employer: Date For the Union: Date

   AI-3770     12. B. 8. BOC RegularMeeting Date: 12/16/2021  AFSCME 2022-2024 Collective Bargaining AgreementSubmitted For:  Kim Archambault, HR Director, Human Resources FROM: Kim Archambault, HR Director, Human ResourcesDepartment: Human Resources

InformationRESOLUTION:Resolved, the Board of Commissioners approve the AFSCME 2022-2024 collective bargaining agreement aspresented and authorizes the Board Chair to sign the Agreement. 

RECOMMENDATION:It is recommended that the Board of Commissioners approve the AFSCME 2022-2024 collective bargainingagreement as presented

Fiscal Impact

BUDGETARY IMPACT:The 2022 related expenses for this Agreement have already been included in the 2022 approved budget.

AttachmentsAFSCME Contract 

AGREEMENT

between

CALHOUN COUNTY BOARD OF COMMISSIONERS

and

CALHOUN COUNTY SUPERVISORY EMPLOYEES, LOCAL NO. 2431, MICHIGAN COUNCIL #25,

A.F.S.C.M.E., AFL-CIO

January 1, 2022 through December 31, 2024

i

TABLE OF CONTENTS

Page PURPOSE AND INTENT 1 ARTICLE 1 – RECOGNITION 1 Section 1.1. Collective Bargaining Unit 1 ARTICLE 2 – REPRESENTATION 1 Section 2.1. Collective Bargaining Committee 1 Section 2.2. Stewards 2 Section 2.3. Identification of Union Stewards 2 ARTICLE 3 – UNION MEMBERSHIP 2 Section 3.1. Non-Discrimination Relative to Union Membership 2 Section 3.2. Union Membership Rules 3 Section 3.3. Voluntary Dues Deduction 3 Section 3.4. Payroll Deduction for Union Dues or Service Fees 3 Section 3.5. PEOPLE Checkoff 4 Section 3.6. Hold Harmless 4 ARTICLE 4 – RIGHTS OF THE EMPLOYER 4 Section 4.1. Rights 4 ARTICLE 5 – GRIEVANCE PROCEDURES 5 Section 5.1. Definition of Grievance 5 Section 5.2. Grievance Procedure 5 Section 5.3. Expedited Disciplinary Grievances 6 Section 5.4. Time Limitations 6 Section 5.5. Time Computation 6 Section 5.6. Grievance Resolution 6 Section 5.7. Grievance Settlements 6 Section 5.8. Grievance Form 7 Section 5.9. Lost Time 7 ARTICLE 6 - ARBITRATION 7 Section 6.1. Arbitration Request 7 Section 6.2. Selection of Arbitrator 7 Section 6.3. Arbitrator’s Powers 7 ARTICLE 7 – SPECIAL CONFERENCES 8 Section 7.1. Special Conferences 8 ARTICLE 8 – WORK STOPPAGES 8 Section 8.1. No Strike Pledge 8 Section 8.2. Penalty 8

ii

Section 8.3. Lockout 8 ARTICLE 9 – SENIORITY 9 Section 9.1. Definition of Seniority 9 Section 9.2. Probationary Period 9 Section 9.3. Seniority and Benefit Accumulation 10 Section 9.4. Loss of Seniority 10 Section 9.5. Transfer to Non-bargaining Unit Position 10 Section 9.6. Seniority List 10 Section 9.7. Job Posting 11 ARTICLE 10 - LAYOFF AND RECALL 12 Section 10.1. Layoff Procedure 12 Section 10.2. Notification of Layoff 12 Section 10.3. Recall 12 Section 10.4. Notification of Recall 12 Section 10.5. Super-Seniority 13 Section 10.6. Voluntary Layoff 13 ARTICLE 11 - HOURS OF WORK 13 Section 11.1. Normal Workweek and Workday 13 Section 11.2. Workweek and Workday Definitions 13 Section 11.3. Scheduling 14 Section 11.4. Premium Pay 14 Section 11.5. Lunch Period 14 Section 11.6. Rest Period 14 Section 11.7. Floating Holiday 15 Section 11.8. Telecommuting 15 ARTICLE 11 - LEAVES OF ABSENCE 15 Section 12.1. Procedures for Requesting Leave 15 Section 12.2. Purposes of Leaves 15 Section 12.3. Early Returns from Leave 15 Section 12.4. Active Military & Reserve Training Leave 15 Section 12.5. Bereavement Leave 15 Section 12.6. Jury Duty 16 Section 12.7. Personal Leave 16 Section 12.8. Union Leave 16 Section 12.9. Family Medical Leave 16 Section 12.10. Paid Medical Leave Act 16 Section 12.11. Disability Leave 16 Section 12.12. Medical Certifications and Examinations 16 ARTICLE 13 - HOLIDAYS 17 Section 13.1. Recognized Holidays 17 Section 13.2. Holiday Eligibility 17 Section 13.3. Holiday Celebration 18

iii

ARTICLE 14 - PAID TIME OFF 18 Section 14.1. Paid Time Off 18 Section 14.2. PTO Scheduling 18 Section 14.3. PTO Basis 19 Section 14.4. Benefits at Termination 19 Section 14.5. PTO Subsidy 19 Section 14.6. PTO Payout 19 ARTICLE 15 - INSURANCE 19 Section 15.1. Hospitalization Insurance 20 Section 15.2. Dental Insurance 20 Section 15.3. Sickness and Accident Insurance 20 Section 15.4. Term Life Insurance 20 Section 15.5. Vision Care Insurance 21 Section 15.6. Provision of Insurance Plans 21 Section 15.7. Selection of Insurance Carriers 21 Section 15.8. Continuation of Benefits 21 ARTICLE 16 - COMPENSATION 22 Section 16.1. Classification and Hourly Rates 22 Section 16.2. Hourly Rates 22 Section 16.3. Advancement Within Pay Grades 22 Section 16.4. Credit for Prior Experience 23 Section 16.5. Temporary Assignment 23 Section 16.6. Reclassifications 23 Section 16.7. Promotions 23 Section 16.8. Direct Deposit 23 ARTICLE 17 - LONGEVITY 23 Section 17.1. Longevity Benefit 23 Section 17.2. Longevity Payments 23 Section 17.3. Longevity Eligibility 23 ARTICLE 18 - RETIREMENT 24 Section 18.1. Retirement Plans 24 ARTICLE 19 - MISCELLANEOUS 25 Section 19.1. Address Change 25 Section 19.2. Amendment of Agreement 25 Section 19.3. Benefit Records 25 Section 19.4. Captions 25 Section 19.5. Closing of the County Building 25 Section 19.6. Consolidation of Jobs 25 Section 19.7. Educational Reimbursement Program 25 Section 19.8. Gender 25 Section 19.9. Job Related Injuries 26

iv

Section 19.10. New Classifications 26 Section 19.11. Payment at Death of Employee 26 Section 19.12. Personnel Policies 26 Section 19.13. Record Keeping 26 Section 19.14. Separability 26 Section 19.15. Veteran’s Preference Claims 26 Section 19.16. Union Literature 27 Section 19.17. Clothing Allowance 27 Section 19.18. Orientation New Employees 27 Section 19.19. Work Safety 27 Section 19.20. Transfer from Other Bargaining Units 27 Section 19.21. Appointment of Emergency Manager 27 ARTICLE 20 – SCOPE OF AGREEMENT 27 Section 20.1. Waiver 27

ARTICLE 21 - DURATION 28 Section 21.1. Termination 28

APPENDIX A – WAGE CLASSIFICATIONS

1

AGREEMENT PURPOSE AND INTENT The general purpose of this agreement is to set forth terms and conditions of employment, and to promote orderly and peaceful labor relations for the mutual interest of the Employer, the employees and the Union. The parties recognize that the interest of the community and the job security of the employees depends upon the Employer’s success in establishing a proper service to the community. To these ends the Employer and the Union encourage to the fullest degree friendly and cooperative relations between their respective representatives at all levels and among all employees. This agreement is effective the 1st day of January, 2022, by and between CALHOUN COUNTY BOARD OF COMMISSIONERS, hereinafter referred to as the “Employer,” and the CALHOUN COUNTY SUPERVISORY EMPLOYEES, LOCAL NO. 2431, affiliated with MICHIGAN COUNCIL #25, A.F.S.C.M.E., AFL-CIO, hereinafter referred to as the “Union.” RECOGNITION Section 1.1. Collective Bargaining Unit. Pursuant to Public Act 379 of 1965, as amended, the Employer recognizes the Union as the exclusive representative for purposes of collective bargaining with respect to rates of pay, wages, hours of employment, and other conditions of employment for all employees employed by the Employer in the following bargaining unit: All full time supervisory employees employed by the Calhoun County Board of Commissioners, BUT EXCLUDING all Elected Officials, Department Heads, Department Directors, employees of the Circuit, District and Probate Courts, the Chief Assistant Prosecuting Attorney, the Deputy Clerk/Register, Deputy Drain Commissioner, Deputy Treasurer, employees of the Calhoun County Sheriff’s Department, employees of the Calhoun County Health Department, employees of the Calhoun County Road Department, confidential employees, and all non-supervisory employees. REPRESENTATION Section 2.1. Collective Bargaining Committee. The Employer agrees to recognize not more than two (2) non-probationary employees covered by this Agreement as a Collective Bargaining Committee. Members of the Collective Bargaining Committee shall act in a representative capacity for the purpose of collective bargaining negotiations with the Employer. The Union shall, in advance of the Employer’s recognition, furnish the employer in writing with the names of its Collective Bargaining Committee members. The members of the Collective Bargaining Committee shall be compensated at their straight time regular rate of pay for all time actually lost from work during collective bargaining negotiations with the Employer. Such bargaining sessions shall normally commence during the County’s usual business hours.

2

Section 2.2. Stewards. (a) The Employer hereby agrees to recognize two (2) Stewards and two (2) Alternate Stewards, each of whom shall have one (1) year’s seniority, to act as grievance representative under this Agreement, in addition to the Local Union President. Alternate Stewards may exercise the functions of a Steward under this Agreement only if the Steward for the particular work location is absent. It shall be the function of such individuals to act in a representative capacity for the purpose of processing and investigating grievances for employees covered by the Agreement. (b) The Union agrees that the Stewards and their alternates will continue to perform their regularly assigned duties and that their responsibilities as a Steward will not be used to avoid those duties. They shall act in a manner which will not disrupt nor interfere with the normal functions of the Employer. If it is necessary for a Steward or his alternate to temporarily leave his assignment to process a grievance, he shall first request permission of his immediate supervisor or Department Head, whichever is appropriate. In the event it is necessary for a Steward to remain on his job after a request to handle a grievance is made, the Steward shall be relieved to perform his representative duties as quickly thereafter as possible; both parties to this Agreement recognize a rule of reason must apply in this regard. (c) The Employer agrees to compensate the Steward and his alternate at their straight time regular rate of pay for all reasonable time lost from their regularly scheduled working hours while processing a grievance in accordance with the Grievance Procedure. Section 2.3. Identification of Union Representatives. The Union will furnish the Employer in writing with the names of its Stewards and all officials of the Union responsible for administering the Agreement and whatever changes may occur from time to time in such personnel so that the Employer may at all times be advised as to the authority of individual representatives of the union with whom it may be dealing. This identification shall be made in advance of the Employer’s recognition of the authority of such individuals to act under this Agreement. UNION MEMBERSHIP Section 3.1. Non-Discrimination Relative to Union Membership. The Employer and the Union agree that, in accordance with Public Act 349 of 2012, MCL §423.209 and §423.210, an individual shall not be required as a condition of obtaining or continuing employment with Employer to do any of the following: (a) Refrain or resign from membership in, voluntary affiliation with, or voluntary financial

support of the Union.

(b) Become or remain a member of the Union. (c) Pay any dues, fees, assessments, or any other charges or expenses of any kind or amount, or

provide anything of value to the Union.

3

(d) Pay to any charitable organization or third party any amount that is in lieu of, equivalent to, or any portion of dues, fees, assessments, or other charges or expenses required of members of or employees represented by the Union.

In the event Public Act 349 of 2012 is either overturned with no further appeals or repealed, the parties shall meet to negotiate new language relative to Section 3.1 thru Section 3.4 Union Security/Union Membership and Check-off Dues and Fees.

Section 3.2. Union Membership Rules. The Union shall have the right to prescribe its own rules with respect to the acquisition or retention of membership in the Union, as provided by MCL 423.210(a). Section 3.3. Voluntary Dues Deduction. During the term of this Agreement for those employees who have voluntarily executed payroll deduction authorization cards which are delivered to the Human Resources Department, Employer will deduct from their pay the monthly Union dues and initiation fees as designated by the Union and shall promptly remit any and all amounts deducted. The Union agrees to indemnify and save Employer harmless against any and all claims, suits, expenses, and other forms of liability that may arise out of or by reason of action taken in reliance upon such individual authorization cards or by reason of the Employer’s compliance with the provisions of this Article. Employees shall have the right to voluntarily withdraw the payroll deduction authorization at any time by providing notice of said withdrawal to Employer and the Union in writing. Section 3.4. Payroll Deduction for Union Dues or Service Fees. (a) During the term of this Agreement, the Employer agrees to deduct or cause to be deducted periodic monthly Union dues or service fees from each employee covered by this Agreement who executes and files with the Employer a proper checkoff authorization form. (b) Individual authorization forms shall be furnished or approved by the Union and, when executed, filed by it with the Human Resources Department. (c) Deductions shall be made only in accordance with the provisions of the written authorization form, together with the provisions of this section. The following authorization form shall be used exclusively: (d) A properly executed copy of the written authorization form for each employee for whom Union dues or the service fee to be deducted hereunder shall be delivered to the payroll office before any payroll deductions are made. Deductions shall be made thereafter only under the written authorization forms which have been properly executed are in effect. Any authorization form which lacks the employee’s signature will be returned to the Union. (e) Deductions shall commence with the first (1st) full payroll period in the calendar month following receipt of the checkoff authorization forms by the County Payroll Officer, provided the employee has sufficient net earnings to cover the dues or, when applicable, the service fee. Deductions for any calendar month shall be remitted to the Union’s designated officer(s) no later than the twelfth (12th) day of each month.

4

(f) In cases in which a deduction is made which duplicates a payment already made to the Union, refunds to the employee will be made by the Union. (g) The Union shall notify the Employer in writing of the proper amount of Union membership dues or the service fee required of all Union members and any subsequent changes in such amounts. The Employer agrees to furnish the Union a monthly record of those employees for whom deductions have been made, together with the amount deducted for each employee. The Employer shall also notify the Union of the names of those employees for whom deductions were not made and the reason(s) therefore. (h) If a dispute arises as to whether or not an employee has properly executed or properly revoked a written checkoff authorization form, no further deductions will be made until the matter is resolved. (i) The Employer shall not be responsible for dues or payment of the service fee required of all Union members after an employee’s employment relationship has been terminated or while an employee is on leave of absence or layoff status. (j) The Employer shall not be liable to the Union or its members for any membership dues or service fee once such sums have been remitted to the Union. (k) The employer’s sole obligation under this section is limited to deduction of dues and, where applicable, service fees. If the Employer fails to deduct such amounts as required by this Section, it shall deduct such amounts upon discovery of the error but its earlier failure to do so shall not result in any financial obligation whatsoever. Section 3.5. PEOPLE Checkoff. The Employer agrees to deduct from the wages of any employee who is a member of the Union a PEOPLE deduction as provided for in a written authorization. Such authorization must be executed by the employee and may be revoked by the employee at any time by giving written notice to both the Employer and Union. The Employer agrees to remit any deductions made pursuant to this provision promptly to the Union together with an itemized statement showing the name of each employee from whose pay such deductions have been made and the amount deducted during the period covered by the remittance. Section 3.6. Hold Harmless. The Union shall indemnify and save the Employer harmless against any and all claims, demands, suits, or other forms of liability arising out of action taken by the Employer pursuant to Section 3.2 and/or Section 3.3 or from complying with requests for termination made by the Union under Section 3.1. RIGHTS OF THE EMPLOYER Section 4.1. Rights. (a) Except as this Agreement otherwise specifically and expressly provides, the Employer retains the sole and exclusive right to manage and operate all of its operations and activities. Among the rights of management, included only by way of illustration and not by way of limitation, is the right to hire; to determine all matters pertaining to the services to be furnished and the methods, procedures, means,

5

equipment, and machines required to provide such service; to establish classification of work and the number of personnel required; to determine the nature and number of facilities and departments to be operated and their locations; to adopt, modify, change, and alter its budget; to discontinue, combine, or reorganize any and all parts of its operation; to maintain order and efficiency; to continue and maintain its operations as in the past; to study and use improved methods and equipment and outside assistance, either in or out of Employer’s facilities, including subcontracting, and in all respects to carry out the lawful, ordinary, and customary function of County Government. All such rights are vested exclusively in the Employer. Disputes under this subsection shall be subject to the Grievance Procedure established in this Agreement but shall not be subject to Arbitration. (b) Except as this Agreement otherwise specifically and expressly provides, the Employer shall have the right to promote, demote, assign, transfer, suspend, discipline, discharge for just cause, lay off and recall personnel; to establish reasonable work rules and fix determined penalties for violations of such rules; to make judgments as to the ability and skill; to determine work loads; to establish and change work schedules; and to provide and assign relief personnel, provided, however, that these rights shall not be exercised in violation of any specific provision of this Agreement, and as such they shall be subject to the Grievance and Arbitration Procedures established herein. (c) The Union hereby agrees that the Employer retains the sole and exclusive right to establish and administer without limitation, implied or otherwise, all matters not specifically and expressly limited by the Agreement. Further, nothing in this Agreement shall be taken as a dilution of the powers conferred by law upon any elected or appointed Department Head. GRIEVANCE PROCEDURES Section 5.1. Definition of Grievance. For purposes of this Agreement, “grievance” means any dispute regarding the meaning, interpretation, or alleged violation of the terms and provisions of this Agreement as written. Employees or the Union shall have the right to file grievances under the procedures established herein. Section 5.2. Grievance Procedure. All grievances shall be processed in the following manner: (a) Step 1. An employee with a grievance shall, within five (5) days following occurrence of the event upon which the grievance is based, discuss it with his Department Head or his designated representative with the object of resolving the matter informally. If requested, the employee’s Steward may be present. The Department Head shall give his verbal answer to the grievance within five (5) days following discussion of the grievance. (b) Step 2. If the grievance is not satisfactorily settled at Step 1, it shall be reduced to writing (in triplicate), stating the facts upon which it is based, when they occurred, specify the section of the contract which has allegedly been violated, and specify the remedy sought. The grievance must be signed by the employee who is filing the grievance and may or may not be signed by a Union representative. It shall be the responsibility of the grievant to submit a copy of the grievance to the appropriate Steward. The grievance must be given to the appropriate Department Head within five (5) working days from the date of the receipt of the Department Head’s oral reply. A written answer to the grievance shall be given to the grievant within five (5) days after presentation of the written grievance. A copy of the answer shall be submitted to the Steward by the grievant.

6

(c) Step 3. If the reply to the grievance at the previous Step is not satisfactory, it may be appealed to the County Administrator/Controller or designee within ten (10) working days from the receipt of the Step 2 written reply. A meeting shall be held within twenty (20) days after the date of receipt of said written appeal. The Employer shall give its written answer to the grievance to the Local Union President within twenty (20) days following the meeting at this Step. Section 5.3. Expedited Disciplinary Grievances. Any non-probationary employee discharged or given a disciplinary layoff shall be notified in writing immediately by the Employer, a copy of which shall be given to the Local Union President. Should an employee who has been discharged or given a disciplinary layoff consider such discipline to be improper, a written grievance shall, within five (5) working days following receipt of written notice of disciplinary action by the affected employee, be filed initially at Step 2 of the Grievance Procedure. The parties will meet at the earliest possible date which is mutually convenient in an attempt to resolve the matter. If desired by either party, the disciplined employee shall be present. All grievances relating to the discharge or disciplinary suspension of an employee must be presented within the limits contained in this Section. Any grievance which is not presented within the time limits shall be considered to have been abandoned and no appeal shall be allowed. All other disciplinary grievances shall follow the normal grievance procedure. Section 5.4. Time Limitations. The time limits established in the Grievance Procedure shall be followed by the parties. If the Union fails to present a grievance in time or advance it to the next Step in a timely manner it shall be considered to be withdrawn. If the procedure is not followed by the Employer, the grievance shall automatically advance to the next Step, but excluding arbitration. The time limits established in the Grievance Procedure may be extended by mutual agreement, provided the extension is reduced to writing and the period of the extension is specified. Section 5.5. Time Computation. In computing days under the Grievance Procedure, Saturdays, Sundays, and holidays recognized under this Agreement shall be excluded. Section 5.6. Grievance Resolution. All grievances which are satisfactorily resolved at Steps 1 and 2 of the Grievance Procedures, if the grievance has economic implications, must be approved by the County Administrator/Controller or designee which is responsible for administering Step 3 of the Grievance Procedures before such grievance resolutions shall be final. The Local Union President shall be informed in writing of any grievances being considered by the Employer under the provisions of this section. A meeting concerning such grievances shall be held within twenty (20) days after the Local Union President’s receipt of such notification. If the resolution of a grievance is disallowed, the Union may, if it desires, request arbitration in accordance with Section 6.1. If the grievance has economic implications over five hundred dollars ($500.00) it must be approved by the County Administrator/Controller or designee. Section 5.7. Grievance Settlements. With respect to the processing, disposition, or settlement of any grievance initiated under this Agreement, and with respect to any court action claiming or alleging a violation of this Agreement, the Union shall be the sole and exclusive representative of the employee or employees covered by this Agreement. The disposition or settlement, by and between the Employer and the Union of any grievance or other matter shall constitute a full and complete settlement thereof and shall be final and binding upon the Union and its members, the employee or

7

employees involved, and Employer. The satisfactory settlement of all grievances shall be reduced to writing and shall be written on or attached to each copy of the written grievance and signed by the representatives involved. Unless otherwise expressly stated, all such settlements shall be without precedence for any further grievance. Section 5.8. Grievance Form. The grievance forms shall be mutually agreed upon by the Employer and the Union. Section 5.9. Lost Time. The employer agrees to pay for all reasonable time lost by an employee during his regularly scheduled working hours while presenting a grievance at Step 1 of the Grievance Procedure and at any other Step of the Procedure if he is required to be present. Lost time shall be compensated at the employee’s straight time regular hourly rate of pay, however, the employer has the right to revoke this benefit if the privilege is being abused or the employee is placed on suspension. ARBITRATION Section 6.1. Arbitration Request. The Union may request arbitration of any unresolved grievance by giving written notice to the Human Resources Department of its intent to arbitrate within twenty (20) days following receipt of the Employer’s disposition in Step 3 of the Grievance Procedure. If the Employer fails to answer the grievance within the time limits set forth in Step 3, the Union, if it desires to seek arbitration, must notify the Human Resources Department no later than twenty (20) days following the date the Employer’s Step 3 answer was due. The time limits for a request for arbitration may be extended by mutual agreement reduced to writing, provided the period of the extension is specified. If arbitration is not so requested within these time limits, the matter shall be considered withdrawn without prejudice by the Union. Section 6.2. Selection of Arbitrator. If a timely request for arbitration is filed by the Union, the parties to this Agreement shall attempt to select by mutual agreement one (1) arbitrator who shall decide the matter. If the parties are unable to agree upon an arbitrator, the arbitrator shall be chosen under the procedures of the American Arbitration Association, whose fees and expenses, as well as the fees for the American Arbitration Association, shall be shared equally by the Union and the Employer. Each party shall pay the fees, expenses, wages, and any other compensation of its own witnesses, representatives, or legal counsel. Section 6.3. Arbitrator’s Powers. The arbitrator’s powers shall be limited to the application and interpretation of this Agreement as written, and he shall be governed at all times wholly by the terms of this Agreement. The arbitrator shall have no power to add to, subtract from, or modify any of the terms of this Agreement, nor shall he have the power to change any classification, wage rate, to rule on any claim arising under an insurance policy or retirement claim or dispute, or to issue a ruling modifying any matter covered by a statue or ordinance. Further, the arbitrator shall not be empowered to consider any question or matter outside this Agreement. If the issue of arbitrability is affirmatively decided, the arbitrator’s decision shall be final and binding upon the Union, the Employer, and employees in the bargaining unit, provided his decision has been rendered in conformity with the jurisdiction accorded to him under this Agreement. Any award of the arbitrator shall not be retroactive any earlier than thirty (30) days prior to the time the grievance was first submitted in writing. Further, no claim for back wages under this Agreement shall exceed the amount of straight time earnings the employee would have otherwise earned by working for the

8

Employer, less any and all compensation, including unemployment compensation, the employee has received from any other sources, except previously held part-time employment, overtime, and/or compensation received as a result of ownership. SPECIAL CONFERENCES Section 7.1. Special Conferences. Special conferences for important matters will be arranged between the Union and the Employer or its designated representative upon the request of either party. Such meetings shall have equal representation from both the bargaining unit and management. Arrangement for such special conferences shall be made in advance and an agenda of the matters to be taken up at the meeting shall be presented at the time the conference is requested. Matters taken up in special conference shall be confined to those included in the agenda. The employee members of the Union shall not lose time for pay or time spent in such special conferences held during their regularly scheduled working hours. Special conferences shall normally commence during the County’s usual business hours. The Union representatives may meet on the Employer’s property for at least one-half hour immediately preceding the conference. The special conference may also be attended by non-employee representatives of the Union or Employer. It is expressly understood that by attending such conferences, neither party shall be obligated to negotiate, modify, or otherwise change the terms of this Agreement. WORK STOPPAGES Section 8.1. No Strike Pledge. The parties to this Agreement mutually recognize that the services performed by the employees covered by this Agreement are essential to the public health, safety, and welfare. Therefore, the Union agrees that during the term of this Agreement neither it nor its officers, representatives, members, or employees it represents shall, for any reason whatsoever, directly or indirectly, call, sanction, counsel, encourage, or engage in any strike, walkout, sympathy strike, picketing of the Employer’s building, offices, or premises during regularly scheduled working hours, slowdown, sit-in, or stay away; nor shall there be any concerted failure by them to report to duty; nor shall they absent themselves from work, abstain, in whole or in part, from the full, faithful, and proper performance of their duties, or engage in any acts that interfere in any manner or to any degree with the services of the Employer. No employee covered by this Agreement shall refuse to cross any picket line, whether established at the Employer’s buildings or premises or at any other location where employees covered by this Agreement are expected to work. Section 8.2. Penalty. Any employee who violates the provisions of Section 8.1 shall be subject to discipline by the Employer, up to and including discharge. Section 8.3. Lockout. During the life of this Agreement, the Employer, in consideration for the promise on behalf of the Union and the employees it represents to refrain from the conduct prohibited by Section 8.1, agrees not to lock out any employees covered by this Agreement because of a labor dispute between bargaining unit employees and the Employer.

9

SENIORITY Section 9.1. Definition of Seniority. (a) AFSCME bargaining unit seniority shall be defined as the length of an employee’s continuous service within the bargaining unit set forth in Section 1.1 from the most recent date of his/her entry into the AFSCME bargaining unit. This date is to be used for the purpose of layoff, recall, job bidding and paid time off scheduling. (b) County seniority shall be defined as the length of an employee’s continuous service within the County from the most recent date of hire. An employee who returns to the County after a separation of five (5) years or less shall have his or her previous full years of seniority reinstated after one (1) year of full-time continuous employment. Partial years of prior service shall not be credited. “Years” shall be calculated from anniversary date of hire and termination. This date is to be used for the purpose of longevity, paid time off accruals and 401(k). (c) Classification seniority shall be defined as the length of an employee’s service with his/her particular job title/description measured from the date of his/her initial entry into the classification. This definition shall not be applicable in situations where an employee is awarded a position in a different Department without changing his/her job title/description; in such instances, the employee’s classification seniority in his/her new Department shall be deemed to be the date he/she first commenced work in the new Department. (d) Part-time employees shall have their service adjusted to a full-time equivalent in order to conform to the definitions contained in subsections (a) and (b) of this Section. This calculation of County and classification seniority shall be accomplished by dividing the number of hours actually worked by the part time employees by 2,080 and adjusting the employee’s County and classification seniority dates forward by the ratio achieved by the division. (e) Employees who commence work on the same date shall be placed on the seniority list in alphabetical order by employee’s last name. (f) The application of seniority shall be limited to the preference and benefits specifically recited in this Agreement. Section 9.2. Probationary Period. All new full time employees covered by this Agreement shall be considered probationary employees for a period of six (6) months, without regard to the number of hours worked within the six (6) month period, after which time their seniority shall relate back to their last date of hire within the bargaining unit set forth in Section 1.1 Until an employee has completed the probationary period, he may be disciplined, laid off, recalled, terminated, or discharged at the Employer’s discretion without regard to the provisions of this Agreement and without recourse to the Grievance Procedure set forth in this Agreement. There shall be no seniority among probationary employees. The Union shall represent probationary employees for the purpose of collective bargaining in respect to rates of pay, wages, hours of employment, and other conditions of employment as set forth in this Agreement.

10

Section 9.3. Seniority and Benefit Accumulation. All non-probationary employees covered by this Agreement shall continue to accumulate County, AFSCME, and classification seniority while on leaves of absence or layoffs for the purposes listed within seniority classifications. There will be no retroactive adjustment for leave of absences or layoffs. Section 9.4. Loss of Seniority. An employee’s seniority and his employment relationship with the Employer shall automatically terminate for any of the following reasons: (a) If he quits, retires, or receives a pension, including a disability pension from the Employer; (b) If he is terminated or discharged and the termination or discharge is not reversed through the procedures set forth in this Agreement; (c) If he is absent for any three (3) consecutive working dates unless an excuse acceptable to the Employer is presented; (d) If he fails to notify the Employer for three (3) consecutive working days that he will not be reporting to work, unless an excuse acceptable to the Employer is presented; (e) If he fails to return on the required date following an approved leave of absence, paid time off, or disciplinary layoff, unless an excuse acceptable to the Employer is presented; (f) If he has been on layoff status for more than one (1) year; (g) If he fails to report to work within ten (10) calendar days following notification of recall from layoff by certified mail, return receipt requested, sent to his last known address; (h) If he fails to inform the Employer within three (3) working days following receipt of notification of recall from layoff that he intends to return to work for the Employer; (i) If he makes a false material statement on his employment application or on an application for leave of absence; (j) Unless otherwise provided by applicable law, if he has been on a leave of absence for a period of one (1) year or for a period equal to the length of his seniority at the time such leave commenced whichever is less; Section 9.5. Transfer to Non-bargaining Unit Position. If an employee covered by this Agreement is or was in the past permanently transferred or promoted to a Non-bargaining unit position with the Employer he shall retain his seniority as of the date of the transfer or promotion and he shall, for a period of six (6) months, continue to accumulate additional seniority within the bargaining unit set forth in this Agreement while he is in the Non-bargaining unit position. Section 9.6. Seniority List. The Employer agrees to post and to submit a seniority list consisting of a current original hire date, position date, and seniority date to the Chief Steward by January 5th of each year. The seniority list shall be deemed to be correct for the purposes under this Agreement unless the Union contacts the Human Resources Department by January 30th of that year.

11

Section 9.7. Job Posting. Before filling a vacancy which occurs in a bargaining unit classification, or filling a new bargaining unit classification, the position shall be subject to bidding by unit members. Employees in the bargaining unit who apply for the position shall be granted a ten (10) working day trial period to determine; (1) his desire to remain on the job; and (2) his ability to perform the job. During the ten (10) working day trial period, the employee shall have the opportunity to revert back to his former position. If the employee is unsatisfactory in the new position, notice and reasons shall be submitted to the employee in writing. Nothing shall prevent a Department Head from selecting an employee outside the bargaining unit or outside County service who is deemed by him to be more qualified. (a) Notices of vacancies occurring in the bargaining unit will be posted for a period of seven (7) working days. Interested non-probationary employees may bid for the vacancy by submitting a written Request to Bid or Transfer, on a form to be provided by the County, to the Human Resources Department no later than the end of the posting period. Employees will not be considered for any promotional vacancy unless they will be available for work in the vacant position on the date the position is to be filled. (b) In filling a posted vacancy, the Department Head:

(1) shall determine that the candidate meets minimum qualifications specified in the established job description;

(2) shall evaluate the relative experience, knowledge and skill of bidding candidates;

(3) may review documents in candidates’ County personnel files relating to attendance, discipline and performance evaluations conducted within the previous three (3) years, and job-related test scores;

(4) may conduct oral interviews and job-related testing in the screening process. Whenever oral interviews are to be utilized, prior notice shall be furnished in writing, or the posting itself may indicate that oral interviews will be required as part of the selection process. If a resume or new employment application is required, notice shall be given in a like manner.

(c) Where the above general qualifications are equal, employees with the greatest bargaining unit seniority shall be entitled to the position if it is awarded to a bargaining unit member. (d) No employee will be permitted to seek another position through this procedure if he/she has been awarded another position within the preceding six (6) months as a result of an earlier award under this procedure; unless he/she is a part time employee seeking a full time position and did not bid from a full time to the part time position. (e) The Department Head may assign an employee to fill the vacancy until the vacant position is awarded. Once a position is posted pursuant to this procedure, temporary assignments to that position, notwithstanding Section 16.5, or the continued employment of temporary employees for that position shall not exceed eight (8) weeks in duration.

12

(f) The Department Head may fill a vacancy from outside the bargaining unit whenever:

(1) there are no qualified bargaining unit employees who have submitted applications for the positions, or

(2) it is determined, after thoroughly reviewing the qualifications of unit members who bid for the position, and conducted interviews, that a better qualified candidate is available from outside the unit whose better qualifications can be documented and verified.

LAYOFF AND RECALL Section 10.1 Layoff Procedure. The Employer may layoff employees whenever it deems such action to be necessary. Whenever a reduction in the work force occurs, the following procedure shall be utilized. Layoffs shall take place on a Departmental basis in accordance with an employee’s bargaining unit seniority in the classification affected by the layoff. The first employees to be laid off in the affected classifications shall be probationary employees, followed by those employees with the least amount of seniority in such classification, provided, however, the senior employees retained presently have the necessary training, experience, qualifications, and skills and ability to perform the remaining required work. A non-probationary employee laid off from his classification shall, by utilizing his seniority within the bargaining unit, be reassigned by the Employer to displace the employee who possesses the least amount of seniority, within the bargaining unit, in an equal or lower rated classification within the same Department. The employee afforded this displacement right must presently have the necessary training, experience, qualifications, skill and ability to perform the work required. The employee shall be deemed qualified for the displacement right on the basis of meeting the minimum requirements existing in the job description prior to the emergence of the necessity for lay-off. A senior employee afforded this displacement right will be paid the salary rate for the equal or lower rated classification at the same progression Step he currently holds. Any employee who is eligible to exercise the displacement rights provided for in this subsection and who refuses to accept the reduction to a position paying no less than two-thirds (2/3) of the employees normal weekly wages shall be considered to have resigned from employment. There shall be no bumping between Departments. Section 10.2. Notification of Layoff. Whenever possible, the Employer agrees to give fourteen (14) days advance notification of layoff by personal contact, telephone call, or written communication. The notification shall be confirmed in writing and either hand-delivered (showing proof that the employee had been served) or sent by certified mail to the employee’s last known address. A copy of such notification shall be issued to the Local Union President. Whenever possible, the notification shall state the anticipated duration of the layoff. Section 10.3. Recall. In the event the workforce is increased, recall to work shall be in reversed order of layoff from the classifications within the Department(s) affected by the recall, provided, however, the employee returning to work must not have lost his recall rights pursuant to Section 9.4. Section 10.4. Notification of Recall. Notification of recall shall be by personal contact, telephone call, or written communication from the Department Head or his/her designee. The

13

notification shall be confirmed in writing by certified mail to the employee’s last known address. A copy of such notification shall be issued to the Local Union President. The notice shall set forth the date the recalled employee is expected to return to work. Section 10.5. Super-Seniority. During the period they hold such office, the Local Union President and Stewards shall be the last bargaining unit employees laid off from their classifications or their Departments and shall be the first bargaining unit employees to be recalled to their classifications within their Departments, provided such individuals possess the necessary skill and ability to perform the remaining required work. The preference set forth in this section shall apply only to layoff and recall and shall not be applicable to any alternate Steward(s). Among themselves, the Local Union President and Stewards shall be placed on the seniority list in their natural order of seniority. Section 10.6. Voluntary Layoff. (a) In the event that the Employer determines that layoffs are necessary, the Employer may offer bargaining unit employees the option of voluntary layoff. Voluntary layoff shall be for no less than one (1) week or more than thirty (30) days provided an employee on voluntary layoff may be recalled at any time. Employees on voluntary layoff shall not have benefits reduced, however, continuation of benefits shall be subject to the employee’s payment of any required co-pay. Continuation of benefits shall be subject to the employee’s payment of any required co-pay. Alternative layoff schedules of less than thirty (30) days may be implemented upon mutual agreement between Employer and employee. (b) In the event that the Employer determines that layoffs are necessary, the Employer may offer bargaining unit employees the option of a voluntary reduction of work hours to circumvent a layoff or to reduce the number of laid-off employees. Employees can return to a normal schedule upon the giving of thirty (30) days written notice to the Employer. The Employer can return the employee to a normal schedule with 7 days notice. Employees on voluntary reduction of work hours, working 32 hours per week or more, shall not have benefits reduced. Continuation of benefits shall be subject to the employee’s payment of any required co-pay. Voluntary reduction of work hours shall not last longer than six (6) months per employee per calendar year, unless mutually agreed between Employer and employee. (c) In the event that more employees than necessary volunteer for layoff or reduction of hours, the most senior volunteers shall be granted the layoffs/reduction, provided the Employer shall not be obligated to grant a voluntary layoff/reduction request where remaining employees would not have the qualifications, certification and present ability to fully and properly perform the remaining required work. HOURS OF WORK Section 11.1. Normal Workweek and Workday. The normal workweek and workday shall consist of five (5) consecutive eight (8) hour days, except in seven (7) day continuous operations, where eight (8) hour days need not be consecutive.

14

Section 11.2. Workweek and Workday Definitions. Any definition of an employee’s normal workweek and workday stated in this Agreement shall not constitute a guarantee by the Employer of any number of hours per workweek or workday. The Employer will not reduce the number of hours in the normal workweek or workday on a permanent basis unless the parties have first met and negotiated concerning possible alternatives to such reduced work schedules. Section 11.3. Scheduling. The Employer shall have the right to modify scheduling of the normal workweek/workday, on a departmental basis, to meet its need and the public it serves. It is understood that an employee’s work schedule may be occasionally changed to meet the specific operating conditions for a short period of time. An employee will be notified, in writing, at least fourteen (14) calendar days prior to any permanent change in his work schedule. Section 11.4. Premium Pay. All employees shall be expected to work reasonable amounts of overtime upon request. Overtime must be authorized by the employee's immediate Supervisor or Department Head, whichever is appropriate. (a) Time and one-half (1-1/2) the employee's straight-time regular rate of pay shall be paid for

all hours actually worked in excess of forty (40) hours in any one (1) work week. For purposes of calculating premium pay under this section, paid time off, holiday, bereavement, and compensatory leave time, shall be considered hours actually worked.

(b) Employees covered by this agreement may elect to receive compensatory time at the rate

of time and one half (1-1/2) their regular rate of pay for all hours worked in excess of forty (40) hours in any work week. The scheduling of compensatory time off shall be at a time mutually agreed upon by the Employer and the Employee, provided, however, that the Employer reserves the right to refuse a request for compensatory time if it would unduly disrupt its operations. Compensatory time off may accumulate to a maximum of forty (40) hours. Upon termination, earned compensatory time will be paid at the on and on-half (1-1/2) rate at which it accrued. Compensatory time is meant to accumulate on a short-term basis and must be used within one year from the time it was earned or the employer may liquidate at the overtime rate.

(c) An employee who has finished his/her scheduled work shift or has taken a paid day off, will receive a minimum of three (3) hours pay at time and one-half for all hours worked if the employee is called back to work.

(d) There shall be no duplication or pyramiding of the premium rates set forth in any Section of this Agreement with any other Section of this Agreement. Any employee claiming overtime pay or premium pay under two or more provisions of this Agreement shall receive only the greater of these benefits.

Section 11.5. Lunch Period. All employees shall receive a non-paid one (1) hour lunch period. Lunch periods may be staggered to accommodate efficient operation. Section 11.6. Rest Periods. Employees are allowed two (2) paid fifteen (15) minute rest periods per workday to be taken at the place(s) designated by the Employer during the time scheduled by the Employer to permit continuous and efficient operation.

15

Section 11.7. Floating Holiday. Employees that are required by their supervisor to work during a building closure that would otherwise be time-off work, will be provided with a 8-hour floating holiday. The floating holiday must be used within the calendar year in which it was earned and there will be no payout floating holiday pay upon termination of employment. If the building closure happens in December, then the floating holiday may be carried over until the end of the next calendar year. Section 11.8. Telecommuting. Telecommuting may be mutually beneficial when a position has job duties that are conducive to a remote work arrangement and can be performed by the employee in an effective, efficient, and productive manner. Employees covered by the collective bargaining agreement may participate in a telecommuting arrangement if approved by their Department Head and the Human Resources Department, and in accordance with Board Policy #345 - Telecommuting. LEAVES OF ABSENCE Section 12.1. Procedure for Requesting Leaves. Request for a leave of absence must be submitted in writing by the employee to their Department Head at least thirty (30) days in advance of the date the leave is to commence unless the particular leave specifies different requirements or in emergency situations. The request for the leave of absence shall state the reason for the leave and the exact dates on which the leave is to begin and end if known. A request for an extension of an approved leave of absence should be submitted in writing to the Employer at least ten (10) days in advance, if possible, of the expiration date of the original leave, stating the reasons for the extension request and the exact revised date the employee is expected to return to work. Authorization or denial of the leave of absence and/or extension requests shall be furnished in writing to the employee by the Employer. Section 12.2. Purpose of Leaves. It is understood by the parties that leaves of absence are to be used for the purpose intended, and employees shall make their intent known when applying for such leaves. There shall be no duplication or pyramiding of leave benefits or types of absence. Employees shall not accept permanent employment while on leaves of absence unless agreed to by the Employer. Acceptance of permanent employment or working for another employer without prior approval while on leave of absence may result in immediate termination of employment with the Employer. All leaves of absence shall be without pay unless specifically provided to the contrary by the provisions of the Leave Section involved. Section 12.3. Early Returns from Leave. There shall be no obligation on the part of the Employer to provide work prior to the expiration of any leave of absence granted under this Agreement, unless the employee gives a written notice to the Employer of his desire to return to work prior to the expiration of his leave. If such notice is given, the employee will be assigned to work no later than one (1) week following receipt by the Employer of such notice, seniority permitting. Section 12.4. Active Military & Reserve Training Leave. A military leave of absence is subject to the Board of Commissioners policy on military leave to ensure that all State and Federal regulations are followed.

16

Section 12.5. Bereavement Leave. If a death occurs among a member of an employee’s immediate family, the employee, at their discretion, will be excused from work up to a maximum of five (5) workdays with pay. Immediate family is defined as spouse, child, parent, mother-in-law, father-in-law, sister, brother, son-in-law, daughter-in-law, or step-relatives in the same degree. The term “parent” includes any adult that cared for the employee as a child and was considered a guardian or in loco parentis. Three (3) workdays with pay shall be allowed in the case of the death of a grandparent, grandchild, sister-in-law, or brother-in-law. One (1) workday, the day of the funeral or memorial service, shall be allowed with pay, in the case of the death of an aunt, uncle, niece or nephew. Upon approval of the County, additional days charged against PTO may be granted. Section 12.6. Jury Duty. Employees serving on jury duty shall be granted administrative leave with pay and benefits for the time required to be present for jury duty. The Employee’s normal pay for the periods of jury service shall be reduced by the amount of pay received from the Court, or the Employee shall reimburse the County in the amount received from the Court. A jury stipend is not paid for current County Employees serving jury duty at the 37th Circuit Court or 10th District Court. In this case, Employees will receive their regular wages. Proof of service and/or documentation of payment for serving on jury duty may be required for reimbursement. Section 12.7. Personal Leave. A Department Head may grant a non-probationary employee a leave without pay and without loss of employment status for a period of up to thirty (30) days. However, a leave of absence in excess of thirty (30) days shall require the additional approval of the Administrator/Controller. Section 12.8. Union Leave. One (1) member of the Union selected to attend a Union function shall be allowed time off not to exceed five (5) days per year without loss of seniority, but without pay, to attend said function. Section 12.9. Family and Medical Leave. A family medical leave of absence is subject to the Board of Commissioners policy on Family Medical Leave to ensure that all State and Federal regulations are followed. Section 12.10. Paid Medical Leave Act. In compliance with the Paid Medical Leave Act of 2018, employees may use PTO for any of the reasons covered by the Act. Employees must follow the departments usual notification procedures, as well as other documentation and recording requirements as stated in Board of Commissioners Policy #340 for use of (PML). Section 12.11. Disability Leave. An Employee that has exhausted all rights to Family Medical Leave, or is deemed ineligible, shall be granted a Disability Leave for periods during which the employee receives Sickness & Accident (S&A) insurance benefits under Section 17.0 (e) of this agreement when related to the same condition. The disability leave shall not extend past the approved S&A benefit period as determined by the carrier. As a condition of commencing and continuing this leave, the employee must provide the Employer with updated information every two weeks in writing, or as mutually agreed, concerning the employee’s status and intention to

17

return to work. An authorized Disability Leave shall automatically terminate at the end of any work week during which an employee fails to maintain required contact, or at the conclusion of the approved S&A benefit period. Section 12.12. Medical Certificates and Examinations. Employees requesting a disability leave for sickness or injury or a continuation of such leave may be required to present a certificate of a physician showing the nature of such sickness or injury and the anticipated time off the job. The Employer may require as a condition of any disability leave, regardless of duration, a medical certificate setting forth the reasons for the leave when there is a reason to believe the health or safety of personnel may be affected or that the employee is abusing such leave. In situations where an employee’s physical or mental condition reasonably raise a question as to the employee’s capabilities to perform his job, the Employer may require a medical examination, at its expense, and, if cause is found, require the employee to take or remain on a disability leave of absence. Disputes regarding cause shall be discussed by the parties and if agreement is not reached shall be subject to the grievance procedure. Falsification of the medical certificate or falsely reporting or setting forth the reasons for the absence shall constitute just cause for discipline. HOLIDAYS Section 13.1. Recognized Holidays. All full time employees shall receive eight (8) hours of pay at their straight time rate of pay, or pay for the number of hours normally scheduled to work if more or less than eight (8) hours, exclusive of all premiums, for each of the following holidays, provided they are otherwise eligible: New Year’s Day Martin Luther King, Jr. Day Presidents Day Good Friday afternoon only, commencing at noon (me too if full day is granted to other employees) Memorial Day Independence Day Labor Day Veteran’s Day Thanksgiving Day Friday following Thanksgiving Day

December 24 or the last workday before Christmas is celebrated pursuant to Sec. 13.3. Christmas Day

December 31 or the last workday before New Year’s Day is celebrated pursuant to Sec. 13.3.

Section 13.2. Holiday Eligibility. Employee eligibility for holiday pay is subject to the following conditions and qualifications: (a) An employee who agrees to work on a holiday but fails to report for work shall not be entitled to holiday pay, unless an excuse acceptable to the Employer is presented; (b) The employee must have otherwise been scheduled to work on such day if it had not been observed as a holiday;

18

(c) The employee must work on the Employer’s last scheduled day before and the first scheduled day after the holiday unless an excuse acceptable to the Employer is presented; (d) The employee must not be on a leave of absence, layoff, or disciplinary suspension; (e) If a recognized holiday falls within an employee’s regularly scheduled vacation he shall be entitled to an extra day of vacation which may be taken at the beginning or end of the scheduled vacation period, in lieu of holiday pay. Section 13.3. Holiday Celebration. If a recognized holiday falls on a Sunday, the following Monday will be considered the recognized holiday for eligible employees. When a recognized holiday falls on a Saturday, the preceding Friday will be recognized as the Holiday. If a regular full time employee in a 24 hour program is normally scheduled to be off work on a holiday recognized under this Agreement, he shall receive an alternate day off within the same or the following pay period, or shall receive an additional day’s pay in lieu of the time off. PAID TIME OFF Section 14.1 Paid Time Off. Regular full time employees will accrue PTO benefits in accordance with the following schedule for each full payroll period for which they have at least 80 hours of credited service (including hours actually worked and paid leave). Years of Service Required Paid Time Off per pay period

Start through fourth years 5.55 hours Fifth through ninth years 7.09 hours Tenth through fourteenth years 8.63 hours Fifteenth and subsequent years 10.17 hours

Regular part time employees will accrue PTO benefits on a pro rata basis in accordance with their FTE for each full payroll period for which they have credited service equal to their regular schedule of hours. Section 14.2. PTO Scheduling. Any request to use PTO must be made to the employee’s immediate supervisor as early as possible, unless an illness, injury or emergency exists which prevents giving the required notice. Illness, injury and emergency use of PTO may, upon reasonable request by the supervisor/Department Head, be made conditional upon the employee furnishing written documentation satisfactory to the Employer. Use of PTO will not be construed to relieve an employee of the responsibility to comply with the Employer's required procedures concerning notification of absence from work. Consideration of employee preferences in scheduling non-emergency use of PTO will be given whenever possible and practical. However, non-emergency use of PTO will be at the discretion of the supervisor/department head and may be denied if the absence of the employee would unreasonably interfere with the efficient operations of the Employer or the Employer’s obligations to the public. The Employer shall respond to the PTO request within a reasonable amount of time, but no more than fourteen (14) calendar days after the request is submitted. The date the non-emergency use of PTO was requested and the employee’s length of service may be criteria used for resolving scheduling conflicts when two or more employees request the non-emergency use of PTO for the same periods of time, provided that the request(s) was submitted with as much advance notice as possible.

19

On each employee's anniversary date, his/her unused PTO benefits up to a maximum of 288 hours may be carried forward into the following year. Section 14.3. PTO Basis. PTO will be paid at the straight time regular rate of pay an employee is earning at the time he takes PTO, excluding all premiums. Section 14.4. Benefits at Termination. There shall be no PTO benefit payments upon an employee’s termination during the probationary period or upon the employees termination for violation of law. In the event of resignation or retirement Employees are required to provide a two week written notice to the Employer. Failure to provide required notice due to resignation, retirement or termination for reasons other than violation of law, may result in forfeiting of one full day (8 hours) of otherwise payable PTO benefit for every day of insufficient notice. However, total payout shall not exceed the equivalent of 240 hours of regular pay. PTO benefits will be paid on the same basis as outlined in Section 14.3 of this Agreement. In the event of lay-off, an employee who still retains call-back rights on his anniversary date will be credited with the PTO benefits earned prior to the lay-off. Section 14.5 PTO Subsidy. Employees may give and receive PTO in accordance with Board Policy #373 – Paid Leave Time Subsidy, which the Board may modify or delete at any time. Section 14.6. PTO Payout. An employee may cash out up to a maximum of 80 hours annually of accrued but unused PTO during June and/or December of each year, by notifying the County’s Human Resources Department in writing (or by e-mail) no later than the end of pay period 12 for a pay period 13 payout, and pay period 24 for a pay period 25 payout. Such pay shall be at the employee’s straight time regular rate of pay at that time. INSURANCE Section 15.1. Hospitalization Insurance. (a) The County agrees to maintain at least two group health benefit plans. At least one of the plans shall provide at least an 80%/20% benefit level for covered medical and hospitalization benefits together with prescription coverage with co-pays no higher than $10 for generics, $30 for brand name formulary medications, and $50 for non-formulary medications (mail order co-pays may vary); provided, if the County has lower co-pays in any prescription plan available to any County-wide bargaining unit or the County non-union group, that prescription plan shall also be available to AFSCME employees on the same basis. (b) On an annual basis, the County will adopt a baseline (standard) plan and will pay eighty (80) percent of the illustrated rate for the baseline plan offered to employees. Employees will be responsible for payment of twenty (20) percent of the illustrative rate, plus the full incremental buy-up cost if the employee chooses to enroll in a more expensive plan. (c) Employees opting out of the health insurance plan will receive at least fifty dollars ($50) per pay period. The amount per pay period will increase automatically if such an increase is approved by the Board of Commissioners. Part-time Employees are not eligible to receive an amount for opting out of the insurance. (d) If the Employee and the Employee’s spouse are both eligible to participate as Employees in group health plans funded by or through the County, the Employee and the Employee’s spouse

20

shall elect coverage under only one such plan. Coverage of the Employee, the Employee’s spouse, and/or the Employee’s dependents under two or more County health care plans shall not be permitted unless it is to the financial advantage of the County to permit such. If the Employee and the Employee’s spouse fail to make an effective election within two (2) weeks after being requested to do so, the Employer shall have the right to elect the plan for the Employee(s). The covered spouse is not entitled to receive an opt out credit.

(e) Part-time Employees may participate in this insurance at their own cost through a payroll deduction. (f) Enrollment forms shall be secured and filed with the County’s Human Resource Department. Changes in elections may only occur during open enrollment or in the case of a qualifying event. (g) Employee’s will be automatically enrolled in the County’s baseline (standard) plan, as adopted by the County on an annual basis. In order to participate in an plan other than the baseline (standard) plan, employees must sign up for coverage at time of hire, during an open enrollment period, or in the case of a qualifying event. The open enrollment process shall be determined by the County’s Human Resources Department on an annual basis. Section 15.2. Dental Insurance. During the term of this Agreement, the Employer agrees to pay the required premiums to continue in effect its current program of dental benefits for each full time employee, including dependent coverage, included within the bargaining unit. This coverage shall become effective the first (1st) day of the month following completion of sixty (60) continuous calendar days of employment with the Employer. Section 15.3. Sickness and Accident Insurance. Full-time employees shall, upon proper written application, be eligible to participate in a sickness and accident plan provided by a carrier selected by the Employer. The plan shall provide the following coverages, provided they are, and continue to be, obtainable:

In order to qualify for benefits, the employee must submit the required claim information/documentation and establish to the satisfaction of the insurance carrier (or third party administrator if the plan is not insured) that, after taking into account all reasonable accommodations that could be made, the employee is totally disabled from performing the essential functions of their position and prevented by such disability from working for remuneration or profit. The plan shall provide for a dispute resolution procedure (similar to that used by Michigan Blue Cross/Blue Shield in disability benefit claims) which will entitle the parties to a determination by a neutral decision-maker whose decision shall be final and binding. Bi-weekly payments consisting of 67% of the employee’s normal gross weekly earnings, less any benefit payable from Social Security, any state or federal government disability or retirement plan, any other group disability income plan, Michigan’s no-fault insurance, and/or any wages or other paid time benefits paid by the Employer. Employees may supplement benefits with accrued paid time off benefits to receive their normal weekly wages. Benefits may be subject to age limits imposed by the carrier. Benefits shall be payable with the first day of disability due to injury or hospitalization, or the eighth consecutive day of disability due to illness and continue for a period not to exceed twenty-six (26) weeks in any 12-month period.

21

Section 15.4. Term Life Insurance. The county will pay the required premium for term life insurance in an amount equal to one (1) times the Employee’s annual salary rounded down to the nearest thousand, but in no case more than Fifty Thousand Dollars ($50,000) and a like amount for accidental death and dismemberment. At the age of 65, the benefit shall be reduced according to a schedule provided by the insurance carrier. All information such as salary and age is based on Employee information as of January 1st of the preceding year. This coverage shall become effective the first day of a policy month following completion of sixty (60) continuous calendar days of employment with the Employer. As part of the Flexible Benefit package, an Employee may opt to elect a lesser insurance benefit and receive an opt out credit as determined by the Employer. The Employee may have the ability to purchase supplemental insurance according to a schedule provided by the insurance carrier upon meeting the required qualifications based on Evidence of Insurability. Section 15.5. Vision Care Insurance. During the term of this Agreement, the Employer agrees to offer and pay the required premiums for a vision care plan for each full time employee and their dependents within the bargaining unit. This coverage shall be effective the first (1st) day of the month following completion of thirty (30) continuous calendar days of employment with the Employer. Section 15.6. Provision of Insurance Plans. No matter respecting the provisions of any of the mutually established insurance programs set forth in this Agreement shall be subject to the Grievance Procedure established under this Agreement. Section 15.7. Selection of Insurance Carriers. The Employer reserves the right to select or change the insurance carriers providing benefits stated in Section 15.1 through Section 15.5, to become self-insured, either wholly or partially, and to select the administrator of such insurance programs, to institute cost containment measures, and to alter the means by which benefits are delivered, provided that the benefits provided under any new program are comparatively equal to the benefits provided under Sections 15.1 through Section 15.5. The Employer will notify the Local Union President in writing of any changes in insurance carriers prior to the annual open enrollment process. Section 15.8. Continuation of Benefits. (a) Except with respect to those situations covered by this Section and Section 19.9, there shall be no liability on the part of the Employer for any insurance premium payment of any nature whatsoever for an employee or employees who are on a leave of absence, layoff, or are otherwise terminated. For employees that retire, insurance coverage will continue through the end of the month in which retirement occurs. (b) While a full time, non-probationary employee is on a medical leave of absence and is receiving benefit payments through the Employer’s sickness and accident insurance carrier or is receiving compensation benefits pursuant to the Worker’s Compensation Act, the Employer will continue to pay the required premiums for hospitalization insurance coverage, including dependent coverages, for that employee. The Employer’s obligation under this subsection shall be limited to a period of up to six (6) months and, further shall not extend beyond the period when the employee is actually receiving benefit payments through the Employer’s sickness and accident insurance

22

carrier or is receiving compensation payments pursuant to the Worker’s Compensation Act, whichever is shorter. (c) Employees desiring to continue insurance coverage in situations not provided for by this Agreement may do so by paying the required premiums through the Human Resources Department if permissible under the regulations of the insurance carrier and if such continued coverage is permitted by the Employer. COMPENSATION Section 16.1. Classifications and Hourly Rates. For purposes of this Agreement, the classifications listed in Appendix A are assigned to the pay ranges indicated. Section 16.2. Hourly Rates. The hourly rates set forth in Appendix A shall be in effect January 1st of the year specified for all employees included within the bargaining unit described in Section 1.1 who remain employed by the Employer on the date this Agreement is ratified by the Union, as follows: 2022: Effective January 1, 2022, add a 2% across the board increase to all classifications. 2023: Effective January 1, 2023, add a 2.5% across the board increase to all classifications. 2024: Effective January 1, 2024, add a 2.5% across the board increase to all classifications. Section 16.3. Advancement Within Pay Grades. (a) Each new employee covered by this Agreement shall initially be paid at the “Start” rate for the pay grade applicable to his classification, unless a different rate of pay is established pursuant to Section 16.4. Advancement to the next salary Step and all subsequent Steps shall be placed into effect upon completion of one (1) year of full service time at each Step. (b) Full time employees who are awarded a position pursuant to Section 9.7 which has a higher-rated hourly maximum pay rate than the maximum hourly rate for their current classification shall initially be placed in the new pay grade which will result in a projected increase in pay for the ensuing twelve months of not less than One Thousand Dollars ($1,000.00). Further advancements within the new pay grade will be based upon the employee’s completion of the required service at each Step. An employee’s date in position within his classification will be the date of his initial entry into the new classification, adjusted, if necessary, in accordance with Section 9.3. (c) Full time employees who are awarded a position pursuant to Section 9.7 which has an equal or lower-rated hourly maximum pay rate than the maximum hourly rate for their current classification shall initially retain the same rate of pay they were earning immediately prior to the time they were awarded the new position. Any future advancements within the employer’s wage scale will be governed by completion of the required service at each Step. An employee’s date in position within his classification will be the date of his initial entry into the new classification. Section 16.4. Credit for Prior Experience. Nothing contained in the Agreement shall limit the Employer from hiring persons up to the 2nd step of the wage scale, provided this becomes necessary in the recruitment of personnel who possess the necessary skills, education, and credentials for a

23

position. Hiring above a Step 2, requires the approval of the Union through Special Conference, as well as the approval of the Administrator/Controller. Section 16.5. Temporary Assignment. A temporary assignment shall be considered the movement of an employee to a position and responsibilities which carry a salary grade the maximum if which is higher than the employee’s current salary grade, provided such temporary assignment is in excess of thirty (30) calendar days and the employee has been specifically designated by the Department Head or the Board as occupying the temporary assignment or as serving in an “acting” capacity. After thirty (30) days in such a temporary assignment the employee shall be paid at the higher rate as of the beginning date of the temporary assignment. That rate shall be the earliest step in the new range which will provide a projected pay increase for the ensuing twelve (12) months of not less than Three Hundred Dollars ($300.00). Section 16.6. Reclassifications. When an employee’s classification is upgraded to reflect increased responsibilities, the employee shall be placed in the earliest Step in the new range which will provide a projected pay increase for the ensuing twelve (12) months of not less than One Thousand Dollars ($1,000.00), or to a higher Step in the new range as recommended and approved by the County Administrator/Controller or designee. There shall be no change in the anniversary date of position and the employee will advance to the next Step in the pay range, if any, on that anniversary. Section 16.7. Promotions. When an employee is promoted and the promotion results in the employee advancing to a new pay scale, the employee shall be placed in the earliest Step in the new range which will provide a projected pay increase for the ensuing twelve (12) months of not less than one thousand dollars ($1,000.00), or to a higher Step in the new range as recommended and approved by the County Administrator/Controller or designee. The anniversary date of the employee will change to the effective date of the promotion and the employee will advance to the next Step in the pay range, if any, on that anniversary date. Section 16.8. Direct Deposit. All current and future employees are required to be paid by direct deposit. LONGEVITY Section 17.1. Longevity Benefit. Longevity benefits shall be determined on an employee’s anniversary date of hire each year. All full time employees eligible to receive this benefit and who have completed a minimum of five (5) years’ continuous service with the Employer shall receive longevity benefits calculated on the basis of Seventy Five Dollars ($75.00) for each full year of continuous service, provided, however, the maximum payment allowed under this Section shall be One Thousand Five Hundred Dollars ($1,500.00). There shall be no pro rata longevity payment upon an employee’s termination for any reason whatsoever. Section 17.2. Longevity Payments. Longevity benefits shall be paid in the first (1st) full pay period following eligible employee’s anniversary date of hire. Section 17.3. Longevity Eligibility. Employees hired before ratification (3/31/05) of this agreement who are currently receiving longevity benefits with the County are eligible for longevity benefits. Employees hired after ratification of this agreement shall not be eligible for longevity benefits. County employees hired into this unit will be eligible for longevity benefits only if they were eligible for longevity benefits in their previous position.

24

RETIREMENT Section 18.1. Calhoun County Retirement Plans. Employees are eligible to participate in the retirement plans offered by Calhoun County as defined by and subject to the terms, conditions, and limitations set forth in the Plans, as may be amended from time to time. The obligations contained in this section are in substitution for and shall be deemed to constitute complete satisfaction and settlement of any contrary obligations or liabilities which the Employer has or may have had at any time under any prior retirement program. All forfeitures due to non-vesting in a plan shall accrue to the Employer.

Calhoun County Defined Benefit Pension Plan (“DB Plan”): All eligible bargaining unit employees hired on or before February 29, 2020 shall participate in the Calhoun County Defined Benefit Pension Plan, as amended, unless the employee had previously made an authorized election not to participate in the plan. Employees hired after February 29, 2020 are not eligible for participation in the DB plan. Effective January 1, 2020, each participating employee shall contribute 7% of their compensation, as defined by the DB Plan. Normal retirement benefits shall be equal to 1% of final average compensation, multiplied by years of credited service (including any additional credited service purchased by the participant) for years ending before 2006; plus 2% of final average compensation, multiplied by years of credited service for years ending after 2005. Participating employees that had attained 30 years of service credit prior to January 1, 2006 will be eligible for a late retirement benefit calculation as defined under the Plan. The parties acknowledge and mutually agree that the 7% Employee contribution beginning in 2020 is intended to be the maximum Employee contribution for future years as a result of the agreement to close the DB Plan to new hires in 2020. Calhoun County 401(k) Savings Plan (“401(k) Plan”): All Employees are eligible to participate in the 401(k) Plan. Contributions to the Employee’s 401(k) shall be made on a bi-weekly basis or as soon as administratively feasible.

For eligible Employees (.5 FTE or higher) that do not contribute to or receive a contribution

under the DB Plan, the Employer shall contribute an amount equal to each eligible Employee’s elective contribution up to five percent (5%) of the Employee’s compensation (as defined by the Plan). If the Employee contributes at least five percent (5%) of their compensation, the Employer will contribute an additional amount equal to two percent (2%) of the Employee’s compensation, for a maximum Employer contribution of seven percent (7%). The Employer has no obligation to make any contributions to the 401(k) on behalf of Employees participating in and receiving a contribution under the DB Plan, or to any Employee with less than a .5 FTE status. There shall be immediate vesting in all amounts contributed by the Employee. Vesting in amounts contributed by the Employer shall be according to a schedule of forty percent (40%) after two (2) full years of service, sixty percent (60%) after three (3) full years of service, eighty percent (80%) after four (4) full years of service, and one hundred percent (100%) after five (5) full years of service. 457 Deferred Compensation Plan (“457 Plan”): All Employees are eligible to voluntarily participate in the 457 Deferred Compensation Plan, in accordance with the terms of the plan.

25

MISCELLANEOUS Section 19.1. Address Changes. All Employees shall promptly notify the Human Resources Department in writing of any change in name or address and, in any event, no later than ten (10) calendar days after such change has been made. The Employer shall be entitled to rely upon an employee’s last name and address shown on his record for all purposes involving his employment. Section 19.2. Amendment of Agreement. Upon mutual agreement, the Employer and the Union may amend, supplement, rescind, or otherwise alter this Agreement during its term. Any such change, however, shall not be effective unless it is reduced to writing and signed by duly authorized representatives of both the Employer and the Union. Section 19.3. Benefit Records. All records regarding benefits under this Agreement are computed and credited on the basis of official County records on file with Human Resources. These records are those furnished to Human Resources on a periodic basis by the Department Head. Section 19.4. Captions. The captions used in each Section of this Agreement are for identification purposes only and are not a substantive part of the Agreement. Section 19.5. Closing of the County Building. When it is deemed by the Employer to be necessary to close County Buildings or curtail services as a result of “Acts of God”, the determination shall be made by the Chairman of the Calhoun County Board of Commissioners or his designated representative. The Employer reserves the sole and exclusive right to determine whether County Buildings will be closed or services curtailed and to determine whether the employees will be compensated for time lost from work under this Section. If the Employer determines employees will not be compensated for time lost from work under this Section, the affected employees may elect: (1) to receive no compensation; or (2) to elect to receive compensation for time lost from work by use of their Paid Time Off. The Employer’s rights pursuant to this Section shall not be subject to the Grievance and Arbitration Procedures set forth in this Agreement. Section 19.6. Consolidation of Jobs. The Employer agrees that any consolidation which results in elimination of jobs shall not be effected without special conference. The Employer also agrees that such consolidation of jobs will not be put into effect until fourteen (14) calendar days after a special conference is held between the Union and the Employer. Section 19.7. Educational Reimbursement Program. Employees covered by this Agreement shall be eligible to participate in an educational reimbursement program in accordance with such procedures and criteria as the Employer may establish and change from time to time. Reimbursement shall be limited to five hundred dollars ($500) per calendar year or the amount set by the Board of Commissioners, whichever is greater. Section 19.8. Gender. The masculine pronoun wherever used in this Agreement shall include the female pronoun and the singular pronoun, the plural, unless the context clearly requires otherwise.

26

Section 19.9. Job Related Injuries. If any employee is injured or becomes sick due to job related causes whereby he will be unable to work and is entitled to Worker’s Compensation benefits, he may, at his discretion, utilize accrued paid time off and accumulated compensatory time off in an amount sufficient to make up the difference between Worker’s Compensation benefits and his regular weekly income for a period of ninety (90) calendar days. Section 19.10. New Classifications. Whenever the Employer establishes a new classification within the collective bargaining unit set forth in Section 1.1, the Union shall be notified of the rate of pay assigned to the classification. The Union shall have fifteen (15) days from receipt of such notification to object to the assigned rate. If no objection is filed with the Human Resources Department within this period of time, the rate shall be deemed to be permanent. Should the Union timely object to the rate of pay assigned to a new classification, representatives of the Employer and the Union shall meet within thirty (30) days from the date of notice to negotiate any changes which might be required. Section 19.11. Payment at Death of Employee. Wages and Paid Time Off benefits due to a deceased employee shall be paid in accordance with a primary and secondary beneficiary designation filed by the employee. In the absence of a valid beneficiary designation, payment shall be made pursuant to statute. Section 19.12. Personnel Policies. The Employer reserves the right to establish, publish, and to change from time to time personnel policies, including reasonable rules and regulations governing the conduct of its employees, provided, however, that such personnel policies in conflict with the express terms of this Agreement will be negotiated separately for the bargaining unit members. Section 19.13. Record Keeping. Employees covered by this Agreement may periodically be required to record their time and other pertinent employment data and to submit such records to the Employer. The Employer reserves the right to require employees to use mechanical means, such as time clocks, for such record keeping purposes. Section 19.14. Separability. If any Section of this Agreement should be held by a court of competent jurisdiction to be invalid or to conflict with applicable Federal or State Law, the remainder of this Agreement shall not be affected thereby. Section 19.15. Veteran’s Preference Claims. It is the intent of the parties to this Agreement that its terms and provisions shall be applicable to all employees included within the bargaining unit. Accordingly, the parties hereby agree that any employee whom may come within the provisions of any legislative enactment entitling a military veteran to a preference in employment or which establishes a procedure whereby the military veteran may challenge the Employer’s determination regarding the veteran’s employment status will be required to elect, in writing either the Grievance Procedure or his statutory remedy as his single means of challenging the Employer’s determinations. If the employee elects to pursue his statutory remedy, the grievance concerning the Employer’s employment determination shall be considered withdrawn and shall not thereafter be a subject of any further proceeding under this Agreement.

27

Section 19.16. Union Literature. The Employer shall give to each person being hired a copy of the contract and any other mutually agreed upon literature which the Union has supplied to the Employer for this purpose. Section 19.17. Clothing Allowance. If employees are required to wear specific uniforms designated by the Employer, they shall either be furnished the uniform or they shall receive a clothing allowance of one hundred fifty ($150.00) every six (6) months. Section 19.18. Orientation - New Employees. In order that each new bargaining unit member may be made familiar with the provisions of this Agreement and his/her rights and responsibilities thereunder, the Employer will allow the Local Union President or, if designated, the area Steward an opportunity to meet with new bargaining unit members within thirty (30) days of their arrival within the Local Union’s jurisdiction. The meeting will be allowed to take place privately in an appropriate location at the worksite agreeable to management and for a reasonable period. Section 19.19. Work Safety. Blood bourne pathogen training may be available upon request of the employee. Hepatitis B vaccines and tuberculosis testing may be available to employees at a minimal cost to the employee.

Section 19.20. Transfer from Other Bargaining Units. Employees transferring into the AFSCME unit from another County bargaining unit may remain in the same retirement plan the employee was in prior to the transition, provided the plan is either the Calhoun County Defined Benefit Pension Plan or the 401(k) plan as identified in this Agreement. Section 19.21 Appointment of Emergency Manager. An emergency manager appointed under the local financial stability and choice act, 2012 PA 436, MCL 141.1541 to 141.1575, shall be allowed to reject, modify, or terminate the collective bargaining agreement as provided in the local financial stability and choice act, 2012 PA 436, MCL 141.1541 to 141.1575. Provisions required by this subsection are prohibited subjects of bargaining under this act. SCOPE OF AGREEMENT Section 20.1. Waiver. It is the interest of the parties hereto that the provisions of this Agreement shall supersede all prior agreements and understandings, oral or written, express or implied, between such parties and will henceforward govern their entire relationship and constitute the sole source of any and all rights or claims which may be asserted hereunder, or otherwise. It is the specific and express intention of the parties that this Agreement contains all economic and non-economic terms and conditions of employment applicable to Employees covered by this Agreement. Both parties accordingly acknowledge that during the negotiations which resulted in this Agreement each had the unlimited right and opportunity to make demands and proposals with respect to any subject or matter nor removed by law from the area of collective bargaining and that the understandings and agreements arrived at by the parties after the exercise of that right and opportunity are set forth in this Agreement. Therefore, the Employer and the Union, for the life of this Agreement, each voluntarily and unqualifiedly waives the right, and each agrees that the other shall not be obligated, to bargain collectively with respect to any subject or matter not specifically referred to or covered by this Agreement, even though such subject or matter may not

28

have been within the knowledge or contemplation of either or both if the parties at the time that they negotiated or signed this Agreement.

DURATION Section 21.1. Termination. Except as otherwise provided, this Agreement shall become effective as of January 1, 2022 and shall remain in force until 11:59 p.m., December 31, 2024. The written notices referred to in this Section shall be considered properly served by the Union if it is sent by certified mail to the Administrator/Controller, Calhoun County Building, 315 West Green Street, Marshall, Michigan 49068. The written notice referred to in this Section shall be considered properly served by the Employer if it is sent by certified mail to the Union at 3625 Douglas, Kalamazoo, Michigan 49004-3403. The Agreement shall thereafter remain in force for successive periods of one (1) year unless either party shall, on or before the sixtieth (60th) day prior to expiration, serve written notice on the other party of a desire to modify, alter, negotiate, change, or amend this Agreement. A notice of desire to modify, alter, negotiate, or change any combination thereof, shall have the effect of terminating the entire Agreement on the expiration date in the same manner as a notice of desire to terminate, unless before that date all subjects of amendment proposed by either party have been disposed of by agreement or by withdrawal by the party proposing amendment, modification, alteration, negotiation, change or any combination thereof. FOR CALHOUN COUNTY SUPERVISORY EMPLOYEES, LOCAL NO. 2431 FOR CALHOUN COUNTY AFFILIATED WITH THE MICHIGAN BOARD OF COMMISSIONERS: COUNCIL #25, AFSCME, AFL-CIO: ______________________________________ Steve Frisbie, Chairperson Board of Commissioners

______________________________________ Tammy Porter AFSCME Council 25 Representative

______________________________________ Kelli Scott, Administrator/Controller

______________________________________ Melissa Jelinek, Union President

______________________________________ Kim Archambault, HR and Labor Relations Director

______________________________________ Colin Dunmire, Union Steward

APPENDIX A - WAGE SCHEDULE

2022 Increase 2020 scales by 2%Job Title Department Pay Scale Step 1 Step 2 Step 3 Step 4 Step 5 Step 6 Step 7

A Office Administrator Equalization Hourly 20.76 21.63 22.53 23.47 24.45 25.47 26.53

B Building Supr - JC Admin Services Hourly 23.04 24.00 25.00 26.04 27.12 28.25 29.43Elec Clerk / ROD Supr Clerk/ROD

C Office Administrator Prosecutor Hourly 24.19 25.20 26.25 27.34 28.48 29.67 30.90

D Services Manager Admin Services Hourly 26.69 27.80 28.96 30.16 31.42 32.73 34.09

2023 Increase 2020 scales by 2.5%Job Title Department Pay Scale Step 1 Step 2 Step 3 Step 4 Step 5 Step 6 Step 7

A Office Administrator Equalization Hourly 21.28 22.17 23.09 24.06 25.06 26.10 27.19

B Building Supr - JC Admin Services Hourly 23.61 24.60 25.62 26.69 27.80 28.96 30.17Elec Clerk / ROD Supr Clerk/ROD

C Office Administrator Prosecutor Hourly 24.79 25.83 26.90 28.02 29.19 30.41 31.68

D Services Manager Admin Services Hourly 27.35 28.49 29.68 30.92 32.21 33.55 34.95

2024 Increase 2020 scales by 2.5%Job Title Department Pay Scale Step 1 Step 2 Step 3 Step 4 Step 5 Step 6 Step 7

A Office Administrator Equalization Hourly 21.82 22.72 23.67 24.66 25.68 26.76 27.87

B Building Supr - JC Admin Services Hourly 24.20 25.21 26.26 27.36 28.50 29.68 30.92Elec Clerk / ROD Supr Clerk/ROD

C Office Administrator Prosecutor Hourly 25.41 26.47 27.58 28.73 29.92 31.17 32.47

D Services Manager Admin Services Hourly 28.04 29.21 30.42 31.69 33.01 34.39 35.82

   AI-3774     12. B. 9. BOC RegularMeeting Date: 12/16/2021  Approval of a Contract to Construct a Storage Facility on County Property FROM: Jim Dyer, Corporation Counsel, Corporation CounselDepartment: Corporation Counsel

InformationRESOLUTION:Resolved, that the Calhoun County Board of Commissioners does authorize the construction of a forfeited personalproperty storage facility on County property located at 13300 15 Mile Road, Marshall (the Road Department), and approvesan aggregate cost for the project not to exceed $204,000.00, as described in the attached budget proposal, as submittedprovided that all contracts comply with County Purchasing Policy 405, and authorizes the County Administrator/Controllerto approve and sign all contracts necessary to complete the project. 

RECOMMENDATION:The County Treasurer and County Administration recommend approval of the Resolution. 

BACKGROUND:The Calhoun County Treasurer often acquires possession of personal property of some value beyond scrap or salvage. Thisoccurs when that property is left behind after tax foreclosure of real property, in the case of the Treasurer; or whetherresidential, commercial, or industrial. The legal ownership of this property is often unclear. Until ownership can beconfirmed, it is advantageous for the Treasurer to be able to store this property to avoid its deterioration or theft andpreserve its value. The Sheriff has similar problems related to mortgage foreclosure and other similar forfeitures andabandonment of personal property. More information is included in the Treasurer’s proposal brochure, attached to thisitem.

Currently, both the Treasurer and the Sheriff use an abandoned floral shop, acquired through tax foreclosure for thispurpose. The condition of this building is such that it is no longer suitable. The Treasurer has proposed to replace thisbuilding with a 100 x 40, unheated steel building, installed on a concrete pad, and located on existing land owned by theCounty located at the Calhoun County Road Department property at 13300 15 Mile Road, Marshall.

Based on preliminary discussions with potential vendors it is anticipated the budget for this project would consist of thefollowing.

            Acquisition and Installation of Steel Building                                         $80,000.00                Installation of Two garage Doors                                                           $19,000.00            Construction of Concrete Foundation                                                   $60,000.00            Excavation and Land Balancing                                                            $20,000.00            Architectural Services and Certification of Plans                                     $7,000.00             Contingency                                                                                          $18,000.00

The actual contracts with the vendors on this project would be subject to the County Purchasing Policy 405, with the CountyAdministrator/Controller authorized to approve and sign any contract up to the budgeted maximum, as indicated.

The project will be funded by the Treasurer through the Delinquent Tax Revolving Fund, which permits expenditure of fundsto support the tax foreclosure process. MCL 211.78m permits the treasurer to expend funds from the proceeds of taxforeclosed property for ". . . fees incurred . . . in connection with the forfeiture, foreclosure, sale, maintenance, repair, orremediation of foreclosed property or the administration of this act, including costs for the defense of title actions andother legal expenses, for the year must be paid." Based upon the Treasurer's determination that this building is necessary toadminister the tax foreclosure process, the expenditure of these funds is appropriate. Approval of this resolution by the

administer the tax foreclosure process, the expenditure of these funds is appropriate. Approval of this resolution by theBoard of Commissioners is necessary to permit the construction on county property, and to assure that the CountyPurchasing Policy 405 is adhered to in contracting for the construction. 

The project will be managed in the same fashion as a County capital improvement project. However, it will be funded by theTreasurer, through the Delinquent Tax Revolving Fund which permits expenditures to support the foreclosure process. asnotrted above. There is no direct impact on the County’s General Fund Budget.  

ALTERNATIVES:As Suggested by the Commission. 

SUMMARY:The Treasurer and County Administration recommend that the Calhoun County Board of Commissioners does authorize theconstruction of a forfeited personal property storage facility on County property located at 13300 15 Mile Road aspresented. 

Fiscal Impact

BUDGETARY IMPACT:The project will be managed in the same fashion as a capital improvement project funded through CIP process. However, itwill be funded by the Treasurer, through the Delinquent Tax Revolving Fund which permits expenditures to support theforeclosure process. There is no direct impact on the County’s General Fund Budget.

For each property that was sold or transferred for an amount less than the minimum bid or that was not sold or transferred,fees incurred by the foreclosing governmental unit in connection with the forfeiture, foreclosure, sale, maintenance, repair,or remediation of foreclosed property or the administration of this act, including costs for the defense of title actions andother legal expenses, for the year must be paid. 

AttachmentsProposal from the Treasurer Approved Budget 

1

November 24, 2021

Treasurer’s Office

Authored by: Brian W. Wensauer

Foreclosure

Building

Calhoun County

Sheriff & Emergency Management

Calhoun County

Project Need • Sheriff’s department is responsible for the

removal of Personal Property that remains on

foreclosed Real Property after the Eviction

Process. Salvageable vehicles, metal and

Personal Property that can be sold at the Police

Auction in Wayland are moved to storage at the

building on Michigan Avenue and several other

locations throughout Calhoun County.

• This new build will allow everything from the

treasurer’s office to be inventoried and

disposed of more efficiently.

• The new location will also be used by the

County Sheriff’s office for impounded vehicles.

• The new location will also be used by the

Calhoun County Emergency Management Team.

• The building on Michigan Avenue (Donated to

County from the foreclosure process) will be

sold. Proceeds can defray the cost of the new

building.

2

Foreclosure Building Construction Cost Estimates

• Architectural Services: $7,000.00

• Garage Doors: $19,000.00

• Steel Buildings: $80,000.00 (includes installation)

• Concrete foundation: $60,000.00

• Excavation: $20,000.00 (Consider Road Department completion)

• Estimated Total cost of Project $186,000.00 (Funded in total by DTRF account)

To the Calhoun County Board of Commissioners. When I started working on this

project to cleanup the Personal Property from the tax foreclosed Real Property, my goal

was to find a single location that could be fenced to hold the salvaged vehicles, scrap

metal and resalable items. The reason that I started cleaning up the Real Property to

be auctioned during the foreclosure process was twofold. 1st was to cleanup the

property that sometimes sets for over the three years during the foreclosure process.

This tends to impact the adjoining property owners, especially when the grass,

overgrown shrubbery, and fallen trees are not cleaned up. 2nd is to prepare the inside

of the Real Property for the tax auction. Our tax auction proceeds the past five years

are the highest that Title Check (Auction Company) has seen in the State. The

treasurer’s office has been able to leverage these funds to cover the cost of demolition

for Dalrymple School, State Farm building and Union Steel Albion to name a few. It also

helped cut the borrowing requirements for the DTAN’s annual purchase of the local

delinquent taxes.

Thank you in advance to allow us to construct this on the Road Department Property.

“We are Calhoun County Michigan—Team Treasurer”

APPROVED BUDGET

Acquisition and Installation of Steel Building $80,000.00

Installation of Two garage Doors $19,000.00

Construction of Concrete Foundation $60,000.00

Excavation and Land Balancing $20,000.00

Architectural Services and Certification of Plans $7,000.00

Contingency $18,000.00

   AI-3771     15. a. BOC RegularMeeting Date: 12/16/2021  Claims Payable for November 24, 2021 through December 8, 2021 in the amount of $5,309,907.33Submitted For:  Kelli Scott, Administrator/Controller, Administration FROM: Kelli Scott, Administrator/Controller, AdministrationDepartment: Administration

InformationRESOLUTION:

RECOMMENDATION:Claims Payable for November 24, 2021 through December 8, 2021 in the amount of $5,309,907.33.

Fiscal Impact

AttachmentsClaims Payable Cover Claims Payable County Claims Payable Road 

** $5,309,907.33 From November 24, 2021 Thru December 8, 2021

Approved: ___________________________________________

** Total includes both Calhoun County and Calhoun County Road Department as follows:

Calhoun County: $1,967,114.60

CC Road Dept: $3,342,792.73Total $5,309,907.33

Board of Commissioners

THE ATTACHED CLAIMS PAYABLE HAVE BEEN PROCESSED BY THE ACCOUNTS PAYABLE DEPT.

CALHOUN COUNTY & ROAD DEPARTMENT CLAIMS PAYABLE LIST

THE BOARD OF COMMISSIONERS ARE REQUESTED TO APPROVE PAYMENT IN THE AMOUNT OF:

Steve Frisbie Chairman

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 101 - General Fund

Account 001.056 - Cash Flexible Spending Savings9966 - WEX HEALTH INC 2021-00001566 County FSA - PP 24 Paid by EFT #

424211/24/2021 11/24/2021 11/24/2021 11/24/2021 3,249.08

Account 001.056 - Cash Flexible Spending Savings Totals Invoice Transactions 1 $3,249.08Account 159.030 - Other Capital Assets Deferred Expense

10810 - GOVQA LLC INV1094 SUBSCRIPTION SERVICE WITH FOIA MODULE 11/15/21 - 11/14/22 C066

Paid by Check # 701842

11/18/2021 12/02/2021 12/02/2021 12/07/2021 22,075.00

Account 159.030 - Other Capital Assets Deferred Expense Totals Invoice Transactions 1 $22,075.00Account 229.020 - Due to Federal Government Federal Income Tax Withheld

8605 - US DEPT OF TREASURY - EFT ONLY 2021-00001565 County Fed Payroll Tax - PP 24

Paid by EFT # 4241

11/24/2021 11/24/2021 11/24/2021 11/24/2021 108,351.87

Account 229.020 - Due to Federal Government Federal Income Tax Withheld Totals Invoice Transactions 1 $108,351.87Account 229.030 - Due to Federal Government Social Security

8605 - US DEPT OF TREASURY - EFT ONLY 2021-00001565 County Fed Payroll Tax - PP 24

Paid by EFT # 4241

11/24/2021 11/24/2021 11/24/2021 11/24/2021 183,297.62

Account 229.030 - Due to Federal Government Social Security Totals Invoice Transactions 1 $183,297.62Account 231.010 - Payroll Deductions Payable 401(k)

9342 - ALERUS FINANCIAL 2021-00001563 County 401k Contributions - PP 24

Paid by EFT # 4239

11/24/2021 11/24/2021 11/24/2021 11/24/2021 39,778.28

6409 - VOYA FINANCIALS/STATE OF MICHIGAN

PP#24-2021 401k Michael Jaconette PP#24-2021 20211123150125858

Paid by Check # 701683

11/24/2021 11/24/2021 11/24/2021 11/24/2021 489.36

Account 231.010 - Payroll Deductions Payable 401(k) Totals Invoice Transactions 2 $40,267.64Account 231.020 - Payroll Deductions Payable 457 NACO

9342 - ALERUS FINANCIAL 2021-00001564 County 457 Contributions - PP 24

Paid by EFT # 4240

11/24/2021 11/24/2021 11/24/2021 11/24/2021 3,143.59

6409 - VOYA FINANCIALS/STATE OF MICHIGAN

2021-00001580 457 Michael Jaconette PP#24-2021 20211123150125858

Paid by Check # 701683

11/24/2021 11/24/2021 11/24/2021 11/24/2021 122.34

Account 231.020 - Payroll Deductions Payable 457 NACO Totals Invoice Transactions 2 $3,265.93Account 231.030 - Payroll Deductions Payable 457 ICMA

9342 - ALERUS FINANCIAL 2021-00001564 County 457 Contributions - PP 24

Paid by EFT # 4240

11/24/2021 11/24/2021 11/24/2021 11/24/2021 1,615.55

Account 231.030 - Payroll Deductions Payable 457 ICMA Totals Invoice Transactions 1 $1,615.55Account 231.050 - Payroll Deductions Payable MERS Non-Supervisory

1036 - MERS 00125482-80 MERS - Brad Morgan Paid by EFT # 4245

11/24/2021 11/24/2021 11/24/2021 11/24/2021 20,478.97

Account 231.050 - Payroll Deductions Payable MERS Non-Supervisory Totals Invoice Transactions 1 $20,478.97Account 231.060 - Payroll Deductions Payable Medical Insurance

9966 - WEX HEALTH INC 2021-00001567 County HSA Contributions - PP 24

Paid by EFT # 4243

11/24/2021 11/24/2021 11/24/2021 11/24/2021 9,707.62

Account 231.060 - Payroll Deductions Payable Medical Insurance Totals Invoice Transactions 1 $9,707.62

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 1 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 101 - General Fund

Account 231.070 - Payroll Deductions Payable 401(k) Loan9342 - ALERUS FINANCIAL 2021-00001563 County 401k

Contributions - PP 24Paid by EFT # 4239

11/24/2021 11/24/2021 11/24/2021 11/24/2021 6,964.47

Account 231.070 - Payroll Deductions Payable 401(k) Loan Totals Invoice Transactions 1 $6,964.47Account 231.080 - Payroll Deductions Payable FOC

11415 - INDIANA STATE CENTRAL COLLECTION UNIT

2021-00001574 7727285 Jerol Williams PP#24-2021

Paid by Check # 701677

11/24/2021 11/24/2021 11/24/2021 11/24/2021 354.00

1014 - MICHIGAN STATE DISBURSEMENT UNIT

2021-00001575 Child Support* PP#24-2021

Paid by Check # 701678

11/24/2021 11/24/2021 11/24/2021 11/24/2021 2,767.53

Account 231.080 - Payroll Deductions Payable FOC Totals Invoice Transactions 2 $3,121.53Account 231.110 - Payroll Deductions Payable United Way - Battle Creek

1006 - UNITED WAY OF BATTLE CREEK 2021-00001579 United Way Battle Creek PP#24-2021

Paid by Check # 701682

11/24/2021 11/24/2021 11/24/2021 11/24/2021 575.33

Account 231.110 - Payroll Deductions Payable United Way - Battle Creek Totals Invoice Transactions 1 $575.33Account 238.030 - Union Dues POAM

1008 - POAM - CALHOUN COUNTY SHERIFF DEPT

2021-00001577 POAM Union Dues* PP#24-2021

Paid by Check # 701680

11/24/2021 11/24/2021 11/24/2021 11/24/2021 3,277.24

Account 238.030 - Union Dues POAM Totals Invoice Transactions 1 $3,277.24Account 238.040 - Union Dues COAM

1007 - COAM - CALHOUN COUNTY SHERIFF DEPT

2021-00001573 COAM FEES PP#24-2021

Paid by Check # 701676

11/24/2021 11/24/2021 11/24/2021 11/24/2021 100.00

Account 238.040 - Union Dues COAM Totals Invoice Transactions 1 $100.00Account 238.070 - Union Dues TPOAM

9273 - TPOAM 2021-00001578 TPOAM Union Dues* PP#24-2021

Paid by Check # 701681

11/24/2021 11/24/2021 11/24/2021 11/24/2021 757.00

Account 238.070 - Union Dues TPOAM Totals Invoice Transactions 1 $757.00Account 265.040 - Bonds Payable Circuit Court

AMBER RAE IRVIN CC33087 BOND 2021-1593 FH KAIDEN SHILLING

Paid by Check # 701772

11/23/2021 11/23/2021 11/23/2021 12/01/2021 250.00

ANTHONY KING CC33088 BOND 2021-0343 FH TERI LINDSLEY

Paid by Check # 701773

11/30/2021 11/30/2021 11/30/2021 12/01/2021 270.00

MILDRED MANN CC33142 BOND 2021-0245 FH THOMAS HOWLETT

Paid by Check # 701943

12/03/2021 12/03/2021 12/03/2021 12/07/2021 250.00

KEVIN LEON RICHEY CC33089 BOND 2021-0950 FH ADAM RICHEY

Paid by Check # 701944

11/30/2021 11/30/2021 11/30/2021 12/07/2021 1,000.00

TOM SULLIVAN CC33144 BOND 2021-1406 FH JAMES RYAN

Paid by Check # 701945

12/03/2021 12/03/2021 12/03/2021 12/07/2021 450.00

RANDALL KELLY TIMBERMAN CC33090 BOND 2021-1218 FH DESIREE LATSHAW

Paid by Check # 701946

11/30/2021 11/30/2021 11/30/2021 12/07/2021 250.00

BRITTANY WINTERSTEEN CC33143 BOND 2021-0977 FH TYLER WINTERSTEEN

Paid by Check # 701949

12/03/2021 12/03/2021 12/03/2021 12/07/2021 450.00

1719 - CALHOUN COUNTY FRIEND OF THE COURT

CC33140 BOND 2016-0907 DM WORGESS V WORGESS

Paid by Check # 701807

12/03/2021 12/03/2021 12/03/2021 12/07/2021 300.00

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 2 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 101 - General Fund

Account 265.040 - Bonds Payable Circuit Court1719 - CALHOUN COUNTY FRIEND OF THE COURT

CC33141 BOND 2021-0396 DP FELTON-BRIM V SISSON

Paid by Check # 701807

12/03/2021 12/03/2021 12/03/2021 12/07/2021 100.00

Account 265.040 - Bonds Payable Circuit Court Totals Invoice Transactions 9 $3,320.00Account 271.030 - Restitutions Payable Clerk

8120 - AIRWAY AUTO PARTS CC33136 RST 2021-0631 FH PRESTON THAXTON

Paid by Check # 701781

12/02/2021 12/02/2021 12/02/2021 12/07/2021 50.00

1131 - ALLSTATE INSURANCE CC33119 RST 2017-1052 FH MARK LEE

Paid by Check # 701785

12/02/2021 12/02/2021 12/02/2021 12/07/2021 12.50

11185 - CYNTHIA ARNOLD CC33109 RST 2018-1457 FH ESQUIRE EVANS

Paid by Check # 701786

12/02/2021 12/02/2021 12/02/2021 12/07/2021 100.00

11315 - CHASE ATWOOD CC33134 RST 2020-0644 FH JESSE STOREY

Paid by Check # 701788

12/02/2021 12/02/2021 12/02/2021 12/07/2021 20.00

10777 - FREDERICK BACHMAN CC33131 RST 2018-1177 FH KELLY SMITH

Paid by Check # 701791

12/02/2021 12/02/2021 12/02/2021 12/07/2021 100.00

11034 - BANDEEN ORTHODONTICS CC33130 RST 2017-0260 FH TRENA ROTHWELL

Paid by Check # 701793

12/02/2021 12/02/2021 12/02/2021 12/07/2021 25.00

11388 - DAVID BEHNKE CC33110 RST 2020-2397 FH DOUGLAS GUESS

Paid by Check # 701797

12/02/2021 12/02/2021 12/02/2021 12/07/2021 100.00

11311 - ROBERT BOICE CC33124 RST 2020-0808 FH DESHAWN MELVIN

Paid by Check # 701799

12/02/2021 12/02/2021 12/02/2021 12/07/2021 44.26

11048 - CALHOUN COUNTY WORK FIRST CC33135 RST 1999-4524 FH SANNA TAYLOR

Paid by Check # 701810

12/02/2021 12/02/2021 12/02/2021 12/07/2021 25.00

10597 - CHEMICAL BANK CC33112 RST 2016-2098 FH TRAVIS HATFIELD

Paid by Check # 701812

12/02/2021 12/02/2021 12/02/2021 12/07/2021 1,433.61

10593 - AMY COLLIER CC33137 RST 2000-0089 FH MARCHETTA TOLES

Paid by Check # 701818

12/02/2021 12/02/2021 12/02/2021 12/07/2021 25.00

1953 - COMERICA BANK CC33101 RST 2001-3378 FH DEBRA BISSETT

Paid by Check # 701820

12/02/2021 12/02/2021 12/02/2021 12/07/2021 25.00

1953 - COMERICA BANK CC33129 RST 2000-4612 FH MICHAEL PROVOST

Paid by Check # 701819

12/02/2021 12/02/2021 12/02/2021 12/07/2021 50.00

2053 - CRIME VICTIMS SERVICES COMMISSION

CC33106 RST 1998-1521 FH RAMON COUVILLION

Paid by Check # 701823

12/02/2021 12/02/2021 12/02/2021 12/07/2021 10.00

10248 - FIRST MERIT BANK CC33107 RST 2016-2044 FH JOSHUA CURRIE

Paid by Check # 701833

12/02/2021 12/02/2021 12/02/2021 12/07/2021 500.00

10673 - KEVIN OWEN FLYNN CC33123 RST 2003-4172 FH KAREN MEDITZ

Paid by Check # 701835

12/02/2021 12/02/2021 12/02/2021 12/07/2021 100.00

11333 - LORRIE HICKS CC33111 RST 2019-3408 FH JARED GUEVARA

Paid by Check # 701846

12/02/2021 12/02/2021 12/02/2021 12/07/2021 100.00

10757 - THOMAS JAMES HOLMGREN CC33122 RST 2015-2992 FH MARTIN MCLEOD

Paid by Check # 701847

12/02/2021 12/02/2021 12/02/2021 12/07/2021 50.00

11502 - HOME-OWNERS INSURANCE COMPANY

CC33105 RST 2016-1981 FH MICHAEL CLARK

Paid by Check # 701848

12/02/2021 12/02/2021 12/02/2021 12/07/2021 15.00

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 3 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 101 - General Fund

Account 271.030 - Restitutions Payable Clerk7635 - II STANLEY CO INC CC33103 RST 2012-1159 FH

MICHAEL CAMPBELLPaid by Check # 701852

12/02/2021 12/02/2021 12/02/2021 12/07/2021 250.00

6312 - INDEPENDENT BANK CC33114 RST 2008-3374 FH CRYSTAL HILL

Paid by Check # 701853

12/02/2021 12/02/2021 12/02/2021 12/07/2021 25.00

10432 - JIM PARDOE & KENT MAURER CC33127 RST 2008-0299 FH MARCIA PETERSON

Paid by Check # 701854

12/02/2021 12/02/2021 12/02/2021 12/07/2021 400.00

3510 - KELLOGG COMMUNITY FEDERAL CREDIT UNION

CC33115 RST 2006-4455 FH JOYCE JOPLIN

Paid by Check # 701858

12/02/2021 12/02/2021 12/02/2021 12/07/2021 30.00

11370 - MARGUERITE LAWHEAD CC33116 RST 2017-1746 FH TRENT KELLY

Paid by Check # 701862

12/02/2021 12/02/2021 12/02/2021 12/07/2021 60.00

6534 - LES STANFORD CC33138 RST 2009-3318 FH CHRISTINE TRUE

Paid by Check # 701864

12/02/2021 12/02/2021 12/02/2021 12/07/2021 50.00

3947 - MARSHALL COMMUNITY CREDIT UNION

CC33102 RST 2013-1276 FH JASON BOLAND

Paid by Check # 701868

12/02/2021 12/02/2021 12/02/2021 12/07/2021 200.00

4117 - MEIJER CC33104 RST 2000-0950 FH DONNA CHICHESTER

Paid by Check # 701871

12/02/2021 12/02/2021 12/02/2021 12/07/2021 5.00

10123 - MICHIGAN AUTOMOBILE INS PLACEMENT

CC33126 RST 2014-0238 FH TYLER PETERS

Paid by Check # 701873

12/02/2021 12/02/2021 12/02/2021 12/07/2021 25.00

6787 - CHARLES REGIMBALD CC33133 RST 2008-2124 FH GARETH STANLEY

Paid by Check # 701893

12/02/2021 12/02/2021 12/02/2021 12/07/2021 225.00

5441 - STATE FARM INSURANCE CC33113 RST 2016-1149 FH SARAH HAYES

Paid by Check # 701904

12/02/2021 12/02/2021 12/02/2021 12/07/2021 40.00

5441 - STATE FARM INSURANCE CC33118 RST 1998-0967 FH MARK KIPP

Paid by Check # 701906

12/02/2021 12/02/2021 12/02/2021 12/07/2021 25.00

5441 - STATE FARM INSURANCE CC33125 RST 2008-2175 FH MICHAEL MOSHER

Paid by Check # 701905

12/02/2021 12/02/2021 12/02/2021 12/07/2021 100.00

5443 - STATE OF MICHIGAN CC33108 RST 2017-1913 FH MIGDALIA ECHEVERRIA

Paid by Check # 701914

12/02/2021 12/02/2021 12/02/2021 12/07/2021 100.00

5443 - STATE OF MICHIGAN CC33121 RST 2018-2300 FH BRITTANY MCDONALD

Paid by Check # 701915

12/02/2021 12/02/2021 12/02/2021 12/07/2021 25.05

5443 - STATE OF MICHIGAN CC33128 RST 2012-0158 FH DUANE PETOSKY

Paid by Check # 701916

12/02/2021 12/02/2021 12/02/2021 12/07/2021 5.00

10732 - TEAM ONE PLASTICS CC33120 RST 2018-0520 FH ELAINE LUCA

Paid by Check # 701919

12/02/2021 12/02/2021 12/02/2021 12/07/2021 300.00

10089 - THE OAKS NORTHPOINT WOODS CC33139 RST 2015-3351 FH KIMBERLY WILSON

Paid by Check # 701924

12/02/2021 12/02/2021 12/02/2021 12/07/2021 400.00

7109 - RYSZARD ULBIN CC33132 RST 2008-2123 FH GARETH STANLEY

Paid by Check # 701927

12/02/2021 12/02/2021 12/02/2021 12/07/2021 300.00

5901 - OWEN WARREN CC33117 RST 2008-3775 FH RITA KERWIN

Paid by Check # 701932

12/02/2021 12/02/2021 12/02/2021 12/07/2021 284.00

Account 271.030 - Restitutions Payable Clerk Totals Invoice Transactions 39 $5,634.42

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 4 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 101 - General Fund

Account 271.040 - Restitutions Payable Victims Rights1110 - ALBION MOTORS - FORD MERCURY CC33097 RST 2007-0500111703

DL MARCUS EVANSPaid by Check # 701783

12/02/2021 12/02/2021 12/02/2021 12/07/2021 50.00

1360 - BATTLE CREEK PUBLIC SCHOOLS CC33099 RST 2007-0700121708 DL JUSTIN SHEDDAN

Paid by Check # 701795

12/02/2021 12/02/2021 12/02/2021 12/07/2021 37.50

7835 - PHILLIP DADOW CC33098 RST 1998-9800279501 DL JENNIFER IVES

Paid by Check # 701826

12/02/2021 12/02/2021 12/02/2021 12/07/2021 20.00

1029 - MICHIGAN MUNICIPAL LEAGUE CC33095 RST 2012-1200144201 DJ DIONDRE EDMONDS

Paid by Check # 701874

12/02/2021 12/02/2021 12/02/2021 12/07/2021 4.60

10124 - TIM PALMER CC33100 RST 2015-1400142406 DL NICHOLAS WEBERLING

Paid by Check # 701883

12/02/2021 12/02/2021 12/02/2021 12/07/2021 50.00

11041 - QUINTON ROBINSON CC33096 RST 2019-1900184401 DL KEVIN CLINTON

Paid by Check # 701894

12/02/2021 12/02/2021 12/02/2021 12/07/2021 150.00

Account 271.040 - Restitutions Payable Victims Rights Totals Invoice Transactions 6 $312.10Department 10 - County Administrator/Controller

Division 101 - AppropriationBusiness Unit 1968 - Medical Care Facility MOE

Account 676.000 - Reimbursements Miscellaneous5443 - STATE OF MICHIGAN 21-742 MOE INV 491 400579

OCTOBER 2021Paid by Check # 701907

11/15/2021 12/15/2021 11/29/2021 12/07/2021 2,014.72

Account 676.000 - Reimbursements Miscellaneous Totals Invoice Transactions 1 $2,014.72Business Unit 1968 - Medical Care Facility MOE Totals Invoice Transactions 1 $2,014.72

Division 101 - Appropriation Totals Invoice Transactions 1 $2,014.72Division 104 - County Administrator

Business Unit 1992 - COVID 19Account 727.000 - Office Supplies Expense

2108 - D & D MAINTENANCE SUPPLY 165964 ACCT# CACB1, PACKING SLIP# 163163

Paid by Check # 701825

11/29/2021 12/14/2021 12/06/2021 12/07/2021 588.00

Account 727.000 - Office Supplies Expense Totals Invoice Transactions 1 $588.00Business Unit 1992 - COVID 19 Totals Invoice Transactions 1 $588.00

Division 104 - County Administrator Totals Invoice Transactions 1 $588.00Division 105 - Equalization

Business Unit 1225 - EqualizationAccount 727.000 - Office Supplies Expense

1429 - BESCO WATER TREATMENT INC 3770081 CUST# 0120151 COOLER RENTAL - EQUALIZATION

Paid by Check # 701798

12/01/2021 12/31/2021 12/06/2021 12/07/2021 6.00

Account 727.000 - Office Supplies Expense Totals Invoice Transactions 1 $6.00

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 5 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 101 - General Fund

Department 10 - County Administrator/ControllerDivision 105 - Equalization

Business Unit 1225 - EqualizationAccount 801.010 - Contractual Services Misc

10475 - MATHEW L HANSEN DECEMBER 2021

DECEMBER 2021 MONTHLY COMPENSATION PER AGREEMENT

Paid by Check # 701723

12/01/2021 12/18/2021 11/30/2021 12/01/2021 2,083.34

Account 801.010 - Contractual Services Misc Totals Invoice Transactions 1 $2,083.34Business Unit 1225 - Equalization Totals Invoice Transactions 2 $2,089.34

Division 105 - Equalization Totals Invoice Transactions 2 $2,089.34Division 106 - Finance

Business Unit 1205 - FinanceAccount 721.000 - Social Security Expense

8605 - US DEPT OF TREASURY - EFT ONLY 2021-00001568 Notice CP161 - Tax Period 6.30.21

Paid by EFT # 4244

11/24/2021 11/24/2021 11/24/2021 11/24/2021 835.50

Account 721.000 - Social Security Expense Totals Invoice Transactions 1 $835.50Business Unit 1205 - Finance Totals Invoice Transactions 1 $835.50

Division 106 - Finance Totals Invoice Transactions 1 $835.50Department 10 - County Administrator/Controller Totals Invoice Transactions 5 $5,527.56

Department 15 - AdministrationDivision 157 - Community Development

Business Unit 1748 - Community DevelopmentAccount 727.000 - Office Supplies Expense

1429 - BESCO WATER TREATMENT INC 3747647 4 - 5 gal water bottles Paid by Check # 701699

10/22/2021 11/22/2021 11/18/2021 12/01/2021 24.00

1429 - BESCO WATER TREATMENT INC 3769579 Cooler Rental/Water Services

Paid by Check # 701798

12/01/2021 12/30/2021 12/03/2021 12/07/2021 24.00

Account 727.000 - Office Supplies Expense Totals Invoice Transactions 2 $48.00Account 870.020 - Travel Expense Mileage

11481 - BRITTANY STEIN BS 11.23.21 Mileage November 2021

Paid by Check # 701761

11/23/2021 12/23/2021 11/24/2021 12/01/2021 100.24

Account 870.020 - Travel Expense Mileage Totals Invoice Transactions 1 $100.24Business Unit 1748 - Community Development Totals Invoice Transactions 3 $148.24

Division 157 - Community Development Totals Invoice Transactions 3 $148.24Department 15 - Administration Totals Invoice Transactions 3 $148.24

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 6 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 101 - General Fund

Department 20 - Clerk-Register of DeedsDivision 202 - Court Clerk

Business Unit 1216 - Clerk of Circuit CourtAccount 727.000 - Office Supplies Expense

1429 - BESCO WATER TREATMENT INC 3759941 5 GAL WATER (6) & FUEL SURCHARGE

Paid by Check # 701798

11/03/2021 12/02/2021 12/02/2021 12/07/2021 35.00

6828 - CALHOUN COUNTY CLERKS OFFICE 2021-00001594 NOTARY APPLICATON FEE - T ZADIGIAN

Paid by Check # 701806

12/02/2021 12/02/2021 12/02/2021 12/07/2021 10.00

5443 - STATE OF MICHIGAN 2021-00001593 NOTARY APPLICATON FEE - T ZADIGIAN

Paid by Check # 701917

12/02/2021 12/02/2021 12/02/2021 12/07/2021 10.00

5434 - STAPLES BUSINESS ADVANTAGE 8064346645 CUST# DET 223455 11/20/21

Paid by Check # 701901

11/20/2021 12/20/2021 12/03/2021 12/07/2021 73.99

5434 - STAPLES BUSINESS ADVANTAGE 8064267796 CUST# DET 223455 11/13/21

Paid by Check # 701903

11/13/2021 12/13/2021 12/03/2021 12/07/2021 77.32

Account 727.000 - Office Supplies Expense Totals Invoice Transactions 5 $206.31Account 801.010 - Contractual Services Misc

5236 - SHRED-IT, c/o STERICYCLE INC 8000342759 SHREDDING SERVICES #1000469027

Paid by Check # 701897

10/31/2021 11/30/2021 12/02/2021 11/18/2021 12/07/2021 158.16

5236 - SHRED-IT, c/o STERICYCLE INC 8000328662 SHREDDING SERVICES #1000363771

Paid by Check # 701897

10/31/2021 11/30/2021 12/02/2021 11/18/2021 12/07/2021 165.18

Account 801.010 - Contractual Services Misc Totals Invoice Transactions 2 $323.34Business Unit 1216 - Clerk of Circuit Court Totals Invoice Transactions 7 $529.65

Division 202 - Court Clerk Totals Invoice Transactions 7 $529.65Division 203 - Elections

Business Unit 1191 - Clerk - ElectionsAccount 880.000 - Board Per Diem Expense

11504 - ERICA BROWN 11/4/21 Canvass

Canvass of November 2021 Election

Paid by Check # 701703

11/23/2021 12/23/2021 11/23/2021 12/01/2021 66.80

10296 - SUSAN BUCKLEY 11/4/21 Canvass

Canvass of November 2021 Election

Paid by Check # 701704

11/23/2021 12/23/2021 11/23/2021 12/01/2021 66.80

11201 - BRENDEL HATLEY 11/4/21 Canvass

Canvass of November 2021 Election

Paid by Check # 701724

11/23/2021 12/23/2021 11/23/2021 12/01/2021 70.16

6661 - PAMELA J LASLEY 11/4/21 Canvass

Canvass of November 2021 Election

Paid by Check # 701733

11/23/2021 12/23/2021 11/23/2021 12/01/2021 69.04

Account 880.000 - Board Per Diem Expense Totals Invoice Transactions 4 $272.80Account 934.010 - Maintenance Equipment

2390 - ELECTION SOURCE 21-3539 Annual Cellular Service Fee 2021

Paid by Check # 701718

11/10/2021 12/10/2021 11/30/2021 12/01/2021 100.00

Account 934.010 - Maintenance Equipment Totals Invoice Transactions 1 $100.00Business Unit 1191 - Clerk - Elections Totals Invoice Transactions 5 $372.80

Division 203 - Elections Totals Invoice Transactions 5 $372.80Department 20 - Clerk-Register of Deeds Totals Invoice Transactions 12 $902.45

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 7 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 101 - General Fund

Department 25 - JudicialDivision 251 - Judicial Council

Business Unit 1132 - Due Process CostsAccount 801.010 - Contractual Services Misc

9949 - TYLER TECHNOLOGIES INC 020-131708 JURY SUMMONS DIRECT (NOVEMBER 2021 - OCTOBER 2022

Paid by Check # 701765

11/09/2021 12/09/2021 11/24/2021 12/01/2021 27,959.85

Account 801.010 - Contractual Services Misc Totals Invoice Transactions 1 $27,959.85Account 813.030 - Legal Fees Circuit Family

11167 - JULIE A BRADFIELD 2021-00001595 2021 JUVENILE REPRESENTATION VOUCHERS

Paid by Check # 701801

12/03/2021 12/31/2021 12/03/2021 12/07/2021 468.75

8639 - SHELLEY A HUFFMAN PLLC 2021-00001596 2021 JUVENILE REPRESENTATION VOUCHERS

Paid by Check # 701849

12/03/2021 12/31/2021 12/03/2021 12/07/2021 225.00

11322 - MICHAEL L KUJACZNSKI 2021-00001597 2021 JUVENILE REPRESENTATION VOUCHERS

Paid by Check # 701861

12/03/2021 12/31/2021 12/03/2021 12/07/2021 525.00

10184 - MIDWAY LAW FIRM PLLC 2021-00001598 2021 JUVENILE REPRESENTATION VOUCHERS

Paid by Check # 701877

12/03/2021 12/31/2021 12/03/2021 12/07/2021 2,212.50

4358 - MUMFORD SCHUBEL MACFARLANE & BARNETT PLLC

2021-00001599 2021 JUVENILE REPRESENTATION VOUCHERS

Paid by Check # 701880

12/03/2021 12/31/2021 12/03/2021 12/07/2021 675.00

10783 - STEVEN E PARKS 2021-00001600 2021 JUVENILE REPRESENTATION VOUCHERS

Paid by Check # 701884

12/03/2021 12/31/2021 12/03/2021 12/07/2021 2,193.75

4651 - LISA M PERKINS 2021-00001601 2021 JUVENILE REPRESENTATION VOUCHERS

Paid by Check # 701886

12/03/2021 12/31/2021 12/03/2021 12/07/2021 1,304.95

5351 - LARRY L SNYDER 2021-00001602 2021 JUVENILE REPRESENTATION VOUCHERS

Paid by Check # 701898

12/03/2021 12/31/2021 12/03/2021 12/07/2021 375.00

Account 813.030 - Legal Fees Circuit Family Totals Invoice Transactions 8 $7,979.95Account 813.050 - Legal Fees Probate Court

7285 - MARK J CRAIG 10607 KALAMAZOO CO ATTY (RE: 21-820 MI)

Paid by Check # 701714

11/22/2021 12/22/2021 11/22/2021 12/01/2021 175.00

3256 - HUMBARGER ZEBELL & BIEBERICH PC

10612 INV 40652, 40660, 40653

Paid by Check # 701728

11/22/2021 12/22/2021 11/22/2021 12/01/2021 337.50

3765 - LEWIS REED & ALLEN PC 10611 INV 74699 Paid by Check # 701735

11/22/2021 12/22/2021 11/22/2021 12/01/2021 25.00

10184 - MIDWAY LAW FIRM PLLC 10610 INV 082021863CA Paid by Check # 701739

11/22/2021 12/22/2021 11/22/2021 12/01/2021 50.00

6630 - MICHAEL J MURPHY 10608 INV 110821-01 Paid by Check # 701741

11/22/2021 12/22/2021 11/22/2021 12/01/2021 150.00

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 8 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 101 - General Fund

Department 25 - JudicialDivision 251 - Judicial Council

Business Unit 1132 - Due Process CostsAccount 813.050 - Legal Fees Probate Court

4440 - KRISTAN A NEWHOUSE 10609 KENT CO ATTY (RE: 21-921 MI)

Paid by Check # 701743

11/22/2021 12/22/2021 11/22/2021 12/01/2021 82.50

7048 - O'CONNOR & BENNETT LAW FIRM PLC

10606 inv 6496, 6493, 6495, 6492, 6490, 6491, 6494

Paid by Check # 701746

11/22/2021 12/22/2021 11/22/2021 12/01/2021 1,075.00

10824 - GROSSMAN HORNE & CANNIZZARO PC

10613 INV 8190 Paid by Check # 701843

11/29/2021 12/29/2021 11/29/2021 12/07/2021 150.00

4358 - MUMFORD SCHUBEL MACFARLANE & BARNETT PLLC

10614 INV 68444 Paid by Check # 701880

11/29/2021 12/29/2021 11/29/2021 12/07/2021 200.00

6630 - MICHAEL J MURPHY 10615 INV 112421-01 Paid by Check # 701881

11/29/2021 12/29/2021 11/29/2021 12/07/2021 250.00

Account 813.050 - Legal Fees Probate Court Totals Invoice Transactions 10 $2,495.00Account 816.020 - Appeals Circuit Court

10990 - THE NUNLEY LAW GROUP PLLC 2021-00001592 MAACS STMT: PEO V MICHELLE JESSUP 19-3367 FC

Paid by Check # 701923

11/22/2021 12/22/2021 11/29/2021 12/07/2021 381.46

Account 816.020 - Appeals Circuit Court Totals Invoice Transactions 1 $381.46Account 817.030 - Civil Contempt Circuit Family

8639 - SHELLEY A HUFFMAN PLLC 246 PPO VIOL #1 AND #2 RE: M.HENDERSON 21-2068 PP

Paid by Check # 701849

11/30/2021 12/30/2021 11/29/2021 12/07/2021 220.00

8639 - SHELLEY A HUFFMAN PLLC 247 PPO VIOL #1 RE: K.CROSS 21-2044 PP

Paid by Check # 701849

11/30/2021 12/30/2021 11/29/2021 12/07/2021 110.00

8639 - SHELLEY A HUFFMAN PLLC 245 FOC CIVIL CONTEMPT 11-17-21

Paid by Check # 701849

11/30/2021 12/30/2021 11/29/2021 12/07/2021 325.00

Account 817.030 - Civil Contempt Circuit Family Totals Invoice Transactions 3 $655.00Account 819.020 - Transcripts Indigent Circuit Court

3164 - LEEANN R HOLLISTER LH111821 T/SCRIPT: M.WILSON 18-3038 FH

Paid by Check # 701727

11/18/2021 12/18/2021 11/24/2021 12/01/2021 108.65

3164 - LEEANN R HOLLISTER LH11182-3 T/SCRIPT: A.LITTLE 19-1198 FH

Paid by Check # 701727

11/18/2021 12/18/2021 11/24/2021 12/01/2021 51.25

3164 - LEEANN R HOLLISTER LH11182-2 T/SCRIPT: C.TAYLOR 20-1933 FH

Paid by Check # 701727

11/18/2021 12/18/2021 11/24/2021 12/01/2021 43.05

6560 - PENNY SHAW 16-8646-2021 T/SCRIPT: L.MCGEE 21-1338 FH

Paid by Check # 701757

11/22/2021 12/22/2021 11/24/2021 12/01/2021 45.10

6560 - PENNY SHAW 17-8646-2021 T/SCRIPT: C.LESTERHOUSE 21-379 FH

Paid by Check # 701896

12/01/2021 12/31/2021 11/29/2021 12/07/2021 61.50

Account 819.020 - Transcripts Indigent Circuit Court Totals Invoice Transactions 5 $309.55

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 9 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 101 - General Fund

Department 25 - JudicialDivision 251 - Judicial Council

Business Unit 1132 - Due Process CostsAccount 819.030 - Transcripts Indigent Circuit Family

7165 - SHANA M PAYNE 11292021 T/SCRIPT: APPEAL RE 17-2918 NA

Paid by Check # 701885

11/29/2021 12/29/2021 11/29/2021 12/07/2021 1,027.88

Account 819.030 - Transcripts Indigent Circuit Family Totals Invoice Transactions 1 $1,027.88Account 820.030 - Interpreter Fees Circuit Family

3684 - LANGUAGE LINK 409 INTERPRETER 11/15/21 RE 21-1447 DL

Paid by Check # 701731

11/18/2021 12/18/2021 11/24/2021 12/01/2021 63.60

8118 - BURMESE AMERICAN INITIATIVE INC

1043 INTERPRET 10/7/21 (21-2621 DL) AND 10/15 & 11/12/21 (21-2210 NC)

Paid by Check # 701805

11/30/2021 12/30/2021 11/29/2021 12/07/2021 180.00

Account 820.030 - Interpreter Fees Circuit Family Totals Invoice Transactions 2 $243.60Account 821.020 - Juror Fees Circuit Court

REBECCA LAPEKAS REISSUE 697334

JURY - REPLACES CK# 697334 AUTO RETURNED BY BANK PLUS BANK FEE

Paid by Check # 701942

12/03/2021 12/03/2021 12/03/2021 12/07/2021 122.46

Account 821.020 - Juror Fees Circuit Court Totals Invoice Transactions 1 $122.46Business Unit 1132 - Due Process Costs Totals Invoice Transactions 32 $41,174.75

Division 251 - Judicial Council Totals Invoice Transactions 32 $41,174.75Division 252 - Circuit Court

Business Unit 1131 - Circuit CourtAccount 900.000 - Printing Expense

4766 - PRINTLINK 306959 MEMORANDUM OF ACTION FOR JUDGES LINCOLN/HALLACY

Paid by Check # 701889

11/22/2021 12/22/2021 11/29/2021 12/07/2021 116.32

Account 900.000 - Printing Expense Totals Invoice Transactions 1 $116.32Business Unit 1131 - Circuit Court Totals Invoice Transactions 1 $116.32

Business Unit 1133 - Circuit Court - Family DivisionAccount 873.020 - Vehicle Expense Fuel

10393 - WEX BANK 75977784 November 2021 Wex Fuel Usage

Paid by EFT # 4261

11/23/2021 12/06/2021 12/06/2021 12/07/2021 30.19

Account 873.020 - Vehicle Expense Fuel Totals Invoice Transactions 1 $30.19Business Unit 1133 - Circuit Court - Family Division Totals Invoice Transactions 1 $30.19

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 10 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 101 - General Fund

Department 25 - JudicialDivision 252 - Circuit Court

Business Unit 1151 - Circuit Court ProbationAccount 727.000 - Office Supplies Expense

5434 - STAPLES BUSINESS ADVANTAGE 8064346645 CUST# DET 223455 11/20/21

Paid by Check # 701901

11/20/2021 12/20/2021 12/03/2021 12/07/2021 152.80

5434 - STAPLES BUSINESS ADVANTAGE 8064404954 CUST# DET 223455 11/27/21

Paid by Check # 701902

11/27/2021 12/27/2021 12/03/2021 12/07/2021 24.99

5434 - STAPLES BUSINESS ADVANTAGE 8064267796 CUST# DET 223455 11/13/21

Paid by Check # 701903

11/13/2021 12/13/2021 12/03/2021 12/07/2021 235.88

Account 727.000 - Office Supplies Expense Totals Invoice Transactions 3 $413.67Business Unit 1151 - Circuit Court Probation Totals Invoice Transactions 3 $413.67

Division 252 - Circuit Court Totals Invoice Transactions 5 $560.18Division 253 - District Court

Business Unit 1136 - District CourtAccount 873.020 - Vehicle Expense Fuel

10393 - WEX BANK 75977784 November 2021 Wex Fuel Usage

Paid by EFT # 4261

11/23/2021 12/06/2021 12/06/2021 12/07/2021 154.59

Account 873.020 - Vehicle Expense Fuel Totals Invoice Transactions 1 $154.59Business Unit 1136 - District Court Totals Invoice Transactions 1 $154.59

Division 253 - District Court Totals Invoice Transactions 1 $154.59Division 254 - Probate Court

Business Unit 1148 - Probate CourtAccount 607.000 - Department Fees Miscellaneous

MARGARET TUOHY 2021-00001587 REFUND FILING FEES: RE 21-992 GM

Paid by Check # 701947

11/22/2021 12/22/2021 11/29/2021 12/07/2021 20.00

MARGARET TUOHY 2021-00001588 REFUND FILING FEES RE: 21-993 GM

Paid by Check # 701948

11/22/2021 12/22/2021 11/29/2021 12/07/2021 20.00

Account 607.000 - Department Fees Miscellaneous Totals Invoice Transactions 2 $40.00Business Unit 1148 - Probate Court Totals Invoice Transactions 2 $40.00

Division 254 - Probate Court Totals Invoice Transactions 2 $40.00Department 25 - Judicial Totals Invoice Transactions 40 $41,929.52

Department 30 - ProsecutorDivision 300 - Prosecutor

Business Unit 1229 - Prosecuting AttorneyAccount 727.000 - Office Supplies Expense

2104 - CUSTOM SIGNS & DESIGNS 19033 staff door signs name plates

Paid by Check # 701824

11/24/2021 12/04/2021 12/03/2021 12/07/2021 100.00

Account 727.000 - Office Supplies Expense Totals Invoice Transactions 1 $100.00Account 801.010 - Contractual Services Misc

10193 - GERALD STONEBRAKER 11242021 payroll w/e 11/24/2021 Paid by Check # 701763

11/24/2021 11/24/2021 11/24/2021 12/01/2021 723.47

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 11 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 101 - General Fund

Department 30 - ProsecutorDivision 300 - Prosecutor

Business Unit 1229 - Prosecuting AttorneyAccount 801.010 - Contractual Services Misc

10193 - GERALD STONEBRAKER 12032021 payroll w/e 12/02/2021 Paid by Check # 701918

12/03/2021 12/03/2021 12/03/2021 12/07/2021 807.60

Account 801.010 - Contractual Services Misc Totals Invoice Transactions 2 $1,531.07Account 873.020 - Vehicle Expense Fuel

10393 - WEX BANK 75977784 November 2021 Wex Fuel Usage

Paid by EFT # 4261

11/23/2021 12/06/2021 12/06/2021 12/07/2021 62.14

Account 873.020 - Vehicle Expense Fuel Totals Invoice Transactions 1 $62.14Account 910.010 - Legal Notices Miscellaneous

3466 - KALAMAZOO COUNTY CIRCUIT COURT

12032021 certified records for Roscoe E Manns

Paid by Check # 701855

12/03/2021 12/03/2021 12/03/2021 12/07/2021 30.00

Account 910.010 - Legal Notices Miscellaneous Totals Invoice Transactions 1 $30.00Business Unit 1229 - Prosecuting Attorney Totals Invoice Transactions 5 $1,723.21

Division 300 - Prosecutor Totals Invoice Transactions 5 $1,723.21Department 30 - Prosecutor Totals Invoice Transactions 5 $1,723.21

Department 40 - SheriffDivision 401 - Sheriff Administration

Business Unit 1305 - AdministrationAccount 740.000 - Uniform Supplies Expense

2641 - GALLS LLC 019763720 GALLS 4223176 Paid by Check # 701720

11/15/2021 12/15/2021 11/23/2021 11/23/2021 12/01/2021 9.40

2641 - GALLS LLC 019763737 GALLS 4223176 Paid by Check # 701720

11/15/2021 12/15/2021 11/23/2021 11/23/2021 12/01/2021 50.16

2641 - GALLS LLC 019811501 GALLS 4223176 Paid by Check # 701839

11/19/2021 12/19/2021 12/02/2021 12/02/2021 12/07/2021 75.00

Account 740.000 - Uniform Supplies Expense Totals Invoice Transactions 3 $134.56Account 805.030 - Professional Services Uniform Cleaning

3063 - HERITAGE CLEANERS LLC 11-01-2021 HERITAGE Paid by Check # 701725

11/01/2021 11/29/2021 11/20/2021 11/20/2021 12/01/2021 124.35

Account 805.030 - Professional Services Uniform Cleaning Totals Invoice Transactions 1 $124.35Account 860.000 - Extraditions Expense

4783 - PTS OF AMERICA LLC 211978 CUST 29 - TRANSPORT OF INMATE KEVIN E BRYANT

Paid by Check # 701752

11/17/2021 11/17/2021 11/24/2021 11/24/2021 12/01/2021 7,333.00

4783 - PTS OF AMERICA LLC 212076 CUST 29 - Transport of inmate BRUCE EDWARD SNELL

Paid by Check # 701752

11/20/2021 11/20/2021 11/24/2021 11/24/2021 12/01/2021 2,565.00

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 12 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 101 - General Fund

Department 40 - SheriffDivision 401 - Sheriff Administration

Business Unit 1305 - AdministrationAccount 860.000 - Extraditions Expense

4783 - PTS OF AMERICA LLC 211917 CUST 29 -Transport of inmate ERIN ROBINSON

Paid by Check # 701890

11/15/2021 11/15/2021 11/29/2021 11/29/2021 12/07/2021 1,587.50

4783 - PTS OF AMERICA LLC 211920 CUST 20 - Transport of inmate AMARON SISSAN

Paid by Check # 701890

11/15/2021 11/15/2021 11/29/2021 11/29/2021 12/07/2021 800.00

4783 - PTS OF AMERICA LLC 212178 CUST 29 - Transport of ROBERT LEE HOLLINS

Paid by Check # 701890

11/23/2021 11/23/2021 11/30/2021 11/30/2021 12/07/2021 2,225.00

Account 860.000 - Extraditions Expense Totals Invoice Transactions 5 $14,510.50Account 873.020 - Vehicle Expense Fuel

10393 - WEX BANK 75977784 November 2021 Wex Fuel Usage

Paid by EFT # 4261

11/23/2021 12/06/2021 12/06/2021 12/07/2021 230.02

Account 873.020 - Vehicle Expense Fuel Totals Invoice Transactions 1 $230.02Business Unit 1305 - Administration Totals Invoice Transactions 10 $14,999.43

Business Unit 1306 - Support ServicesAccount 801.010 - Contractual Services Misc

5236 - SHRED-IT, c/o STERICYCLE INC 8000389460 CUST 100124525 Paid by Check # 701758

11/18/2021 12/18/2021 11/19/2021 11/19/2021 12/01/2021 49.08

Account 801.010 - Contractual Services Misc Totals Invoice Transactions 1 $49.08Account 805.030 - Professional Services Uniform Cleaning

3063 - HERITAGE CLEANERS LLC 11-01-2021 HERITAGE Paid by Check # 701725

11/01/2021 11/29/2021 11/20/2021 11/20/2021 12/01/2021 119.00

Account 805.030 - Professional Services Uniform Cleaning Totals Invoice Transactions 1 $119.00Account 870.020 - Travel Expense Mileage

4849 - RICK C REDMAN 12-02-2021RR Reimbursment Paid by Check # 701892

12/02/2021 12/02/2021 11/30/2021 11/30/2021 12/07/2021 54.66

Account 870.020 - Travel Expense Mileage Totals Invoice Transactions 1 $54.66Business Unit 1306 - Support Services Totals Invoice Transactions 3 $222.74

Business Unit 1326 - Civil ProcessAccount 612.000 - Civil Processing Fees Miscellaneous

Amy Kaunovsky 11-02-2021 Civil Process Redund Paid by Check # 701940

11/03/2021 11/03/2021 11/29/2021 11/29/2021 12/07/2021 9.46

Account 612.000 - Civil Processing Fees Miscellaneous Totals Invoice Transactions 1 $9.46Account 727.000 - Office Supplies Expense

5434 - STAPLES BUSINESS ADVANTAGE 8064267796 CUST# DET 223455 11/13/21

Paid by Check # 701903

11/13/2021 12/13/2021 12/03/2021 12/07/2021 88.45

Account 727.000 - Office Supplies Expense Totals Invoice Transactions 1 $88.45

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 13 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 101 - General Fund

Department 40 - SheriffDivision 401 - Sheriff Administration

Business Unit 1326 - Civil ProcessAccount 740.000 - Uniform Supplies Expense

2641 - GALLS LLC 019751517 GALLS 4223176 Paid by Check # 701720

11/12/2021 12/12/2021 11/23/2021 11/23/2021 12/01/2021 85.98

Account 740.000 - Uniform Supplies Expense Totals Invoice Transactions 1 $85.98Account 805.030 - Professional Services Uniform Cleaning

3063 - HERITAGE CLEANERS LLC 11-01-2021 HERITAGE Paid by Check # 701725

11/01/2021 11/29/2021 11/20/2021 11/20/2021 12/01/2021 8.40

Account 805.030 - Professional Services Uniform Cleaning Totals Invoice Transactions 1 $8.40Account 873.020 - Vehicle Expense Fuel

10393 - WEX BANK 75977784 November 2021 Wex Fuel Usage

Paid by EFT # 4261

11/23/2021 12/06/2021 12/06/2021 12/07/2021 759.63

Account 873.020 - Vehicle Expense Fuel Totals Invoice Transactions 1 $759.63Account 955.000 - Miscellaneous Operating Expense

9343 - KM FIELD SERVICE LLC 6394 DUMPSTER AND HAUL AWAY FEES FOR EVICTION

Paid by Check # 701859

11/15/2021 11/15/2021 11/30/2021 11/30/2021 12/07/2021 1,350.00

Account 955.000 - Miscellaneous Operating Expense Totals Invoice Transactions 1 $1,350.00Business Unit 1326 - Civil Process Totals Invoice Transactions 6 $2,301.92

Division 401 - Sheriff Administration Totals Invoice Transactions 19 $17,524.09Division 402 - Corrections

Business Unit 1351 - Corrections JailAccount 724.020 - Retirement MERS Non-Supervisory

1036 - MERS 00125482-80 MERS - Brad Morgan Paid by EFT # 4245

11/24/2021 11/24/2021 11/24/2021 11/24/2021 16,927.24

Account 724.020 - Retirement MERS Non-Supervisory Totals Invoice Transactions 1 $16,927.24Account 727.000 - Office Supplies Expense

1488 - BOB BARKER COMPANY INC INV1687883 CALMI4 Paid by Check # 701702

10/29/2021 11/28/2021 11/24/2021 11/24/2021 12/01/2021 283.40

4749 - PRECISION DYNAMICS CORP (PDC) 9348276668 ACCT 6319445204 CLINCHER

Paid by Check # 701751

11/03/2021 12/03/2021 11/19/2021 11/19/2021 12/01/2021 192.00

4749 - PRECISION DYNAMICS CORP (PDC) 9348240124 ACCT 6319445204 CLINCHER

Paid by Check # 701751

10/29/2021 11/29/2021 11/19/2021 11/19/2021 12/01/2021 384.00

5434 - STAPLES BUSINESS ADVANTAGE 8064426629 CUST DET 223455 JAIL MAINTENANCE, OFFICE SUPPLIES

Paid by Check # 701900

11/30/2021 12/15/2021 12/03/2021 12/03/2021 12/07/2021 1,046.88

Account 727.000 - Office Supplies Expense Totals Invoice Transactions 4 $1,906.28Account 730.000 - Maintenance Supplies Expense

1488 - BOB BARKER COMPANY INC INV1689475 CALMI4 Paid by Check # 701702

11/02/2021 12/02/2021 11/24/2021 11/24/2021 12/01/2021 500.00

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 14 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 101 - General Fund

Department 40 - SheriffDivision 402 - Corrections

Business Unit 1351 - Corrections JailAccount 730.000 - Maintenance Supplies Expense

2108 - D & D MAINTENANCE SUPPLY 165929 ACCT CACB2 Paid by Check # 701825

11/22/2021 12/07/2021 11/29/2021 11/29/2021 12/07/2021 1,034.00

2108 - D & D MAINTENANCE SUPPLY 165965 ACCT CACB2 Paid by Check # 701825

11/24/2021 12/09/2021 11/30/2021 11/30/2021 12/07/2021 993.03

5434 - STAPLES BUSINESS ADVANTAGE 8064426629 CUST DET 223455 JAIL MAINTENANCE, OFFICE SUPPLIES

Paid by Check # 701900

11/30/2021 12/15/2021 12/03/2021 12/03/2021 12/07/2021 3,787.16

Account 730.000 - Maintenance Supplies Expense Totals Invoice Transactions 4 $6,314.19Account 740.000 - Uniform Supplies Expense

2641 - GALLS LLC 019696307 GALLS - 4223176 Paid by Check # 701720

11/05/2021 12/05/2021 11/19/2021 11/19/2021 12/01/2021 472.82

2641 - GALLS LLC 019677632 GALLS - 4223176 Paid by Check # 701720

11/03/2021 12/03/2021 11/19/2021 11/19/2021 12/01/2021 55.48

2641 - GALLS LLC 019677660 GALLS - 4223176 Paid by Check # 701720

11/03/2021 12/03/2021 11/19/2021 11/19/2021 12/01/2021 50.16

2641 - GALLS LLC 019677690 GALLS - 4223176 Paid by Check # 701720

11/03/2021 12/03/2021 11/19/2021 11/19/2021 12/01/2021 57.66

2641 - GALLS LLC 019686692 GALLS - 4223176 Paid by Check # 701720

11/04/2021 12/04/2021 11/19/2021 11/19/2021 12/01/2021 435.26

2641 - GALLS LLC 019686716 GALLS - 4223176 Paid by Check # 701720

11/04/2021 12/04/2021 11/19/2021 11/19/2021 12/01/2021 37.56

2641 - GALLS LLC 019686844 GALLS - 4223176 Paid by Check # 701720

11/04/2021 12/04/2021 11/19/2021 11/19/2021 12/01/2021 50.16

2641 - GALLS LLC 019693116 GALLS - 4223176 Paid by Check # 701720

11/04/2021 12/04/2021 11/19/2021 11/19/2021 12/01/2021 916.00

2641 - GALLS LLC 019742300 GALLS 4223176 Paid by Check # 701720

11/11/2021 12/11/2021 11/23/2021 11/23/2021 12/01/2021 994.80

2641 - GALLS LLC 019763498 GALLS 4223176 Paid by Check # 701720

11/15/2021 12/15/2021 11/23/2021 11/23/2021 12/01/2021 200.64

2641 - GALLS LLC 019763649 GALLS 4223176 Paid by Check # 701720

11/15/2021 12/15/2021 11/23/2021 11/23/2021 12/01/2021 7.50

2641 - GALLS LLC 019808769 GALLS 4223176 Paid by Check # 701839

11/19/2021 12/19/2021 12/02/2021 12/02/2021 12/07/2021 18.72

2641 - GALLS LLC 019811502 GALLS 4223176 Paid by Check # 701839

11/19/2021 12/19/2021 12/02/2021 12/02/2021 12/07/2021 75.00

Account 740.000 - Uniform Supplies Expense Totals Invoice Transactions 13 $3,371.76Account 755.000 - Laundry Supplies Expense

2354 - ECOLAB 6264759275 CUST 7499 Paid by Check # 701717

11/09/2021 12/09/2021 11/24/2021 11/24/2021 12/01/2021 7.80

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 15 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 101 - General Fund

Department 40 - SheriffDivision 402 - Corrections

Business Unit 1351 - Corrections JailAccount 755.000 - Laundry Supplies Expense

2354 - ECOLAB 6264701018 CUST 7499 Paid by Check # 701717

11/06/2021 12/06/2021 11/24/2021 11/24/2021 12/01/2021 1,728.64

Account 755.000 - Laundry Supplies Expense Totals Invoice Transactions 2 $1,736.44Account 801.010 - Contractual Services Misc

1755 - CANTEEN SERVICES 111699 INMATE MEALS Paid by Check # 701710

11/13/2021 11/13/2021 11/19/2021 11/19/2021 12/01/2021 9,734.76

1755 - CANTEEN SERVICES 111700 TRAYS LIDS CUPS Paid by Check # 701710

11/13/2021 11/13/2021 11/19/2021 11/19/2021 12/01/2021 367.49

1755 - CANTEEN SERVICES 111701 OFFICER MEALS Paid by Check # 701710

11/13/2021 11/13/2021 11/19/2021 11/19/2021 12/01/2021 561.65

5236 - SHRED-IT, c/o STERICYCLE INC 8000388478 CUST 1000121011 Paid by Check # 701758

11/18/2021 12/18/2021 11/19/2021 11/19/2021 12/01/2021 379.95

1755 - CANTEEN SERVICES 111880 TRAYS LIDS CUPS - COVID

Paid by Check # 701811

11/20/2021 11/20/2021 11/29/2021 11/29/2021 12/07/2021 433.66

1755 - CANTEEN SERVICES 111881 OFFICER MEALS Paid by Check # 701811

11/20/2021 11/20/2021 11/29/2021 11/29/2021 12/07/2021 618.05

1755 - CANTEEN SERVICES 111879 INMATE MEALS Paid by Check # 701811

11/20/2021 11/20/2021 11/29/2021 11/29/2021 12/07/2021 9,546.68

Account 801.010 - Contractual Services Misc Totals Invoice Transactions 7 $21,642.24Account 805.030 - Professional Services Uniform Cleaning

3063 - HERITAGE CLEANERS LLC 11-01-2021 HERITAGE Paid by Check # 701725

11/01/2021 11/29/2021 11/20/2021 11/20/2021 12/01/2021 520.80

Account 805.030 - Professional Services Uniform Cleaning Totals Invoice Transactions 1 $520.80Account 813.010 - Legal Fees Misc

11513 - KENNETH P FRANKLAND 11/16/21 ROSADO

ARBITRATION RE: COUNTY & POAM - FRANCISCO ROSADO

Paid by Check # 701719

11/16/2021 11/30/2021 11/30/2021 12/01/2021 1,996.00

7480 - TROFF PETZKE & AMMESON 4518 CALHOUN COUNTY & POAM GRIEVANCE #21-19 - G. BACON DISCHARGE

Paid by Check # 701925

11/26/2021 12/26/2021 12/02/2021 12/07/2021 750.00

Account 813.010 - Legal Fees Misc Totals Invoice Transactions 2 $2,746.00Account 870.040 - Travel Expense Transport Inmate

7068 - MICHELLE R LATTA 11-16-2021ML REIMBURSEMENT Paid by Check # 701734

11/16/2021 11/16/2021 11/19/2021 11/19/2021 12/01/2021 11.70

5775 - RICHARD VANDENBOSS 11-30-2021RV Reimbursment Paid by Check # 701928

11/30/2021 11/30/2021 11/30/2021 11/30/2021 12/07/2021 92.98

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 16 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 101 - General Fund

Department 40 - SheriffDivision 402 - Corrections

Business Unit 1351 - Corrections JailAccount 870.040 - Travel Expense Transport Inmate

9954 - JAMES WALTERS 11-30-2021JW Reimbursment Paid by Check # 701931

11/30/2021 11/30/2021 11/30/2021 11/30/2021 12/07/2021 71.87

Account 870.040 - Travel Expense Transport Inmate Totals Invoice Transactions 3 $176.55Account 873.020 - Vehicle Expense Fuel

10393 - WEX BANK 75977784 November 2021 Wex Fuel Usage

Paid by EFT # 4261

11/23/2021 12/06/2021 12/06/2021 12/07/2021 1,073.34

Account 873.020 - Vehicle Expense Fuel Totals Invoice Transactions 1 $1,073.34Account 955.000 - Miscellaneous Operating Expense

9227 - KURT WEIGLE 11-18-2021KW Reimbursment Paid by Check # 701933

11/18/2021 11/18/2021 11/30/2021 11/30/2021 12/07/2021 80.65

Account 955.000 - Miscellaneous Operating Expense Totals Invoice Transactions 1 $80.65Business Unit 1351 - Corrections Jail Totals Invoice Transactions 39 $56,495.49

Division 402 - Corrections Totals Invoice Transactions 39 $56,495.49Division 403 - Emergency Management

Business Unit 1426 - Emergency ServicesAccount 805.030 - Professional Services Uniform Cleaning

3063 - HERITAGE CLEANERS LLC 11-01-2021 HERITAGE Paid by Check # 701725

11/01/2021 11/29/2021 11/20/2021 11/20/2021 12/01/2021 74.30

Account 805.030 - Professional Services Uniform Cleaning Totals Invoice Transactions 1 $74.30Account 873.020 - Vehicle Expense Fuel

10393 - WEX BANK 75977784 November 2021 Wex Fuel Usage

Paid by EFT # 4261

11/23/2021 12/06/2021 12/06/2021 12/07/2021 96.08

Account 873.020 - Vehicle Expense Fuel Totals Invoice Transactions 1 $96.08Account 955.000 - Miscellaneous Operating Expense

8931 - HAYLETT AUTO & RV 163650 PROPANE HOSE ASSEMBLY AND ADAPTER

Paid by Check # 701845

11/30/2021 11/30/2021 11/30/2021 11/30/2021 12/07/2021 43.96

Account 955.000 - Miscellaneous Operating Expense Totals Invoice Transactions 1 $43.96Business Unit 1426 - Emergency Services Totals Invoice Transactions 3 $214.34

Division 403 - Emergency Management Totals Invoice Transactions 3 $214.34Division 404 - Law Enforcement

Business Unit 1308 - CISDAccount 873.020 - Vehicle Expense Fuel

10393 - WEX BANK 75977784 November 2021 Wex Fuel Usage

Paid by EFT # 4261

11/23/2021 12/06/2021 12/06/2021 12/07/2021 83.51

Account 873.020 - Vehicle Expense Fuel Totals Invoice Transactions 1 $83.51Business Unit 1308 - CISD Totals Invoice Transactions 1 $83.51

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 17 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 101 - General Fund

Department 40 - SheriffDivision 404 - Law Enforcement

Business Unit 1310 - Homer VillageAccount 873.020 - Vehicle Expense Fuel

10393 - WEX BANK 75977784 November 2021 Wex Fuel Usage

Paid by EFT # 4261

11/23/2021 12/06/2021 12/06/2021 12/07/2021 433.64

Account 873.020 - Vehicle Expense Fuel Totals Invoice Transactions 1 $433.64Business Unit 1310 - Homer Village Totals Invoice Transactions 1 $433.64

Business Unit 1311 - Detective DivisionAccount 805.030 - Professional Services Uniform Cleaning

3063 - HERITAGE CLEANERS LLC 11-01-2021 HERITAGE Paid by Check # 701725

11/01/2021 11/29/2021 11/20/2021 11/20/2021 12/01/2021 56.20

Account 805.030 - Professional Services Uniform Cleaning Totals Invoice Transactions 1 $56.20Account 873.020 - Vehicle Expense Fuel

10393 - WEX BANK 75977784 November 2021 Wex Fuel Usage

Paid by EFT # 4261

11/23/2021 12/06/2021 12/06/2021 12/07/2021 400.72

Account 873.020 - Vehicle Expense Fuel Totals Invoice Transactions 1 $400.72Business Unit 1311 - Detective Division Totals Invoice Transactions 2 $456.92

Business Unit 1315 - Law EnforcementAccount 727.000 - Office Supplies Expense

5434 - STAPLES BUSINESS ADVANTAGE 8064346645 CUST# DET 223455 11/20/21

Paid by Check # 701901

11/20/2021 12/20/2021 12/03/2021 12/07/2021 91.92

Account 727.000 - Office Supplies Expense Totals Invoice Transactions 1 $91.92Account 730.000 - Maintenance Supplies Expense

9789 - OREILLY AUTO PARTS 4788-302752 CUST 1880075 Paid by Check # 701882

11/20/2021 11/20/2021 11/29/2021 11/29/2021 12/07/2021 39.95

9789 - OREILLY AUTO PARTS 4788-292208 CUST 1880075 Paid by Check # 701882

08/06/2021 08/06/2021 11/30/2021 11/30/2021 12/07/2021 16.48

Account 730.000 - Maintenance Supplies Expense Totals Invoice Transactions 2 $56.43Account 740.000 - Uniform Supplies Expense

2641 - GALLS LLC 019713720 GALLS - 4223176 Paid by Check # 701720

11/08/2021 12/08/2021 11/19/2021 11/19/2021 12/01/2021 58.50

2641 - GALLS LLC 019686690 GALLS - 4223176 Paid by Check # 701720

11/04/2021 12/04/2021 11/19/2021 11/19/2021 12/01/2021 203.84

2641 - GALLS LLC 019742301 GALLS 4223176 Paid by Check # 701720

11/11/2021 12/11/2021 11/23/2021 11/23/2021 12/01/2021 494.30

2641 - GALLS LLC 019744782 GALLS 4223176 Paid by Check # 701720

11/11/2021 12/11/2021 11/23/2021 11/23/2021 12/01/2021 170.20

2641 - GALLS LLC 019763590 GALLS 4223176 Paid by Check # 701720

11/15/2021 12/15/2021 11/23/2021 11/23/2021 12/01/2021 104.00

2641 - GALLS LLC 019763678 GALLS 4223176 Paid by Check # 701720

11/15/2021 12/15/2021 11/23/2021 11/23/2021 12/01/2021 540.01

2641 - GALLS LLC 019763748 GALLS 4223176 Paid by Check # 701720

11/15/2021 12/15/2021 11/23/2021 11/23/2021 12/01/2021 52.00

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 18 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 101 - General Fund

Department 40 - SheriffDivision 404 - Law Enforcement

Business Unit 1315 - Law EnforcementAccount 740.000 - Uniform Supplies Expense

2641 - GALLS LLC 019763814 GALLS 4223176 Paid by Check # 701720

11/15/2021 12/15/2021 11/23/2021 11/23/2021 12/01/2021 9.40

2641 - GALLS LLC 019771819 GALLS 4223176 Paid by Check # 701720

11/15/2021 12/15/2021 11/23/2021 11/23/2021 12/01/2021 75.84

2641 - GALLS LLC 019819679 GALLS 4223176 Paid by Check # 701839

11/22/2021 12/22/2021 12/02/2021 12/02/2021 12/07/2021 336.00

Account 740.000 - Uniform Supplies Expense Totals Invoice Transactions 10 $2,044.09Account 745.000 - Ammunition/Guns Expense

4175 - MICHIGAN POLICE EQUIPMENT CO. 7244 CUST Calhoun 83120-KZ - Glock 43x w/Ameribold - BVMS377

Paid by Check # 701875

11/09/2021 11/09/2021 12/03/2021 12/03/2021 12/07/2021 388.10

Account 745.000 - Ammunition/Guns Expense Totals Invoice Transactions 1 $388.10Account 805.030 - Professional Services Uniform Cleaning

3063 - HERITAGE CLEANERS LLC 11-01-2021 HERITAGE Paid by Check # 701725

11/01/2021 11/29/2021 11/20/2021 11/20/2021 12/01/2021 251.30

Account 805.030 - Professional Services Uniform Cleaning Totals Invoice Transactions 1 $251.30Account 873.010 - Vehicle Expense Maintenance

2104 - CUSTOM SIGNS & DESIGNS 18999 Units 514 reflective lettering. MSA Logo Car#508

Paid by Check # 701824

10/31/2021 11/10/2021 11/29/2021 11/29/2021 12/07/2021 1,437.50

2104 - CUSTOM SIGNS & DESIGNS 19022 SUV Unit# 516 Stealth Black Reflective

Paid by Check # 701824

11/24/2021 12/04/2021 11/30/2021 11/30/2021 12/07/2021 875.00

9789 - OREILLY AUTO PARTS 4788-290878 CUST 1880075 Paid by Check # 701882

07/25/2021 07/25/2021 11/30/2021 11/30/2021 12/07/2021 58.93

9789 - OREILLY AUTO PARTS 4788-293798 CUST 1880075 Paid by Check # 701882

08/21/2021 08/21/2021 11/30/2021 11/30/2021 12/07/2021 56.95

9789 - OREILLY AUTO PARTS 4788-295905 CUST 1880075 Paid by Check # 701882

09/09/2021 09/09/2021 11/30/2021 11/30/2021 12/07/2021 46.95

9789 - OREILLY AUTO PARTS 4788-299471 CUST 1880075 Paid by Check # 701882

10/16/2021 10/16/2021 11/30/2021 11/30/2021 12/07/2021 37.45

9789 - OREILLY AUTO PARTS 4788-303104 CUST 1880075 Paid by Check # 701882

11/23/2021 11/23/2021 11/30/2021 11/30/2021 12/07/2021 30.46

Account 873.010 - Vehicle Expense Maintenance Totals Invoice Transactions 7 $2,543.24Account 873.020 - Vehicle Expense Fuel

10393 - WEX BANK 75977784 November 2021 Wex Fuel Usage

Paid by EFT # 4261

11/23/2021 12/06/2021 12/06/2021 12/07/2021 7,658.23

Account 873.020 - Vehicle Expense Fuel Totals Invoice Transactions 1 $7,658.23

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 19 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 101 - General Fund

Department 40 - SheriffDivision 404 - Law Enforcement

Business Unit 1315 - Law EnforcementAccount 905.000 - Advertising Expense

1362 - BATTLE CREEK SHOPPER NEWS 389822 ACCT 10705 - AD from 1014-2021

Paid by Check # 701796

10/31/2021 10/31/2021 11/29/2021 11/29/2021 12/07/2021 32.65

1072 - THE COMMUNITY ADVISOR 390158 ACCT 6151 Paid by Check # 701922

10/31/2021 10/31/2021 11/29/2021 11/29/2021 12/07/2021 32.15

Account 905.000 - Advertising Expense Totals Invoice Transactions 2 $64.80Account 934.010 - Maintenance Equipment

4811 - RADIO COMMUNICATIONS INC 14884 TICKET 52190 Paid by Check # 701891

11/24/2021 11/24/2021 11/29/2021 11/29/2021 12/07/2021 201.81

Account 934.010 - Maintenance Equipment Totals Invoice Transactions 1 $201.81Account 955.000 - Miscellaneous Operating Expense

4515 - OERTHERS 0747 DOG FOOD - ROCKET Paid by Check # 701748

11/17/2021 12/02/2021 11/24/2021 11/24/2021 12/01/2021 37.89

9789 - OREILLY AUTO PARTS 4788-297678 CUST 1880075 Paid by Check # 701882

09/26/2021 09/26/2021 11/30/2021 11/30/2021 12/07/2021 4.29

9789 - OREILLY AUTO PARTS 4788-294662 CUST 1880075 Paid by Check # 701882

08/28/2021 08/28/2021 11/30/2021 11/30/2021 12/07/2021 55.38

2131 - DARLING ACE HARDWARE 592721 CUST 9199 Paid by Check # 701827

11/18/2021 12/10/2021 11/29/2021 11/29/2021 12/07/2021 9.56

2131 - DARLING ACE HARDWARE 592916 CUST 9199 Paid by Check # 701827

11/24/2021 12/10/2021 11/29/2021 11/29/2021 12/07/2021 5.98

Account 955.000 - Miscellaneous Operating Expense Totals Invoice Transactions 5 $113.10Account 980.010 - Equipment Small Equipment

11474 - TENTCRAFT LLC 0000035395 Job# 21130285T Paid by Check # 701920

11/17/2021 11/17/2021 11/29/2021 11/29/2021 12/07/2021 3,244.35

Account 980.010 - Equipment Small Equipment Totals Invoice Transactions 1 $3,244.35Business Unit 1315 - Law Enforcement Totals Invoice Transactions 32 $16,657.37

Business Unit 1316 - Pennfield TownshipAccount 740.000 - Uniform Supplies Expense

2641 - GALLS LLC 019751614 GALLS 4223176 Paid by Check # 701720

11/12/2021 12/12/2021 11/23/2021 11/23/2021 12/01/2021 133.36

2641 - GALLS LLC 019765069 GALLS 4223176 Paid by Check # 701720

11/15/2021 12/15/2021 11/23/2021 11/23/2021 12/01/2021 147.16

Account 740.000 - Uniform Supplies Expense Totals Invoice Transactions 2 $280.52Account 805.030 - Professional Services Uniform Cleaning

3063 - HERITAGE CLEANERS LLC 11-01-2021 HERITAGE Paid by Check # 701725

11/01/2021 11/29/2021 11/20/2021 11/20/2021 12/01/2021 63.10

Account 805.030 - Professional Services Uniform Cleaning Totals Invoice Transactions 1 $63.10

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 20 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 101 - General Fund

Department 40 - SheriffDivision 404 - Law Enforcement

Business Unit 1316 - Pennfield TownshipAccount 873.020 - Vehicle Expense Fuel

10393 - WEX BANK 75977784 November 2021 Wex Fuel Usage

Paid by EFT # 4261

11/23/2021 12/06/2021 12/06/2021 12/07/2021 1,969.19

Account 873.020 - Vehicle Expense Fuel Totals Invoice Transactions 1 $1,969.19Business Unit 1316 - Pennfield Township Totals Invoice Transactions 4 $2,312.81

Business Unit 1317 - City of SpringfieldAccount 805.030 - Professional Services Uniform Cleaning

3063 - HERITAGE CLEANERS LLC 11-01-2021 HERITAGE Paid by Check # 701725

11/01/2021 11/29/2021 11/20/2021 11/20/2021 12/01/2021 62.00

Account 805.030 - Professional Services Uniform Cleaning Totals Invoice Transactions 1 $62.00Business Unit 1317 - City of Springfield Totals Invoice Transactions 1 $62.00

Business Unit 1319 - Convis TownshipAccount 805.030 - Professional Services Uniform Cleaning

3063 - HERITAGE CLEANERS LLC 11-01-2021 HERITAGE Paid by Check # 701725

11/01/2021 11/29/2021 11/20/2021 11/20/2021 12/01/2021 19.50

Account 805.030 - Professional Services Uniform Cleaning Totals Invoice Transactions 1 $19.50Account 873.010 - Vehicle Expense Maintenance

9789 - OREILLY AUTO PARTS 4788-302594 CUST 1880075 Paid by Check # 701882

11/18/2021 11/18/2021 11/29/2021 11/29/2021 12/07/2021 53.08

Account 873.010 - Vehicle Expense Maintenance Totals Invoice Transactions 1 $53.08Account 873.020 - Vehicle Expense Fuel

10393 - WEX BANK 75977784 November 2021 Wex Fuel Usage

Paid by EFT # 4261

11/23/2021 12/06/2021 12/06/2021 12/07/2021 307.36

Account 873.020 - Vehicle Expense Fuel Totals Invoice Transactions 1 $307.36Business Unit 1319 - Convis Township Totals Invoice Transactions 3 $379.94

Business Unit 1322 - FOC Warrant OfficerAccount 805.030 - Professional Services Uniform Cleaning

3063 - HERITAGE CLEANERS LLC 11-01-2021 HERITAGE Paid by Check # 701725

11/01/2021 11/29/2021 11/20/2021 11/20/2021 12/01/2021 100.50

Account 805.030 - Professional Services Uniform Cleaning Totals Invoice Transactions 1 $100.50Business Unit 1322 - FOC Warrant Officer Totals Invoice Transactions 1 $100.50

Business Unit 1325 - Chemical WasteAccount 955.000 - Miscellaneous Operating Expense

9894 - BRONSON BATTLE CREEK HOSPITAL

H300527733500

NPI# 1083644579 - LABS ON 8/12/2021- PETER TAYLOR

Paid by Check # 701802

10/18/2021 10/18/2021 11/29/2021 11/29/2021 12/07/2021 86.91

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 21 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 101 - General Fund

Department 40 - SheriffDivision 404 - Law Enforcement

Business Unit 1325 - Chemical WasteAccount 955.000 - Miscellaneous Operating Expense

9894 - BRONSON BATTLE CREEK HOSPITAL

H300529278500

NPI# 1083644579 - LABS ON 8/18/2021- JACK WILLIAMSON

Paid by Check # 701802

10/18/2021 10/18/2021 11/29/2021 11/29/2021 12/07/2021 87.71

1587 - BRONSON HEALTHCARE GROUP 11-04-2021 ACCT 700006988 - Employee Jack Williamson

Paid by Check # 701803

11/04/2021 12/04/2021 11/29/2021 11/29/2021 12/07/2021 202.00

7195 - BRONSON METHODIST HOSPITAL P1105396850 Bloods Draws - Deputy Peter Taylor

Paid by Check # 701804

10/19/2021 10/19/2021 11/29/2021 11/29/2021 12/07/2021 250.00

Account 955.000 - Miscellaneous Operating Expense Totals Invoice Transactions 4 $626.62Business Unit 1325 - Chemical Waste Totals Invoice Transactions 4 $626.62

Business Unit 1331 - Marine SafetyAccount 934.010 - Maintenance Equipment

9789 - OREILLY AUTO PARTS 4788-295600 CUST 1880075 Paid by Check # 701882

09/06/2021 09/06/2021 11/30/2021 11/30/2021 12/07/2021 52.99

Account 934.010 - Maintenance Equipment Totals Invoice Transactions 1 $52.99Business Unit 1331 - Marine Safety Totals Invoice Transactions 1 $52.99

Business Unit 1430 - Animal ControlAccount 805.030 - Professional Services Uniform Cleaning

3063 - HERITAGE CLEANERS LLC 11-01-2021 HERITAGE Paid by Check # 701725

11/01/2021 11/29/2021 11/20/2021 11/20/2021 12/01/2021 134.00

Account 805.030 - Professional Services Uniform Cleaning Totals Invoice Transactions 1 $134.00Account 873.020 - Vehicle Expense Fuel

10393 - WEX BANK 75977784 November 2021 Wex Fuel Usage

Paid by EFT # 4261

11/23/2021 12/06/2021 12/06/2021 12/07/2021 33.93

Account 873.020 - Vehicle Expense Fuel Totals Invoice Transactions 1 $33.93Business Unit 1430 - Animal Control Totals Invoice Transactions 2 $167.93

Division 404 - Law Enforcement Totals Invoice Transactions 52 $21,334.23Division 405 - Community Corrections

Business Unit 1370 - Community Corrections AdminAccount 955.000 - Miscellaneous Operating Expense

5443 - STATE OF MICHIGAN 11-2021 CURFEW MONITORING - OCT 2021

Paid by Check # 701908

11/09/2021 11/09/2021 11/29/2021 11/29/2021 12/07/2021 1,180.00

Account 955.000 - Miscellaneous Operating Expense Totals Invoice Transactions 1 $1,180.00Business Unit 1370 - Community Corrections Admin Totals Invoice Transactions 1 $1,180.00

Division 405 - Community Corrections Totals Invoice Transactions 1 $1,180.00

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 22 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 101 - General Fund

Department 40 - SheriffDivision 406 - Training

Business Unit 1320 - Sheriff TrainingAccount 870.010 - Travel Expense Other

3074 - BENJAMIN J HESS ADV11-23-2021BH

#5022 SUPERVISION/MANAGEMENT OF THE FTO PROG

Paid by Check # 701726

11/23/2021 11/23/2021 11/23/2021 11/23/2021 12/01/2021 172.00

Account 870.010 - Travel Expense Other Totals Invoice Transactions 1 $172.00Account 870.020 - Travel Expense Mileage

11510 - AMANDA RODRIGUEZ 11-17-2021AR REIMBURSEMENT Paid by Check # 701755

11/17/2021 11/17/2021 11/19/2021 11/19/2021 12/01/2021 124.32

Account 870.020 - Travel Expense Mileage Totals Invoice Transactions 1 $124.32Account 870.030 - Travel Expense Training

10528 - LANSING COMMUNITY COLLEGE S0039782 CUST X00791677 - CONT EDUCATION - FALL 214CT8330

Paid by Check # 701732

11/18/2021 12/18/2021 11/24/2021 11/24/2021 12/01/2021 855.00

4784 - PUBLIC AGENCY TRAINING COUNCIL

259161 Reg#621984 Sem.#18555, Hostage Neg,- Jansens, Owen, Saullsberry

Paid by Check # 701753

11/18/2021 11/18/2021 11/19/2021 11/19/2021 12/01/2021 1,785.00

Account 870.030 - Travel Expense Training Totals Invoice Transactions 2 $2,640.00Business Unit 1320 - Sheriff Training Totals Invoice Transactions 4 $2,936.32

Division 406 - Training Totals Invoice Transactions 4 $2,936.32Department 40 - Sheriff Totals Invoice Transactions 118 $99,684.47

Department 45 - TreasurerDivision 450 - Treasurer

Business Unit 1253 - TreasurerAccount 955.000 - Miscellaneous Operating Expense

REBECCA LAPEKAS REISSUE 697334

JURY - REPLACES CK# 697334 AUTO RETURNED BY BANK PLUS BANK FEE

Paid by Check # 701942

12/03/2021 12/03/2021 12/03/2021 12/07/2021 20.00

Account 955.000 - Miscellaneous Operating Expense Totals Invoice Transactions 1 $20.00Business Unit 1253 - Treasurer Totals Invoice Transactions 1 $20.00

Division 450 - Treasurer Totals Invoice Transactions 1 $20.00Department 45 - Treasurer Totals Invoice Transactions 1 $20.00

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 23 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 101 - General Fund

Department 50 - Water ResourcesDivision 501 - Drain

Business Unit 1275 - DrainAccount 805.010 - Professional Services Misc

1868 - CIVIL ENGINEERS INC 210502-3x Professional Services thru 8/23/21 Invenergy Solar

Paid by Check # 701817

09/20/2021 12/10/2021 11/30/2021 12/07/2021 455.00

1868 - CIVIL ENGINEERS INC 210503-1x Professional Services Thru 9/7/21 River Fork Solar

Paid by Check # 701817

09/20/2021 12/10/2021 11/30/2021 12/07/2021 260.00

Account 805.010 - Professional Services Misc Totals Invoice Transactions 2 $715.00Account 873.020 - Vehicle Expense Fuel

10393 - WEX BANK 75977784 November 2021 Wex Fuel Usage

Paid by EFT # 4261

11/23/2021 12/06/2021 12/06/2021 12/07/2021 171.66

Account 873.020 - Vehicle Expense Fuel Totals Invoice Transactions 1 $171.66Business Unit 1275 - Drain Totals Invoice Transactions 3 $886.66

Division 501 - Drain Totals Invoice Transactions 3 $886.66Department 50 - Water Resources Totals Invoice Transactions 3 $886.66

Fund 101 - General Fund Totals Invoice Transactions 259 $567,193.48

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 24 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 201 - County Road Commission

Department 45 - TreasurerDivision 456 - Road Commission

Business Unit 2447 - Road Department - ServicesAccount 801.010 - Contractual Services Misc

1864 - CITY OF BATTLE CREEK 2022-00000044 GBCAW MANAGEMENT MS4 GROUP 7/1/21-9/30/21

Paid by Check # 701815

11/16/2021 12/16/2021 11/30/2021 12/07/2021 571.00

Account 801.010 - Contractual Services Misc Totals Invoice Transactions 1 $571.00Account 934.020 - Maintenance Buildings

2131 - DARLING ACE HARDWARE 592373 CUST# 1145 - RECD INV 12/1/21

Paid by Check # 701827

11/10/2021 12/10/2021 12/03/2021 12/01/2021 12/07/2021 12.03

4109 - MEDLER ELECTRIC S4902595.001 CUST# 958 - RECD INV 12/1/21

Paid by Check # 701870

08/11/2021 12/02/2021 12/02/2021 12/01/2021 12/07/2021 423.23

Account 934.020 - Maintenance Buildings Totals Invoice Transactions 2 $435.26Business Unit 2447 - Road Department - Services Totals Invoice Transactions 3 $1,006.26

Business Unit 2450 - Road Department - InsuranceAccount 958.081 - Insurance Road Dept - Health

1030 - BLUE CROSS BLUE SHIELD OF MICHIGAN

133292877 Bill Period 11/20/2021 - 11/26/2021

Paid by EFT # 4238

11/29/2021 12/01/2021 11/30/2021 11/30/2021 5,266.74

8679 - CAREHERE 172341 CareHere Program Fees 12/2021

Paid by EFT # 4252

12/01/2021 12/02/2021 12/02/2021 12/02/2021 1,374.00

1030 - BLUE CROSS BLUE SHIELD OF MICHIGAN

133573600 Bill Period 11/27/2021 - 12/3/2021

Paid by EFT # 4260

12/06/2021 12/08/2021 12/07/2021 12/07/2021 21,449.35

Account 958.081 - Insurance Road Dept - Health Totals Invoice Transactions 3 $28,090.09Account 958.083 - Insurance Road Dept - Workers Comp

10797 - COMPREHENSIVE RISK SERVICES LLC

7061LF Checks issued 11/1/2021 - 11/30/2021

Paid by EFT # 4254

11/30/2021 12/07/2021 12/07/2021 12/07/2021 17.74

Account 958.083 - Insurance Road Dept - Workers Comp Totals Invoice Transactions 1 $17.74Account 958.085 - Insurance Road Dept - Rx

1031 - EXPRESS SCRIPTS, INC 42954621C Rx Activity 11/16/2021 - 11/30/2021 & Fees 11/2021

Paid by EFT # 4251

12/01/2021 12/02/2021 12/02/2021 12/02/2021 16,851.84

Account 958.085 - Insurance Road Dept - Rx Totals Invoice Transactions 1 $16,851.84Business Unit 2450 - Road Department - Insurance Totals Invoice Transactions 5 $44,959.67

Division 456 - Road Commission Totals Invoice Transactions 8 $45,965.93Department 45 - Treasurer Totals Invoice Transactions 8 $45,965.93

Fund 201 - County Road Commission Totals Invoice Transactions 8 $45,965.93

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 25 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 221 - Health Fund

Department 35 - HealthDivision 351 - Health Administration

Business Unit 2604 - Nurse Family PartnershipAccount 801.010 - Contractual Services Misc

11473 - KALAMAZOO CHILD AND FAMILY COUNSELING

110921KCFC NFP REFLECTIVE SUPERVISION 11.9.21

Paid by Check # 701730

11/09/2021 11/24/2021 11/22/2021 12/01/2021 150.00

11473 - KALAMAZOO CHILD AND FAMILY COUNSELING

112321KCFC NFP REFLECTIVE SUPERVISION 11.23.21

Paid by Check # 701730

11/23/2021 11/24/2021 11/22/2021 12/01/2021 150.00

Account 801.010 - Contractual Services Misc Totals Invoice Transactions 2 $300.00Account 850.020 - Communications Cell Phone Service

5811 - VERIZON 9892920857 ACCT 586059228 OCT 16-NOV 15 2021

Paid by Check # 701767

11/15/2021 12/07/2021 11/22/2021 12/01/2021 148.70

Account 850.020 - Communications Cell Phone Service Totals Invoice Transactions 1 $148.70Business Unit 2604 - Nurse Family Partnership Totals Invoice Transactions 3 $448.70

Business Unit 2610 - AdministrationAccount 727.000 - Office Supplies Expense

5434 - STAPLES BUSINESS ADVANTAGE 8064346564 CUST 223455 ACCT 1039768

Paid by Check # 701760

11/20/2021 12/20/2021 11/22/2021 12/01/2021 245.33

Account 727.000 - Office Supplies Expense Totals Invoice Transactions 1 $245.33Account 808.000 - Association Dues Expense

4492 - NURSE ADMINISTRATOR'S FORUM 2022NAFMEMBLACK

FULL MEMBER APP FOR 2021-2022 BLACK

Paid by Check # 701745

11/19/2021 11/22/2021 11/22/2021 12/01/2021 50.00

Account 808.000 - Association Dues Expense Totals Invoice Transactions 1 $50.00Account 850.020 - Communications Cell Phone Service

5811 - VERIZON 9892920857 ACCT 586059228 OCT 16-NOV 15 2021

Paid by Check # 701767

11/15/2021 12/07/2021 11/22/2021 12/01/2021 913.96

Account 850.020 - Communications Cell Phone Service Totals Invoice Transactions 1 $913.96Business Unit 2610 - Administration Totals Invoice Transactions 3 $1,209.29

Business Unit 2635 - Local Opioid ResponseAccount 850.020 - Communications Cell Phone Service

5811 - VERIZON 9892920857 ACCT 586059228 OCT 16-NOV 15 2021

Paid by Check # 701767

11/15/2021 12/07/2021 11/22/2021 12/01/2021 49.33

Account 850.020 - Communications Cell Phone Service Totals Invoice Transactions 1 $49.33Business Unit 2635 - Local Opioid Response Totals Invoice Transactions 1 $49.33

Business Unit 2640 - Emergency PreparednessAccount 850.020 - Communications Cell Phone Service

5811 - VERIZON 9892920857 ACCT 586059228 OCT 16-NOV 15 2021

Paid by Check # 701767

11/15/2021 12/07/2021 11/22/2021 12/01/2021 200.11

Account 850.020 - Communications Cell Phone Service Totals Invoice Transactions 1 $200.11Business Unit 2640 - Emergency Preparedness Totals Invoice Transactions 1 $200.11

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 26 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 221 - Health Fund

Department 35 - HealthDivision 351 - Health Administration

Business Unit 2641 - Medical ExaminerAccount 801.010 - Contractual Services Misc

8536 - WMU SCHOOL OF MEDICINE #INV03101 ME SERVICES NOV 2021

Paid by Check # 701936

11/29/2021 12/01/2021 12/01/2021 12/07/2021 9,949.00

Account 801.010 - Contractual Services Misc Totals Invoice Transactions 1 $9,949.00Account 805.041 - Professional Services Autopsy Fee

8536 - WMU SCHOOL OF MEDICINE #INV03101 ME SERVICES NOV 2021

Paid by Check # 701936

11/29/2021 12/01/2021 12/01/2021 12/07/2021 18,230.08

Account 805.041 - Professional Services Autopsy Fee Totals Invoice Transactions 1 $18,230.08Business Unit 2641 - Medical Examiner Totals Invoice Transactions 2 $28,179.08

Division 351 - Health Administration Totals Invoice Transactions 10 $30,086.51Division 352 - Environmental Health

Business Unit 2608 - EH - OnsiteAccount 873.020 - Vehicle Expense Fuel

10393 - WEX BANK 75977784 November 2021 Wex Fuel Usage

Paid by EFT # 4261

11/23/2021 12/06/2021 12/06/2021 12/07/2021 134.10

Account 873.020 - Vehicle Expense Fuel Totals Invoice Transactions 1 $134.10Business Unit 2608 - EH - Onsite Totals Invoice Transactions 1 $134.10

Business Unit 2609 - EH - Type 2Account 835.070 - Medical Services Laboratory

11023 - ALLIANCE ANALYTICAL LABORATORIES

62477 EH WATER LAB FEES 11.12.21

Paid by Check # 701784

11/12/2021 11/27/2021 12/01/2021 12/07/2021 432.00

Account 835.070 - Medical Services Laboratory Totals Invoice Transactions 1 $432.00Business Unit 2609 - EH - Type 2 Totals Invoice Transactions 1 $432.00

Business Unit 2611 - EH - FoodAccount 873.020 - Vehicle Expense Fuel

10393 - WEX BANK 75977784 November 2021 Wex Fuel Usage

Paid by EFT # 4261

11/23/2021 12/06/2021 12/06/2021 12/07/2021 75.70

Account 873.020 - Vehicle Expense Fuel Totals Invoice Transactions 1 $75.70Business Unit 2611 - EH - Food Totals Invoice Transactions 1 $75.70

Business Unit 2612 - EH - P3Account 873.020 - Vehicle Expense Fuel

10393 - WEX BANK 75977784 November 2021 Wex Fuel Usage

Paid by EFT # 4261

11/23/2021 12/06/2021 12/06/2021 12/07/2021 138.04

Account 873.020 - Vehicle Expense Fuel Totals Invoice Transactions 1 $138.04Business Unit 2612 - EH - P3 Totals Invoice Transactions 1 $138.04

Business Unit 2613 - EH - GeneralAccount 808.000 - Association Dues Expense

3905 - MALEHA 120121OVERLEY

MALEHA DUES 2022 OVERLEY

Paid by Check # 701867

12/01/2021 12/01/2021 12/01/2021 12/07/2021 20.00

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 27 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 221 - Health Fund

Department 35 - HealthDivision 352 - Environmental Health

Business Unit 2613 - EH - GeneralAccount 808.000 - Association Dues Expense

3905 - MALEHA 120121 GREEN MALEHA DUES 2022 GREEN

Paid by Check # 701867

12/01/2021 12/01/2021 12/01/2021 12/07/2021 30.00

3905 - MALEHA 120121SS MALEHA DUES 2022 SETTLES

Paid by Check # 701867

12/01/2021 12/01/2021 12/01/2021 12/07/2021 20.00

Account 808.000 - Association Dues Expense Totals Invoice Transactions 3 $70.00Account 835.070 - Medical Services Laboratory

11023 - ALLIANCE ANALYTICAL LABORATORIES

62477 EH WATER LAB FEES 11.12.21

Paid by Check # 701784

11/12/2021 11/27/2021 12/01/2021 12/07/2021 1,796.75

Account 835.070 - Medical Services Laboratory Totals Invoice Transactions 1 $1,796.75Account 873.020 - Vehicle Expense Fuel

10393 - WEX BANK 75977784 November 2021 Wex Fuel Usage

Paid by EFT # 4261

11/23/2021 12/06/2021 12/06/2021 12/07/2021 174.08

Account 873.020 - Vehicle Expense Fuel Totals Invoice Transactions 1 $174.08Business Unit 2613 - EH - General Totals Invoice Transactions 5 $2,040.83

Division 352 - Environmental Health Totals Invoice Transactions 9 $2,820.67Division 354 - Health Education

Business Unit 2615 - Hearing ClinicAccount 850.020 - Communications Cell Phone Service

5811 - VERIZON 9892920857 ACCT 586059228 OCT 16-NOV 15 2021

Paid by Check # 701767

11/15/2021 12/07/2021 11/22/2021 12/01/2021 40.01

Account 850.020 - Communications Cell Phone Service Totals Invoice Transactions 1 $40.01Business Unit 2615 - Hearing Clinic Totals Invoice Transactions 1 $40.01

Division 354 - Health Education Totals Invoice Transactions 1 $40.01Division 355 - Personal Health

Business Unit 2598 - ImmunizationsAccount 676.033 - Reimbursements Third Party Insurance

1030 - BLUE CROSS BLUE SHIELD OF MICHIGAN

11232021REFUND

OVERPAYMENT 3/9/20 Paid by Check # 701701

11/23/2021 12/22/2021 11/22/2021 12/01/2021 209.00

Account 676.033 - Reimbursements Third Party Insurance Totals Invoice Transactions 1 $209.00Account 727.000 - Office Supplies Expense

5434 - STAPLES BUSINESS ADVANTAGE 8064346564 CUST 223455 ACCT 1039768

Paid by Check # 701760

11/20/2021 12/20/2021 11/22/2021 12/01/2021 77.13

Account 727.000 - Office Supplies Expense Totals Invoice Transactions 1 $77.13Account 765.020 - Medical Supplies Vaccine

9335 - GLAXOSMITHKLINE PHARMACEUTICALS

8253616960 11172021 Paid by Check # 701721

11/17/2021 12/17/2021 11/22/2021 12/01/2021 2,106.57

9335 - GLAXOSMITHKLINE PHARMACEUTICALS

8253613419 ACCT 1100391727 HAVRIX

Paid by Check # 701721

11/15/2021 12/15/2021 11/22/2021 12/01/2021 4,051.08

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 28 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 221 - Health Fund

Department 35 - HealthDivision 355 - Personal Health

Business Unit 2598 - ImmunizationsAccount 765.020 - Medical Supplies Vaccine

4126 - MERCK 7015794411 ACCT 58257 VACCINE Paid by Check # 701872

11/17/2021 02/16/2022 12/01/2021 12/07/2021 2,294.69

Account 765.020 - Medical Supplies Vaccine Totals Invoice Transactions 3 $8,452.34Account 850.020 - Communications Cell Phone Service

5811 - VERIZON 9892920857 ACCT 586059228 OCT 16-NOV 15 2021

Paid by Check # 701767

11/15/2021 12/07/2021 11/22/2021 12/01/2021 80.04

Account 850.020 - Communications Cell Phone Service Totals Invoice Transactions 1 $80.04Account 940.030 - Rentals Building/Office

9514 - ACE INVESTMENT PROPERTIES LLC ACEDEC21 ALBION HEALTH DEPARTMENT RENT DEC 2021

Paid by EFT # 4236

11/30/2021 11/30/2021 11/30/2021 11/30/2021 629.00

Account 940.030 - Rentals Building/Office Totals Invoice Transactions 1 $629.00Business Unit 2598 - Immunizations Totals Invoice Transactions 7 $9,447.51

Business Unit 2602 - School HealthAccount 727.000 - Office Supplies Expense

5434 - STAPLES BUSINESS ADVANTAGE 8064346564 CUST 223455 ACCT 1039768

Paid by Check # 701760

11/20/2021 12/20/2021 11/22/2021 12/01/2021 47.97

Account 727.000 - Office Supplies Expense Totals Invoice Transactions 1 $47.97Business Unit 2602 - School Health Totals Invoice Transactions 1 $47.97

Business Unit 2619 - STD ClinicAccount 727.000 - Office Supplies Expense

5434 - STAPLES BUSINESS ADVANTAGE 8064346564 CUST 223455 ACCT 1039768

Paid by Check # 701760

11/20/2021 12/20/2021 11/22/2021 12/01/2021 31.18

Account 727.000 - Office Supplies Expense Totals Invoice Transactions 1 $31.18Account 850.020 - Communications Cell Phone Service

5811 - VERIZON 9892920857 ACCT 586059228 OCT 16-NOV 15 2021

Paid by Check # 701767

11/15/2021 12/07/2021 11/22/2021 12/01/2021 49.31

Account 850.020 - Communications Cell Phone Service Totals Invoice Transactions 1 $49.31Account 940.030 - Rentals Building/Office

9514 - ACE INVESTMENT PROPERTIES LLC ACEDEC21 ALBION HEALTH DEPARTMENT RENT DEC 2021

Paid by EFT # 4236

11/30/2021 11/30/2021 11/30/2021 11/30/2021 629.00

Account 940.030 - Rentals Building/Office Totals Invoice Transactions 1 $629.00Business Unit 2619 - STD Clinic Totals Invoice Transactions 3 $709.49

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 29 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 221 - Health Fund

Department 35 - HealthDivision 355 - Personal Health

Business Unit 2620 - Family PlanningAccount 940.030 - Rentals Building/Office

9514 - ACE INVESTMENT PROPERTIES LLC ACEDEC21 ALBION HEALTH DEPARTMENT RENT DEC 2021

Paid by EFT # 4236

11/30/2021 11/30/2021 11/30/2021 11/30/2021 629.00

Account 940.030 - Rentals Building/Office Totals Invoice Transactions 1 $629.00Business Unit 2620 - Family Planning Totals Invoice Transactions 1 $629.00

Business Unit 2627 - CSHCS-LBSAccount 850.020 - Communications Cell Phone Service

5811 - VERIZON 9892920857 ACCT 586059228 OCT 16-NOV 15 2021

Paid by Check # 701767

11/15/2021 12/07/2021 11/22/2021 12/01/2021 99.44

Account 850.020 - Communications Cell Phone Service Totals Invoice Transactions 1 $99.44Business Unit 2627 - CSHCS-LBS Totals Invoice Transactions 1 $99.44

Division 355 - Personal Health Totals Invoice Transactions 13 $10,933.41Division 356 - WIC

Business Unit 2617 - Peer CounselingAccount 850.020 - Communications Cell Phone Service

5811 - VERIZON 9892920857 ACCT 586059228 OCT 16-NOV 15 2021

Paid by Check # 701767

11/15/2021 12/07/2021 11/22/2021 12/01/2021 49.31

Account 850.020 - Communications Cell Phone Service Totals Invoice Transactions 1 $49.31Business Unit 2617 - Peer Counseling Totals Invoice Transactions 1 $49.31

Business Unit 2618 - WIC ProgramAccount 727.000 - Office Supplies Expense

5434 - STAPLES BUSINESS ADVANTAGE 8064346564 CUST 223455 ACCT 1039768

Paid by Check # 701760

11/20/2021 12/20/2021 11/22/2021 12/01/2021 49.94

Account 727.000 - Office Supplies Expense Totals Invoice Transactions 1 $49.94Account 940.030 - Rentals Building/Office

9514 - ACE INVESTMENT PROPERTIES LLC ACEDEC21 ALBION HEALTH DEPARTMENT RENT DEC 2021

Paid by EFT # 4236

11/30/2021 11/30/2021 11/30/2021 11/30/2021 1,887.00

Account 940.030 - Rentals Building/Office Totals Invoice Transactions 1 $1,887.00Business Unit 2618 - WIC Program Totals Invoice Transactions 2 $1,936.94

Division 356 - WIC Totals Invoice Transactions 3 $1,986.25Department 35 - Health Totals Invoice Transactions 36 $45,866.85

Fund 221 - Health Fund Totals Invoice Transactions 36 $45,866.85

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 30 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 229 - Accommodation Tax

Department 45 - TreasurerDivision 450 - Treasurer

Business Unit 2254 - Accomodation TaxAccount 801.010 - Contractual Services Misc

1363 - BATTLE CREEK/CALHOUN CNTY CONVENTION

21-760 CORRECTED JULY 2021 ACCOM

Paid by EFT # 4259

12/06/2021 12/07/2021 12/07/2021 12/07/2021 6,693.98

Account 801.010 - Contractual Services Misc Totals Invoice Transactions 1 $6,693.98Business Unit 2254 - Accomodation Tax Totals Invoice Transactions 1 $6,693.98

Division 450 - Treasurer Totals Invoice Transactions 1 $6,693.98Department 45 - Treasurer Totals Invoice Transactions 1 $6,693.98

Fund 229 - Accommodation Tax Totals Invoice Transactions 1 $6,693.98

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 31 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 230 - Solid Waste Management

Department 15 - AdministrationDivision 157 - Community Development

Business Unit 2421 - Solid Waste ManagementAccount 940.030 - Rentals Building/Office

1728 - CALHOUN COUNTY ROAD DEPARTMENT

4552 Rental of Recycling Center Space Nov. 21

Paid by Check # 701705

11/15/2021 12/15/2021 11/18/2021 12/01/2021 450.00

Account 940.030 - Rentals Building/Office Totals Invoice Transactions 1 $450.00Business Unit 2421 - Solid Waste Management Totals Invoice Transactions 1 $450.00

Division 157 - Community Development Totals Invoice Transactions 1 $450.00Department 15 - Administration Totals Invoice Transactions 1 $450.00

Fund 230 - Solid Waste Management Totals Invoice Transactions 1 $450.00

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 32 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 236 - Circuit Court Grants Fund

Department 25 - JudicialDivision 252 - Circuit Court

Business Unit 2362 - Drug Court - LocalAccount 801.010 - Contractual Services Misc

10349 - NEW LIFE COACHING 280 Life Skills Class (10/24/21 to 11/6/21)

Paid by Check # 701742

11/06/2021 12/21/2021 11/29/2021 11/24/2021 12/01/2021 200.00

10349 - NEW LIFE COACHING 281 Life Skills Class (11/7/21 to 11/20/21)

Paid by Check # 701742

11/20/2021 12/21/2021 11/29/2021 11/24/2021 12/01/2021 200.00

2570 - NORCHEM DRUG TESTING-TECHNICAL RESOURCE MGT LLC

FS-1630MP103121

Oct. 2021 UA Billing - Men

Paid by Check # 701744

10/31/2021 11/30/2021 11/29/2021 11/23/2021 12/01/2021 1,963.50

2570 - NORCHEM DRUG TESTING-TECHNICAL RESOURCE MGT LLC

FS-1630WP103121

Oct. 2021 UA Billing - Women

Paid by Check # 701744

10/31/2021 11/30/2021 11/29/2021 11/23/2021 12/01/2021 2,055.25

Account 801.010 - Contractual Services Misc Totals Invoice Transactions 4 $4,418.75Business Unit 2362 - Drug Court - Local Totals Invoice Transactions 4 $4,418.75

Division 252 - Circuit Court Totals Invoice Transactions 4 $4,418.75Department 25 - Judicial Totals Invoice Transactions 4 $4,418.75

Fund 236 - Circuit Court Grants Fund Totals Invoice Transactions 4 $4,418.75

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 33 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 243 - Parks

Department 15 - AdministrationDivision 157 - Community Development

Business Unit 2751 - Historic Bridge ParkAccount 801.010 - Contractual Services Misc

7996 - DOCKMASTER INV-24715 Dock Removal Paid by Check # 701716

11/18/2021 12/18/2021 11/24/2021 12/01/2021 1,500.00

Account 801.010 - Contractual Services Misc Totals Invoice Transactions 1 $1,500.00Account 934.010 - Maintenance Equipment

2131 - DARLING ACE HARDWARE 592891 Cust #769 Antifreeze Paid by Check # 701715

11/23/2021 12/10/2021 11/24/2021 12/01/2021 13.47

2131 - DARLING ACE HARDWARE 592862 CUST# 1145 Paid by Check # 701827

11/23/2021 12/10/2021 12/03/2021 12/01/2021 12/07/2021 5.93

2131 - DARLING ACE HARDWARE 592861 CUST# 1145 Paid by Check # 701827

11/23/2021 12/10/2021 12/03/2021 12/01/2021 12/07/2021 39.99

Account 934.010 - Maintenance Equipment Totals Invoice Transactions 3 $59.39Business Unit 2751 - Historic Bridge Park Totals Invoice Transactions 4 $1,559.39

Business Unit 2754 - Calhoun County TrailwayAccount 801.010 - Contractual Services Misc

10707 - SIGN CENTER 64695 Trailhead Post & Panel Sign Emmett St & Raymond Rd

Paid by Check # 701759

11/18/2021 12/18/2021 11/24/2021 12/01/2021 3,295.00

Account 801.010 - Contractual Services Misc Totals Invoice Transactions 1 $3,295.00Business Unit 2754 - Calhoun County Trailway Totals Invoice Transactions 1 $3,295.00

Business Unit 2755 - Albion TrailheadAccount 801.030 - Contractual Services Property Maintenance

11132 - MILLER FARMS 50 Mowing at 10750 28 Mile Rd. September 2021

Paid by Check # 701740

10/07/2021 11/07/2021 11/24/2021 12/01/2021 80.00

11132 - MILLER FARMS 51 Mowing at 10750 28 Mile Rd. October 2021

Paid by Check # 701740

11/04/2021 12/04/2021 11/24/2021 12/01/2021 160.00

Account 801.030 - Contractual Services Property Maintenance Totals Invoice Transactions 2 $240.00Business Unit 2755 - Albion Trailhead Totals Invoice Transactions 2 $240.00

Business Unit 2756 - Recreation / Park FacilitiesAccount 873.020 - Vehicle Expense Fuel

10393 - WEX BANK 75977784 November 2021 Wex Fuel Usage

Paid by EFT # 4261

11/23/2021 12/06/2021 12/06/2021 12/07/2021 450.10

Account 873.020 - Vehicle Expense Fuel Totals Invoice Transactions 1 $450.10Account 934.010 - Maintenance Equipment

4123 - MENARDS INC 89169 A/C 31510254 Hardware

Paid by Check # 701737

09/15/2021 10/15/2021 11/24/2021 12/01/2021 230.91

4123 - MENARDS INC 91814 A/C 31510254 Hardware

Paid by Check # 701737

11/08/2021 12/08/2021 11/24/2021 12/01/2021 142.20

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 34 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 243 - Parks

Department 15 - AdministrationDivision 157 - Community Development

Business Unit 2756 - Recreation / Park FacilitiesAccount 934.010 - Maintenance Equipment

4123 - MENARDS INC 91880 A/C 31510254 Hardware

Paid by Check # 701737

11/09/2021 12/09/2021 11/24/2021 12/01/2021 57.25

Account 934.010 - Maintenance Equipment Totals Invoice Transactions 3 $430.36Business Unit 2756 - Recreation / Park Facilities Totals Invoice Transactions 4 $880.46

Division 157 - Community Development Totals Invoice Transactions 11 $5,974.85Department 15 - Administration Totals Invoice Transactions 11 $5,974.85

Fund 243 - Parks Totals Invoice Transactions 11 $5,974.85

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 35 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 256 - Register of Deeds Automation

Department 20 - Clerk-Register of DeedsDivision 201 - Clerk - Register

Business Unit 2560 - Register of Deeds TechnologyAccount 727.000 - Office Supplies Expense

1429 - BESCO WATER TREATMENT INC 3765042 Water Delivery-Acct #38191

Paid by Check # 701798

11/19/2021 12/19/2021 11/30/2021 12/07/2021 11.70

Account 727.000 - Office Supplies Expense Totals Invoice Transactions 1 $11.70Account 934.010 - Maintenance Equipment

5356 - SOLUTIONS OF SOUTHWEST MICHIGAN LLC

10284 MAINTENANCE AGREEMENT

Paid by Check # 701899

11/23/2021 12/23/2021 12/01/2021 12/07/2021 138.55

Account 934.010 - Maintenance Equipment Totals Invoice Transactions 1 $138.55Business Unit 2560 - Register of Deeds Technology Totals Invoice Transactions 2 $150.25

Division 201 - Clerk - Register Totals Invoice Transactions 2 $150.25Department 20 - Clerk-Register of Deeds Totals Invoice Transactions 2 $150.25

Fund 256 - Register of Deeds Automation Totals Invoice Transactions 2 $150.25

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 36 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 260 - Indigent Defense Fund

Department 25 - JudicialDivision 251 - Judicial Council

Business Unit 2260 - MIDCAccount 727.000 - Office Supplies Expense

9517 - DAVID MAKLED MakledCourt Patton/Satchwell - New Attorney Swearing in Fees

Paid by Check # 701866

12/01/2021 12/02/2021 12/02/2021 12/07/2021 50.00

Account 727.000 - Office Supplies Expense Totals Invoice Transactions 1 $50.00Account 814.020 - Trial Time Indigent Defense

9676 - BRIAN P FISH Fish_C200485 Trial Fees Rafaela - C200485

Paid by Check # 701834

11/22/2021 12/02/2021 12/02/2021 12/07/2021 200.00

Account 814.020 - Trial Time Indigent Defense Totals Invoice Transactions 1 $200.00Account 870.020 - Travel Expense Mileage

11164 - KAREN KELLEY Kelley_12/1/21 Mileage Reimbursement- CDAM 11/11-11/13

Paid by Check # 701857

12/01/2021 12/02/2021 12/02/2021 12/07/2021 189.28

11253 - BRIAN KREMERS Kremers_112921

Mileage Reimbursement- CDAM 11/11-11/13

Paid by Check # 701860

11/29/2021 12/02/2021 12/02/2021 12/07/2021 197.68

11517 - NAESHA LEYS Leys_111921 Mileage Reimbursement- CDAM 11/11-11/13

Paid by Check # 701865

11/19/2021 12/02/2021 12/02/2021 12/07/2021 199.36

9517 - DAVID MAKLED Makled_CDAM Mileage Reimbursement- CDAM 11/11-11/13

Paid by Check # 701866

12/01/2021 12/02/2021 12/02/2021 12/07/2021 230.72

11466 - RICHARD MITCHELL Mitchell_100421

Investigator Mileage - September 2021

Paid by Check # 701879

10/04/2021 12/02/2021 12/02/2021 12/07/2021 72.80

Account 870.020 - Travel Expense Mileage Totals Invoice Transactions 5 $889.84Business Unit 2260 - MIDC Totals Invoice Transactions 7 $1,139.84

Division 251 - Judicial Council Totals Invoice Transactions 7 $1,139.84Department 25 - Judicial Totals Invoice Transactions 7 $1,139.84

Fund 260 - Indigent Defense Fund Totals Invoice Transactions 7 $1,139.84

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 37 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 262 - Concealed Pistol Licensing

Department 20 - Clerk-Register of DeedsDivision 201 - Clerk - Register

Business Unit 2262 - Concealed Pistol LicensingAccount 727.000 - Office Supplies Expense

9603 - IDENTISYS INCORPORATED 549566 CONCEALED PISTOL LICENSE INK CARTRIDGES

Paid by Check # 701851

11/12/2021 11/12/2021 11/30/2021 12/07/2021 368.96

Account 727.000 - Office Supplies Expense Totals Invoice Transactions 1 $368.96Business Unit 2262 - Concealed Pistol Licensing Totals Invoice Transactions 1 $368.96

Division 201 - Clerk - Register Totals Invoice Transactions 1 $368.96Department 20 - Clerk-Register of Deeds Totals Invoice Transactions 1 $368.96

Fund 262 - Concealed Pistol Licensing Totals Invoice Transactions 1 $368.96

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 38 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 265 - Special Revenue - Sheriff

Department 40 - SheriffDivision 404 - Law Enforcement

Business Unit 2316 - Secondary Road PatrolAccount 805.030 - Professional Services Uniform Cleaning

3063 - HERITAGE CLEANERS LLC 11-01-2021 HERITAGE Paid by Check # 701725

11/01/2021 11/29/2021 11/20/2021 11/20/2021 12/01/2021 19.00

Account 805.030 - Professional Services Uniform Cleaning Totals Invoice Transactions 1 $19.00Business Unit 2316 - Secondary Road Patrol Totals Invoice Transactions 1 $19.00

Division 404 - Law Enforcement Totals Invoice Transactions 1 $19.00Division 406 - Training

Business Unit 2338 - Local Corr Officer's TrainingAccount 870.030 - Travel Expense Training

6733 - AARMS 2021-04-0473 MI JAIL GUIDELINES AUDIT & INSPECTION PROGRAM

Paid by Check # 701694

11/15/2021 11/30/2021 11/19/2021 11/19/2021 12/01/2021 125.00

Account 870.030 - Travel Expense Training Totals Invoice Transactions 1 $125.00Business Unit 2338 - Local Corr Officer's Training Totals Invoice Transactions 1 $125.00

Division 406 - Training Totals Invoice Transactions 1 $125.00Department 40 - Sheriff Totals Invoice Transactions 2 $144.00

Fund 265 - Special Revenue - Sheriff Totals Invoice Transactions 2 $144.00

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 39 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 269 - Law Library

Department 25 - JudicialDivision 252 - Circuit Court

Business Unit 2145 - Law LibraryAccount 915.000 - Subscription Fees Expense

3780 - MATTHEW BENDER 28423232 ACCT #0099121802 Paid by Check # 701869

11/15/2021 12/15/2021 11/29/2021 12/07/2021 248.10

Account 915.000 - Subscription Fees Expense Totals Invoice Transactions 1 $248.10Business Unit 2145 - Law Library Totals Invoice Transactions 1 $248.10

Division 252 - Circuit Court Totals Invoice Transactions 1 $248.10Department 25 - Judicial Totals Invoice Transactions 1 $248.10Fund 269 - Law Library Totals Invoice Transactions 1 $248.10

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 40 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 276 - Senior Millage

Department 15 - AdministrationDivision 158 - Senior Services

Business Unit 2672 - Senior Services - AdministrationAccount 727.000 - Office Supplies Expense

5434 - STAPLES BUSINESS ADVANTAGE 8064267796 CUST# DET 223455 11/13/21

Paid by Check # 701903

11/13/2021 12/13/2021 12/03/2021 12/07/2021 131.06

Account 727.000 - Office Supplies Expense Totals Invoice Transactions 1 $131.06Account 870.020 - Travel Expense Mileage

11386 - REBECCA de FINTA 11.21Rd Mileage November 2021

Paid by Check # 701829

11/30/2021 12/30/2021 12/03/2021 12/07/2021 25.20

10336 - HELEN GUZZO 11.21HG Mileage November 2021

Paid by Check # 701844

12/01/2021 01/01/2022 12/03/2021 12/07/2021 19.60

10821 - KATE TURNER 11.21KT Mileage November 2021

Paid by Check # 701926

12/02/2021 01/02/2022 12/03/2021 12/07/2021 8.96

Account 870.020 - Travel Expense Mileage Totals Invoice Transactions 3 $53.76Business Unit 2672 - Senior Services - Administration Totals Invoice Transactions 4 $184.82

Business Unit 2675 - Senior Srv - Strategic ProjectsAccount 801.010 - Contractual Services Misc

6994 - ALBION HEALTH CARE ALLIANCE AHCA11.29.21 Reimbursement - Refrigerator

Paid by Check # 701695

11/29/2021 12/29/2021 11/29/2021 12/01/2021 1,698.30

6691 - ALBION COMMUNITY FOUNDATION ACF12.3.21 Senior Strategic Project/December 2120 - Albion Senior Housing

Paid by Check # 701782

12/03/2021 01/03/2022 12/03/2021 12/07/2021 23,720.53

Account 801.010 - Contractual Services Misc Totals Invoice Transactions 2 $25,418.83Business Unit 2675 - Senior Srv - Strategic Projects Totals Invoice Transactions 2 $25,418.83

Division 158 - Senior Services Totals Invoice Transactions 6 $25,603.65Department 15 - Administration Totals Invoice Transactions 6 $25,603.65

Fund 276 - Senior Millage Totals Invoice Transactions 6 $25,603.65

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 41 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 281 - Special Revenue - Prosecutor

Department 30 - ProsecutorDivision 300 - Prosecutor

Business Unit 2230 - Prosecutor - CRPAccount 822.020 - Witness Fees Circuit Court

UNION COUNTY SHERIFF'S OFFICE 2021-00001585 SERVICE FOR CASE 2021-3016DS

Paid by Check # 701775

11/24/2021 11/24/2021 11/24/2021 12/01/2021 50.00

VIRGINIA BEACH HIGH CONSTABLE 2021-00001586 SERVICE FOR CASE 2021-3092DP

Paid by Check # 701774

11/24/2021 11/24/2021 11/24/2021 12/01/2021 75.00

Account 822.020 - Witness Fees Circuit Court Totals Invoice Transactions 2 $125.00Account 873.020 - Vehicle Expense Fuel

10393 - WEX BANK 75977784 November 2021 Wex Fuel Usage

Paid by EFT # 4261

11/23/2021 12/06/2021 12/06/2021 12/07/2021 273.27

Account 873.020 - Vehicle Expense Fuel Totals Invoice Transactions 1 $273.27Business Unit 2230 - Prosecutor - CRP Totals Invoice Transactions 3 $398.27

Division 300 - Prosecutor Totals Invoice Transactions 3 $398.27Department 30 - Prosecutor Totals Invoice Transactions 3 $398.27

Fund 281 - Special Revenue - Prosecutor Totals Invoice Transactions 3 $398.27

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 42 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 292 - Child Care Fund

Department 15 - AdministrationDivision 160 - Juvenile Home

Business Unit 2263 - Juvenile Home BuildingAccount 920.020 - Utilities Electricity

1865 - CITY OF MARSHALL 3100900000 1021

ACCT# 3100900000 SERV 10/7 - 11/4/21

Paid by Check # 701711

11/04/2021 12/10/2021 11/30/2021 11/29/2021 12/01/2021 1,212.02

Account 920.020 - Utilities Electricity Totals Invoice Transactions 1 $1,212.02Account 920.030 - Utilities Water & Sewer

1865 - CITY OF MARSHALL 3100900000 1021

ACCT# 3100900000 SERV 10/7 - 11/4/21

Paid by Check # 701711

11/04/2021 12/10/2021 11/30/2021 11/29/2021 12/01/2021 1,027.14

Account 920.030 - Utilities Water & Sewer Totals Invoice Transactions 1 $1,027.14Account 934.020 - Maintenance Buildings

1520 - BOSKER BRICK 713823 ACCT# CALFAC, ORDER# 512113

Paid by Check # 701800

11/29/2021 12/29/2021 12/06/2021 12/07/2021 158.76

2108 - D & D MAINTENANCE SUPPLY 165959 ACCT# CCJH1, PACKING SLIP #163157

Paid by Check # 701825

11/29/2021 12/14/2021 12/06/2021 12/07/2021 196.00

2131 - DARLING ACE HARDWARE 589138 CUST# 1145 - RECD INV 12/1/21

Paid by Check # 701828

09/02/2021 10/10/2021 12/03/2021 12/01/2021 12/07/2021 5.02

2131 - DARLING ACE HARDWARE 591912 CUST# 1145 - RECD INV 12/1/21

Paid by Check # 701827

11/01/2021 12/10/2021 12/03/2021 12/01/2021 12/07/2021 9.89

2497 - FIBERS OF KALAMAZOO INCORPORATED

0342108-IN CUST# 21-0152064 MAINTENANCE SUPPLIES - JH

Paid by Check # 701831

11/19/2021 12/19/2021 12/06/2021 12/01/2021 12/07/2021 39.70

2497 - FIBERS OF KALAMAZOO INCORPORATED

0343597-IN CUST# 21-0152064 MAINTENANCE SUPPLIES - JH

Paid by Check # 701831

11/24/2021 12/24/2021 12/06/2021 12/01/2021 12/07/2021 277.25

5817 - VILLA ENVIRONMENTAL CONSULTANTS INC.

54880 JOB# 21-210 11/8/21 ON-SITE ASBESTOS INSPECTOR SITE REVIEW

Paid by Check # 701930

11/29/2021 12/09/2021 12/06/2021 12/07/2021 395.00

Account 934.020 - Maintenance Buildings Totals Invoice Transactions 7 $1,081.62Business Unit 2263 - Juvenile Home Building Totals Invoice Transactions 9 $3,320.78

Business Unit 2662 - Juvenile HomeAccount 727.000 - Office Supplies Expense

5434 - STAPLES BUSINESS ADVANTAGE 8064346645 CUST# DET 223455 11/20/21

Paid by Check # 701901

11/20/2021 12/20/2021 12/03/2021 12/07/2021 122.20

5434 - STAPLES BUSINESS ADVANTAGE 8064404954 CUST# DET 223455 11/27/21

Paid by Check # 701902

11/27/2021 12/27/2021 12/03/2021 12/07/2021 76.18

Account 727.000 - Office Supplies Expense Totals Invoice Transactions 2 $198.38Account 760.000 - Kitchen Supplies Expense

2761 - GORDON FOOD SERVICE INC 214613504 FOOD SUPPLIES Paid by Check # 701722

11/16/2021 12/10/2021 11/17/2021 11/16/2021 12/01/2021 393.85

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 43 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 292 - Child Care Fund

Department 15 - AdministrationDivision 160 - Juvenile Home

Business Unit 2662 - Juvenile HomeAccount 760.000 - Kitchen Supplies Expense

2761 - GORDON FOOD SERVICE INC 214792130 FOOD SUPPLIES Paid by Check # 701722

11/23/2021 12/10/2021 11/24/2021 11/23/2021 12/01/2021 121.44

2761 - GORDON FOOD SERVICE INC 214925832 FOOD SUPPLIES Paid by Check # 701841

11/30/2021 12/10/2021 12/03/2021 11/30/2021 12/07/2021 83.10

Account 760.000 - Kitchen Supplies Expense Totals Invoice Transactions 3 $598.39Account 764.000 - Food Supplies Expense

1239 - AUNT MILLIE'S BAKERIES 0003033315021 BREAD Paid by Check # 701697

11/11/2021 11/17/2021 11/17/2021 11/11/2021 12/01/2021 27.62

1239 - AUNT MILLIE'S BAKERIES 0003033208031 BREAD Paid by Check # 701697

07/27/2021 11/17/2021 11/17/2021 11/16/2021 12/01/2021 27.62

2761 - GORDON FOOD SERVICE INC 214613504 FOOD SUPPLIES Paid by Check # 701722

11/16/2021 12/10/2021 11/17/2021 11/16/2021 12/01/2021 905.22

2761 - GORDON FOOD SERVICE INC 214792130 FOOD SUPPLIES Paid by Check # 701722

11/23/2021 12/10/2021 11/24/2021 11/23/2021 12/01/2021 1,079.03

3261 - HUNGRY HOWIES PIZZA 55 11212021 PIZZA Paid by Check # 701729

11/21/2021 11/24/2021 11/24/2021 11/21/2021 12/01/2021 42.00

4742 - PRAIRIE FARMS DAIRY 9044754 MILK Paid by Check # 701750

11/12/2021 11/17/2021 11/17/2021 11/12/2021 12/01/2021 85.50

4742 - PRAIRIE FARMS DAIRY 6406970 MILK Paid by Check # 701750

11/19/2021 11/24/2021 11/24/2021 11/23/2021 12/01/2021 (17.42)

4742 - PRAIRIE FARMS DAIRY 9052811 MILK Paid by Check # 701750

11/19/2021 11/24/2021 11/24/2021 11/23/2021 12/01/2021 133.97

4742 - PRAIRIE FARMS DAIRY 9068228 MILK Paid by Check # 701888

12/03/2021 12/03/2021 12/03/2021 12/03/2021 12/07/2021 102.79

4742 - PRAIRIE FARMS DAIRY 9060329 MILK Paid by Check # 701888

11/27/2021 12/03/2021 12/03/2021 11/27/2021 12/07/2021 118.83

3261 - HUNGRY HOWIES PIZZA 57 11282021 PIZZA Paid by Check # 701850

11/28/2021 12/03/2021 12/03/2021 11/28/2021 12/07/2021 42.00

2761 - GORDON FOOD SERVICE INC 214925832 FOOD SUPPLIES Paid by Check # 701841

11/30/2021 12/10/2021 12/03/2021 11/30/2021 12/07/2021 1,093.90

1239 - AUNT MILLIE'S BAKERIES 0003033336091 BREAD Paid by Check # 701789

12/02/2021 12/03/2021 12/03/2021 12/02/2021 12/07/2021 24.55

1239 - AUNT MILLIE'S BAKERIES 0003033327031 BREAD Paid by Check # 701789

11/23/2021 12/03/2021 12/03/2021 11/23/2021 12/07/2021 45.77

Account 764.000 - Food Supplies Expense Totals Invoice Transactions 14 $3,711.38Account 765.010 - Medical Supplies Misc

4502 - OAKLAWN HOSPITAL 20952516 HEALTH CARE - DOS 05/29/21

Paid by Check # 701747

09/10/2021 11/23/2021 11/23/2021 11/23/2021 12/01/2021 1,103.00

4502 - OAKLAWN HOSPITAL 20959155 HEALTH CARE - DOS 06/19/21

Paid by Check # 701747

10/06/2021 11/23/2021 11/23/2021 11/23/2021 12/01/2021 4,444.99

Account 765.010 - Medical Supplies Misc Totals Invoice Transactions 2 $5,547.99

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 44 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 292 - Child Care Fund

Department 15 - AdministrationDivision 160 - Juvenile Home

Business Unit 2662 - Juvenile HomeAccount 808.000 - Association Dues Expense

2761 - GORDON FOOD SERVICE INC 15802692 CONSORTIUM MEMBERSHIP

Paid by Check # 701722

10/22/2021 10/22/2021 11/24/2021 11/23/2021 12/01/2021 108.47

Account 808.000 - Association Dues Expense Totals Invoice Transactions 1 $108.47Account 850.030 - Communications Telephone Service

1233 - AT&T 26978172211121

PHONE BILL Paid by Check # 701696

11/04/2021 11/28/2021 11/24/2021 11/22/2021 12/01/2021 362.38

Account 850.030 - Communications Telephone Service Totals Invoice Transactions 1 $362.38Account 873.020 - Vehicle Expense Fuel

10393 - WEX BANK 75977784 November 2021 Wex Fuel Usage

Paid by EFT # 4261

11/23/2021 12/06/2021 12/06/2021 12/07/2021 113.35

Account 873.020 - Vehicle Expense Fuel Totals Invoice Transactions 1 $113.35Account 956.000 - Health Care Expense

10284 - WHOLE FAMILY DIRECT CARE #1 11/17/21 HEALTH CARE Paid by Check # 701770

11/17/2021 11/24/2021 11/24/2021 11/22/2021 12/01/2021 100.00

Account 956.000 - Health Care Expense Totals Invoice Transactions 1 $100.00Business Unit 2662 - Juvenile Home Totals Invoice Transactions 25 $10,740.34

Division 160 - Juvenile Home Totals Invoice Transactions 34 $14,061.12Department 15 - Administration Totals Invoice Transactions 34 $14,061.12

Fund 292 - Child Care Fund Totals Invoice Transactions 34 $14,061.12

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 45 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 403 - Capital Improvement Plan

Department 15 - AdministrationDivision 153 - Capital Improvement Plan

Business Unit 4333 - VehiclesAccount 980.000 - Equipment Equipment

2568 - FORD MOTOR CREDIT COMPANY LLC

1768570 LEASE #7669351 2018 FORD TRANSIT T-350 WAGON

Paid by Check # 701836

11/20/2021 12/18/2021 12/02/2021 12/07/2021 8,108.48

Account 980.000 - Equipment Equipment Totals Invoice Transactions 1 $8,108.48Business Unit 4333 - Vehicles Totals Invoice Transactions 1 $8,108.48

Business Unit 4335 - Buildings & GroundsAccount 980.000 - Equipment Equipment

6590 - ASPHALT SOLUTIONS PLUS LLC 2021-026423 CLEAN ASPHALT CRACKS, APPLY WEED KILLER, SEAL CRACKS - JC

Paid by Check # 701787

11/09/2021 11/19/2021 12/03/2021 12/01/2021 12/07/2021 10,385.00

6590 - ASPHALT SOLUTIONS PLUS LLC 2021-026422 CLEAN ASPHALT CRACKS, APPLY WEED KILLER, SEAL CRACKS - TOELLER

Paid by Check # 701787

11/08/2021 11/18/2021 12/03/2021 12/01/2021 12/07/2021 3,470.00

6590 - ASPHALT SOLUTIONS PLUS LLC 2021-026424 CLEAN ASPHALT CRACKS, APPLY WEED KILLER, SEAL CRACKS - CAREHERE

Paid by Check # 701787

11/09/2021 11/19/2021 12/03/2021 12/07/2021 75.00

6590 - ASPHALT SOLUTIONS PLUS LLC 2021-026425 CLEAN ASPHALT CRACKS, APPLY WEED KILLER, SEAL CRACKS - MARSHALL

Paid by Check # 701787

11/09/2021 11/19/2021 12/03/2021 12/07/2021 1,783.00

Account 980.000 - Equipment Equipment Totals Invoice Transactions 4 $15,713.00Business Unit 4335 - Buildings & Grounds Totals Invoice Transactions 4 $15,713.00Division 153 - Capital Improvement Plan Totals Invoice Transactions 5 $23,821.48

Department 15 - Administration Totals Invoice Transactions 5 $23,821.48Fund 403 - Capital Improvement Plan Totals Invoice Transactions 5 $23,821.48

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 46 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 516 - Delinquent Tax Revolving

Department 45 - TreasurerDivision 452 - DTR

Business Unit 5253 - Bond AdministrationAccount 976.000 - Project Costs Expense

11511 - LEGACY STEEL BUILDING INC 2021-00001589 DEPOSIT FOR STEEL BUILDING - SHERIFF

Paid by Check # 701863

11/20/2021 12/20/2021 11/29/2021 12/07/2021 20,000.00

Account 976.000 - Project Costs Expense Totals Invoice Transactions 1 $20,000.00Business Unit 5253 - Bond Administration Totals Invoice Transactions 1 $20,000.00

Division 452 - DTR Totals Invoice Transactions 1 $20,000.00Department 45 - Treasurer Totals Invoice Transactions 1 $20,000.00

Fund 516 - Delinquent Tax Revolving Totals Invoice Transactions 1 $20,000.00

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 47 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 518 - Delinquent Tax Foreclosure

Department 45 - TreasurerDivision 452 - DTR

Business Unit 5260 - Land Reutilization AdminAccount 813.010 - Legal Fees Misc

7315 - CLARK HILL PLC 1153366 2019 PETITION SURPLUS PROCEEDS CLAIM

Paid by EFT # 4255

12/02/2021 12/07/2021 12/07/2021 12/07/2021 49.00

7315 - CLARK HILL PLC 1153367 2020 PETITION SURPLUS PROCEEDS CLAIMS

Paid by EFT # 4256

12/02/2021 12/07/2021 12/07/2021 12/07/2021 220.50

7315 - CLARK HILL PLC 11533600379 2021 FORECLOSURE OF 2019 AND PRIOR YEARS TAXES

Paid by EFT # 4257

12/02/2021 12/07/2021 12/07/2021 12/07/2021 49.00

Account 813.010 - Legal Fees Misc Totals Invoice Transactions 3 $318.50Business Unit 5260 - Land Reutilization Admin Totals Invoice Transactions 3 $318.50

Division 452 - DTR Totals Invoice Transactions 3 $318.50Department 45 - Treasurer Totals Invoice Transactions 3 $318.50

Fund 518 - Delinquent Tax Foreclosure Totals Invoice Transactions 3 $318.50

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 48 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 595 - Inmate Concession

Department 40 - SheriffDivision 401 - Sheriff Administration

Business Unit 5334 - Inmate ConcessionAccount 750.010 - Inmate Supplies Misc

1488 - BOB BARKER COMPANY INC INV1693630 CALMI4 Paid by Check # 701702

11/12/2021 12/12/2021 11/24/2021 11/24/2021 12/01/2021 472.71

1429 - BESCO WATER TREATMENT INC 3775718 CUST 3003038 Paid by Check # 701798

12/01/2021 12/31/2021 12/03/2021 12/03/2021 12/07/2021 8.48

Account 750.010 - Inmate Supplies Misc Totals Invoice Transactions 2 $481.19Account 750.030 - Inmate Supplies Clothing

10660 - VICTORY SUPPLY 0055636 CALHOUN COUNTY SHERIFFS OFFICE (MI)

Paid by Check # 701768

10/21/2021 11/20/2021 11/24/2021 11/24/2021 12/01/2021 337.65

10660 - VICTORY SUPPLY 0056689 CALHOUN COUNTY SHERIFFS OFFICE (MI)

Paid by Check # 701768

11/12/2021 12/12/2021 11/24/2021 11/24/2021 12/01/2021 529.20

10660 - VICTORY SUPPLY 0057267 CALHOUN COUNTY SHERIFFS OFFICE (MI)

Paid by Check # 701929

11/23/2021 12/23/2021 11/30/2021 11/30/2021 12/07/2021 202.80

Account 750.030 - Inmate Supplies Clothing Totals Invoice Transactions 3 $1,069.65Account 750.040 - Inmate Supplies Bedding

10660 - VICTORY SUPPLY 0055636 CALHOUN COUNTY SHERIFFS OFFICE (MI)

Paid by Check # 701768

10/21/2021 11/20/2021 11/24/2021 11/24/2021 12/01/2021 171.90

10660 - VICTORY SUPPLY 0056689 CALHOUN COUNTY SHERIFFS OFFICE (MI)

Paid by Check # 701768

11/12/2021 12/12/2021 11/24/2021 11/24/2021 12/01/2021 257.85

Account 750.040 - Inmate Supplies Bedding Totals Invoice Transactions 2 $429.75Account 801.010 - Contractual Services Misc

10541 - FIRST CHOICE COFFEE SERVICES 809669 ACCT 200835 Paid by Check # 701832

11/23/2021 12/08/2021 11/29/2021 11/29/2021 12/07/2021 407.71

10541 - FIRST CHOICE COFFEE SERVICES 812533 CUST 200835 Paid by Check # 701832

11/28/2021 12/13/2021 11/30/2021 11/30/2021 12/07/2021 100.00

6878 - KEEFE COMMISSARY NETWORK 1524299 CUST 19488 Paid by Check # 701856

11/22/2021 12/22/2021 11/29/2021 11/29/2021 12/07/2021 206.10

6878 - KEEFE COMMISSARY NETWORK 1524300 CUST 19488 Paid by Check # 701856

11/22/2021 12/22/2021 11/29/2021 11/29/2021 12/07/2021 520.00

6878 - KEEFE COMMISSARY NETWORK 1524298 CUST 19488 Paid by Check # 701856

11/22/2021 12/22/2021 11/29/2021 11/29/2021 12/07/2021 147.92

6878 - KEEFE COMMISSARY NETWORK 1521071 CUST 19488 Paid by Check # 701856

11/15/2021 12/15/2021 11/29/2021 11/29/2021 12/07/2021 360.00

6878 - KEEFE COMMISSARY NETWORK 1521073 CUST 19488 Paid by Check # 701856

11/15/2021 12/15/2021 11/29/2021 11/29/2021 12/07/2021 46.62

6878 - KEEFE COMMISSARY NETWORK 1521072 CUST 19488 Paid by Check # 701856

11/15/2021 12/15/2021 11/29/2021 11/29/2021 12/07/2021 147.92

6878 - KEEFE COMMISSARY NETWORK 1526114 CUST 19488 Paid by Check # 701856

11/29/2021 12/29/2021 12/03/2021 12/03/2021 12/07/2021 104.60

6878 - KEEFE COMMISSARY NETWORK 1526065 CUST 19488 Paid by Check # 701856

11/29/2021 12/29/2021 12/03/2021 12/03/2021 12/07/2021 48.00

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 49 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 595 - Inmate Concession

Department 40 - SheriffDivision 401 - Sheriff Administration

Business Unit 5334 - Inmate ConcessionAccount 801.010 - Contractual Services Misc

6878 - KEEFE COMMISSARY NETWORK 1526113 CUST 19488 Paid by Check # 701856

11/29/2021 12/29/2021 12/03/2021 12/03/2021 12/07/2021 480.00

Account 801.010 - Contractual Services Misc Totals Invoice Transactions 11 $2,568.87Account 955.000 - Miscellaneous Operating Expense

1952 - COMCAST 11-15-2021-329 ACCT 8529 11 366 0487329 - JAIL

Paid by Check # 701712

11/15/2021 12/06/2021 11/24/2021 11/24/2021 12/01/2021 23.73

6586 - MICHIGAN STATE INDUSTRIES 043349 CUST 31300 Paid by Check # 701738

11/15/2021 12/15/2021 11/19/2021 11/19/2021 12/01/2021 943.75

5759 - USA TODAY 0015765837 ACCT 000013928 Paid by Check # 701766

10/31/2021 10/31/2021 11/19/2021 11/19/2021 12/01/2021 198.75

Account 955.000 - Miscellaneous Operating Expense Totals Invoice Transactions 3 $1,166.23Business Unit 5334 - Inmate Concession Totals Invoice Transactions 21 $5,715.69

Division 401 - Sheriff Administration Totals Invoice Transactions 21 $5,715.69Department 40 - Sheriff Totals Invoice Transactions 21 $5,715.69

Fund 595 - Inmate Concession Totals Invoice Transactions 21 $5,715.69

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 50 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 631 - Buildings & Grounds

Department 15 - AdministrationDivision 154 - Facilities

Business Unit 6264 - Security CommitteeAccount 740.000 - Uniform Supplies Expense

2641 - GALLS LLC 019742576 GALLS 4223176 Paid by Check # 701720

11/11/2021 11/12/2021 11/23/2021 11/23/2021 12/01/2021 97.18

Account 740.000 - Uniform Supplies Expense Totals Invoice Transactions 1 $97.18Account 805.030 - Professional Services Uniform Cleaning

3063 - HERITAGE CLEANERS LLC 11-01-2021 HERITAGE Paid by Check # 701725

11/01/2021 11/29/2021 11/20/2021 11/20/2021 12/01/2021 80.40

Account 805.030 - Professional Services Uniform Cleaning Totals Invoice Transactions 1 $80.40Business Unit 6264 - Security Committee Totals Invoice Transactions 2 $177.58

Business Unit 6265 - Toeller BuildingAccount 801.010 - Contractual Services Misc

2258 - DK SECURITY 149677 CUST# 101721 SECURITY 11/14 - 11/20/21

Paid by Check # 701830

11/23/2021 12/02/2021 12/02/2021 12/07/2021 762.14

Account 801.010 - Contractual Services Misc Totals Invoice Transactions 1 $762.14Account 873.020 - Vehicle Expense Fuel

10393 - WEX BANK 75977784 November 2021 Wex Fuel Usage

Paid by EFT # 4261

11/23/2021 12/06/2021 12/06/2021 12/07/2021 323.96

Account 873.020 - Vehicle Expense Fuel Totals Invoice Transactions 1 $323.96Account 934.020 - Maintenance Buildings

2497 - FIBERS OF KALAMAZOO INCORPORATED

0344032-IN CUST# 21-0152066 MAINTENANCE SUPPLIES - TOELLER

Paid by Check # 701831

11/29/2021 12/29/2021 12/06/2021 12/01/2021 12/07/2021 89.50

2497 - FIBERS OF KALAMAZOO INCORPORATED

0344033-IN CUST# 21-0152066 MAINTENANCE SUPPLIES - TOELLER

Paid by Check # 701831

11/29/2021 12/29/2021 12/06/2021 12/01/2021 12/07/2021 896.70

2642 - GALLAGHER UNIFORM I0752333 CUST# 229 517 MATS 10/18/21

Paid by Check # 701838

10/18/2021 11/10/2021 12/02/2021 12/01/2021 12/07/2021 31.87

2642 - GALLAGHER UNIFORM I0753344 CUST# 229 517 MATS 10/25/21

Paid by Check # 701838

10/25/2021 11/10/2021 12/02/2021 12/01/2021 12/07/2021 82.26

Account 934.020 - Maintenance Buildings Totals Invoice Transactions 4 $1,100.33Business Unit 6265 - Toeller Building Totals Invoice Transactions 6 $2,186.43

Business Unit 6266 - Marshall BuildingAccount 873.010 - Vehicle Expense Maintenance

1248 - AUTO VALUE OF MARSHALL 225-486243 CUST# 22500213 MARSHALL

Paid by Check # 701790

11/30/2021 12/30/2021 12/06/2021 12/07/2021 138.99

Account 873.010 - Vehicle Expense Maintenance Totals Invoice Transactions 1 $138.99

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 51 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 631 - Buildings & Grounds

Department 15 - AdministrationDivision 154 - Facilities

Business Unit 6266 - Marshall BuildingAccount 873.020 - Vehicle Expense Fuel

10393 - WEX BANK 75977784 November 2021 Wex Fuel Usage

Paid by EFT # 4261

11/23/2021 12/06/2021 12/06/2021 12/07/2021 262.69

Account 873.020 - Vehicle Expense Fuel Totals Invoice Transactions 1 $262.69Account 934.010 - Maintenance Equipment

4109 - MEDLER ELECTRIC S4883293.001 CUST# 958 - RECD INV 12/1/21

Paid by Check # 701870

07/02/2021 12/02/2021 12/02/2021 12/01/2021 12/07/2021 7.11

4109 - MEDLER ELECTRIC S4883048.001 CUST# 958 - RECD INV 12/1/21

Paid by Check # 701870

07/02/2021 12/02/2021 12/02/2021 12/01/2021 12/07/2021 83.99

Account 934.010 - Maintenance Equipment Totals Invoice Transactions 2 $91.10Account 934.020 - Maintenance Buildings

4109 - MEDLER ELECTRIC S4951379.001 CUST# 958 - DISCOUNT BY 12/10/21

Paid by Check # 701736

11/16/2021 12/10/2021 11/30/2021 12/01/2021 149.32

4109 - MEDLER ELECTRIC S4954841.001 CUST# 958 - DISCOUNT BY 12/10/21

Paid by Check # 701870

11/23/2021 12/10/2021 12/03/2021 12/07/2021 314.24

6257 - ROGERS GLASS WINDOW & DOOR INC

ROG15564 PARTITION POSTS Paid by Check # 701895

11/19/2021 12/19/2021 12/03/2021 12/01/2021 12/07/2021 410.40

1858 - CINTAS 5084742023 CUST# 14606755 MED CABINET - MARSHALL

Paid by Check # 701814

11/19/2021 12/19/2021 12/06/2021 12/01/2021 12/07/2021 104.64

2131 - DARLING ACE HARDWARE 591017 CUST# 1145 - RECD INV 12/1/21

Paid by Check # 701828

10/12/2021 11/10/2021 12/03/2021 12/01/2021 12/07/2021 1.00

2131 - DARLING ACE HARDWARE 592851 CUST# 1145 Paid by Check # 701827

11/22/2021 12/10/2021 12/03/2021 12/01/2021 12/07/2021 16.16

2497 - FIBERS OF KALAMAZOO INCORPORATED

0344034-IN CUST# 21-0152065 MAINTENANCE SUPPLIES - MARSHLL

Paid by Check # 701831

11/29/2021 12/29/2021 12/06/2021 12/01/2021 12/07/2021 115.80

2642 - GALLAGHER UNIFORM I0757671 CUST# 229 507 MATS 11/23/21

Paid by Check # 701837

11/23/2021 12/10/2021 12/06/2021 12/07/2021 148.10

Account 934.020 - Maintenance Buildings Totals Invoice Transactions 8 $1,259.66Business Unit 6266 - Marshall Building Totals Invoice Transactions 12 $1,752.44

Business Unit 6267 - Albion BuildingAccount 920.010 - Utilities Gas

5167 - SEMCO ENERGY 0271060.500 1021

ACCT# 0271060.500 SERV 10/19 - 11/16/21

Paid by Check # 701756

11/16/2021 12/14/2021 11/30/2021 12/01/2021 680.35

Account 920.010 - Utilities Gas Totals Invoice Transactions 1 $680.35Account 934.020 - Maintenance Buildings

9745 - BAILTEK CARPET CLEANING & WATER DAMAGE

58900 Carpet cleaning Albion Paid by Check # 701792

09/03/2021 10/03/2021 12/03/2021 12/01/2021 12/07/2021 1,416.80

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 52 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 631 - Buildings & Grounds

Department 15 - AdministrationDivision 154 - Facilities

Business Unit 6267 - Albion BuildingAccount 934.020 - Maintenance Buildings

2131 - DARLING ACE HARDWARE 587982 CUST# 1145 - RECD INV 12/1/21

Paid by Check # 701828

08/09/2021 09/10/2021 12/03/2021 12/01/2021 12/07/2021 45.46

2131 - DARLING ACE HARDWARE 592898 CUST# 1145 Paid by Check # 701827

11/23/2021 12/10/2021 12/03/2021 12/01/2021 12/07/2021 8.63

2131 - DARLING ACE HARDWARE 592919 CUST# 1145 Paid by Check # 701827

11/24/2021 12/10/2021 12/03/2021 12/01/2021 12/07/2021 77.00

2131 - DARLING ACE HARDWARE 593170 CUST# 1145 Paid by Check # 701827

12/01/2021 12/10/2021 12/03/2021 12/01/2021 12/07/2021 12.58

4187 - MICHIGAN TILE & CARPET COMPANY

MI023046 ADHESIVE Paid by Check # 701876

11/18/2021 12/18/2021 12/03/2021 12/07/2021 154.18

Account 934.020 - Maintenance Buildings Totals Invoice Transactions 6 $1,714.65Business Unit 6267 - Albion Building Totals Invoice Transactions 7 $2,395.00

Business Unit 6270 - Court ComplexAccount 801.010 - Contractual Services Misc

11112 - TENURGY LLC CALH-120 UTILITY REVIEW - 50% SAVINGS

Paid by Check # 701921

11/16/2021 12/16/2021 12/02/2021 12/07/2021 335.04

Account 801.010 - Contractual Services Misc Totals Invoice Transactions 1 $335.04Account 920.020 - Utilities Electricity

1978 - CONSTELLATION NEWENERGY INC 61063624001 CUST# 7275109-2 10/1 - 11/1/21

Paid by Check # 701713

11/15/2021 12/06/2021 11/30/2021 11/30/2021 12/01/2021 5,444.46

Account 920.020 - Utilities Electricity Totals Invoice Transactions 1 $5,444.46Account 934.010 - Maintenance Equipment

1429 - BESCO WATER TREATMENT INC 3759690 CUST# 0061571 SERVICE CALL 11/19/21

Paid by Check # 701798

11/19/2021 12/19/2021 12/06/2021 12/07/2021 54.20

Account 934.010 - Maintenance Equipment Totals Invoice Transactions 1 $54.20Account 934.020 - Maintenance Buildings

1429 - BESCO WATER TREATMENT INC 3749109 CUST# 0061571 DURA CUBE - COURT/JAIL

Paid by Check # 701699

10/28/2021 11/28/2021 11/30/2021 11/23/2021 12/01/2021 183.01

1429 - BESCO WATER TREATMENT INC 3760090 CUST# 0061571 DURA CUBE - COURT/JAIL

Paid by Check # 701798

11/05/2021 12/05/2021 12/06/2021 12/01/2021 12/07/2021 210.45

1429 - BESCO WATER TREATMENT INC 3762523 CUST# 0061571 DURA CUBE - COURT/JAIL

Paid by Check # 701798

11/11/2021 12/11/2021 12/06/2021 12/01/2021 12/07/2021 210.45

1858 - CINTAS 4103057436 CUST# 14599716 MATS 11/29/21

Paid by Check # 701813

11/29/2021 12/10/2021 12/06/2021 12/07/2021 355.26

4109 - MEDLER ELECTRIC S4956219.001 CUST# 958 - DISCOUNT BY 12/10/21

Paid by Check # 701870

11/29/2021 12/10/2021 12/03/2021 12/07/2021 141.55

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 53 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 631 - Buildings & Grounds

Department 15 - AdministrationDivision 154 - Facilities

Business Unit 6270 - Court ComplexAccount 934.020 - Maintenance Buildings

1864 - CITY OF BATTLE CREEK 2022-00000044 GBCAW MANAGEMENT MS4 GROUP 7/1/21-9/30/21

Paid by Check # 701815

11/16/2021 12/16/2021 11/30/2021 12/07/2021 40.79

Account 934.020 - Maintenance Buildings Totals Invoice Transactions 6 $1,141.51Business Unit 6270 - Court Complex Totals Invoice Transactions 9 $6,975.21

Business Unit 6271 - Law Enf/Corr CenterAccount 740.000 - Uniform Supplies Expense

10848 - LARRY WILLAVIZE 12/01/21 LW UNIFORMS - INSULATED JACKET, HAT

Paid by Check # 701934

12/01/2021 12/02/2021 12/02/2021 12/07/2021 63.73

Account 740.000 - Uniform Supplies Expense Totals Invoice Transactions 1 $63.73Account 873.020 - Vehicle Expense Fuel

10393 - WEX BANK 75977784 November 2021 Wex Fuel Usage

Paid by EFT # 4261

11/23/2021 12/06/2021 12/06/2021 12/07/2021 219.76

Account 873.020 - Vehicle Expense Fuel Totals Invoice Transactions 1 $219.76Account 920.020 - Utilities Electricity

1978 - CONSTELLATION NEWENERGY INC 61063624001 CUST# 7275109-2 10/1 - 11/1/21

Paid by Check # 701713

11/15/2021 12/06/2021 11/30/2021 11/30/2021 12/01/2021 16,333.38

Account 920.020 - Utilities Electricity Totals Invoice Transactions 1 $16,333.38Account 934.010 - Maintenance Equipment

10830 - TENNANT SALES AND SERVICE COMPANY

918266315 CUST# 4450775 SERVICE 9/23/21

Paid by Check # 701764

10/28/2021 11/27/2021 11/30/2021 11/23/2021 12/01/2021 317.60

1429 - BESCO WATER TREATMENT INC 3759690 CUST# 0061571 SERVICE CALL 11/19/21

Paid by Check # 701798

11/19/2021 12/19/2021 12/06/2021 12/07/2021 162.60

Account 934.010 - Maintenance Equipment Totals Invoice Transactions 2 $480.20Account 934.020 - Maintenance Buildings

1355 - BATTLE CREEK GLASS WORKS INC 335811 25 x 36 SECURITY LAMI

Paid by Check # 701698

10/05/2021 11/05/2021 11/30/2021 11/23/2021 12/01/2021 773.08

1429 - BESCO WATER TREATMENT INC 3749109 CUST# 0061571 DURA CUBE - COURT/JAIL

Paid by Check # 701699

10/28/2021 11/28/2021 11/30/2021 11/23/2021 12/01/2021 549.05

1429 - BESCO WATER TREATMENT INC 3760090 CUST# 0061571 DURA CUBE - COURT/JAIL

Paid by Check # 701798

11/05/2021 12/05/2021 12/06/2021 12/01/2021 12/07/2021 631.37

1429 - BESCO WATER TREATMENT INC 3762523 CUST# 0061571 DURA CUBE - COURT/JAIL

Paid by Check # 701798

11/11/2021 12/11/2021 12/06/2021 12/01/2021 12/07/2021 631.37

2131 - DARLING ACE HARDWARE 591299 CUST# 1145 - RECD INV 12/1/21

Paid by Check # 701828

10/18/2021 11/10/2021 12/03/2021 12/01/2021 12/07/2021 58.49

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 54 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 631 - Buildings & Grounds

Department 15 - AdministrationDivision 154 - Facilities

Business Unit 6271 - Law Enf/Corr CenterAccount 934.020 - Maintenance Buildings

4109 - MEDLER ELECTRIC S4939105.001 CUST# 958 - RECD INV 12/1/21

Paid by Check # 701870

10/21/2021 11/21/2021 12/02/2021 12/01/2021 12/07/2021 355.06

4109 - MEDLER ELECTRIC S4956219.001 CUST# 958 - DISCOUNT BY 12/10/21

Paid by Check # 701870

11/29/2021 12/10/2021 12/03/2021 12/07/2021 141.55

5817 - VILLA ENVIRONMENTAL CONSULTANTS INC.

54885 JOB# 21-198-01 ON-SITE 11/8 SAMPLING: TEMP, HUMIDITY, CARBON DI

Paid by Check # 701930

12/01/2021 12/11/2021 12/06/2021 12/07/2021 395.00

Account 934.020 - Maintenance Buildings Totals Invoice Transactions 8 $3,534.97Business Unit 6271 - Law Enf/Corr Center Totals Invoice Transactions 13 $20,632.04

Division 154 - Facilities Totals Invoice Transactions 49 $34,118.70Department 15 - Administration Totals Invoice Transactions 49 $34,118.70

Fund 631 - Buildings & Grounds Totals Invoice Transactions 49 $34,118.70

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 55 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 636 - Central Services

Department 15 - AdministrationDivision 152 - Central Services

Business Unit 6290 - MailAccount 850.080 - Communications Mailing

4890 - PITNEY BOWES 8000090901084389

2021_PB Purchase Power Nov 19 2021

Paid by Check # 701887

12/06/2021 12/19/2021 12/06/2021 12/07/2021 3,030.00

Account 850.080 - Communications Mailing Totals Invoice Transactions 1 $3,030.00Account 873.020 - Vehicle Expense Fuel

10393 - WEX BANK 75977784 November 2021 Wex Fuel Usage

Paid by EFT # 4261

11/23/2021 12/06/2021 12/06/2021 12/07/2021 73.03

Account 873.020 - Vehicle Expense Fuel Totals Invoice Transactions 1 $73.03Business Unit 6290 - Mail Totals Invoice Transactions 2 $3,103.03

Division 152 - Central Services Totals Invoice Transactions 2 $3,103.03Department 15 - Administration Totals Invoice Transactions 2 $3,103.03

Fund 636 - Central Services Totals Invoice Transactions 2 $3,103.03

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 56 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 694 - Employee Benefits

Department 10 - County Administrator/ControllerDivision 107 - Human Resources

Business Unit 6851 - Health InsuranceAccount 801.010 - Contractual Services Misc

11516 - CBIZ RETIREMENT PLAN SERVICES

10074784 Inv 10074784 - Calhoun County 2020 OPEB

Paid by EFT # 4250

06/16/2021 07/16/2021 12/02/2021 12/02/2021 6,700.00

Account 801.010 - Contractual Services Misc Totals Invoice Transactions 1 $6,700.00Account 956.000 - Health Care Expense

8679 - CAREHERE 172341 CareHere Program Fees 12/2021

Paid by EFT # 4252

12/01/2021 12/02/2021 12/02/2021 12/02/2021 10,203.00

Account 956.000 - Health Care Expense Totals Invoice Transactions 1 $10,203.00Account 958.010 - Insurance Premium

1030 - BLUE CROSS BLUE SHIELD OF MICHIGAN

133292877 Bill Period 11/20/2021 - 11/26/2021

Paid by EFT # 4238

11/29/2021 12/01/2021 11/30/2021 11/30/2021 70,311.37

1030 - BLUE CROSS BLUE SHIELD OF MICHIGAN

133573600 Bill Period 11/27/2021 - 12/3/2021

Paid by EFT # 4260

12/06/2021 12/08/2021 12/07/2021 12/07/2021 84,101.96

Account 958.010 - Insurance Premium Totals Invoice Transactions 2 $154,413.33Account 958.020 - Insurance Admin

1031 - EXPRESS SCRIPTS, INC 42954621C Rx Activity 11/16/2021 - 11/30/2021 & Fees 11/2021

Paid by EFT # 4251

12/01/2021 12/02/2021 12/02/2021 12/02/2021 78,472.54

Account 958.020 - Insurance Admin Totals Invoice Transactions 1 $78,472.54Business Unit 6851 - Health Insurance Totals Invoice Transactions 5 $249,788.87

Division 107 - Human Resources Totals Invoice Transactions 5 $249,788.87Department 10 - County Administrator/Controller Totals Invoice Transactions 5 $249,788.87

Fund 694 - Employee Benefits Totals Invoice Transactions 5 $249,788.87

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 57 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 695 - Workers Compensation

Department 10 - County Administrator/ControllerDivision 107 - Human Resources

Business Unit 6871 - Workers CompensationAccount 958.010 - Insurance Premium

10797 - COMPREHENSIVE RISK SERVICES LLC

7061LF Checks issued 11/1/2021 - 11/30/2021

Paid by EFT # 4254

11/30/2021 12/07/2021 12/07/2021 12/07/2021 15,845.58

Account 958.010 - Insurance Premium Totals Invoice Transactions 1 $15,845.58Business Unit 6871 - Workers Compensation Totals Invoice Transactions 1 $15,845.58

Division 107 - Human Resources Totals Invoice Transactions 1 $15,845.58Department 10 - County Administrator/Controller Totals Invoice Transactions 1 $15,845.58

Fund 695 - Workers Compensation Totals Invoice Transactions 1 $15,845.58

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 58 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 701 - Trust and Agency

Department 10 - County Administrator/ControllerDivision 106 - Finance

Business Unit 7400 - MiscellaneousAccount 228.330 - Due to State State License Fee

5443 - STATE OF MICHIGAN 79110669571 STATE FOOD FEE 10.22-11.2.21

Paid by Check # 701910

11/18/2021 12/01/2021 12/01/2021 12/07/2021 383.00

Account 228.330 - Due to State State License Fee Totals Invoice Transactions 1 $383.00Business Unit 7400 - Miscellaneous Totals Invoice Transactions 1 $383.00

Division 106 - Finance Totals Invoice Transactions 1 $383.00Department 10 - County Administrator/Controller Totals Invoice Transactions 1 $383.00

Department 20 - Clerk-Register of DeedsDivision 201 - Clerk - Register

Business Unit 7100 - Circuit Court - DocketAccount 216.000 - Due to Agency Misc

1359 - BATTLE CREEK POLICE DEPARTMENT

CC33093 DNA FEE OTHER NOVEMBER 2021

Paid by Check # 701794

12/01/2021 12/01/2021 12/01/2021 12/07/2021 90.01

1865 - CITY OF MARSHALL CC33094 DNA FEE OTHER NOVEMBER 2021

Paid by Check # 701816

12/01/2021 12/01/2021 12/01/2021 12/07/2021 15.00

Account 216.000 - Due to Agency Misc Totals Invoice Transactions 2 $105.01Account 228.300 - Due to State Drivers License Reinstatement

5443 - STATE OF MICHIGAN CC33091 STATE TRANSMITTAL NOVEMBER 2021

Paid by Check # 701911

12/01/2021 12/01/2021 12/01/2021 12/07/2021 120.00

Account 228.300 - Due to State Drivers License Reinstatement Totals Invoice Transactions 1 $120.00Account 228.370 - Due to State Crime Victim Rights Fund

5443 - STATE OF MICHIGAN CC33091 STATE TRANSMITTAL NOVEMBER 2021

Paid by Check # 701911

12/01/2021 12/01/2021 12/01/2021 12/07/2021 2,820.60

Account 228.370 - Due to State Crime Victim Rights Fund Totals Invoice Transactions 1 $2,820.60Account 228.420 - Due to State State Court Fund

5443 - STATE OF MICHIGAN CC33091 STATE TRANSMITTAL NOVEMBER 2021

Paid by Check # 701911

12/01/2021 12/01/2021 12/01/2021 12/07/2021 1,020.00

Account 228.420 - Due to State State Court Fund Totals Invoice Transactions 1 $1,020.00Account 228.430 - Due to State Filiation Fee

5443 - STATE OF MICHIGAN CC33092 ORDER OF FILIATION NOVEMBER 2021

Paid by Check # 701912

12/01/2021 12/01/2021 12/01/2021 12/07/2021 290.00

Account 228.430 - Due to State Filiation Fee Totals Invoice Transactions 1 $290.00Account 228.550 - Due to State DNA Assessment

5443 - STATE OF MICHIGAN CC33091 STATE TRANSMITTAL NOVEMBER 2021

Paid by Check # 701911

12/01/2021 12/01/2021 12/01/2021 12/07/2021 30.00

Account 228.550 - Due to State DNA Assessment Totals Invoice Transactions 1 $30.00Account 228.560 - Due to State Electronic Filing System

5443 - STATE OF MICHIGAN CC33091 STATE TRANSMITTAL NOVEMBER 2021

Paid by Check # 701911

12/01/2021 12/01/2021 12/01/2021 12/07/2021 1,625.00

Account 228.560 - Due to State Electronic Filing System Totals Invoice Transactions 1 $1,625.00

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 59 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 701 - Trust and Agency

Department 20 - Clerk-Register of DeedsDivision 201 - Clerk - Register

Business Unit 7100 - Circuit Court - DocketAccount 228.570 - Due to State Juror Compensation Reimb

5443 - STATE OF MICHIGAN CC33091 STATE TRANSMITTAL NOVEMBER 2021

Paid by Check # 701911

12/01/2021 12/01/2021 12/01/2021 12/07/2021 275.00

Account 228.570 - Due to State Juror Compensation Reimb Totals Invoice Transactions 1 $275.00Account 228.580 - Due to State Civil Filing Fund

5443 - STATE OF MICHIGAN CC33091 STATE TRANSMITTAL NOVEMBER 2021

Paid by Check # 701911

12/01/2021 12/01/2021 12/01/2021 12/07/2021 8,175.31

Account 228.580 - Due to State Civil Filing Fund Totals Invoice Transactions 1 $8,175.31Account 228.590 - Due to State Justice System Fund

5443 - STATE OF MICHIGAN CC33091 STATE TRANSMITTAL NOVEMBER 2021

Paid by Check # 701911

12/01/2021 12/01/2021 12/01/2021 12/07/2021 2,367.56

Account 228.590 - Due to State Justice System Fund Totals Invoice Transactions 1 $2,367.56Business Unit 7100 - Circuit Court - Docket Totals Invoice Transactions 11 $16,828.48

Business Unit 7150 - Clerk - Register of DeedsAccount 228.050 - Due to State Notary Education & Training

5443 - STATE OF MICHIGAN 2021-00001591 State Notary Education Fund November

Paid by Check # 701909

12/01/2021 12/15/2021 12/01/2021 12/07/2021 18.00

Account 228.050 - Due to State Notary Education & Training Totals Invoice Transactions 1 $18.00Account 228.160 - Due to State Pistol Permits

5443 - STATE OF MICHIGAN 551-592767 CONCEALED PISTOL LICENSE UNIT NOVEMBER

Paid by Check # 701913

12/02/2021 01/01/2022 12/03/2021 12/07/2021 7,531.00

Account 228.160 - Due to State Pistol Permits Totals Invoice Transactions 1 $7,531.00Account 228.440 - Due to State State Transfer Tax

5443 - STATE OF MICHIGAN 2021-00001590 STATE TRANSFER TAX NOVEMBER 2021

Paid by EFT # 4253

12/01/2021 12/15/2021 12/01/2021 12/02/2021 450,438.75

Account 228.440 - Due to State State Transfer Tax Totals Invoice Transactions 1 $450,438.75Business Unit 7150 - Clerk - Register of Deeds Totals Invoice Transactions 3 $457,987.75

Division 201 - Clerk - Register Totals Invoice Transactions 14 $474,816.23Department 20 - Clerk-Register of Deeds Totals Invoice Transactions 14 $474,816.23

Department 25 - JudicialDivision 252 - Circuit Court

Business Unit 7050 - Circuit CourtAccount 217.010 - Due to Individual Case Evaluation

1434 - ROBERT F BEST CE-21-048 CASE EVAL FEES FOR NOVEMBER 2021

Paid by Check # 701700

11/22/2021 12/22/2021 11/23/2021 12/01/2021 425.00

11113 - PERDUE LAW GROUP PLLC CE-21-049 CASE EVAL FEES FOR NOVEMBER 2021

Paid by Check # 701749

11/22/2021 12/22/2021 11/23/2021 12/01/2021 425.00

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 60 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 701 - Trust and Agency

Department 25 - JudicialDivision 252 - Circuit Court

Business Unit 7050 - Circuit CourtAccount 217.010 - Due to Individual Case Evaluation

4814 - MICHAEL J RAE CE-21-050 CASE EVAL FEES FOR NOVEMBER 2021

Paid by Check # 701754

11/22/2021 12/22/2021 11/23/2021 12/01/2021 150.00

5468 - RICHARD G STEVENS CE-21-047 CASE EVAL FEES FOR NOVEMBER 2021

Paid by Check # 701762

11/22/2021 12/22/2021 11/23/2021 12/01/2021 275.00

10157 - WEST MICHIGAN INJURY LAWYERS PLC

CE-21-046 REFUND CASE EVAL: PALLADENO V CRUZ 20-2417 NI :(ATTY SCHLINKER)

Paid by Check # 701769

11/22/2021 12/22/2021 11/23/2021 12/01/2021 75.00

Account 217.010 - Due to Individual Case Evaluation Totals Invoice Transactions 5 $1,350.00Business Unit 7050 - Circuit Court Totals Invoice Transactions 5 $1,350.00

Division 252 - Circuit Court Totals Invoice Transactions 5 $1,350.00Division 254 - Probate Court

Business Unit 7700 - Probate CourtAccount 228.560 - Due to State Electronic Filing System

MARGARET TUOHY 2021-00001587 REFUND FILING FEES: RE 21-992 GM

Paid by Check # 701947

11/22/2021 12/22/2021 11/29/2021 12/07/2021 25.00

MARGARET TUOHY 2021-00001588 REFUND FILING FEES RE: 21-993 GM

Paid by Check # 701948

11/22/2021 12/22/2021 11/29/2021 12/07/2021 25.00

Account 228.560 - Due to State Electronic Filing System Totals Invoice Transactions 2 $50.00Account 228.580 - Due to State Civil Filing Fund

MARGARET TUOHY 2021-00001587 REFUND FILING FEES: RE 21-992 GM

Paid by Check # 701947

11/22/2021 12/22/2021 11/29/2021 12/07/2021 150.00

MARGARET TUOHY 2021-00001588 REFUND FILING FEES RE: 21-993 GM

Paid by Check # 701948

11/22/2021 12/22/2021 11/29/2021 12/07/2021 150.00

Account 228.580 - Due to State Civil Filing Fund Totals Invoice Transactions 2 $300.00Business Unit 7700 - Probate Court Totals Invoice Transactions 4 $350.00

Division 254 - Probate Court Totals Invoice Transactions 4 $350.00Department 25 - Judicial Totals Invoice Transactions 9 $1,700.00

Department 45 - TreasurerDivision 450 - Treasurer

Business Unit 7900 - TreasurerAccount 201.020 - Claims Payable Refunds

COURTNEY BARNES 21-748 2020 OVER PAYMENT ON P# 2900-00-104-0

Paid by Check # 701937

11/29/2021 12/29/2021 12/02/2021 12/07/2021 5.00

DALE HOLBEN 21-747 2019/2020 OVER PAYMENT ON P# 19-261-009-12

Paid by Check # 701938

11/16/2021 12/16/2021 11/29/2021 12/07/2021 37.53

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 61 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 701 - Trust and Agency

Department 45 - TreasurerDivision 450 - Treasurer

Business Unit 7900 - TreasurerAccount 201.020 - Claims Payable Refunds

CHERYL JONAS 21-744/743 2020 OVER PAYMENT ON P# 44-027-110-0 & 44-027-029-00

Paid by Check # 701939

11/17/2021 12/17/2021 11/29/2021 12/07/2021 31.24

DARICK KILGORE 21-745 2019/2020 OVER PAYMENT ON P# 2180-00-008-0

Paid by Check # 701941

11/24/2021 12/24/2021 12/02/2021 12/07/2021 54.00

Account 201.020 - Claims Payable Refunds Totals Invoice Transactions 4 $127.77Account 228.010 - Due to State State Education Tax

5443 - STATE OF MICHIGAN 21-758 SET AND TRAILERS FEES

Paid by EFT # 4258

12/06/2021 12/07/2021 12/07/2021 12/07/2021 403,077.11

Account 228.010 - Due to State State Education Tax Totals Invoice Transactions 1 $403,077.11Account 228.460 - Due to State Trailer SET - Ad Valorem

5443 - STATE OF MICHIGAN 21-758 SET AND TRAILERS FEES

Paid by EFT # 4258

12/06/2021 12/07/2021 12/07/2021 12/07/2021 7,208.50

Account 228.460 - Due to State Trailer SET - Ad Valorem Totals Invoice Transactions 1 $7,208.50Business Unit 7900 - Treasurer Totals Invoice Transactions 6 $410,413.38

Division 450 - Treasurer Totals Invoice Transactions 6 $410,413.38Department 45 - Treasurer Totals Invoice Transactions 6 $410,413.38

Fund 701 - Trust and Agency Totals Invoice Transactions 30 $887,312.61

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 62 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 801 - Drain

Account 159.020 - Other Capital Assets Prepays9937 - MISS DIG SYSTEM INC 20221106 2022 Annual

Membership and Maintenance Fees

Paid by Check # 701878

11/30/2021 12/30/2021 11/30/2021 12/07/2021 5,072.43

Account 159.020 - Other Capital Assets Prepays Totals Invoice Transactions 1 $5,072.43Department 50 - Water Resources

Division 501 - DrainBusiness Unit 8595 - Drain

Account 805.010 - Professional Services Misc1868 - CIVIL ENGINEERS INC 200602-8x MS4 Work Completed

thru 7/29/21Paid by Check # 701817

09/24/2021 12/10/2021 11/30/2021 12/07/2021 2,572.00

Account 805.010 - Professional Services Misc Totals Invoice Transactions 1 $2,572.00Account 870.020 - Travel Expense Mileage

11151 - SHARON M WILLIAMS 1031-SW October 2021 Travel Expense

Paid by Check # 701935

10/31/2021 12/10/2021 11/30/2021 12/07/2021 125.44

Account 870.020 - Travel Expense Mileage Totals Invoice Transactions 1 $125.44Account 955.000 - Miscellaneous Operating Expense

1864 - CITY OF BATTLE CREEK 2022-00000044 GBCAW MANAGEMENT MS4 GROUP 7/1/21-9/30/21

Paid by Check # 701815

11/16/2021 12/16/2021 11/30/2021 12/07/2021 203.92

9388 - GEI CONSULTANTS INC 5013169 Professional Services for State & Indian Thru 7/30/21

Paid by Check # 701840

08/25/2021 09/24/2021 11/30/2021 12/07/2021 266.00

Account 955.000 - Miscellaneous Operating Expense Totals Invoice Transactions 2 $469.92Business Unit 8595 - Drain Totals Invoice Transactions 4 $3,167.36

Division 501 - Drain Totals Invoice Transactions 4 $3,167.36Department 50 - Water Resources Totals Invoice Transactions 4 $3,167.36

Fund 801 - Drain Totals Invoice Transactions 5 $8,239.79

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 63 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

Vendor Invoice No. Invoice Description Status Held Reason Invoice Date Due Date G/L Date Received Date Payment Date Invoice AmountFund 841 - Lake Level

Department 50 - Water ResourcesDivision 502 - Lake Level

Business Unit 8596 - Lake LevelAccount 870.020 - Travel Expense Mileage

11151 - SHARON M WILLIAMS 1031-SW October 2021 Travel Expense

Paid by Check # 701935

10/31/2021 12/10/2021 11/30/2021 12/07/2021 67.20

Account 870.020 - Travel Expense Mileage Totals Invoice Transactions 1 $67.20Account 920.020 - Utilities Electricity

1981 - CONSUMERS ENERGY 206257480817 November 2021 Acct 1000 1114 4985

Paid by Check # 701821

11/17/2021 12/10/2021 11/30/2021 12/07/2021 29.09

1981 - CONSUMERS ENERGY 203676887272 November 2021 Acct 1000 1605 2696

Paid by Check # 701822

11/22/2021 12/15/2021 11/30/2021 12/07/2021 76.03

Account 920.020 - Utilities Electricity Totals Invoice Transactions 2 $105.12Business Unit 8596 - Lake Level Totals Invoice Transactions 3 $172.32

Division 502 - Lake Level Totals Invoice Transactions 3 $172.32Department 50 - Water Resources Totals Invoice Transactions 3 $172.32

Fund 841 - Lake Level Totals Invoice Transactions 3 $172.32* = Prior Fiscal Year Activity Grand Totals Invoice Transactions 501 $1,967,114.60

Run by Klingaman, Tina on 12/08/2021 08:04:19 PM Page 64 of 64

CALHOUN COUNTY CLAIMS PAYABLE 11/24/21 - 12/08/21

Payment Date Range 11/24/21 - 12/08/21

De llB0a02lTime 08:13;16

--.- check _-Numbar Dafe

@$5 'LBM202r60896 ltB0DO2l

60897 ll/30t202l60898 lll3tr202t60899 nB0t202l60900 ltB0202l60901 tl6oao2l60m2 nB0Dml&903 rrB0n02l60904 |B0n02l60905 nB0t202lffi906 trafi2o2l&m7 m3u202l6@0E llB0n02l@m9 llB0n02r60910 lLt3m02l6091t trB0n02lffi12 lr8v2vzl60913 tv3u202l&914 rrB0DMlfl)ts lrB0n02l609t6 tu3M02l

Cdhoutr Colrty Rord Dcp|]ttcrtAP - Ch.ck Rcgbtcr

-- Vcndor _-

Numb€r Nsme

Aclion TraFrc MriatenraceAlbion Electic. Inc.B€sco Waier Tl€stoell, hc,Brds Towidg & Auto Inc.Calhoun Co Public H€8fth DaptD&KTruckComFnyDIY Equipnent Rental & StorageDombos Sigq IDc.

EdeErds lodusrirl S8lcs, IncEric Dalc Heating & A,/C, Inc.Jercetr Bridg€ & Supply ConpuryKinbqll MidrffitKleen Machirc lrc" aka KMIKori Albr€chtI qLeledlAspbalt Cory.

Lateland Asphalt Corp.

MEBIJLBSMichigm Cat

Possum WedG Fahicatiol LLChrrity Cylinder Gas$, Inc.SMEWarner Oil Cr.. Irc.

Report Total

Page I of IAASEith

CheckAmount

5,617.30

lt,t?l.24t4.50

225.00

17.75

3t6.4930.00

2,394.00

359.14

389.00

41,076.00

r244.57515.15

80.00

\bid109,486.84

r,163.40

550.61

1,000.00

45.0E

3,000.00

r,081.02

t80,385.15

0o2t01001847

00t8r2000944

001943

00fl)04000473

0001l I000193

000048

000t600(x}79o

0m0600w754000345

000345

000799

00038t002097

000716

000525

000023

6 3,vta.tq>:D u<

4^o+a: Zu<ttbL+- t4tlzl

Crlhoun County Rord Dcpartm€nt

1f,300 15 Mil€ Rord

Mrrshrll, Ml 490684000

12.2.21 CBV payment

Vendor AccountsVoucherNumberVoucher Date

Check VendorNumber Name

12221t2t02t2021

Total Electronic

Total Expenses

Cross Discount Net

Total Checks

Electronic CBIZ Retiiement Plan Servrces 5,200,00

5,200.00

5,200.00

5,200.00

5,200.00

5,200.00

12.2.21

\rouchcr t(rtnl lnatches Da!illcnt scldcii(rn detail to|ill

'14,19-S'dbl

Finance Director

Page I of I

12.2.21 County lnvoice payments

Vendor AccountsVoucher NumberVoucher Date

Check VendorNumber Name

1222t2ta02t202l

Total Electronic

Total Exp€nses

2,979,944.79

2,979,944 .79

2,979,944.79

CrlhouD County Ro.d I).pr mcnt

13300 15 Milc Ro.d

Marshrll, MI 4906t-0000

2,n9,944.79

2,979,944 .79

2,979,944.79

Gross Discount Net

0.00

Total Check

Electronic Calhoun Coulty 'l reasuret

t2.2.21Vsuchrr tural Ina(chc:i p.yn)en! selccijotr dekil lotal.4,'1/q- S',bt

Finance Director

Page I of I

12.2.21 ACH payn€nts

Vcndor Accoudbrbuchcr Nuebcf,Voucher Dsb

Chcck Ven&rNumb€r Na0e

Crlhour Courty Rord DcDrrtDe

13300 l5 Mll. Rord

MNh.lL MI 4906t-lxl00

Cro3s

lm.t3r2t02t2021

Total Elsc+onic

Total Expenscs

Discount Net

0.00

El€ctonic

Elechonio

Elcctonia

ElecEonic

Eleclrodc

El€chooic

Elechonic

Electrooic

Elecllooic

Electooic

El€otooia

Total Ch€cl$

AFLAC

AIS Coostuction Equip. Corp.

Alerus RetirsEent ad B€defits

Cinbs Corporation #725

Cilbs Firs Aid & Safety

Crystal Fhsh Pcboleum

Discovery Bencfitg Inc.

EFT?S.GOV

Heritrge-Crystsl Cb@, lJ.C

Mic.higar Paving & Malerials

MISDU

904.48

659.75

7187.44

r39.87

231.N

14,829.02

1,472.EO

33,1E5.50

3t5.10

ts209.7l

511.54

74952.2r

74952.21

904.48

659,75

7,487.14

139.E7

231.N

14,829.02

1,472.80

33,rE5.50

315.r0

15209.7r

5 .54

74,9522t

14952.21

Fiaance Direc'tor

Page I ofl

Dst@ 12107/2021

Time 08:10:34

--- check ---_-

Number Date

609t7 12t07t2021

60918 12t01t2021

60919 tz07t202r60920 r2/07t2021

6092t 12t07t2021

60922 t2t07/2021

60923 t2t07n02r60924 r2t07t2021

60925 12t07t2021

60926 t2tl7t202l60921 t2t07t2021

60928 r2t07t2021

60929 t2/0712021

60930 t2to7t202l60931 t2t07D02l60932 r2t07n02l60%3 ta07D02l60934 t2/07D021

60935 t2t01Du2l60%6 taffiDo2l60937 tAOlD02l60938 r2t07/202160939 r2t07D02r

60940 tu07Do2l60941 t2/07t2021

60942 t2/0712021

000002

001812

001617

000071

000944

000101

000132

000169

002066

000193

000203

00 | 971

VENDOR000297

000790

000344

000345

000388

001346

000470

002097

001934

000525

000530

000604

001882

Pag€ I of IAASmith

CheckAmount

355.00

47.75

20.06

225.55

200.00

2,361.75

250.00

276.25

2,020.00

252.03

239.88

350.00

3.70

607.30

I l1.26

722.88

25,375.69

5,037.01

10.00

225.43

375.00

2,981.00

t9,573.75

38.543.00

26.43

2.119.80

102,310.58

Crlhoun County Rord Deprrtm.ntAP- Chcck Regisa.r

---- vendor ---_.Number Name

Beaver Research Company

Besco Water Treattnent, Inc.

Best-One Tire & Servic€

Boshears Ford Sales, Inc.

Buds Towitrg & Auto Inc.

CaII Brothers & Sons, lnc.Consumeas Concrete Corporation

Darling Ace lfurdwareDiamond Cut Lawn & Snow LLCEdwards Industria.l Sales, IncFastenal Company

Gutters R Us LLC dba

HOWARD BAHMERJackson Truck Servic€, lnc.Kimball MidwestLacal Equipment, Inc.Lakeland Asphalt Corp.

Michigan Cat

Michigan Technological UniversNapa Auto Parts of Ma$hallPossum We*s Fabricatior LLCRoe-Comm., Inc.

SME

State of MichiganVoyce's El€vator lnc

Mghtman & Associates, Inc.

Report Total