GENERAL GOVERNMENT and HEALTH & HUMAN ... GOVERNMENT and HEALTH & HUMAN SERVICES COMMITTEE 5/14/2012...

48
GENERAL GOVERNMENT and HEALTH & HUMAN SERVICES COMMITTEE 5/14/2012 304 E Grand River, Suite 201, Howell, Michigan 48843 7:30 PM AGENDA 1. CALL MEETING TO ORDER 2. APPROVAL OF MINUTES Meeting Minutes Dated: April 2, 2012 3. APPROVAL OF AGENDA 4. REPORTS OLSHA - 1st Quarter Report 5. CALL TO THE PUBLIC 6. RESOLUTIONS FOR CONSIDERATION 07 Car Pool RESOLUTION AUTHORIZING CONTRACTS FOR MAINTENANCE AND REPAIRS FOR COUNTY-OWNED FLEET VEHCILES – Motor Pool / EMS / Purchasing 08 Public Health RESOLUTION APPROVING THE HIRING OF ONE PERMANENT (1) PART- TIME ADMINSTRATIVE AIDE POSITION WITHIN THE DEPARTMENT OF PUBLIC HEALTH – ENVIRONMENTAL HEALTH DIVISION – Health and Human Services/Finance/Full Board 09 Information Technology RESOLUTION FOR AUTHORIZATION TO APPROVE THE PURCHASE ORDER FOR NETMOTION MOBILITY MAINTENANCE RENEWAL FOR MOBILE VEHICLES FOR THE PUBLIC SAFETY PROJECT TO ENSURE CONTINUOUS REMOTE ACCESS TO NETWORK RESOURCES AND APPLICATIONS FROM MOBILE DEVICES OVER LIVINGSTON COUNTY'S WIRELESS NETWORK FOR 2012/CENTRAL DISPATCH/INFORMATION TECHNOLOGY/GENERAL GOVERNMENT COMMITTEE/FINANCE 10 Information Technology RESOLUTION AUTHORIZING ISSUANCE OF A PURCHASE ORDER TO BS&A SOFTWARE FOR SOFTWARE SUPPORT FOR THE EQUALIZATION, TREASURERS, ANIMAL CONTROL, AND DRAIN DEPARTMENTS FOR 2012-INFORMATION TECHNOLOGY/GENERAL GOVERNMENT/FINANCE

Transcript of GENERAL GOVERNMENT and HEALTH & HUMAN ... GOVERNMENT and HEALTH & HUMAN SERVICES COMMITTEE 5/14/2012...

     

GENERAL GOVERNMENT and HEALTH & HUMAN SERVICES COMMITTEE

5/14/2012304 E Grand River, Suite 201, Howell, Michigan 48843

7:30 PM 

AGENDA 

1.   CALL MEETING TO ORDER2.

 APPROVAL OF MINUTES          Meeting Minutes Dated:  April 2, 2012

3.   APPROVAL OF AGENDA4.

 REPORTS          OLSHA - 1st Quarter Report

5.   CALL TO THE PUBLIC6.   RESOLUTIONS FOR CONSIDERATION

07

 

Car Pool RESOLUTION AUTHORIZING CONTRACTS FOR MAINTENANCE AND REPAIRS FOR COUNTY-OWNED FLEET VEHCILES – Motor Pool / EMS / Purchasing

08

 

Public Health RESOLUTION APPROVING THE HIRING OF ONE PERMANENT (1) PART-TIME ADMINSTRATIVE AIDE POSITION WITHIN THE DEPARTMENT OF PUBLIC HEALTH – ENVIRONMENTAL HEALTH DIVISION – Health and Human Services/Finance/Full Board

09

 

Information Technology RESOLUTION FOR AUTHORIZATION TO APPROVE THE PURCHASE ORDER FOR NETMOTION MOBILITY MAINTENANCE RENEWAL FOR MOBILE VEHICLES FOR THE PUBLIC SAFETY PROJECT TO ENSURE CONTINUOUS REMOTE ACCESS TO NETWORK RESOURCES AND APPLICATIONS FROM MOBILE DEVICES OVER LIVINGSTON COUNTY'S WIRELESS NETWORK FOR 2012/CENTRAL DISPATCH/INFORMATION TECHNOLOGY/GENERAL GOVERNMENT COMMITTEE/FINANCE

10

 

Information Technology RESOLUTION AUTHORIZING ISSUANCE OF A PURCHASE ORDER TO BS&A SOFTWARE FOR SOFTWARE SUPPORT FOR THE EQUALIZATION, TREASURERS, ANIMAL CONTROL, AND DRAIN DEPARTMENTS FOR 2012-INFORMATION TECHNOLOGY/GENERAL GOVERNMENT/FINANCE

11

 

Airport RESOLUTION TO CONCUR WITH THE LIVINGSTON COUNTY AERONAUTICAL FACILITIES BOARD TO ENTER INTO AN AGREEMENT WITH REYNOLDS, SMITH & HILLS OF FLINT, MICHIGAN FOR CONSTRUCTION ADMINSTRATION FOR THE AIRPORT TERMINAL BUILDING -- AIRPORT

12

 

Airport RESOLUTION TO CONCUR WITH THE LIVINGSTON COUNTY AERONAUTICAL FACILITIES BOARD TO ENTER INTO AN AGREEMENT WITH THE GARRISON COMPANY OF FARMINGTON HILLS, MICHIGAN FOR CONSTRUCTION OF THE AIRPORT TERMINAL BUILDING --AIRPORT

13

 

Airport RESOLUTION TO CONCUR WITH THE LIVINGSTON COUNTY AERONAUTICAL FACILITIES BOARD TO ENTER INTO A GRANT AGREEMENT WITH THE MICHIGAN DEPARTMENT OF TRANSPORTATION TO FUND THE CONSTRUCTION OF THE AIRPORT TERMINAL BUILDING AND TERMINAL BUILDING CONSTRUCTION ADMINISTRATION -- AIRPORT

14 

Emergency Medical Services RESOLUTION AUTHORIZING OUT-OF-STATE TRAINING FOR TWO EMS MANAGEMENT STAFF - EMS/GEN. GOVT.-HHS/FINANCE

15

 

Emergency Medical Services RESOLUTION AUTHORIZING A CLINICAL CONTRACT BETWEEN LIVINGSTON COUNTY EMS AND THE SAINT JOSEPH MERCY HEALTH SYSTEM - EMS/GEN. GOVT-HHS/FINANCE COMMITTEE

16

 

Emergency Medical Services RESOLUTION AUTHORIZING EMS TO SIGN PURCHASE ORDERS FOR PROMOTIONAL MATERIALS – HEALTH AND HUMAN SERVICES, FINANCE COMMITTEE, BOARD OF COMMISSIONERS

17

 

Emergency Medical Services RESOLUTION AUTHORIZING PARKING LOT REPLACEMENT AT THE HARTLAND STATION-EMS/HEALTH AND HUMAN SERVICES/FINANCE/BOARD OF COMMISSIONERS

18.   ADJOURNMENT  

Page 1 of 4 Pages

MEETING MINUTES LIVINGSTON COUNTY

APRIL 2, 2012 - 7:30 PM

ADMINISTRATION BUILDING - BOARD CHAMBERS 304 E. Grand River Avenue, Howell, MI 48843

GENERAL GOVERNMENT &

HEALTH AND HUMAN SERVICES COMMITTEE

� COMM. DOLAN � COMM. DRICK � COMM. LA BELLE ���� COMM. WILLIAMS

OTHERS:

DIANNE MCCORMICK ELAINE BROWN TED WESTMEIER DEBBIE OBERLE CHRIS FOLTS

TOM DARLING JEFF BOYD JEFF BRITZ KEVIN WILKINSON

PAUL MCNAMARA CINDY MENDOZA DAVE DOMAS RON VAN HOUTEN

CAROL GRIFFITH MAGGIE JONES JIM MANTEY CAROL SUE JONCKHEERE

1. CALL TO ORDER: Meeting called to order by: COMM. STEVE WILLIAMS at 7:35 PM.

2. APPROVAL OF MINUTES: MINUTES OF MEETING DATED MARCH 12, 2012:

MOTION TO APPROVE THE MINUTES, AS PRESENTED.

MOVED BY: LA BELLE / SECONDED BY: DOLAN

ALL IN FAVOR - MOTION PASSED

3. APPROVAL OF AGENDA:

MOTION TO APPROVE THE AGENDA, AS PRESENTED.

MOVED BY: DOLAN / SECONDED BY: LA BELLE

ALL IN FAVOR - MOTION PASSED

4. REPORTS:

� PUBLIC HEALTH REPORT:

���� Elaine Brown shared recent survey information with those present.

���� Dianne McCormick presented the results of the State self-assessment on ???.

���� Ted Westmeier informed the Committee of the Michigan Department of Community Health’s successful accreditation results.

���� National unveiling off 3rd year of County Health Rankings tomorrow. Results will be released on April 3rd.

� MI WORKS ANNUAL REPORT: 2011 Annual Report provided.

Page 2 of 4 Pages

5. CALL TO THE PUBLIC: None.

6. RESOLUTIONS FOR CONSIDERATION.

7. PUBLIC HEALTH: RESOLUTION AUTHORIZING THE CREATION OF A SENIOR ACCOUNTANT POSITION AT THE DEPARTMENT OF PUBLIC HEALTH

RECOMMEND MOTION TO: FINANCE

MOVED BY: LA BELLE / SECONDED BY: DOLAN

ALL IN FAVOR - MOTION PASSED

8. ANIMAL CONTROL: RESOLUTION AMENDING RESOLUTION 2011-07-183 AUTHORIZING THE PERSONNEL REORGANIZATION IN ANIMAL CONTROL

RECOMMEND MOTION TO: FINANCE THEN PERSONNEL

MOVED BY: DOLAN / SECONDED BY: LA BELLE

ALL IN FAVOR - MOTION PASSED

9. BUILDING SERVICES: RESOLUTION AUTHORIZING THE EXCEPTION TO THE HIRING FREEZE POLICY

RECOMMEND MOTION TO: FINANCE

MOVED BY: DRICK / SECONDED BY: DOLAN

ALL IN FAVOR - MOTION PASSED

10. L.E.T.S.: RESOLUTION OF INTENT TO AUTHORIZE L.E.T.S. TO APPLY FOR FEDERAL TRANSIT ADMINISTRATION (FTA) CAPITAL STATE OF GOOD REPAIR GRANT FOR THE REPLACEMENT OF

SIX (6) BUSES AND TWO (2) SPARE BUSES

RECOMMEND MOTION TO: FINANCE

MOVED BY: LA BELLE / SECONDED BY: DOLAN

ALL IN FAVOR - MOTION PASSED

11. CAR POOL: RESOLUTION AUTHORIZING USE OF WRIGHT EXPRESS FLEET CARD PROGRAM

RECOMMEND MOTION TO: FINANCE

MOVED BY: DRICK / SECONDED BY: DOLAN

ALL IN FAVOR - MOTION PASSED

12. MI WORKS: RESOLUTION APPROVING THE SIGNATURE OF THE CHAIRPERSON ON THE REEMPLOYMENT FOR

EMERGENCY UNEMPLOYMENT COMPENSATION RECIPIENTS PROGRAM PLAN

RECOMMEND MOTION TO: FINANCE

MOVED BY: DOLAN / SECONDED BY: LA BELLE

ALL IN FAVOR - MOTION PASSED

Page 3 of 4 Pages

13. MI WORKS: RESOLUTION AUTHORIZING A RENEWAL OF A MONTH TO MONTH SUBLEASE BETWEEN THE

STATE OF MICHIGAN DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET FOR THE

DEPARTMENT OF LICENSING AND REGULATORY AFFAIRS (LARA) AND THE COUNTY OF

LIVINGSTON FOR SPACE AT THE MICHIGAN WORKS! – LIVINGSTON SERVICE CENTER

LOCATED 1240 PACKARD DR, HOWELL, MI

RECOMMEND MOTION TO: FINANCE

MOVED BY: LA BELLE / SECONDED BY: DRICK

RECOMMEND MOTION TO: FINANCE WITH CLARIFICATION OF

LEASE PAYMENTS.

MOVED BY: LA BELLE / SECONDED BY: DRICK

ALL IN FAVOR - MOTION PASSED

14. EMS: RESOLUTION AUTHORIZING THE WRITE OFF OF BAD DEBT FOR THE YEAR 2008

RECOMMEND MOTION TO: FINANCE

MOVED BY: LA BELLE / SECONDED BY: DOLAN

ALL IN FAVOR - MOTION PASSED

15. EMS: RESOLUTION AUTHORIZING THE PURCHASE OF EMS RADIO AND EMERGENCY EQUIPMENT FOR EMS EMERGENCY RESPONSE VEHICLE

RECOMMEND MOTION TO: FINANCE

MOVED BY: DOLAN / SECONDED BY: DRICK

ALL IN FAVOR - MOTION PASSED

16. IT: RESOLUTION AUTHORIZING A CONTRACT FOR IT STRATEGIC PLAN SERVICES WITH LBL TECHNOLOGY PARTNERS

RECOMMEND MOTION TO: FINANCE

MOVED BY: DRICK / SECONDED BY: LA BELLE

ALL IN FAVOR - MOTION PASSED

17. IT: RESOLUTION TO APPROVE A PURCHASE ORDER FOR A ONE-YEAR SERVICE/MAINTENANCE AGREEMENT

ON THE COURT RECORDING SYSTEMS (JAVS) FOR THE LIVINGSTON COUNTY CIRCUIT, DISTRICT

(HOWELL AND BRIGHTON), JUVENILE AND PROBATE COURTS AND FRIEND OF THE COURT

RECOMMEND MOTION TO: FINANCE

MOVED BY: LA BELLE / SECONDED BY: DOLAN

ALL IN FAVOR - MOTION PASSED

Page 4 of 4 Pages

18. IT: RESOLUTION AUTHORIZING ISSUANCE OF A PURCHASE ORDER TO BRADSHAW CONSULTING SERVICES, INC. FOR MARVLIS SOFTWARE MAINTENANCE FOR THE LIVINGSTON COUNTY EMS DEPARTMENT FROM

APRIL 26, 2012 THROUGH APRIL 26, 2013

RECOMMEND MOTION TO: FINANCE

MOVED BY: DOLAN / SECONDED BY: DRICK

ALL IN FAVOR - MOTION PASSED

19. IT: RESOLUTION AUTHORIZING PURCHASE ORDER FOR SOFTWARE MAINTENANCE FOR PUBLIC SAFETY SOLUTION FOR ALL PUBLIC RELATED DEPARTMENTS: SHERIFF DEPARTMENT, POLICE, FIRE, EMS, CENTRAL DISPATCH, AND INFORMATION TECHNOLOGY WITH SUNGARD PUBLIC SAFETY FOR 2012

RECOMMEND MOTION TO: FINANCE

MOVED BY: LA BELLE / SECONDED BY: DOLAN

ALL IN FAVOR - MOTION PASSED

20. ADJOURNMENT:

MOTION TO ADJOURN AT 8:55 PM.

MOVED BY: DRICK / SECONDED BY: LA BELLE

ALL IN FAVOR - MOTION PASSED

Respectfully Submitted CAROL SUE JONCKHEERE RECORDING SECRETARY

RESOLUTION NO:

LIVINGSTON COUNTY DATE:

RESOLUTION AUTHORIZING CONTRACTS FOR MAINTENANCE AND REPAIRS FOR COUNTY-OWNED FLEET VEHCILES – Motor Pool / EMS / Purchasing

WHEREAS, it’s essential to maintain county-owned fleet vehicles being utilized in the performance of county business including emergency vehicles; and

WHEREAS, a Request for Proposal was released on the MITN e-procurement system, ad in the local paper, and letters sent to local businesses to provide preventative maintenance, minor and major repairs, collision repairs, tire services and for light duty diesel from companies within the county for repair services; and

WHEREAS, six (6) proposals were received and reviewed by a committee consisting of representatives from Motor Pool, Sheriff’s, EMS and the Purchasing Departments; and

WHEREAS, the committee recommends entering into non-exclusive contracts for service for three (3) year period with an option to renew for an additional two (2) year period, with a 30 day termination clause, without cause upon written notice.

THEREFORE BE IT RESOLVED that the Livingston County Board of Commissioners hereby

approves entering into non-exclusive contracts for vehicle maintenance and repairs for a three

(3) year period with an option for a two (2) year renewal, upon written notice, for a total contract

period not to exceed five (5) years with Krug Ford of Howell, and Roy’s Autoworks of Howell,

subject to availability of appropriated funds.

BE IT FURTHER RESOLVED that the Board Chairman be authorized to sign said contracts

upon preparation of Civil Counsel.

# # #

MOVED:SECONDED:CARRIED:

Category

Preventative Maintenance

A&H Transmission Auto Lab

Campbell's Collison Krug Ford

Pinckney Auto Repair Center

Roy's Autoworks

Labor Rate $84.75/per hr. $55/per hr. No Bid $70.00/per hr. $72/per hr. $70/per hr.Parts Cost Cost + 40% Cost + 25% Cost + 10% Cost + 10% Cost + 10%

Major RepairsLabor Rate $84.75/per hr. $55/per hr. No Bid $70.00/per hr. $72/per hr. $70/per hr.Parts Cost Cost + 40% Cost + 25% Cost + 10% Cost + 10% Cost + 10%

CollisionBody Repair Labor Rate No Bid No Bid $42/per hr. $70/per hr. No Bid No Bid Parts Cost List - 10% Cost + 10%

Tire ServiceLabor Rate No Bid $55/per hr. No Bid $70/per hr. No Bid $70/per hr.Parts Cost Cost + 25% Cost + 10% Cost + 10%

Light Duty Diesel Labor Rate $84.75/per hr. No Bid No Bid $70.00/per hr. No Bid $75/per hr.Parts Cost Cost + 40% Cost + 10% Cost + 10%

Comments: No Master Mechanic

Outsourced Various Services

RFP-LC-12-02 Vehicle Maintenance and RepairsTabulation Summary

Memorandum

To: Livingston County Board of Commissioners

From: Jana Daroczy, CPPB, Purchasing Assistant

Date: May 1, 2012

Re: RESOLUTION AUTHORIZING CONTRACTS FOR MAINTENANCE AND REPAIRS FOR COUNTY-OWNED FLEET

VEHICLES – MOTOR POOL / EMS / PURCHASING

Purchasing released a Request for Proposal (RFP) for VEHICLE MAINTENANCE AND REPAIRS SERVICES for county-owned fleet vehicles for the Motor Pool and EMS Departments. The RFP was posted on the MITN e-procurement website, an ad in the local paper, and letters to local companies listed in the yellow pages. The RFP outlined the services necessary to meet the minimum requirements for vehicle maintenance and repairs from companies with qualified and certified technicians to meet the needs of the county.

There are five (5) parts to the RFP for repair services: Preventative Maintenance (PM), Major Repairs,Collision, Tire Services, and Light Duty Diesel. Vendors had the option to bid on one or all parts of the RFP. Each part was reviewed and weighed independently for consideration to companies who are not a full service company.

Six (6) proposals were received and reviewed by a committee consisting of representatives from Motor Pool, Sheriff’s, EMS and Purchasing Departments. After careful consideration, the review committee recommends non-exclusive contracts for vehicle maintenance and repair services to Krug Ford of Howell, and Roy’s Autoworks of Howell. The contract terms will be for a three (3) year period, with the option, at the County’s discretion, to extend the contract for an additional two (2) year period, upon written notice, for a total contract period not to exceed five (5) years.

Therefore, we are asking that the attached resolution be approved. All proposals submitted in response to the RFP are available in the Purchasing Office for review. Doug Britz, and Kevin Wilkinson are available to answer any questions you may have.

LIVINGSTON COUNTY, MICHIGANDEPARTMENT OF PURCHASING

304 E. Grand River Avenue Suite 204Howell MI 48843

Telephone: (517) 540-8740

RESOLUTION NO:

LIVINGSTON COUNTY DATE:

RESOLUTION APPROVING THE HIRING OF ONE PERMANENT (1) PART-TIME ADMINSTRATIVE AIDE POSITION WITHIN THE DEPARTMENT OF PUBLIC HEALTH – ENVIRONMENTAL HEALTH DIVISION – Health and Human Services/Finance/Full Board

WHEREAS, the Department of Public Health currently has a need for one permanent part-time Administrative Aide for the Environmental Health Division, and

WHEREAS, the Department has determined the need for this position in order to maintain an acceptable level of service to the public we serve, and

WHEREAS, funding for this position is approved and included in the 2012 operating budget,

THEREFORE BE IT RESOLVED that the Livingston County Board of Commissioners

hereby authorizes and approves the hiring of one permanent (1) part-time up to 29

hour per week Administrative Aide in the Livingston County Department of

Public Health – Environmental Health Division.

CURRENT POSITIONS REQUESTED POSITIONS

POSITION TITLEFULL -TIME

#PART -TIME

# POSITION TITLEFULL -TIME

#PART -TIME

#

Director 1 Director 1Food Service Supervisor 1 Food Service Supervisor 1Groundwater Specialist 1 Groundwater Specialist 1Sanitarian II 5 1 Sanitarian II 5 1Senior Env. Health Clerk 1 Senior Env. Health Clerk 1

Administrative Aide 1TOTALS: 9 1 TOTALS: 9 2

# # #

MOVED:

SECONDED:

CARRIED:

5/10/2012

Projected Employee

DEPT TYPE NAME TITLE 2012 Salary FICA BCBS LifeEmployer

Contr.Employer

Match WC LTD/STD Total

Year 1 Clerk Proposed - < 29 hour Clerical Health 20,124$ 1,539$ -$ 33$ 1,393$ 604$ 58$ 171$ 23,922$

Year 2 Clerk Proposed - < 29 hour Clerical Health 20,426$ 1,563$ -$ 34$ 1,413$ 613$ 59$ 174$ 24,281$

Year 3 Clerk Proposed - < 29 hour Clerical Health 20,733$ 1,586$ -$ 34$ 1,435$ 622$ 60$ 176$ 24,646$

Year 4 Clerk Proposed - < 29 hour Clerical Health 20,888$ 1,598$ -$ 34$ 1,445$ 627$ 61$ 178$ 24,831$

Year 5 Clerk Proposed - < 29 hour Clerical Health 21,514$ 1,646$ -$ 35$ 1,489$ 645$ 62$ 183$ 25,575$

Assumption: 103,685$ 7,932$ -$ 171$ 7,175$ 3,111$ 301$ 881$ 123,255$

MERS Hybrid

No RHC Savings

No Health

Proposed Clerical Assistant MERS Hybrid

REQUEST FOR EXCEPTION TO THE HIRING FREEZE

Request Submitted by: Ted Westmeier/Dianne McCormick

Title of Position to be Filled: Administrative AideSalary: $20,124

Annual Cost of Budgeted Position: $23,922 Projected Cost for the next five years: $72,849

New Position/Classification (Yes/No):If No: Name of Employee Last Occupying this PositionGail Ramsey

To Temporarily Replace an Employee who is on approved leave of absence:Name of Employee on Leave:Date of Expected Return:

When did the position become vacant? 02-06-09

Has sufficient time been given to properly compensate for vacation and/or sick pay-offs to insure personnel expenses do not exceed the authorized budget? Yes

1. Briefly describe this position and why you believe that it is essential enough to warrant an exception to the overall Livingston County hiring freeze. Provide a copy of the job description.The Administrative Aide will primarily be assigned within the Environmental Health Division assisting with various clerical functions as needed within the Department.

2. Indicate if this is a mandated program/service by citing the act, rule, resolution, order, etc. that has necessitated this work. Also, if mandated, explain what effect this program/service has on current operations. If not mandated, outline the reason(s) for the department providing this task/work.Provides general support to customers to include scheduling appointments, distributing documents, responding to inquiries, and receiving payments along with various other office duties as assigned within the Environmental Health Division.

3. Budgeted department head count for the past five years: Jan., 2007: 34.5 FT 3.4 PT Jan., 2008: 33.5 FT 2.8 PT Jan., 2009: 28.2 FT 3.05 PT Jan., 2010: 28.2 FT 3.05 PT Jan., 2011: 28.2 FT 3.05 PT

Please explain changes: Reduction in staffing due to decreased workload within Environmental Health and decreased funding from both county and state sources.

Vacancy Review PolicyPage 2 of 3

4. Does the vacant position for which an exemption is being requested perform essential function(s) that cannot be performed with the existing staff resources within Livingston County? Identify all special skills, education and/or licensing requirements for the position.

Building Department clerical staff has been trained and was providing clerical support in a shared arrangement between Departments. Due to increase work loads in both Environmental Health and Building Department it is no longer possible for the Building Department to continue providing the support needed to meet their needs and the needs within Environmental Health.

5. Recognizing that all Elected Officials/Department Heads are expected to provide quality supervision and be creative problem solvers, how could the department reassign work and/or personnel to get all essential work of the department done without additional hiring?We do not have adequate personnel to reassign within the agency.

6. Specifically list three reasonable options if your request to replace a position is denied.No reasonable options.

7. What are the consequences of deferring the vacant position over the next several months and beyond?

With the current workload and staffing needs, we will not be able to provide timely and efficient services to the public.

8. What budget saving measures has this department implemented? Have additional measures been identified?

We have reduced our workforce, shared positions with other county departments, shared positions with other counties, use of volunteers at the front counter, etc.

9. What position or other costs would you be willing to drop to enable hiring – if that becomes necessary to obtain approval for hire?

The department cannot decrease employees to cover the cost of these positions.

10. Please provide additional information regarding the staff of this department (i.e. organizational charts, workflow chart, staff on leaves from work/job restrictions, employee training downtime, etc.) to determine the workforce available for accomplishing the necessary tasks/services.

Refer to organizational chart attached.

11. Is the work required by statute to be performed at the County level or can it be shared with other Counties? With local governments?

The work needs to be performed in our county

12. Explain what services can be provided by others, private sector or non-profit?Unaware of any other agency.

Vacancy Review PolicyPage 3 of 3

13. Are there other County employees with the skills and knowledge that can be transferred from another department thereby shifting the vacancy to another department where the position will not be filled?

Not aware of any.

14. Has the use of temporary employees been evaluated to handle the work? Please provide explanation(s).This position requires extensive training on the various software programs and daily activities performed. This position would not be a good fit for a temporary employee.

15. Has the use of part-time (less than 30 hours) employees been evaluated for feasibility and cost-effectiveness to accomplish the work? Please provide explanation(s).

We are requesting one PPT position up to 29 hours.

16. Has current staff been working overtime and, if so, how much is currently being worked or how much is planned to be worked per week (on the average)?

No overtime has been worked but with the Building Department no longer is able to provide clerical support. We can anticipate the need for overtime should the position not be filled.

17. Has cross-trained staff been fully utilized to maximize the output of existing staff? Please provide explanation(s).

Yes, however due to increase in workload the staff cross-trained will no longer be available to provide support.

Memorandum

To: Livingston County Board of Commissioners

From: Dianne McCormick

Date: May 9, 2012

Re: RESOLUTION APPROVING THE FILLING OF A PART-

TIMEADMINISTRATIVE AIDE POSITION WITHIN THE

ENVIRONMENTAL HEALTH DIVISION

The Environmental Health Division has a shared clerical support arrangement with the Building Department. Activity levels over the past three years has increased significantly in both departments and the Building Department can no longer provide the additional support needed in Environmental Health nor can they continue to provide their existing support because of the increase in activities.

The Environmental Health Division finds it necessary to fill the position with a permanent part-time Administrative Aide to meet our daily demands. Funding for this position is approved and included in the 2012 operating budget.

If you have questions, please do not hesitate to contact me.

LIVINGSTON COUNTY, MICHIGANDEPARTMENT OF PUBLIC HEALTH

2300 E Grand River, Howell, MI 48843Web Site: co.livingston.mi.us

RESOLUTION AUTHORIZATION TO APPROVE THE PURCHASE ORDER FOR NETMOTION MOBILITY MAINTENANCE RENEWAL FOR MOBILE VEHICLES FOR THE PUBLIC SAFETY PROJECT TO ENSURE CONTINUOUS REMOTE ACCESS TO NETWORK RESOURCES AND APPLICATIONS FROM MOBILE DEVICES OVER LIVINGSTONCOUNTY’S WIRELESS NETWORK – CENTRAL DISPATCH – INFORMATIONTECHNOLOGY / GENERAL GOVERNMENT COMMITTEE / FINANCE COMMITTEE_____________________________________________________________________________________

WHEREAS, the 911 Central Dispatch Department along with the Information Technology Department

requested authorization to purchase 204 NetMotion Mobility XE Licenses for the Mobile

devices used for our Livingston County Unified Public Safety System in 2010; and

WHEREAS, Industry-leading Mobility XE enables organizations to maximize the productivity and

management of their worldwide mobile workforces, deliver flexible remote access, and

safeguard the security of their data and networks using Mobile Network Access Control

(NAC); and

WHEREAS, due to dead zones that can cause frequent disconnects the NetMotion Mobility XE

Licenses will provide secure, continuous remote access to the Livingston County

network resources and applications from their mobile devices; and

WHEREAS, the maintenance renewal will be through Sayers of Vernon Hills, IL per their quote dated

March 22, 2012 for the total amount of $12,268.51 starting January 27, 2012 through

January 26, 2013; and

WHEREAS, funding for same is available in the 911 Surcharge Budget; and

THEREFORE BE IT RESOLVED that the Livingston County Board of Commissioners hereby

approves the authorization of a Purchase Order for NetMotion Mobility Maintenance

renewal for the Mobile devices used for our Livingston County Unified Public Safety

System from Sayers of Vernon Hills, IL 60061 at a total cost of $12,268.51 starting

January 27, 2012 through January 26, 2013.

* * *

MOVED:SECONDED:CARRIED:

Memorandum

To: Livingston County Board of Commissioners

From: Paul McNamara, Director

Date: 4/18/2012

Re: Netmotion Mobility Maintenance Renewal for Mobile Devices

The Information Technology department along with the Central Dispatch department purchased 204 NetMotion Mobility XE Licenses for the Mobile devices in 2010 used for our Livingston County Unified Public Safety System.

We have found due to the dead zones our mobile units can lose connection to the network and therefore they will not be able to respond to 911 calls. The NetMotion Mobility XE licenses will ensure secure, continuous remote access to network resources and applications from mobile devices.

Attached to this cover letter is a Resolution asking authorization for approval of a Purchase Order for the NewMotion Mobility Maintenance Renewal starting on January 27, 2012 and running

through January 26, 2013 and

If you have any questions regarding this matter please contact me.

LIVINGSTON COUNTY, MICHIGANDEPARTMENT OF LIVINGSTON COUNTY IT

304 E. Grand River Ave., Howell, MI 48843Phone 517 548-3230 Fax 517 545-9608

Web Site: co.livingston.mi.us

RESOLUTION NO:

LIVINGSTON COUNTY DATE:

RESOLUTION AUTHORIZING ISSUANCE OF A PURCHASE ORDER TO BS&A SOFTWARE FOR SOFTWARE SUPPORT FOR THE EQUALIZATION, TREASURERS, ANIMAL CONTROL, AND DRAIN DEPARTMENTS FOR 2012- INFORMATION TECHNOLOGY/GENERAL GOVERNMENT/FINANCE

WHEREAS, due to the need to ensure that technical support services and software upgrades are

received for the several departments that share the BS&A Software it has been

determined that there is a need for these software support services for the Equalization,

Treasurers, Animal Control, and Drain Departments; and

WHEREAS, in compliance with the Livingston County Purchasing Policy, BS&A Software, of Bath,

MI, is the sole source for the purchase of the annual BS&A software support services for

the departments so mentioned; and

WHEREAS, after the review of the vendor and products, the Purchasing Department recommends that

a purchase order with BS&A Software of Bath, MI, be awarded for a 1 year period from

May 1, 2012 through April 30, 2013 for the amount not to exceed $28,835.00; and

WHEREAS, funding for same is available through the Information Technology Budget.

THEREFORE BE IT RESOLVED that the Livingston County Board of Commissioners hereby

approves a Purchase Order be issued to BS&A for annual software maintenance from

May 1, 2012 through April 30, 2013 for the amount of $28,835.00.

# # #

MOVED:SECONDED:CARRIED:

Memorandum

To: Livingston County Board of Commissioners

From: Paul McNamara

Date: 5/3/2012

Re: BS&A Software Renewal

Attached for your approval is a resolution authorizing the purchase of a renewal of annual software support services for the following departments, Equalization, Animal Control, Treasurers, and the Drain Department, from BS&A Software of Bath, MI. Support Services cover technical software support as well as software fixes and upgrades.

Below are the support fees that will be invoiced in 2012, and a part of the year 2013, as we are doing pre-paid software so the software maintenance charges are applied to the correct year for budgeting purposes.

Animal License $ 300.00 – will be invoiced on 8/1/2012 Equalization $9,200.00 – will be invoiced on 8/1/2012 Drain Assessment $3,000.00 – will be invoiced on 8/1/2012 Delinquent Tax - $9,000.00 – will be invoiced on 11/1/2012 Pre –Homestead Audit $ 335.00 – will be invoiced on 11/1/2012 Equalizer Tax - $7,000.00 – will be invoiced on 5/1/2012

Totaling $28,835.00

If you have any questions regarding this matter please contact me.

LIVINGSTON COUNTY, MICHIGANDEPARTMENT OF INFORMATION TECHNOLOGY

304 E. Grand River Ave., Suite 101 Howell, MI 48843Phone 517 548-3230 Fax 517 545-9608

Web Site: co.livingston.mi.us

RESOLUTION NO:

LIVINGSTON COUNTY DATE:

RESOLUTION TO CONCUR WITH THE LIVINGSTON COUNTY AERONAUTICAL FACILITIES BOARD TO ENTER INTO AN AGREEMENT WITH REYNOLDS, SMITH & HILLS OF FLINT, MICHIGAN FOR CONSTRUCTION ADMINSTRATION FOR THE AIRPORT TERMINAL BUILDING -- AIRPORT

WHEREAS, the Livingston County Purchasing Department has solicited bids for the construction of a new terminal building at the Livingston County Airport; and

WHEREAS, the services of consultant are necessary for contract administration, payroll submittals, progress payments and other oversight services during construction;

WHEREAS, Reynolds, Smith & Hills of Flint, Michigan has been selected to provide these services as a follow-up to the design of the building and preparation of bid materials; and

WHEREAS, The amount of the agreement is $51,600 and the local share (5%) will be $2,580.00, which has been approved by the Department of Aeronautics.

THEREFORE BE IT RESOLVED the Livingston County Board of Commissioners concurs with the

Livingston County Aeronautical Facilities Board to enter into an agreement with Reynolds,

Smith & Hills for Construction Administration for the Airport Terminal Building in the amount

of Fifty-One Thousand Six Hundred Dollars ($51,600.00)

BE IT FURTHER RESOLVED the Chair be authorized to sign the Agreement upon review by Civil Counsel.

BE IT FURTHER RESOLVED the local share of $2,580.00 shall be advanced from the Airport Loan

Agreement upon receipt of an invoice from MDOT.

# # #

Moved:

Supported:

Carried:

Memorandum

To: Livingston County Board of Commissioners

From: Mark D. Johnson

Airport Manager

Date: May 8, 2012

Re: Terminal Construction Administration

This agreement with Reynolds, Smith & Hills (RS&H) will provide construction administration services for the new airport terminal building. RS&H will provide construction supervision, coordination with the architect, pay estimates and other items necessary to comply with FAA and MDOT requirements.

The contract amount is $51,600; which has been approved by MDOT. The local share of this is 5%, or $2,580.00

If you have any questions regarding this matter please contact me.

LIVINGSTON COUNTY, MICHIGANDEPARTMENT OF AIRPORT

3480 W. Grand RiverHowell, MI 48855

Phone 517.546.6675 Fax 517.546.6656Web Site: co.livingston.mi.us

RESOLUTION NO: 2012-0404A

LIVINGSTON COUNTY DATE: April 17, 2012AERONAUTICAL FACILITIES BOARD

RESOLUTION TO RECOMMEND THE LIVINGSTON COUNTY BOARD OF COMMISSIONERS ENTER INTO AN AGREEMENT WITH REYNOLDS, SMITH & HILLS OF FLINT, MICHIGAN FOR CONSTRUCTION ADMINSTRATION FOR THE AIRPORT TERMINAL BUILDING

WHEREAS, the Livingston County Purchasing Department has solicited bids for the construction of a new terminal building at the Livingston County Airport; and

WHEREAS, the services of consultant are necessary for contract administration, payroll submittals, progress payments and other oversight services during construction;

WHEREAS, Reynolds, Smith & Hills of Flint, Michigan has been selected to provide these services as a follow-up to the design of the building and preparation of bid materials; and

WHEREAS, The amount of the agreement is $51,600 and the local share (5%) will be$2,580.00, which has been approved by the Department of Aeronautics.

THEREFORE BE IT RESOLVED the Livingston County Aeronautical Facilities Board

recommends the Livingston County Board of Commissioners enter into an

agreement with Reynolds, Smith & Hills for Construction Administration for the

Airport Terminal Building in the amount of Fifty-One Thousand Six Hundred

Dollars ($51,600.00)

BE IT FURTHER RESOLVED the local share of $2,580.00 shall be advanced from the Airport

Loan Agreement upon receipt of an invoice from MDOT.

Moved: Layland

Supported: Pine

Carried: 4 – 0 (2 absent)

RESOLUTION NO:

LIVINGSTON COUNTY DATE:

RESOLUTION TO CONCUR WITH THE LIVINGSTON COUNTY AERONAUTICAL FACILITIES BOARD TO ENTER INTO AN AGREEMENT WITH THE GARRISON COMPANY OF FARMINGTON HILLS, MICHIGAN FOR CONSTRUCTION OF THE AIRPORT TERMINAL BUILDING -- AIRPORT

WHEREAS, the Livingston County Purchasing Department has solicited bids for the construction of a new terminal building at the Livingston County Airport; and

WHEREAS, the lowest bid was received from the Garrison Company of Farmington Hills, Michigan; and

WHEREAS, Reynolds, Smith & Hills of Flint, Michigan has reviewed all of the bids and recommends the Garrison Company be awarded the contract; and

WHEREAS, The amount of the agreement is $797,100 and the local share (2.65%) will be $21,105.00, which has been approved by the Department of Aeronautics.

THEREFORE BE IT RESOLVED the Livingston County Board of Commissioners concurs with the

Livingston County Aeronautical Facilities Board to enter into an agreement with the Garrison

Company of Farmington Hills, Michigan for Construction of the Airport Terminal Building in

the amount of Seven Hundred Ninety-Seven Thousand One Hundred Dollars ($797,100.00).

BE IT FURTHER RESOLVED the Chair be authorized to sign the Agreement as drafted by Civil Counsel.

BE IT FURTHER RESOLVED the local share of $21,105.00 shall be advanced from the Airport Loan

Agreement upon receipt of an invoice from MDOT.

# # #

Moved:

Supported:

Carried:

G-3101 West Bristol Road, Suite 300 Flint, Michigan 48507 810 232 6899

April 4, 2012 Mr. Mark D. Johnson Airport Manager Livingston County Spencer J Hardy Airport 3480 W. Grand River Howell, Michigan 48855 Re: LIVINGSTON COUNTY SPENCER J HARDY AIRPORT GENERAL AVIATION TERMINAL FAA PROJECT NO. J-26-0047-5310 MDOT PROJECT NO. FM 47-02-C41 Dear Mr. Johnson: Please find enclosed the Tabulation of Bids from the Thursday, March 29, 2012 bid opening. Sixteen (16) contractors submitted bids. The Garrison Company was the as-read low bidder. The following is the Garrison Company’s bid compared to the Engineer’s Estimate of Probable Construction Cost: Garrison Co. Bid Eng. Est. Base Bid $744,400.00 $805,416.00 Bid Alternate No. 1 $52,700.00 $37,532.00 Bid Alternate No. 2 - Deduct $16,900.00 $12,123.00 Bid Alternate No. 3 - Deduct $3,000.00 $2,200.00 Bid Alternate No. 4 - Deduct $3,320.00 $9,052.00 Bid Alternate No. 5 - Deduct $2,840.00 $23,541.00 Bid Alternate No. 6 - Deduct $0.00 $5,860.00 Base Bid and Alternate No. 1 ranged from $797,100.00 to $1,153,000.00 for the project with ten (10) bids within 10% of the estimate. The six (6) lowest bids submitted were reviewed for tabulation errors and responsiveness. No errors were found and all bids were found to be responsive. The project included a DBE goal of 5% participation and the Garrison Company has committed to meet the goal. We recommended a contract be awarded to The Garrison Company for the Base and Alternate Bid No. 1 in the amount of $797,100.00, subject to the availability of funding and review by legal counsel. Attached are the original six (6) lowest contractor bids and the Tabulation of Bids. Feel contact us with any question or concerns. Sincerely, RS&H MICHIGAN, INC. Patrick T. Frame, PE Senior Aviation Engineer Enc. Cc: File: 213-0822-000 – I.2.d

Bid Tabulation Summary

BIDDER BASE BID BA #1 BA #2 BA #3 BA #4 BA #5 BA#6

Engineer's Estimate 805,416.00$ 37,532.00$ (12,123.00)$ (2,200.00)$ (9,052.00)$ (23,541.00)$ (5,860.00)$

The Garrison Company 744,400.00$ 52,700.00$ (16,900.00)$ (3,000.00)$ (3,320.00)$ (2,840.00)$ No Change

Axiom Construction Services Group, LLC 769,000.00$ 32,500.00$ (24,000.00)$ (3,000.00)$ (4,200.00)$ (6,800.00)$ (1,600.00)$

Antler Construction Inc. 768,900.00$ 54,360.00$ (13,634.00)$ (1,700.00)$ (4,580.00)$ (6,532.00)$ (2,800.00)$

Caasti Contracting Services, Inc 793,000.00$ 84,000.00$ (10,000.00)$ (1,000.00)$ (2,800.00)$ (4,500.00)$ (9,500.00)$

Brivar 822,645.00$ 55,000.00$ (3,000.00)$ (2,600.00)$ (2,300.00)$ (8,000.00)$ (3,440.00)$

MJC Homes Inc. (CMA Design) 795,900.00$ 92,900.00$ (12,500.00)$ (1,400.00)$ (3,500.00)$ (5,500.00)$ (1,100.00)$

Cedroni Associates 823,000.00$ 68,000.00$ (12,000.00)$ (2,400.00)$ (14,000.00)$ (15,000.00)$ (3,000.00)$

DMC Consultants 788,692.00$ 121,000.00$ (4,800.00)$ (4,200.00)$ (1,400.00)$ (8,000.00)$ (4,000.00)$

The Dailey Company 869,900.00$ 49,400.00$ (15,000.00)$ (2,200.00)$ (2,300.00)$ (10,100.00)$ (3,500.00)$

Bernco Inc. 870,000.00$ 52,800.00$ (4,600.00)$ (1,400.00)$ (2,200.00)$ (8,500.00)$ (1,500.00)$

E & L Construction Group 874,800.00$ 63,000.00$ (9,600.00)$ (2,100.00)$ (3,300.00)$ (2,800.00)$ (800.00)$

Superior Contracting Group LLC 909,700.00$ 38,852.00$ (12,012.00)$ (3,996.00)$ (2,886.00)$ (4,985.00)$ (2,775.00)$

LAUX Construction 951,900.00$ 45,990.00$ (8,370.00)$ (2,245.00)$ (2,380.00)$ (10,290.00)$ (3,575.00)$

Evangelista Corporation 928,800.00$ 74,800.00$ (29,500.00)$ (1,400.00)$ (3,000.00)$ (2,400.00)$ (1,000.00)$

3.L.K. Constructin 959,000.00$ 111,756.00$ (4,790.00)$ (1,521.00)$ (2,455.00)$ (11,689.00)$ (3,944.00)$

LA Constuction Corporation 1,099,000.00$ 54,000.00$ (13,600.00)$ (4,500.00)$ (3,500.00)$ (5,500.00)$ (1,100.00)$

Bid Tabulation Errors

BIDDER

The Garrison Company

Axiom Construction Services Group, LLC

Antler Construction Inc.

Caasti Contracting Services, Inc

Brivar

MJC Homes Inc. (CMA Design)

Cedroni Associates

DMC Consultants

The Dailey Company

Bernco Inc.

E & L Construction Group

Superior Contracting Group LLC

LAUX Construction

Evangelista Corporation

3.L.K. Constructin

LA Constuction Corporation

Bid Requirement Checklist

The Garrison

Company

Axiom

Construction

Services

Group, LLC

Antler

Construction

Inc.

Caasti

Contracting

Services, Inc Brivar

MJC Homes

Inc. (CMA

Design)

Cedroni

Associates

DMC

Consultants

Bid Requirement

1.) Proposal Form (P-1, 2 & 3) X X X X X X X X

2.) Proposal Affidavit (P-4) X X X X X X X X

3.) Proposal Guaranty (P-5) X X X X X X X X

4.) Surety's Bond Affidavit (P-6) X X X X X X X X

5.) EEO Report Statement (P-7) X X X X X X X X

6.) Bidder's Qualifications (P-8-P-10) X X X X X X X

7.) Non-Collusion Affidavit (P-11) X X X X X X X X

8.) Acknowledgement of Addenda X X X X X X X X

9.) Bid Form (BF-1-BF-4) X X X X X X X X

Responsive Bid? Yes Yes Yes Yes Yes Yes Yes Yes

None None

None None

1,070,756.00$

None None

None None

None None

919,300.00$

922,800.00$

937,800.00$

948,552.00$

997,890.00$

1,003,600.00$

None

None

None

None

None

None

None

None

File Name: Livingston Co Terminal 3-29-12.xlsx

RS&H Project No. 213-0822-000

Prepared By: DMJ

877,645.00$

877,000.00$

909,692.00$

TOTAL (Base + BA #1)

891,000.00$

888,800.00$

823,260.00$

842,948.00$

797,100.00$

801,500.00$

None

TABULATION ERRORS NET EFFECT ON GRAND TOTALS

1,153,000.00$

None

None

None

BIDDER

LIVINGSTON COUNTY SPENCER J HARDY AIRPORT - GENERAL AVIATION TERMINAL

FAA AIP Project Number: J-26-0047-5310

MDOT Project Number: FM47-02-C41

RS&H Michigan, Inc.

Date Prepared: March 30, 2012

None

None None

None

None

None

None

None

None

None

Memorandum

To: Livingston County Board of Commissioners

From: Mark D. Johnson

Airport Manager

Date: May 8, 2012

Re: Terminal Building Contract – Garrison Construction

There were a total of sixteen (16) bids submitted for the new terminal building at the Livingston County Airport. The engineer’s estimate for the project was $805,416 and the lowest bid from Garrison Construction was for $744,400. This was 92% of the engineers estimate. The favorable bids allow bid alternate #1, a steel roof, to be included in the final project. The total bid by Garrison Construction with the steel roof is $797,100 and this amount has been approved by MDOT and the entire building has been determined to be eligible for FAA funding.

Garrison Construction has worked for Livingston County in the past; they were the general contractor for the LETS building. Doug Britz has advised me that he believes the workmanship on the building was good.

If you have any questions regarding this matter please contact me.

LIVINGSTON COUNTY, MICHIGANDEPARTMENT OF AIRPORT

3480 W. Grand RiverHowell, MI 48855

Phone 517.546.6675 Fax 517,546,6656Web Site: co.livingston.mi.us

RESOLUTION NO: 2012-0403A

LIVINGSTON COUNTY DATE: April 17, 2012AERONAUTICAL FACILITIES BOARD

RESOLUTION TO RECOMMEND THE LIVINGSTON COUNTY BOARD OF COMMISSIONERS ENTER INTO AN AGREEMENT WITH THE GARRISON COMPANY OF FARMINGTON HILLS, MICHIGAN FOR CONSTRUCTION OF THE AIRPORT TERMINAL BUILDING

WHEREAS, the Livingston County Purchasing Department has solicited bids for the construction of a new terminal building at the Livingston County Airport; and

WHEREAS, the lowest bid was received from the Garrison Company of Farmington Hills, Michigan; and

WHEREAS, Reynolds, Smith & Hills of Flint, Michigan has reviewed all of the bids and recommends the Garrison Company be awarded the contract; and

WHEREAS, The amount of the agreement is $797,100 and the local share (2.65%) will be$21,105.00, which has been approved by the Department of Aeronautics.

THEREFORE BE IT RESOLVED the Livingston County Aeronautical Facilities Board

recommends the Livingston County Board of Commissioners enter into an

agreement with the Garrison Company of Farmington Hills, Michigan for

Construction of the Airport Terminal Building in the amount of Seven Hundred

Ninety-Seven Thousand One Hundred Dollars ($797,100.00)

BE IT FURTHER RESOLVED the local share of $21,105.00 shall be advanced from the

Airport Loan Agreement upon receipt of an invoice from MDOT.

Moved: Clore

Supported: Pine

Carried: 4 – 0 (2 absent)

RESOLUTION NO:

LIVINGSTON COUNTY DATE:

RESOLUTION TO CONCUR WITH THE LIVINGSTON COUNTY AERONAUTICAL FACILITIES BOARD TO ENTER INTO A GRANT AGREEMENT WITH THE MICHIGAN DEPARTMENT OF TRANSPORTATION TO FUND THE CONSTRUCTION OF THE AIRPORT TERMINAL BUILDING AND TERMINAL BUILDING CONSTRUCTION ADMINISTRATION -- AIRPORT

WHEREAS, the Livingston County Board Purchasing Department has received bids for the construction of the airport terminal building and the Livingston County Board of Commissioners anticipates an agreement with the Garrison Company of Farmington Hills, Michigan for construction services; and

WHEREAS, a second contract with Reynolds, Smith & Hills (RS&H) of Flint, Michigan will provide for construction administration services for the above project; and

WHEREAS, the Michigan Aeronautics Commission has authorized a grant agreement to provide funding for these services; and

WHEREAS, The total amount of the grant agreement is $900,000 and the local share (2.5% of $750,000 and 5% of 150,000) will be $25,264.00.

THEREFORE BE IT RESOLVED the Livingston County Board of Commissioners concurs with the

Livingston County Aeronautical Facilities Board to enter into a grant agreement with the

Michigan Department of Transportation to fund the construction of the Airport Terminal

Building and construction administration.

BE IT FURTHER RESOLVED the Chair be authorized to sign the agreement upon review of Civil Counsel.

BE IT FURTHER RESOLVED the local share of $25,264.00 shall be advanced from the Airport Loan

Agreement upon receipt of an invoice from MDOT.

# # #

Moved:

Supported:

Carried:

Memorandum

To: Livingston County Board of Commissioners

From: Mark D. Johnson

Airport Manager

Date: May 8, 2012

Re: Grant for Terminal Construction

This Grant agreement will fund the contract with Garrison Construction for construction of the new airport terminal building and the contract for construction administration with Reynolds, Smith & Hills (RS&H).

The grant utilizes funding from multiple federal fiscal years. The first $750,000 is funded from 2009-2011 and the local share of these funds is 2.5%. The remaining $150,000 is funded from 2012 dollars and the local share is 5%. The total local share of the grant is $25,264.00.

If you have any questions regarding this matter please contact me.

LIVINGSTON COUNTY, MICHIGANDEPARTMENT OF AIRPORT

3480 W. Grand RiverHowell, MI 48855

Phone 517.546.6675 Fax 517.546.6656Web Site: co.livingston.mi.us

RESOLUTION NO: 2012-0405A

LIVINGSTON COUNTY DATE: April 17, 2012AERONAUTICAL FACILITIES BOARD

RESOLUTION TO RECOMMEND THE LIVINGSTON COUNTY BOARD OF COMMISSIONERS ENTER INTO A GRANT AGREEMENT WITH THE MICHIGAN DEPARTMENT OF TRANSPORTATION TO FUND THE CONSTRUCTION OF THE AIRPORT TERMINAL BUILDING AND TERMINAL BUILDING CONSTRUCTION ADMINISTRATION

WHEREAS, the Livingston County Board Purchasing Department has received bids for the construction of the airport terminal building and the Livingston County Board of Commissioners anticipates an agreement with the Garrison Company of Farmington Hills, Michigan for construction services; and

WHEREAS, a second contract with Reynolds, Smith & Hills (RS&H) of Flint, Michigan will provide for construction administration services for the above project; and

WHEREAS, the Michigan Aeronautics Commission has authorized a grant agreement to provide funding for these services; and

WHEREAS, The total amount of the grant agreement is $900,000 and the local share (2.5% of $750,000 and 5% of 150,000) will be $25,264.00.

THEREFORE BE IT RESOLVED the Livingston County Aeronautical Facilities Board

recommends the Livingston County Board of Commissioners enter into a grant

agreement with the Michigan Department of Transportation to fund the

construction of the Airport Terminal Building and construction administration.

BE IT FURTHER RESOLVED the local share of $25,264.00 shall be advanced from the

Airport Loan Agreement upon receipt of an invoice from MDOT.

Moved: Clore

Supported: Layland

Carried: 4 – 0 (2 absent)

RESOLUTION NO:

LIVINGSTON COUNTY DATE:

RESOLUTION AUTHORIZING OUT-OF-STATE TRAINING FOR TWO EMS MANAGEMENT STAFF – EMS / GEN. GOVT.-HHS / FINANCE COMMITTEE

WHEREAS, the EMS Department has determined the need to appropriately train and prepare our management team for the responsibilities of their job description; and,

WHEREAS, the EMS Department is recommending we enroll the two members of the EMS management staff for the Pinnacle 2012 Leadership & Management Training, July 16 – 20, 2012; and,

WHEREAS, the cost of the program is in the budget and shall not exceed $3,000 per employee; and,

WHEREAS, this Resolution has been recommended for approval by the Health & Human Services Committee.

THEREFORE BE IT RESOLVED that the Livingston County Board of Commissioners hereby authorizes

the EMS Department to enroll two members of the EMS management staff in the Pinnacle 2012 Leadership &

Management Training, July 16 – 20, 2012, for a cost not to exceed $3,000.00 per employee.

# # #

MOVED:SECONDED:CARRIED:

Memorandum

To: Livingston County Board of Commissioners

From: Jeffrey R Boyd, Director

Date: 4/19/2012

Re: Training

Livingston County EMS continues to support our managers to become highly educated and proficient at their respective duties. Pinnacle 2012 has an excellent curriculum this year including topics such as a review and tour of the World renowned EMS center for simulation, Understanding Clinical Quality Metrics, using Sim-lab Technologies to improve outcomes and a User group will be getting together to discuss the MARVLIS interface and effectiveness.

Thank you for your consideration of this request, I am confident the content of this training will be excellent.

If you have any questions regarding this matter please contact me.

LIVINGSTON COUNTY, MICHIGANDEPARTMENT OF EMS

3950 W Grand RiverPhone546-6220 Fax 546-6788

Web Site: co.livingston.mi.us

RESOLUTION NO:

LIVINGSTON COUNTY DATE:

RESOLUTION AUTHORIZING A CLINICAL CONTRACT BETWEEN LIVINGSTON COUNTY EMS AND THE SAINT JOSEPH MERCY HEALTH SYSTEM - EMS/GEN. GOVT-HHS/FINANCE COMMITTEE

WHEREAS, The Livingston County EMS training division has agreed to teach an Emergency Medical Technician (EMT) course, in cooperation with Brighton High School and L.E.S.A.; and,

WHEREAS, Livingston County EMS has a determined a need for a clinical contract with Saint Joseph Mercy Health System to meet the clinical expectations of the Emergency Medical Technician (EMT) course; and,

WHEREAS, the term of the contract will be for one (1) year and may be renewed automatically for successive one (1) year periods, unless terminated by either party; and,

WHEREAS, this Resolution has been recommended for approval by the General Government – Health & Human Services Committee.

THEREFORE BE IT RESOLVED that the Livingston County Board of Commissioners hereby authorizes

entering into an agreement with Saint Joseph Mercy Health System for EMS clinical

educational experience for the period of one (1) year, and may be renewed automatically for

successive one (1) year periods, as described above.

BE IT FURTHER RESOLVED that the Chairman of the Board of Commissioners be authorized to sign the

above-referenced contract upon approval as to form by Civil Counsel.

# # #

MOVED:SECONDED:CARRIED:

Memorandum

To: Livingston County Board of Commissioners

From: Jeffrey R Boyd

Date: 4/19/2012

Re: Clinical Contract

Livingston County EMS is proud to announce the first Emergency Medical Technician course is scheduled to begin in September of 2012. One of the State requirements for successful completion of an approved EMT course is clinical experience in a hospital setting. In order to complete this requirement Saint Joseph Mercy Hospitals has agreed to be our clinical site. I believe this will be a long term relationship with the hospital as our training center grows and teaches many mores EMS related courses over the years to come.

I have attached the Clinical Contract for legal review.

If you have any questions regarding this matter please contact me.

LIVINGSTON COUNTY, MICHIGANDEPARTMENT OF EMS

3950 W Grand RiverPhone 546-6220 Fax 546-6788

Web Site: co.livingston.mi.us

RESOLUTION NO:

LIVINGSTON COUNTY DATE:

RESOLUTION AUTHORIZING EMS TO SIGN PURCHASE ORDERS FOR PROMOTIONAL MATERIALS – HEALTH AND HUMAN SERVICES/FINANCE COMMITTEE/BOARD OF COMMISSIONERS

WHEREAS, departmental employees regularly participate and interact in events with the public including large scale events and safety fairs; and

WHEREAS, promotional items are routinely handed out at these events that include kits with band aids purchased from Foremost Promotions and ink pens with the EMS logo and phone number purchased from 4imprint; and

WHEREAS, the items are able to serve a functional communication and first aid purpose at these events; and

WHEREAS, funding for same is available through the EMS Department Budget; and

WHEREAS, this Resolution has been recommended for approval by the Health and Human ServicesCommittee.

THEREFORE BE IT RESOLVED that the Livingston County Board of Commissioners hereby

approves a Purchase Order be issued to Foremost Promotions 1270 Glen Ave

Moorestown, NJ 08057 for Pocket First Aid Kits for an amount of $975.00 and to

4impint 101 Commerce Street PO Box 320 Oshkosh, WI 54901 for $740.62.

# # #

MOVED:SECONDED:CARRIED:

Memorandum

To: Livingston County Board of Commissioners

From: Jeffrey R. Boyd

Date: 05/07/2012

Re: Promotional Materials

The EMS Departments staff routinely participates in large and small scale events in which it distributes promotional items. Some events serve the public as a safety concern and others as an educational awareness campaign. Safety Town is an example of an educational event on behalf of EMS in which children are handed kits with band aids and taught how to care for injuries. EMS also has presence at large events in which the band aid kits also serve a function in the event someone requires only a band aid and we are able to deliver in the kit fashion. Ink pens bear the logo and phone number as a way to encourage customers to call the office with questions and 911 for emergencies and transportation services.

If you have any questions regarding this matter please contact me.

LIVINGSTON COUNTY, MICHIGANDEPARTMENT OF EMS

3950 W Grand River Howell MI 48855Phone 517-546-6220 Fax 517-546-6788

Web Site: co.livingston.mi.us

RESOLUTION NO:

LIVINGSTON COUNTY DATE:

RESOLUTION AUTHORIZING PARKING LOT REPLACEMENT AT THE HARTLAND STATION-EMS/HEALTH AND HUMAN SERVICES/FINANCE/BOARD OF COMMISSIONERS

WHEREAS, due to the deterioration of the parking lot at the Joint Fire/EMS Hartland Station it has been determined that there is a need for replacement of the entire parking lot; and

WHEREAS, the Livingston County Board of Commissioners entered into a Joint Development Agreement December 19th 1996 that identifies EMS is responsible for its pro-rata share of the parking lot replacement; and

WHEREAS, Lindhout and Associates has determined that share to be 37% based on occupancy of the building in accordance with the 1996 agreement; and

WHEREAS, the Hartland Fire Department engineering estimate has determined the total cost to be $212,500.00 and the cost to EMS would be $78,625.00; and

WHEREAS, Hartland Township will enter into a competitive bid process for the project; and

WHEREAS, Funds for this project are available in EMS fund balance; and

WHEREAS, this Resolution has been recommended for approval by the Health and Human ServicesCommittee.

THEREFORE BE IT RESOLVED that the Livingston County Board of Commissioners hereby

approves a Purchase Order be issued to the Vendor selected in the Hartland Township bid

process for parking lot construction not to exceed $78,625.00. Further be it resolved the

Livingston County Board of Commissioners authorizes a Budget Amendment

transferring an amount equal to the EMS parking lot cost from EMS fund balance.

# # #

MOVED:SECONDED:CARRIED:

Y:\201106\20110622\Design\Corrs\2012 03 29_Revised Ltr02.docx

105 W. Grand RiverHowell, Michigan 48843Telephone 517 552 9199 Fax 517 552 6099www.hrc-engr.com

Principals Associates

George E. Hubbell Jonathan E. BoothThomas E. Biehl Michael C. MacDonald

Walter H. Alix Marvin A. OlanePeter T. Roth William R. Davis

Michael D. Waring Jesse B. VanDeCreekKeith D. McCormack Robert F. DeFrainNancy M.D. Faught Marshall J. Grazioli

Daniel W. Mitchell Thomas D. LaCrossDennis J. Benoit

Senior Associates James F. BurtonGary J. Tressel Jane M. Graham

Lawrence R. Ancypa Donna M. MartinKenneth A. Melchior Charles E. Hart

Randal L. FordDavid P. Wilcox

Timothy H. Sullivan

March 29, 2012

Hartland Township2655 Clark RoadHartland, MI 48353

Attn: Ms. Shannon Filarecki, P.E.Department of Public Works Director

Re: Revised Engineering Services Proposal HRC Job No. 20110622.02Parshallville Fire StationParking Lot Improvements

Dear Ms. Filarecki:

As requested, this office has reviewed the existing pavement and geotechnical investigation report (prepared by Construction Testing Services, dated August 15, 2011) for the Parshallville Fire Station. It is our understanding that the Fire Department would like to reconstruct the existing parking lot in the fall of 2012 if the pending bond issue request is approved by voters in August of this year. Per our scope and budget review meeting on January 16, 2012, we have revised the proposed scope of work, anticipated budget, and schedule for the parking lot reconstruction originally outlined in our November 23, 2011 Engineering Services Proposal as follows:

SCOPE OF WORK

A field visit has confirmed that the existing parking lot pavement is in poor condition. Following the recommendations in the geotechnical report, HRC proposes to remove and replace the existing pavement and aggregate base within the parking lot. The proposed replacement pavement section will be four (4) inches of hot mixed asphalt (HMA) on ten (10) inches of 21AA limestone aggregate base on six (6) inches of MDOT Class II granular material for the sub base. Concrete pavement does not currently exist at the truck bay doors. It is our understanding that concrete pavement is not desired for this site and has been removed from the scope of work. However, it is anticipated that the concrete collars around the catch basins will likely be impacted during installation of the under drains and will need to be removed and replaced.

The majority of the existing concrete curbs is in good condition and is not proposed to be replaced at this time. The only exception would be a few minor broken sections that will be impacted by the proposed construction.

Pavement cores have already been collected and indicate that possible base or subgrade failures may exist in certain sections of the pavement due to the heavy truck traffic loads and the existing clay subgrade. In these areas, it is anticipated that the subgrade will be undercut approximately 12 inches. Sub base under drains will also be installed throughout a majority of the parking lot to help alleviate sub base drainage problems around the site.

Ms. Shannon Filarecki, P.E.Parshallville Fire StationMarch 29, 2012HRC Job Number 20110622.02Page 2 of 3

Y:\201106\20110622\Design\Corrs\2012 03 29_Revised Ltr02.docx

The existing storm sewer catch basin covers throughout the parking lot will be reused for any structure repairs or adjustments. As directed, the roof conductors connecting the downspouts directly to the storm system rather than discharging onto the pavement or sidewalks are no longer proposed.

The work to remove and replace the approaches in the Old US-23 and Parshallville Road right-of-ways is no longer proposed.

ANTICIPATED BUDGET

The attached conceptual cost estimate shows a total estimated project cost of $212,500 to construct the above improvements to the Parshallville Fire Station Parking Lot. The estimate anticipates a considerable amount of engineering time being spent during the construction of the site to re-evaluate the actual soil conditions and determine the limits of undercutting after the existing pavement is removed. It is anticipated that the proposed improvements will be performed within the limits of the existing Township owned property. Therefore, the cost for the preparation/acquisition of any temporary or permanent easements has not been included with this estimate.

The attached breakdown for the engineering services has also been revised per the January 16, 2012 scope and budget meeting. It is our understanding that the existing plans for this site will be used for preparation of the plans and that no additional topographic information or field investigations are necessary. The estimated hours to perform each task have been added to the services breakdown. HRC will notify the Township when the estimated hours have been expended and will determine the additional time required and related adjustment to the project budget.

Per your direction, all of the construction activities will occur outside of the road right-of-ways and earth disruption will be kept within the existing pavement area to eliminate permitting by the County Agencies.

PROPOSED SCHEDULE

Once the limits and desired scope of the project is confirmed by the Township and Fire Department, a more detailed schedule can be provided. However, one possible conceptual schedule based on the authorized to proceed date, is as follows:

Authorized to Proceed – April 2012

Preliminary Design Review Meeting – utility conflicts, typical details and construction staging (plans 50% complete) – May 2012

Final Design Review Meeting (100% complete) – June 2012

Final Plans Available to Bidders – August 14, 2012

Open Bids – August 28, 2012

Contract Award – September 2012

Start Construction – October 2012

Complete Construction – November 2012

Final Restoration & Project Closeout – Spring 2013

Ms. Shannon Filarecki, P.E.Parshallville Fire StationMarch 29, 2012HRC Job Number 20110622.02Page 3 of 3

Y:\201106\20110622\Design\Corrs\2012 03 29_Revised Ltr02.docx

If you have any questions or require any additional information, please contact the undersigned.

Very truly yours,

HUBBELL, ROTH & CLARK, INC.

Michael P. Darga, P.E.

MPD/mpd

Attachment

pc: Hartland Twp; J. WickmanHDFA; A. CarrollHRC; G. Hubbell, J. Booth, File

Y:\201106\20110622\Design\Corrs\2012 03 29 FS Concept Cost Est.xlsx

Conceptual Engineering X

Preliminary Engineering

Detailed Design % Complete

Client Date

Project Project Number

No. Item Price Cost

1. Pavement, Removal 2,800 syd $5 $14,000

2. Curb & Gutter, Removal 100 ft $5 $500

3. Excavation, Earth 1,500 cyd $15 $22,500

4. Subgrade Undercutting 250 cyd $40 $10,000

5. Underdrain, Subgrade, 6 inch 800 ft $10 $8,000

6. Grandular Material, Cl II 470 cyd $10 $4,700

7. Aggregate Base, 21AA 1,600 ton $18 $28,800

8. Dr Structure, Adjust 5 ea $400 $2,000

9. Curb & Gutter, Conc 100 ft $18 $1,800

10. Concrete Pavement, Reinf, 8 inch 30 syd $35 $1,050

11. HMA, 13A 675 ton $75 $50,625

12. Soil Erosion Control $775 $775

13. Pavement Markings $1,000 $1,000

14. Maintaining Traffic $3,250 $3,250

15. Mobilization $8,000 $8,000

Subtotal - Estimated Construction Cost $157,000

Contingencies (10%) $15,700

Estimated Design & Construction Engineering $39,800

Total Conceptual Project Cost $212,500

Design Factors/Assumptions

1. Existing conditions and replacement pavement cross-section as per the Construction Testing Services

report dated August 15, 2011.

2. Existing storm sewer system is in good condition and does not require any improvements.

3. Subgrade undercutting estimated for 25% of the pavement removal area.

4. Work in the Old US-23 and Parshallville Road Right-of-Ways is not proposed.

Unresolved items that may affect cost

1. The extent of the poor soils encountered during construction.

2. Compressed construction timeline at the end of the construction season may reflect slightly higher costs

depending on Contractors' availability.

Lump Sum

Lump Sum

Construction Cost Estimating - Summary

Hartland Township

Parshallville Fire Station Parking Lot

Qty

March 29, 2012

20110622

Lump Sum

Lump Sum

Y:\201106\20110622\Design\Corrs\2012 03 29 Engineering Cost Breakdown.xlsx

Engineering Services Proposal-Revised

Parshallville Fire Station

Parking Lot Improvements

HRC Job No. 20110622

March 29, 2012

Estimated Construction Cost $157,000

Estimated Estimated

Design Engineering Hours Cost

Plans & Specifications 70 $6,700

Bidding Phase 35 $3,100

Subtotal 105 $9,800

Construction Engineering

Observation (Full Time) 160 $13,000

Contract Administration 50 $5,000

Testing 150 $12,000

Subtotal 360 $30,000

Total Design & Construction Engineering 465 $39,800

Revisions from December 12, 2011 Breakdown:

Collection of topographic information, allowance for permitting, field layout and record drawings are no

longer included.

1

Kevin Wilkinson

From: brad alvord <[email protected]>

Sent: Friday, January 27, 2012 4:12 PM

To: Kevin Wilkinson

Cc: Jeff Boyd

Subject: Hartland EMS

Kevin,

Per your request I have analyzed the drawings that Tom dropped off earlier this morning. The floor plan you

provided me with was a schematic owner approval drawing, and the actual floor plan was missing from the set

of construction documents. It looked like some areas increased, and walls were slightly shifted from the

schematic design to the final design so I elected to go with the construction drawings. By using the provided

foundation plan, building sections, and wall details that were used as part of the construction documents I was

able to punch the areas into our CADD system and get you the areas you were looking for.

Overall Building Area = 6,234 sq.ft.

EMS Portion of the Building Area = 2,311 sq.ft. (37%)

Fire Departments Portion of the Building Area = 3,923 sq.ft. (63%)

The area was determined by dividing the shared wall into half, and assigning the outside faces of exterior walls

to each tenant.

As I discussed with Jeff yesterday afternoon, it would take more time to start a job number and bill for the job

than the amount of time it took to do the work. Hope this helps.

Brad

--

Brad Alvord, project architect / director Lindhout Associates architects, aia pc

10465 Citation Dr., Brighton, MI 48116

p: 810.227.5668 f: 810.227.5855

lindhout.com || facebook.com

Memorandum

To: Livingston County Board of Commissioners

From: Jeffrey R. Boyd

Date: 05/07/2012

Re: Hartland Parking Lot

EMS entered into a join construction agreement in 1996 to construct the Hartland EMS station in cooperation with the Hartland Fire Department. Hartland Fire Department and EMS jointly own the building and EMS occupies 37%. Hartland Fire is responsible for external maintenance in accordance with this agreement and they have determined the need for replacing the parking lot.

Hartland Fire Department has received an engineer’s estimate and will go out to bid with the project soon, then expecting to award the bid in August. At that time we will be responsible for 37 percent of the total cost of the project. This was not in the EMS FY 2012 budget but funds are available in EMS fund balance for the project. In anticipation of the parking lot replacement project , EMS is looking for authorization to pay the 37% to the awarded vendor when the amount comes due.

If you have any questions regarding this matter please contact me.

LIVINGSTON COUNTY, MICHIGANDEPARTMENT OF EMS

3950 W Grand River Howell MI 48855Phone 517-546-6220 Fax 517-546-6788

Web Site: co.livingston.mi.us