<<

CITY COUNCIL MEETING AGENDA City Council Chambers, Lower Level – 7:00 P.M. 611 E. Grand River, Howell, MI 48843

Visit the City of Howell website at www.cityofhowell.org

Monday, March 13, 2017

COUNCIL - 1. Regular Meeting Called to Order MANAGER GOVERNMENT 2. Pledge of Allegiance (all stand) Council members and other officials normally in attendance: 3. Approve Minutes – Regular Meeting held February 27, 2017

1. Dennis L. Perkins 4. Citizens’ Comments (items not on agenda) City Attorney 2. Jan Lobur Council Member 5. Reports by Council Members Serving on Commissions 3. Jeffrey Hansen Council Member 4. Michael Mulvahill 6. Council Correspondence: Scott Henman, resignation letter from DDA Board Council Member 5. Shea Charles 7. Discussion/Approval – Civic Events: City Manager 6. Nick Proctor, A. Memorial Day Parade, May 29, 2017 Mayor B. Ride to Remember, May 20,2017 7. Jane Cartwright City Clerk 8. Scott Niblock 8. Discussion/Approval – Schedule Public Hearing, ICE Grant Application Council Member 9. Bob Ellis, 9. Discussion/Approval – Police Department Accreditation: Council Member 8. Steven L. Manor A. Law Enforcement Accreditation Process Mayor Pro Tem B. LEXIPOL Purchase

SEATING: Above list arranged 10. Discussion/Approval – Biosolids Hauling Contract, Advanced Disposal according to seating order; left to right. 11. Discussion/Approval – Agreement for Collection of Soft Recyclables, Great Lakes Recycling d/b/a Simple Recycling

12. Discussion/Approval – Project Technician Position

13. Award Bids/Purchases: A. Clinton Street Emergency Sewer Repair B. Police Department Roof, Ferguson Roofing, $17,000 C. Fume Air Extractor, Matheson Tri-Gas, $5,776 D. 48” Zero Turn Mowers (3), D & G Equipment, $13,139.41 E. 60” Zero Turn Mower, D & G Equipment, $2,813.41 F. 60” Zero Turn Mower with Vacuum System, D & G Equipment, $670.20

14. Approve payment of bills ending 03/13/2017 in the amount of $861,051.96 and payroll to cover the period ending 03/18/2017 Visitors are cordially invited to attend all meetings of the Council. If you wish to address the Council, you will be recognized by the Mayor. Please refer to the printed guidelines on the back of the agenda. March 13, 2017

15. Board/Commission Appointment: A. Jacob Schlittler, Rental Board of Appeals, term ending 01/28/2020

16. City Manager’s Report:

17. Old Business:

18. New Business:

19. Adjournment

Public Comment Guidelines Members of the public are permitted to address a meeting of Council upon recognition by the Mayor. Each person shall begin by stating their name and address and shall be permitted to speak once on each agenda item for three (3) minutes. Agenda item 4 allows for Citizens’ Comments on any non-agenda item. Where the Agenda provides Public Hearing comment, each person addressing the Council shall be limited to five (5) minutes regarding the specific agenda Public Hearing item. The Mayor may allow additional time at his/her discretion.

All remarks shall be addressed to the Council as a body, and not to any member. No person, other than members of the Council and the person having the floor, shall be permitted to enter into any discussion, either directly or through the members of the Council. No questions shall be asked the Council Members, except through the Mayor. Any person making personal, impertinent or slanderous remarks, or who shall become boisterous, while addressing the Council, may be requested to leave the lectern.

Interested parties, or their authorized representatives, may address the Council by written communication in regard to any matter concerning the City’s business or over which the Council has control at anytime by direct mail or by addressing the City Clerk, and copies will be distributed to Council Members.

Regular Meeting of the Howell City Council Monday, February 27, 2017 Howell City Council Chambers – Lower Level 611 E. Grand River Howell, Michigan 48843 517-546-3502

1. The regular meeting of the Howell City Council was called to order by Mayor Nick Proctor at 7:00 p.m.

Council Members Present: Robert Ellis, Jeff Hansen, Jan Lobur, Scott Niblock, Michael Mulvahill, and Mayor Nick Proctor.

Council Member Absent: Steven Manor

Also Present: City Manager Shea Charles, City Attorney Dennis Perkins, and City Clerk Jane Cartwright.

Others in Attendance: Police Chief George Basar, Finance Director/Treasurer Catherine Stanislawski, DPS Director Erv Suida, Community Development Director Tim Schmitt, DPW Superintendent Marcel Goch, Assessor Joey Lentine, IT Director Mike Pitera, WWTP Operations Manager Mike Spitler, Cemetery Group Leader Mike Luce, DDA Outreach Coordinator Kate Litwin, John & Caron Davis, Andrew Yost, Jeannette Ambrose, Sharon Fisher, Blythe Patterson.

2. PLEDGE OF ALLEGIANCE

3. APPROVED MINUTES MOTION by Ellis, SUPPORT by Mulvahill, “To approve the minutes of the regular meeting of the City Council held February 13, 2017.” MOTION CARRIED (6-0).

4. CITIZENS’ COMMENTS  Jeannette Ambrose, 425 N. National, reported that her neighbor was hit by a car walking down N. National and questioned why the sidewalks do not continue the total length of the street. She also noted the volume of traffic on N. National with the businesses in the area. City Manager Charles reviewed the sidewalk analysis completed when the street was reconstructed including sidewalk waivers and number of trees. Mayor Proctor requested staff take a look at the area and bring back options and recommendations.

5. REPORTS – COUNCIL MEMBERS SERVING ON COMMISSIONS  Member Lobur reported on the Planning Commission meeting held February 15, 2017. Received a report on Howell Estates indicating 8 of the 10 units have been demolished and clean-up work will continue; approved a land division for 1028 Bower; approved a temporary use and site plan approval with conditions HOWELL CITY COUNCIL MTG. MINUTES - 2 - FEBRUARY 27, 2017

(including referral to the BZA) to build a groundwater clean-up building at 416 N. National from Gould Electronics; received a copy of the Redevelopment Ready Committees implementation report; approved the change to the bylaws revising the number of members from 9 to 7 to match the recent ordinance change.  Member Ellis reported on Howell Area Parks & Recreation Authority Board meeting held February 21, 2017. Approved the lease agreement for the new Teen Center; approved the Letter of Agreement with the City of Howell for the operation of the beach and boat launch, tentatively scheduled a strategic planning session for Saturday March 18, 2017; reviewed finances; and discussed revising the bylaws to remove the Howell Schools representative from the Board since they do not intend to participate. The March 21, 2017 meeting may be canceled due to the availability of board members.  Mayor Proctor reported on the Howell Area Fire Authority Board meeting held February 15, 2017. The Cohoctah Station is transitioning from propane to natural gas; the authority will be transferring the Retiree Health Savings Accounts to MERS; discussed the potential expansion plans to the Main Station in relation to an existing water line; purchased new electronic defibrillators and donated old ones to the High School program.  Mayor Proctor reported on the DDA Board meeting held February 22, 2017. Howell is the benchmark across the state for Main Street/DDA programs; the Applause Awards is scheduled for April 25, 2017; 100 Friends of Downtown is continuing. Outreach Coordinator Kate Litwin reported on the upcoming retail event that challenges shoppers to visit 5 different downtown businesses over the course of 4 months and spend $20 to be entered in the $100 drawing.

6. COUNCIL CORRESPONDENCE  None.

7. APPROVED – RESOLUTION NO. 17-04, REVISED APPROVAL FOR ABERRANT ALES OPRA APPLICATION MOTION by Ellis, SUPPORT by Lobur, “To adopt Resolution No. 17-04 to approve an Obsolete Property Rehabilitation Act application for CDG Holdings LLC for six years for the property at 219 West Grand River (parcel ID#1717-36- 307-070) to allow the building to be rehabilitated and Aberrant Ales brewpub to occupy the space.” Community Development Director Schmitt noted the State requested additional language be added to the original resolution which approved the OPRA application. Staff is recommending extending the abatement from 5 to 6 years due to the State removing the brewing area from the abatement. MOTION CARRIED (6-0).

8. APPROVED – RESOLUTION NO. 17-05, MIDCOURSE CORRECTION CHARITABLE GAMING LICENSE MOTION by Lobur, SUPPORT by Mulvahill, “To adopt Resolution No. 17-05, Local Governing Body Resolution for Charitable Gaming License, recognizing HOWELL CITY COUNCIL MTG. MINUTES - 3 - FEBRUARY 27, 2017

Midcourse Correction Challenge Camp, Inc. as a nonprofit organization operating in the City of Howell.” MOTION CARRIED (6-0).

9. APPROVED – RESOLUTION NO. 17-06, LIVINGSTON ARTS COUNCIL CLUB LIQUOR LICENSE MOTION by Ellis, SUPPORT by Lobur, “To adopt Resolution No. 17-06 recommending approval of the Club Liquor License for the Livingston Arts Council.” MOTION CARRIED (6-0).

10. APPROVED – AMENDED TRAFFIC CONTROL ORDER NO. 102, PARKING LOT #3 MOTION by Ellis, SUPPORT by Lobur, “To adopt the modification to Traffic Control Order No. 102, changing the maximum parking time permitted in Parking Lot #3, located to the south of the 100 block of West Grand River Avenue, from two hours to four hours.” MOTION CARRIED (6-0).

11. APPROVED – BOAT LAUNCH DOCK REPLACEMENT MOTION by Ellis, SUPPORT by Hansen, “To authorize the purchase of a skid style dock for Thompson Lake boat launch from Waters Edge Dock and Hoist of Howell Michigan per their proposal, for an amount not exceed $16,175.” DPS Director Suida indicated the advantages of the new dock noting it would be longer, wider, ADA complaint, and removable which will allow for routine maintenance and protection from the freeze/thaw. Member Mulvahill expressed concern with only receiving one quotation. DPS Director Suida stated the other two sources did not respond and the only other quotation received was for an aluminum, residential grade dock. Discussion followed. MOTION CARRIED (5-1). Member Mulvahill opposed.

12. APPROVED – ENGAGEMENT FOR LEGAL SERVICES, WWTP & SEWER USE MATTERS, DAVIS & DAVIS LAW OFFICES PLLC MOTION by Lobur, SUPPORT by Ellis, “To approve the February 11, 2017 Engagement for Legal Services regarding City of Howell Wastewater Treatment and Sewer Use Matters letter between the City of Howell and Davis & Davis Law Offices PLLC”. City Manager Charles indicated staff is working toward some very complex issues associated with the potential expansion of the WWTP to accommodate Pepsi’s increased discharge and the proposed agreement with the Livingston County Drain Commission to establish a Septage Receiving Station. City Attorney Perkins referenced the qualifications of Davis & Davis and recommended their services. MOTION CARRIED (6-0).

13. APPROVED – PREFAB BUILDING FOR THE WWTP SLUDGE DEWATERING BELT PRESS MOTION by Hansen, SUPPORT by Ellis, “To authorize the purchase of the Prefab building for the WWTP Sludge Dewatering Belt Press from Hamlett Environmental for $80,346.82.” DPS Director Suida explained that the structure is a unique single source item which will accommodate all the equipment; the price came in $30,000 HOWELL CITY COUNCIL MTG. MINUTES - 4 - FEBRUARY 27, 2017

under the engineers estimate. The temporary dewatering belt press and associated improvements will be used for 3 to 5 years. Once the permanent solution is in place, the equipment will be sold. City Manager Charles referenced the cost analysis performed and potential savings from moving away from the sludge hauling solution. MOTION CARRIED (6-0).

14. DISCUSSED – ICE GRANT UPDATE City staff have been working with HRC on the potential scope of the State Street project. A meeting was held with representatives from DTE who indicated a willingness to participate in the project. Potential locations for the new transformer were also reviewed. Since there is not enough space to place utilities, and maintain angle parking with the full two-way street festival design, a meeting is scheduled with Livingston County to discuss expanding the right of way adjacent to the Courthouse. Council questioned the advantages of the full festival street design. City Manager Charles stated it enhances the City’s ability to hold special events by providing greater accessibility and flexibility without a curbed street. A colored cement design is envisioned. The two-way street also promotes retail and relieves the right hand turns on N. Michigan. The ICE grant provides 90% funding with a 10% match. The projected cost of the full festival street design is $1.9 million including engineering. There are still a lot of technical questions to be investigated. The grant deadline is April 7, 2017 therefore staff is looking for consensus on: 1) two-way street; 2) festival street design; and 3) underground utilities. Council expressed consensus on items #2 and #3 however indicated they would like to review the results of the traffic study prior to making a determination on the two- way street design. It was noted that the Veterans Memorial will not be impacted by the potential reconstruction. Staff will continue planning toward the two-way street concept which can always be changed once the results of the traffic study are received. A full decision on the application will be needed at the March 13, 2017 meeting in order to meet the grant deadline.

15. APPROVED PAYMENT OF BILLS MOTION by Ellis, SUPPORT by Mulvahill, “To approve payment of bills ending February 27, 2017 in the amount of $490,942.33 and payroll to cover the period ending March 4, 2017.” Member Ellis questioned Alchin’s Disposal and AMCOMM Telecommunications. MOTION CARRIED (6-0).

16. BOARD/COMMISSION APPOINTMENT – BOARD OF REVIEW ALTERNATE MEMBER, SCOTT PATTON, TERM ENDING 03/01/2021 MOTION by Lobur, SUPPORT by Hansen, “To approve the reappointment of Scott Patton as the alternate member to the Board of Review for a term ending 03/01/2021.” MOTION CARRIED (6-0).

17. CITY MANAGER’S REPORT  The unfortunate fire at Mark’s Coney Island is still under investigation. The support received from the City of Howell was very much appreciated. HOWELL CITY COUNCIL MTG. MINUTES - 5 - FEBRUARY 27, 2017

 Staff is preparing to start the recruitment process of police officers and have contemplated offering an economic incentive for reimbursement of Police Academy tuition fees. The potential cost of the academy is $6,000 to $7,500 and the reimbursement would be split in 1/3 increments over 2 years. City Council was supportive of the idea.  Staff has finalized budget requests; Council will be receiving a doodle calendar request to schedule the next budget work session.  Recognized DPW Superintendent Marcel Goch for his 20 years of service to the City. He has accepted a position with the City of Brighton. Marcel thanked City Council and staff for their support and indicated he was looking forward to future relationships with the City of Howell in his new position. Mayor Proctor thanked Marcel for his leadership.

18. OLD BUSINESS  MOTION by Niblock, SUPPORT by Hansen, “To excuse member Steve Manor from the February 27, 2017 meeting due to vacation.” MOTION CARRIED (6-0).

19. NEW BUSINESS  None.

20. ADJOURN MOTION by Hansen, SUPPORT by Ellis “To adjourn the regular meeting of the City Council at 8:23 p.m.” MOTION CARRIED (6-0).

______Nick Proctor, Mayor

______Jane Cartwright, City Clerk NOTES

MEMORANDUM

TO: HOWELL CITY COUNCIL FROM: CATHLEEN EDGERLY DATE: FEBRUARY 23, 2017 RE: SCOTT HENMAN DDA BOARD RESIGNATION ______

At the February 22, 2017 DDA Board of Directors meeting, the DDA Board accepted Scott Henman’s Resignation from the Board of Directors. Mr. Henman has been unable to attend four DDA Board meetings over the last few months due to a change in his work schedule and family life. Mr. Henman submitted his resignation as a member of the DDA Board of Directors effective 2/17/17.

We appreciate Mr. Henman’s support of the community and all of his volunteer efforts on the Board of Directors that contributed to Howell being a great place to live, work, play and stay.

REQUESTED ACTION: Staff requests that City Council accept Mr. Henman’s resignation from the DDA Board of Directors.

Sincerely,

Cathleen Edgerly, Howell Main Street DDA Director

Cathleen,

It is with no great amount of disappointment that I must resign from my appointed position with the Howell Downtown Development Authority, effective immediately. I have been unable to perform my duties due to events outside of my control.

Thank you for understanding.

Scott

Scott Henman Independent Agent, Michigan Insurance and Financial Services phone: 517-947-1201 mobile: 734-730-1744

address: 110 E Grand River Ave, Howell, MI site: miafs.com email: [email protected]

CITY OF HOWELL MEMORANDUM

TO: MAYOR & CITY COUNCIL FROM: JANE CARTWRIGHT, CITY CLERK DATE: MARCH 9, 2017 RE: CIVIC EVENT APPLICATION, MEMORIAL DAY PARADE

Attached is the completed Civic Event application filed by the American Legion Post 141 for the Memorial Day Parade scheduled for May 29, 2017. Staff has reviewed the application and their comments are attached.

ACTION REQUESTED: A motion to approve the Civic Event application submitted by the American Legion Post 141 for the Memorial Day Parade scheduled for May 29, 2017.

REVIEWED & APPROVED FOR SUBMISSION:

Shea Charles, City Manager CITY OF HOWELL CIVIC EVENT APPLICATION STAFF RECOMMENDATIONS & COMMENTS

EVENT TITLE: MEMORIAL DAY PARADE

Public Services: Erv Suida

Comments: Approved without comment. The 2016 cost for this event was $1,397.93.

Police: George Basar

Comments: Approved without comment. The 2016 cost for this event was $1,524.58.

Fire: Andy Pless

Comments: Approved without comment.

Community Development: Tim Schmitt

Comments: Approved without comment.

City of Howell Civic Event Application Complete and return this application to the City Clerk's Office

***A new application must be submitted each year.

EVENT Event Nome: American Legion Post 141 Memorial Day Parade Event Purpose:Parade SPONSORING ORGANIZATION INFORMATION Legal Business Nome: American Legion Post 141 12]Non-Profit 0For-Profit OCity Operated/Sponsored 0Co-Sponsored Address:3265 W Grand River City:Howell Stote:MI Zip:48855 Moiling Address: City: State: Zip: Telephone:517-546-2534 Email Address:legionpostl 41 [email protected] Contact Nome:Patrick Wright Title:Post Commander Telephone:810-923-5130 Cell phone:517-512-0774 Email Address:patric. w. wright. [email protected] I CONTACT PERSON ON DAY OF EVENT Nome:Patrick Wright Title: Post Commander Address:2534 W Grand River City: Howell Telephone:810-923-5130 Cell:517-512-0774 Email Address: TYPE OF EVENT (Check One) 0Marathon/Race 0Block Party 0Political or Ballot Issue Event 0Video or Film Production

0Festival/Fair 0Wedding 12]0ther (describe): __ EVENT INFORMATION Event Dote(s): May 29 2017 to May 29 2017 Rain Dote(s): May 29 2017 to May 29 2017 Event Locotion(s):Closure of Grand River Ave from Howell Library to Lake View Cemetery b/w Barnard Street with staging on Chestnut street from Clinton to Grand River Describe and attach a map Event Hours: 10 aJm. to 11 a.m. Estimate dote/time for set up:Monday May 29 2017 8:30 a.m. Estimate dote/time for clean up:Monday May 29 2017 11 a.m. Describe set up and clean up procedures: Special request: Holes cleaned out on sidewalks for flag placement, no clean up needed/ city recepticals

\ '· EVENT INFORMATION (continued) Estimated Attendance: 5000 people

Describe crowd control plans for this event: Howell City Police

Describe the Civic Event's impact on adjacent commercial and residential property: Minimum impad - Grand River closed for only two hours

SIDEWALKS Will sidewalks be used: i:gjYes i:gjNo If yes, include a detailed map outlining the proposed sidewalk use.

Describe sidewalk use: Citizens viewing parade STREETS Will street closures be necessary: i:gjYes 0No If yes, include a detailed map including street closures and emergency vehicles access. Describe street closures: Grand River to George Street, George .street to Barnard Street; Barnard Street from Grand River to Madison Street; Madison Street to Cemetery entrance. Also 100 blocks of North and South Chestnut Streets for staging. Street closed date/time: Monday May 29 2017 9 a.m. Street re-open dote/time: Monday May 29 2017 11 a.m. If the proposed event is a parade, list the point of origin, path, termination point and the number of

entries: Approximately 20-25 entries. Grand River east from Chestnut fo Lakeview Cemetery bwf Barnard Street to Madison to Cemetery entrance

PARKING LOTS Will parking lot closures be necessary: 0Yes i:gjNo If yes, include o detailed mop indicating proposed closures.

Parking Lot(s) Location: Parking Lot(s) closure dote/time: Sunday January 2011 p.m. Parking Lot(s) re-open dote/time: Sunday January 2011 p.m. What parking arrangements are proposed to accommodate potential attendance:

MUSIC Will music be provided/included during the event: [g!Yes 0No Music must conform to City Ordinance Describe type of music proposed: [8JLive 0Amplificotion 0Recorded 0Loudspeokers Proposed time music will begin: 10 a.m. Proposed time music will end: 11 a.m.

Proposed location of live bond/disc jockey /loudspeakers/equipment: Describe noise control: Howell High School Marching Band

EVENT INFORMATION (continued) Will the event require the use of any of the following municipal equipment: [8JYes 0No 0Trosh Receptacles Quantity: [8JBorricodes Quantity: SO [8JT roffic Cones Quantity: SO 00ther (describe) Will the following be constructed or located in the event area? No stakes of any kind allowed on asphalt.

0Booths Quantity: OTables Quantity:

0Tents Quantity: OR ides Quantity:

0Awnings Quantity: 0Portoble Toilets Quantity: 0Conopies Quantity: OOther (describe) You must attach a pion of the proposed layout. Include the proposed location of booths, tents, tables, rides, routes, portable toilets, etc.

Will the event have kiddie rides, inflatable, (i.e. moonwalk), amusement rides, climbing walls, live animals, etc? 0Yes [8JNo If yes, additional insurance coverage will be required.

If yes, describe in detail the types of attractions proposed:

Will electric service be needed: 0Yes [8JNo If yes, describe in detail:

Will other utilities be needed: 0Yes [8JNo If yes, describe in detail:

Will other City facilities be needed? DYes [8JNo If yes, describe in detail:

Will the event hove food, beverage or concessions: 0Yes [8JNo If yes, please attach copy of valid food license. Describe:

Do you pion to hove alcohol served at this event: 0Yes [8JNo If yes, liquor liability Insurance is required, as well os a Special license from the Michigan liquor Control Commission.

If yes, describe measures to be token to prohibit the sale of alcohol to minors. Do you plan to have special event signs: 0Yes ~No Signs must conform to City Ordinance

Describe proposed locations for signs:

APPLICATION CHECK LIST (Failure to provide necessary documentation will delay application review and approval) I have attached the following items: cgJCompleted Application

0Event Map (includes detailed event layout and boundaries for all activities) cgJOetailed Plan showing road closures, sidewalk uses, etc.

0Certificate of Insurance and Indemnification (due to City Clerk's office 30 days prior to the first day of event)

0Event Signage (description)

0Schedule of activities for event

0Driver's License of Applicant

If a document is missing, please explain:

The applicant and sponsoring organization understands and agrees to:

Provide a certificate of insurance with all coverage deemed necessary for the event, name the City of Howell as an additional insured on all applicable policies, and submit the certificate to the City Clerk's Office no later than thirty (30) days prior to the event.

Execute an Indemnification Agreement on the sponsoring organizations letterhead and submit it to the City Clerk's Office at the time of application.

Comply with all City and County ordinances, policies and applicable State and Federal lows, and acknowledges that the civic events permit does not relieve the applicant or sponsoring organization from meeting any application requirements of low or other public bodies or agencies. All sponsors are required to comply with the Americans with Disabilities Act when applicable. The ADA does not require the City of Howell to take any action that would fundamentally alter the nature of its services, programs, activities and facilities, or impose undue financial or administrative burden.

Promptly pay any billing for City services which may be rendered or deemed necessary as part of the event and event approval.

Applicant and sponsoring organization further understands the approval of this civic event may include additional requirements and/or limitations based in the City's review of this applicotion, in accordance with the City's Civic Event Policy. The applicant and sponsoring organization understands that it may be necessary to meet with City staff during the review of this application and the City Council approval will be necessary. The applicant agrees the sponsoring organization will operate the event in conformance with the written approval.

Applicant understands that he/she (or the sponsoring organization) is responsible for contacting the Michigan Liquor Control Commission and or the County Health Department to secure any and all permits required for this event. As the duly authorized agent of the sponsoring organization, I hereby apply for approval of the Civic Event and affirm the above understandings. The information provided on this application is true and complete to t est of my owledge. 3 rf\!O n.c t+ Cb 1-;r Date

COMPLETE THIS AP PUCA TION AND RETURN IT TO THE CITY CLERK'S OFFICE PRIOR TO THE APPLICATION DEADLINE. ***NOTE A NEW APPLICATION MUST BE SUBMITIED EACH YEAR.

INDEMNIFICATION AGREEMENT

The

agree(s) to defend, indemnify, and hold harmless the City of Howell, Michigan, from any claim, demand, suit, loss, cost of expense, or any damage which may be asserted, claimed or recovered against or from the by reason of any damage to property, personal injury or bodily injury, including death, sustained by any person whomsoever and which damage, injury or death arises out of or is incident to or in any way connected with the performance of this contract, and regardless of which claim, demand, damage, loss, cost of expense is caused in whole or in part by the negligence of the City of Howell or by third parties, or by the agents, servants, employees or factors of any of them.

Signature Date

Witness Date Kosins glass Start Positions Center Street Center Street

Howell Library Howell City Police First Presbyterian

High School Band Church

Commander and blue star mothers

Legion Color Guard Chestnut Street Chestnut Street staging (dignitaries if walking)

for Auxiliary, veterans, SAL, Veteran trailer Howell High School Band

walking units ______. Ladies Aux

Sons of the Legion

ROTC

Mayor if riding

Representative if riding

Legion Riders

DAV

Vet of Year West Street West Street Aux of year

Daughters of American Revolution

Boy scouts

Girl scouts

Military vehicles.

EMS

Fire

George street Howell, MI - MapQuest Page 1of1

Search Results for .. Howell, Mr

page 1 of 1

~ 1. Howell, Ml Howell, Ml

------:------~------~-::;------~------,, .. ------·-»••------~----- .. --.,,~----- ,.. Cl

https://www.mapquest.com/search/results?slug=%2Fus%2Frni%2Fhowell&query=Howell,... 3/6/2017

CITY OF HOWELL MEMORANDUM

TO: MAYOR & CITY COUNCIL FROM: JANE CARTWRIGHT, CITY CLERK DATE: MARCH 9, 2017 RE: CIVIC EVENT APPLICATION, RIDE TO REMEMBER

Attached is the completed Civic Event application filed by Rolling Thunder Chapter 5 for the Ride to Remember scheduled for May 20, 2017. Staff has reviewed the application and their comments are attached.

ACTION REQUESTED: A motion to approve the Civic Event application submitted by Rolling Thunder Chapter 5 for the Ride to Remember scheduled for May 20, 2017 contingent upon receipt of certificate of insurance.

REVIEWED & APPROVED FOR SUBMISSION:

Shea Charles, City Manager CITY OF HOWELL CIVIC EVENT APPLICATION STAFF RECOMMENDATIONS & COMMENTS

EVENT TITLE: RIDE TO REMEMBER

Public Services: Erv Suida

Comments: Approved without comment. The 2016 cost for this event was $151.44.

Police: George Basar

Comments: Approved without comment.

Fire: Andy Pless

Comments: Approved without comment.

Community Development: Tim Schmitt

Comments: Approved without comment.

From : 03 / 06 / 2017 08 :53 #52 1 p. 008 / 010 From: 03/06/2017 08:52 #521 P.001/010

City of Howell Civic Event Application Complete and return this application to the City Clerk's Office

'"'"'''A new application must be submitted each year.

EVENT Event Name:Ride to remember

Event Purpose: Veterans appreciation

SPONSORING ORGANIZATION INFORMATION Legal Business Name: Rolling Thunder Ch. 5

cg] Non-Profit OF or-Profit Deity Operated/Sponsored Oco-Sponsored

Address:po box 305 City: Hartland State:Mi Zip:48353

Mailing Address:same City: State: Zip:

Telephone:734-891-5126 Email Add ress:rmccraightl [email protected]

Contact Name:Robert Mccraight Title:COB

Telephone:734-891-5126 Cell phone: 734-891-5126 Email

CONTACT PERSON ON DAY OF EVENT Name:Robert Mccraight Title:C.O.B.

Addrf '99?5 ~...... ,.....c City: Romulus

Telephone: Cell: 734-891-5126 Email Address: same

TYPE OF EVENT (Check One) 0Marathon/Race 0Block Party 0Political or Ballot Issue Event 0Video or Film Production

0Festival/Fair Owedding cg]other (describe):Non profit Veterans Event

EVENT INFORMATION ~ ...zo-.;;. CJ/Z Event Date(s): 0--: .<.£'/ ·~tf:)/l " • r - - • .,,.. From: 03/06/2017 08:52 #521 p. 002/010

Event Location(s):Historic Courthouse Describe and attach a map

Event Hours:6 a.m. to 3 p.m.

Estimate date/time for set up:Saturday f!>'"..::?c:.!) ~./? 6 a.m.

Estimate date/time for clean up:Saturd 5"7.2'1:'·.2(!)/'/ p.m.

Describe set up and clean up procedures:

Speakers, podium and canopy for rain

EVENT INFORMATION (continued) Estimated Attendance: 200

Describe crowd control plans for this event:

self

Describe the Civic Event's impact on adjacent commercial and residential property:

minimal

SIDEWALKS Will sidewalks be used: [SJYes 0No If yes, include a detailed map outlining the

proposed sidewalk use.

Describe sidewalk use:

Sidwalks on south and west side of property. Also parking blocked on same

sides .... west and east.

STREETS Will street closures be necessary: 0Yes [SJNo From: 03/06/2017 08:53 #521 P.003/010

If yes, include a detailed map including street closures and emergency vehicles access.

Describe street closures:

Street closed date /time: Sm1oay ja11ua1 y tOH• p.m.

Street re-open date/time:.S1::1RaayJan1:1a1y 20~ p.m.

If the proposed event is a parade, list the point of origin, path, termination point and

the number of entries:

PARKING LOTS Will parking lot closures be necessary: 0Yes ~No If yes, include a detailed map

indicating proposed closures.

Parking Lot(s) Location:West side of court hous ... only the east side of lot is required

Parking Lot(s) closure date /time: Saturday !5"'"·..2° · ..::iai / 6 a. m.

Parking Lot(s) re-open date/time: Saturday s-· .;at:>·..::J.:>/? 3 p.m.

What parking arrangements are proposed to accommodate potential attendance:

see above

MUSIC Will music be provided /included during the event: C2]Yes 0No Music must

conform to City Ordinance

Describe type of music proposed: [g}uve 0Amplification 0Recorded D

Loudspeakers

Proposed time music will begin: 11 a.m. Proposed time music will end: 12 p.m.

Proposed location of live band/disc jockey/loudspeakers/equipment:

Describe noise control: From: 03/06/2017 08:53 #521 P.004/010

EVENT INFORMATION (continued) Will the event require the use of any of the following municipal equipment: JZ]Yes

0No

Orrash Receptacles Quantity:

JZ]Barricades Quantity:

Orraffic Cones Quantity:

Oother (describe)

Will the following be constructed or located in the event area? No stakes of any kind

allowed on asphalt.

0Booths Quantity: Drables Quantity:

Oren ts Quantity: 0Rides Quantity:

0Awnings Quantity: 0Portable Toilets Quantity:

Ocano pies Quantity: Oother (describe)

You must attach a plan of the proposed layout. Include the proposed location of booths, tents, tables, rides, routes, portable toilets, etc.

Will the event have kiddie rides, inflatable, (i.e. moonwalk), amusement rides, climbing walls, live animals, etc? DY es JZ]No If yes, additional insurance coverage will be required.

If yes, describe in detail the types of attractions proposed:

Will electric service be needed: lZJYes 0No If yes, describe in detail:for audio

equipment for guest speakers

Will other utilities be needed: 0Yes JZ]No If yes, describe in detail: From: 03/06/2017 08:53 #521 p. 005/010

Will other City facilities be needed? 0Yes C8JNo If yes, describe in detail:

Will the event have food, beverage or concessions: 0Yes [gjNo If yes, please attach copy

of valid food license.

Describe:

Do you plan to have alcohol served at this event: 0Yes 1:8:)No

If yes, Liquor Liability Insurance is required, as well as a Special License from the Michigan Liquor Control Commission.

If yes, describe measures to be taken to prohibit the sale of alcohol to minors.

Do you plan to have special event signs: 0Yes C8JNo Signs must conform to City

Ordinance

Describe proposed locations for signs:

APPLICATION CHECK LIST (Failure to provide necessary documentation will delay application review and approval) I have attached the following items:

[8Jcompleted Application

[8JEvent Map (includes detailed event layout and boundaries for all activities)

C8JDetailed Plan showing road closures, sidewalk uses, etc.

[8]Certificate of Insurance and Indemnification (due to City Clerk's office 30 days prior to the

first day of event)

0Event Signage (description) From: 03/06/2017 08:53 #521 p. 006/010

[Z)Schedule of activities for event

!Z!Driver's License of Applicant

If a document is missing, please explain:

The applicant and sponsoring organization understands and agrees to:

Provide a certificate of insurance with all coverage deemed necessary for the event, name the City of Howell as an additional insured on all applicable policies, and submit the certificate to the City Clerk's Office no later than thirty (30) days prior to the event.

Execute an Indemnification Agreement on the sponsoring organizations letterhead and submit it to the City Clerk's Office at the time of application.

Comply with all City and County ordinances, policies and applicable State and Federal laws, and acknowledges that the civic events permit does not relieve the applicant or sponsoring organization from meeting any application requirements of law or other public bodies or agencies. All sponsors are required to comply with the Americans with Disabilities Act when applicable. The ADA does not require the City of Howell to take any action that would fundamentally alter the nature of its services, programs, activities and facilities, or impose undue financial or administrative burden.

Promptly pay any billing for City services which may be rendered or deemed necessary as part of the event and event approval.

Applicant and sponsoring organization further understands the approval of this civic event may include additional requirements and/or limitations based in the City's review of this application, in accordance with the City's Civic Event Policy. The applicant and sponsoring organization understands that it may be necessary to meet with City staff during the review of this application and the City Council approval will be necessary. The applicant agrees the sponsoring organization will operate the event in conformance with the written approval.

Applicant understands that he/she (or the sponsoring organization) is responsible for contacting the Michigan Liquor Control Commission and or the County Health Department to secure any and all permits required for this event.

As the duly authorized agent of the sponsoring organization, l hereby apply for approval of the Civic Event and affirm the above understandings. The information provided on this application is true and complete to the best of my knowledge. From: 03/06/2017 08:53 #521 P.007/010

Date

COMPLETE THIS APPLICATION AND RETURN IT TO THE CITY CLERK'S OFFICE PRIOR TO

THE APPLICATION DEADLINE. '~*'~NOTE A NEW APPLICATION MUST BE SUBMITTED EACH YEAR.

INDEMNIFICATION AGREEMENT

The

agree(s) to defend, indemnify, and hold harmless the City of Howell, Michigan, from any claim, demand, suit, loss, cost of expense, or any damage which may be asserted, claimed or recovered against or from the by reason of any damage to property, personal injury or bodily injury, including death, sustained by any person whomsoever and which damage, injury or death arises out of or is incident to or in any way connected with the performance of this contract, and regardless of which claim, demand, damage, loss, cost of expense is caused in whole or in part by the negligence of the City of Howell or by third parties, or by the agen nts, employees or factors of any of them.

J :?~t·______,/CfJ/J<>;;;!' ____ _ Date

--~W5t---~-~-----~---~ From: 03/06/2017 08:54 #521 P.009/010 j

G.?>ANQ. Rlv~ AV~. ~~•f•. :.;;\Cf''"''.•')·~~·;,c;·c.N:Jf,;\~f~~:~ff}${icj>;@.Ci''·"'"!f'i'.di'f;;••r0fff/t·;,;J;;;·:;,~:.:·:=:: ==;o;;ff=::·;::',"'\:'~&~S"•~i.:,· ... ·.... :·~~~*-"'~"'"""~:''.;;,•.::.:::;·· CITY OF HOWELL MEMORANDUM

TO: MAYOR & CITY COUNCIL FROM: TIMOTHY R. SCHMITT, COMMUNITY DEVELOPMENT DIRECTOR DATE: MARCH 8, 2107 RE: INFRASTRUCTURE CAPACITY ENHANCEMENT GRANT APPLICATION

Staff has previously made Council aware of the Infrastructure Capacity Enhancement grant released by the Michigan Economic Development Corporation. After discussions with City Council, Staff has been working towards an application for the reconstruction of State Street downtown.

After reviewing some preliminary designs with the City’s consultants, Staff is leaning strongly towards leaving the road as a one-way street. The benefits of two-way traffic on the Michigan/Grand River intersection do not appear to outweigh the impacts on the County property. Retaining the one-way traffic gives some design flexibility with the pedestrian and landscaping areas, while limiting any impact on the eastern side of the street. The three design options are attached and are summarized as follows:

OPTION 1 1. 9.5' sidewalk along building fronts 2. 60 degree angle parking (matches existing) 3. 18' parking spaces do not utilize valley gutter 4. 2’ valley gutter 5. 10' travel lanes 6. Proposed two-way traffic on State Street 7. 43 total spaces proposed (44 existing spaces)

OPTION 2 1. 9.5' sidewalk along building fronts 2. 60 degree angle parking (matches existing) 3. 18' parking spaces utilize valley gutter 4. 1.5' valley gutter 5. 10' travel lanes 6. Proposed two-way traffic on State Street 7. 43 total spaces proposed (44 existing spaces)

OPTION 3 1. 9.5' sidewalk along building fronts 2. 60 degree angle parking (matches existing) 3. 18' parking spaces utilize valley gutter 4. 1.5' valley gutter 5. 13' travel lanes 6. Proposed one-way traffic on State Street (SB) 7. 47 total spaces proposed (44 existing spaces) There are a number of items that need to be completed prior to the submittal deadline of April 7th, including holding a public hearing. Staff will be asking Council to take the following actions at the March 27th meeting to meet application requirements:

 Hold a public hearing on the proposed application, with the completed application available for review. Staff is asking the Council to set a public hearing for this meeting.  Identify the funding sources for the cash match, which is required to be 10% of the total project cost. Staff’s analysis of the application leads us to believe that additional match will not be a benefit to an application this fiscal year.  Approval of the Capital Improvement Plan showing State Street in the 2018/2019 fiscal year. The Planning Commission will review and approve the document at their March 15th meeting in advance of City Council’s approval.  Approval of an Authorizing Resolution for the project (similar to the one approved for the Façade Grant last year). This includes formally establishing the Mayor as the signatory to the application and numerous attachments.  Preliminary approval of a Community Development Plan for the City. This is a short document that will specifically address national CDBG objectives, pulling from existing plans that the City has developed. We will have a more formal review of the document in the coming months.

ACTION REQUESTED:

A motion to set a public hearing for March 27, 2017 for the City of Howell’s Infrastructure Capacity Enhancement grant application to reconstruct State Street, between Clinton and Grand River, the Peanut Row Alley, between State and Michigan, and the north/south private alley, between Peanut Road and Clinton.

REVIEWED & APPROVED FOR SUBMISSION:

Shea Charles, City Manager

CITY OF HOWELL MEMORANDUM

TO: MAYOR & CITY COUNCIL FROM: GEORGE BASAR, CHIEF OF POLICE DATE: MARCH 6, 2017 RE: LAW ENFORCEMENT ACCREDITATION PROCESS

WHAT IS ACCREDITATION

Accreditation is a progressive and time-proven method to allow law enforcement agencies to measure and improve their overall performance through the adoption of a set of standards and professional objectives. Agencies conduct a thorough self-analysis to determine how existing operations can be adapted to meet those standards and objectives. Achieving accreditation represents a significant professional achievement that acknowledges the implementation of policies and procedures that are conceptually sound, operationally effective and meeting with best practices.

BACKGROUND

Over the years, the Howell Police Department has explored the idea of seeking law enforcement accreditation. Until recently the only option for any agency was to go through a nationwide program administered through the Commission on Law Enforcement Standards (CALEA). However, most agencies, especially smaller agencies, found that the one size fits all program was simply too cost prohibitive and too time consuming. The initial registration fee for an agency our size is $8500.00. The agency is then responsible for the cost of lodging, airfare and meals for the on-sight assessors. The ongoing annual fee is $3500.00 per year.

The complexities of the CALEA program required an agency to designate an officer as a full time accreditation manager. The program consists of anywhere from 189-484 standards. An agency was required to meet all mandatory standards and at least 80% of applicable non-mandatory standards. Aside from the ongoing time commitments, the ongoing annual fees also became burdensome, resulting in many agencies being unable to comply or to complete the process. Many agencies that did complete the process, mostly larger agencies, and were accredited in the early days of the program have since dropped out due to concerns for cost, the economic environment, commitment of personnel time and ongoing complexities of the program.

MICHIGAN’S PROGRAM

For the reasons mentioned above many states and state association began creating their own accreditation programs designed specifically for their respective states. For the past two years, the Michigan Association of Chiefs of Police has been working on the development and implementation of a Michigan

accreditation program. During the last quarter of 2016 the project was completed and resulted in the creation of the Michigan Law Enforcement Accreditation Commission (MLEAC).

Eleven (11) Commissioners from various backgrounds and disciplines who have an interest in the delivery of professional police services govern the Commission. The Commission is charged with establishing and maintaining professional standards for the operation of law enforcement agencies in the State of Michigan. They are the policy making body that will establish, approve and oversee all of the programs activities and assure that agencies meet all of the 104 applicable standards.

THE PROCESS AND COSTS

The department will make application to begin the accreditation process and pay the application fee of $1,800. Upon acceptance of the application, the department will have a maximum of two (2) years to complete the self-analysis, develop the necessary policies and procedures, and assemble the needed proofs of compliance that show that the agency is meeting all of each standards individual requirements.

When the department has completed the self-assessment phase a mock assessment team will be assigned to help identify any deficiencies and help the department prepare for the final assessment.

Once the department deems itself ready, and still within the two year window, the Commission will assign a team of assessors to conduct the on-sight assessment. The on-sight assessment is a two day process that includes file reviews of standards and proofs of compliance, agency tours, ride alongs, a public engagement session and interviews with department personnel. The department maybe responsible to provide up to two (2) nights lodging dependent on the needs of the assigned assessors.

Upon successful completion of the final assessment, the department will be awarded its certification as an accredited police agency in the State of Michigan.

AN ONGOING PROCESS

Once achieved, accreditation is an ongoing process. Laws change, new laws are enacted, requirements change, court rulings may affect operations, and policies need to be constantly reviewed, revised and updated.

In order to maintain its status as an accredited agency, the department must undergo the process of re- accreditation every three (3) years. The process is identical to that of the initial assessment to establish that the department remains up to date and compliant with all standards and best practices. After receiving initial accreditation, the department will pay $700 annually to the commission over the next three years. The annual fee will then cover the cost of the re-accreditation process.

SUPPORT OF RISK MANGEMENT AUTHORITIES

The States risk management authorities, the Michigan Municipal League (MML) and the Michigan Municipal Risk Management Authority (MMRMA), have endorsed and support the value of the accreditation process. MML is offering a 5% reduction in the premium cost for their police liability pool members. MMRMA is offering reimbursement of 75% of the department’s application fee. In our case, we would receive a reimbursement of $1,350 of the $1,800 fee.

ACTION REQUESTED: Motion to direct staff to move forward with the Law Enforcement Accreditation process for the Howell Police Department.

REVIEWED & APPROVED FOR SUBMISSION:

Shea Charles, City Manager

CITY OF HOWELL MEMORANDUM

TO: MAYOR & CITY COUNCIL FROM: GEORGE BASAR, CHIEF OF POLICE DATE: MARCH 6, 2017 RE: LEXIPOL PURCHASE

It has been recognized that obtaining and maintain accreditation for a given police agency can be a time consuming and labor-intensive process. This is even more significant when utilizing a manual process. To help overcome this burden, electronic programs have been developed to streamline policy and procedure implementation and management as well as meeting and maintaining accreditation standards.

Recently, members of the command staff of the Howell Police Department, including the Chief and Deputy Chief, were able to participate in live demonstrations of the three leading software management programs and to evaluate their effectiveness and appropriateness for the Howell Police Department.

Staff evaluated LEXIPOL, Power DMS and PM-AM HCM. While all provided the same or similar base level of support, PM-AM HCM was quickly eliminated from consideration. It was found to be a low end product that provided nothing more than the minimal basics.

LEXIPOL and Power DMS both provided higher levels of sophistication and support and were found to be very competitive. Some of the significant features provided by both are as follows:

 Accreditation standards pre-loaded into the program.  Electronic comparison of policies to the accreditation standards.  Electronic updates to policy and procedure.  Side by side comparisons of updated policy to the old policy  Ability to create our own training programs and tests related to policy  Tracking of training and compliance measures.  Mobile apps for officers to access policies while in the field on smart phones, tablets or in-car computers.

What set LEXIPOL apart from Power DMS was the additional service that they provide to even more fully automate the accreditation and ongoing policy and procedure and training processes. Many of the features of Power DMS still rely on our personnel for creation, implementation and tracking of several aspects of the program, most significantly training, legal review and on-going policy updates.

LEXIPOL provides these additional features:

 Their in-house attorneys will write the initial policies including all of the applicable legal citations, making sure that they are in full compliance with state law and the state accreditation standards.

 Their in-house Attorneys will continually monitor changes in the law, any new laws that may be enacted, recent court rulings, etc.  When detected, they will automatically update any affected policy or policies, including the applicable legal citations, to ensure that we remain in compliance with accreditation standards, and transmit the changes to our department for review and acceptance.  Provide a module to separate base policies from their actual associated procedures and electronically link them as necessary.  Provide assistance of a project manager to assist with the implementation and accreditation processes.  Provide, in an add-on service, a line-by-line policy analysis and cross-reference of all of our existing policies and LEXIPOL content. Make recommendations where to keep, replace and/or merge content.  Provide up to 16 hours of one-one-one training and implementation support.  Each day they will automatically generate a short scenario based daily training bulletin related to our policies, followed by a short quiz to demonstrate an officers understanding of the policy. Compliance is automatically tracked and recorded to prove that officers are knowledgeable and compliant with policy and procedure.  Daily bulletins may be reviewed at the officer leisure on the computers in the office, smart phones, tablets or in-car computers.  Provides a 5% discount on the annual subscription for MACP members.

Given the size of our agency, organizational structure, staffing level and the demands to meet and maintain accreditation, it is staffs strong recommendation that we take advantage of the additional automated features provided by LEXIPOL. That we purchase the LEXIPOL subscription package at an annual cost of $8,486. Further, is recommended that we make the one time purchase of the Quick Silver implementation package at a cost $4.950. Total first year cost of $13,436. (see attached detailed proposal).

ACTION REQUESTED: Motion to approve the purchase of the LEXIPOL Michigan Policy Manual and Daily Training Bulletin subscription package at a cost $8,486 and authorize the one-time purchase of the Quick Silver implementation package at a cost of $4,950, for a total cost of $13,436.

REVIEWED & APPROVED FOR SUBMISSION:

Shea Charles, City Manager

MICHIGAN LAW ENFORCEMENT POLICY MANUAL & DAILY TRAINING BULLETINS

Presented to: Howell Police Department

Proposal Date: January 30, 2017

Lexipol 6B Liberty, Suite 200 Aliso Viejo, California 92656 949.484.4444 www.lexipol.com

Karen James Senior Account Executive 949-325-1230 [email protected]

Proposal Valid Through: March 10, 2017

COMPREHENSIVE, DEFEN SIBLE POLICY AND DAI L Y TRAINING | LEXIPOL .COM

January 30, 2017

Chief George Basar Howell Police Department 611 E. Grand River Howell, Michigan 48843

Dear Chief Basar,

Thank you for the opportunity to propose our Law Enforcement Policy Manual and integrated Daily Training Bulletin service to your department. Since 2003, our proven policy and training solutions have helped public safety agencies across the country reduce risk, avoid litigation and focus more resources on proactive policing.

Lexipol’s cost-effective model and easy-to-use web-based tools provide your agency with:

 Policies that reflect up-to-date, applicable industry standards and best practices  Content specific to the laws and practices of Michigan  Daily scenario-based training that reinforces your agency’s policies  Timely updates in response to new legislation and case law

Vetted by a team of attorneys specializing in public safety law, our content is used by more than 2,500 public safety agencies nationwide. As a Lexipol client, you will always have access to a current policy manual that reflects your agency’s values and policing philosophy, and the peace of mind that comes from knowing your agency is protected.

Thank you again for your interest in Lexipol.

Sincerely,

LEXIPOL, LLC

Karen James

Karen James Senior Account Executive

LEXIPOL | COMPREHENSIVE, DEFENSIBLE POLICY AND DAILY TRAINING 2

PROPOSAL FOR LAW ENFORCEMENT POLICY MANUAL PRESENTED TO: Howell Police Department DATE: 1-30-2017

Lexipol Annual Subscription Service Term Price Annual Subscription: LE Policy Manual & Daily Training Bulletins Annual $7,912 Supplemental Publication Service (SPS) - Optional Annual $1,021 5% MACP Discount (LE Subscription + SPS) Annual ($447) Annual Recurring Subscription $8,486 Subscription Total Due - Year 1 $8,486

Implementation Support (Options) Term Price Implementation Support (Optional): Option 1: Quick Start (Silver) Implementation Package One-time fee $4,950 Based on up to 300 pages in current policy manual Option 2: COMBO Quick Start (Silver) Implementation One-time fee $10,900 Package + Essential Gold Package (Best value) Option 3: Essential (Gold) Implementation Package One-time fee $6,950 (stand alone) Option(s) selected will determine Amount Due TBD

Total Due - Year 1 Term Price Subscription Total Due - Year 1 Annual $8,486 Plus Quick Start Implementation Option One-time fee TBD Total Due - Year 1 TBD

Pricing is based on:  Law Enforcement – No. of Authorized Sworn Officers 17

SCOPE OF SERVICES:

Law Enforcement Policy Manual & Daily Training Bulletins  Compliant with state and federal laws and regulations  Customized to reflect your agency’s terminology and structure  Scenario-based daily training ties policy to real-world applications  Each DTB includes a test question that reinforces policy comprehension  Officers can complete DTBs via computers or iOS and Android mobile devices  DTB completion and policy acknowledgement reports available by officer, topic or policy

LEXIPOL | COMPREHENSIVE, DEFENSIBLE POLICY AND DAILY TRAINING 3. Policy Updates  Delivered in response to new legislation, case law and evolving best practices  Changes are presented in mark-up form and side-by-side comparison against existing policy  Your agency can accept, reject or customize each update

Web-Based Delivery Platform & Mobile App (Knowledge Management System) Included with every subscription, this state-of-the-art web-based platform features:  Ability to edit and customize content to reflect your agency’s mission and philosophy  Efficient distribution of policies to staff  Automated tracking and reporting of policy acknowledgement and completion of training by all staff  Archival and easy retrieval of all versions of policy manual, should litigation require you to produce an earlier version  Mobile app that provides in-the-field access to policy and training materials

Accreditation Tools  Standards content is electronically delivered, in accordance with MACP standards  Language within each applicable policy is tagged with and linked to the corresponding accreditation standard.  Reports show policy compliance with specified accreditation standards, facilitating audits and assessments

Customer Assistance & Support  Training on the Lexipol web-based delivery platform  Dedicated Account Management and Customer Service representatives assigned to agency and available via phone and email  Lexipol Forum, an online user community of Lexipol subscribers, provides additional resources and opportunities to get questions answered and share best practices

Supplemental Manual(s)  Electronically links department-specific procedural content to your policy manual  Automated tools help ensure consistency between policy and procedure material  Perfect for standard operating guidelines/procedures, general orders or field guides

Quick Start (Silver) Implementation Services  Two-way cross-reference report comparing the agency’s existing policy content to the Lexipol policy content  One-on-one review with agency to discuss the cross-reference report  Agency-specific Implementation Plan, Project Management Guide and project kickoff presentation webinar providing background on Lexipol policy structure, writing style and editing guidelines  Customized project status tracker, project calendar and implementation timetable  8 hours of consultation / project management support to ensure immediate progress following the cross-reference review

LEXIPOL | COMPREHENSIVE, DEFENSIBLE POLICY AND DAILY TRAINING 4 Essential (Gold) Implementation Services Upon completion of the Quick Start (Silver) Implementation program, provides access to a Lexipol Implementation Specialist throughout the implementation process. Services are purchased in pre-paid, 50-hour packages, and are customizable as your specific needs evolve throughout the project, but may include:  Access to Lexipol’s online secure collaborative workspace/database  Database design, personnel training  Database maintenance: ongoing during project  Online collaborative support o Policy editing to meet agency’s specific structure and needs o Proper integration of existing content o General policy-related questions o Collaboration on difficult or complicated polices, at agency’s request o Assembly of policy manual within Lexipol’s KMS, including data entry and hyperlinks to procedure manual, as appropriate  Assembly of procedure manual in Supplemental Manual(s) (if purchased) within Lexipol’s KMS  Quality assurance review and copyedit

LEXIPOL | COMPREHENSIVE, DEFENSIBLE POLICY AND DAILY TRAINING 5.

CITY OF HOWELL MEMORANDUM

TO: MAYOR & CITY COUNCIL FROM: ERVIN J SUIDA, DPS DIRECTOR DATE: MARCH 6, 2017 RE: BIOSOLIDS HAULING CONTRACT

Attached is a service agreement from Advanced Disposal Services (ADS) for the hauling and disposal of Biosolids (pressed sludge) from our Wastewater facility. This agreement is supplemental to our existing residential waste and rubbish contract with ADS and locks in pricing for the entire term of the contract. The service will be based on an as needed service (call for service) and pricing is based on a fixed rate and per ton disposal charge.

We have already provided lab results to ADS characterizing the sludge and our product has been deemed acceptable for disposal. We compared the rates from ADS with neighboring communities and found that we will be $75.00 to $100.00 less per load than these communities. The proposed rate includes a $225.00 hauling fee, $75.00 liner cost and a tipping fee of $21.50 per ton, we anticipate each haul weight of 10 tons resulting in a per haul cost of $515.50. We also determined based on sludge production and anticipated percent solids that initially we will generate roughly 2 hauls per week at a cost of $515.50 per haul, for an annual cost of $54,000. Currently if we were to continue with Biotech our sludge costs would be in the range of $100,000 to $118,000 annually. This reflects a potential cost difference of $46,000 to $64,000 per year, however these numbers are based on an assumed percentage of solids that may vary slightly one way or the other.

By finalizing this agreement now we will give ADS time to customize their container to fit our proposed temporary pressing facility and start working on the logistics for this operation. At this time staff is comfortable recommending we approve the proposed service agreement and rates as provided by ADS. Funds for sludge hauling are an annual operating cost and budgeted in line item 590-564-804.013, Contract Services- Sludge Hauling. Due to the expanded contract with Bio-Tech, we will be over budget for this fiscal year. A budget amendment will be presented as part of the 3rd quarter adjustments.

ACTION REQUESTED:

Approve the additional service agreement rates and fees to the existing Advanced Disposal Contract for the removal of Biosolids (pressed sludge) from the WWTP for proper disposal in a landfill.

REVIEWED & APPROVED FOR SUBMISSION:

Shea Charles, City Manager

Fonn SAL02 REV 7-IS

@ Advanced Disposal SALESPERSON# SQ FEL _ _ REL__ ROL~ SERVICE AGREEMENT CUSTOMER#:·------196795 ------SITE#:_1_6 ______New Account___ _ Service Increase___ _ Service Decrease__ _ _ Cancel__ Rate Increase__ _ _ Rate Decrease__ ___ Other__ _ Reason Code__ _ CUSTOMER MASTERfBILLING INFORMATION SITE MASTER MAINTENANCE/SERVICE LOCATION LEGAL NAME: City of Howell NAlv!E: Howell Wastewater Treatment Plant -~------~ ADDRESS LINE I: ------150 Marion St ------ADDRESS LINE 1: 1191 S. Michigan Ave ADDRESS LINE 2: ______ADDRESS LINE 2:______CITY: Howell STATE:_M_i____ _ CITY: Howell STATE : ~ ZIP CODE: 48843 PHONE: (~ _ 546 • 7510 ZIP CODE: 48843 PHONE: @) - 546 _ 6230 FAX:L..J-_ - __ FAX: L..J - __ - ___ EMAIL: [email protected] CONTACT NAME:------Erv Suida EFFECTIVE DATE OF AGREEMENT: ___ SERV# SERVTYPE QTY CONT. COMP. ON FREQ EXTRA DISPOSAL MONTHLY SIZE YIN CALL PICK CHARGE CHARGES YIN UP/HAUL RUE 1 Perm Roll-Off 2 10yd no yes oc $225 $21 .50 Per Ton ~z Liner $75 Contract Expires 9 January 31, 2026 0

OTHER CHARGES: P.O.#______+ Fuel Fee, Environmental Fee and Administrative Fee as shown on invoice $_0_ Per Container per Delivery or Pickup

This Service Agreement ("Agreement'~, together with the Terms and Conditions set forth herein, is a legally binding contract between Contractor and Customer, and the individuals executing this Agreement have all power and authority to do so.

Advanced Disnosal Services Solid Waste Midwest. LLC ("Advanced'~ ("Customer") By: ______By:______Print Name;_B_re_u_a_u_itiq"""u_it______Print Name: ______

TERMS AND CONDITIONS SERVICES. Customer grants to Contractor the exclusive right to collect and dispose all of Customer's Waste Materials (as defined below). Contractor agrees to furnish such services and Equipment specified herein, in accordance wi th the terms and conditions of this Agreement. Changes in collection frequency and type of Equipment may be agreed to orally or in writing. TERM. The Jnitia! Term of this Agreement is 5 years commencina on the Effective Date and shall automatically renew thereafter for successive 5 year terms

------NON-llAZ \RDOllS W,\STE ONLY. Customer represents and 1· arrants that all materials to be collected by Contractor are nonhazardous solid waste and recyclables ("Waste Materials") and wi ll not contain: (i) any haz~rdous. biohazardous. infectious. radioactive. Aammable, explosive, biomedical. or toxic waste as defi ned by applicable laws or regulaiions, including, " ithout hmiution, any hazardous v·aste re,,;ulated unde r the Resourc>! Conservation & Recove~, Acr, 42 lJ SC §§ 6'l01 el .>CIJ, .nd associated regu l~tion5. 40 C.F.R. Part 261; rnd the Toxic Substance Control Act, 15 US.C. §§ 2601 et seq, and associated regulations. 40 C.F.R. Part 761 (including PCBs m anr concentration); or (ii) other materials, that because of their chemical or physical state, pose a risk to human health or the environment ("Excluded Waste"). Customer shall remo\ e Excluded Waste from tile Equipment or other property, but if such matefials are not rem0\ ed by Customer immedinely then Contractor may arrange for la1' ful disposal ct the sole cost and expense of Customer. Title to and liability for Excluded Waste shall at all times remain with Customer. Customer shall be responsible for all costs nssocil ted" ith Excluded Waste, including, bur not limired to, hand/mg, loading, preparing, exhuming, transporting, storing, and disposing of Excluded Waste ~nd any matuials contaminated therewith. Title to Waste t.. laterials (as defined abow) includmg any value received in connection there1•ith, shall vest 1 ith Contractor upon collection. Customer shall at its expense provide any requested chemical characterization of waste to be collected and provide prior notice of any changes m the waste characteristics or generation process. Customer shall be solely responsible for complying with applicable bvs mandati ng prerreatment. source separution or recycling INDEMNITY. Customer shall defend, hold harmless and indemnify Contractor, its officers, Jirectors, members. affiliates. employees, ~nd representatives from and against any and all damage to persons. property or both (including death) or other liabilities (including, but not limitl>d to, reasonable investigation and legal expenses) resulting from the Customer's (or its employees', invitees· or subcontractors') negligence or misconduct, violation of law. use of Equipment or breach of this Agreement. ACCESS. Cu;tomer shall provide unobstructed access to the Waste Materials on the day of collection. If such access is not provided then Customer will be notified and Contractor may make additional Lollection attempts, subj ect to "extra pick-up" o: .::dditional charges. Contractor shall be excused from providing service if precluded from doing so due to reasons beyond its control. All enclosur:!S must meet Contractor's enclosure standards. Customer represents and warrants that any right-of-way used br Contractor to acce:-s the Equipmenr is sufficient to bear the'' eight of the Equipment and Contractor's vehicles Contractor shall nut be responsible for any demlge to any curb, d riv~'U) or subsurface or enclosure. CHARGES & PAYMENT. Customer agrees to pay all invoice charges within 10 days of the invoice date or the minimum peri(ld required by law if greater. If payment is not made when due, Customer agrees that Contractor may charge a late foe for which Customer is responsible in any amount up to the maximum amounr allov ingly, voluntarily and irrevocably agree that at the election of either party any controversy arising between them (WHETHER RELATED TO THIS AGREEMENT OR ANY PRJOR AGREEMENT) shall be resolved by BINDING ARBITRATION under the rules of the American Arbi tr~tion Association governed by and enforceable under the Federal Arbitration Act, and judgment on the award ma. be entered by any cou11 having jurndtction. Customer acknowledges the sel'\·ice Contractor provides to it impacts interstate commerce and agrees that any dispute about the enforceability or scope of the agreement to arbitrate shall-be decided by the arbitrator. The parties' mutual promises contained herein, including to arbitrate certain disagreements, rather than litigate them before courts or other bodies. provides adequate considermion therefor. THE PARTIES EACH HEREBY WAIVE TRJAL BY JURY IN ANY ACTION, PROCEEDING, COUNTERCLAIM OR CROSS-CLAIM BROUGHT BY ANY OF THEM AGAINST THE OTHER WHETHER IN ARBITRATION OR AS OTHERWISE EXCEPTED ABOVE AND FURTHER WAIVE THE RJGHT TO PARTICIPATE AND/OR BE REPRESENTED IN ANY CLASS ACTION, ANY ACTION ON A CONSOLIDATED BASIS OR ANY OTHER COLLECTIVE OR REPRESENTATIVE PROCEEDING. THE PARTIES AGREE THAT NO ACTION MAY BE MAINTAINED AS A CLASS ACTION OR PURS UED ON A CONSOLIDATED BASIS IN ARBITRATION OR OTHERWISE. Any action (including arbitn

TO: MAYOR AND CITY COUNCIL FROM: ERVIN SUIDA, DPS DIRECTOR DATE: MARCH 6, 2017 RE: SIMPLE RECYCLING PROPOSAL

At the November 21, 2016 Council Meeting the Recycle Livingston Director, Julie Cribley and City Staff brought forward a free program that provides curbside textile recycling to inquire if Mayor and Council would be interested in the program. A representative from Simple Recycling also provided a short presentation to describe how the service worked. Since this meeting City Staff and City Attorney Dennis Perkins have been revising the agreement and waiting on Simple Recycling to file as a DBA in Michigan. We have finally resolved all the issues and are prepared to recommend the City enter into this agreement and began rolling out the program for our residents. This contract includes a Contractor fee of $0.01 per pound of recyclables collected to be paid to the City monthly. This fee can be brought into the General Fund as a miscellaneous revenue. Staff is currently seeking Council authorization to sign the agreement and move forward with this program.

ACTION REQUESTED:

Authorize the agreement with Great Lakes Recycling Inc., d/b/a Simple Recycling, for the collection of soft recyclables as outlined in the agreement for a term of 4 years.

REVIEWED & APPROVED FOR SUBMISSION:

Shea Charles, City Manager AGREEMENT FOR COLLECTION OF SOFT RECYCLABLES

This Agreement for the Collection of Soft Recyclables ("Agreement") is made and entered into this_ day of 20__ , (the "Date of Execution") by and between the City of Howell, a Michigan municipal corporation with an address at 611 E. Grand River Avenue, Howell, MI 48843 (herein referred to as "TOWN"), and Great Lakes Recycling, Inc. d/b/a Simple Recycling, an Ohio corporation doing business in the State of Michigan, with a business address at 5425 Naiman Parkway, Solon, OH 44139 (together which with its successors and assigns, herein referred to as "Contractor").

WI TN E S S E T H:

WHEREAS, Contractor is skilled and experienced m the collection and efficient recycling and disposition of Soft Recyclables; and

WHEREAS, TOWN desires to limit and restrict the quantity of Soft Recyclables which are deposited in the landfill; and

WHEREAS, TOWN has selected Contractor to collect, identify, haul, recycle and/or dispose of Soft Recyclables in the TOWN'S Service Area; and

WHEREAS, Contractor can provide such services and is in the business of and has the expertise, experience, resources and capability to perform the collecting, identifying, packaging, hauling, recycling and/or disposing of Soft Recyclables; and

Now, THEREFORE, in consideration of the premises and material promises set forth below and other consideration the receipt and sufficiency of which is hereby acknowledged by the parties, Contractor and TOWN (herein collectively called the "Parties") hereby agree as follows:

1. Term. This Agreement shall begin upon the Date of Execution and continue for an initial term of four (4) years (the "Initial Term"). At the end of the Initial Term Contractor and TOWN have the right to renew for and unlimited number of additional four (4) year terms upon mutual agreement (such term an "Extension Term" and collectively, the "Term"). Unless either Party provides written notice to the other Party at least sixty (60) days prior to the end of the Initial Term, the Term shall automatically renew for the Extension Term. During the Term, Contractor shall have the sole and exclusive rights to pick up Soft Recyclables in the TOWN'S Service Area through municipal contracted pick up.

2. Collection Procedures. During the Term and after the Date of Commencement, Contractor shall collect all acceptable Soft Recyclables set-out for recycling and collection by Residential Customers in approved Containers. The decision of what is an "acceptable" Soft Recyclable shall be made in the sole reasonable discretion of Contractor. However, in no event shall Contractor be required to accept any Excluded Items (excluded items include, but are not limited to the following items: garbage, hazardous waste, carpet, newspapers, mattresses, large furniture, large appliances, yard waste) and in no event shall Contractor provide service to Commercial Customers. Contractor shall not be responsible for collecting Soft Recyclables ' '

which have fallen or been placed Curbside but are not in a Container. Contractor agrees to operate collection vehicles in such a manner to prevent materials from being blown from the vehicle. If at any time during collection and transport, Soft Recyclables are spilled onto a street, sidewalk, or private property, Contractor shall clean up and place in the collection vehicle all Soft Recyclables before the vehicle proceeds to the next stop on the collection route or shall promptly make all other reasonably necessary arrangements for the immediate clean-up of spilled Soft Recyclables. Contractor agrees to remove and dispose of all Soft Recyclables at no cost to TOWN.

3. Ownership. Soft Recyclables set out for collection on the regularly scheduled collection day shall belong to Contractor from the time of its set-out. Soft Recyclables physically collected by Contractor shall be deemed acceptable Soft Recyclables for the purposes of its obligations under this Agreement. 4. Set Out Procedures. Residents shall place Soft Recyclables into Containers and place Containers at Curbside for collection. Overflow material shall be placed adjacent to the Container(s) in plastic bags or other easily handled container. Soft Recyclables shall not be set out in tied bundles. Contractor must collect all Soft Recyclables that are set out in this manner and are placed within seven (7) feet of the Curbside. Containers shall be placed in a manner that will not interfere with or endanger the movement of vehicles or pedestrians. When construction work is being performed in the right-of-way, Containers shall be placed as close as practicable to an access point for the collection vehicle. Contractor may decline to collect any Soft Recyclables not set out in accordance with this paragraph.

5. Contamination and Improper Set Out. If Contractor encounters any improperly packaged Soft Recyclables or other contaminants in the Container, Contractor may leave those materials in the Container or remove them from the Container and leave them Curbside. Contractor must place a tag on the contarninant(s) that is not collected, collect the acceptable items, and leave contaminants at Curbside.

6. Collection Schedule. Contractor shall divide the Service Area into collection areas to coincide with TOWN collection dates. Collections shall be made from Service Recipients on a regular schedule in accordance with the existing TOWN recycling pickup schedule; however, Contractor reserves the right to alter the frequency of the scheduled pickups on an as needed basis. Contractor shall not be required to perf01m any service under this Agreement on Holidays. Contractor may interrupt the regular schedule and quality of service because of street repairs, snow or other closures of public routes, which in Contractor's sole reasonable discretion makes the pick-up of the Soft Recyclables from a Service Recipient impracticable under the circumstances. 7. Missed Collections and Complaints. Service Recipients shall be instructed by TOWN to report missed collections and complaints to Contractor. The Program Brochure and other program information shall include contact information for the Contractor to facilitate communication from Service Recipients. Contractor shall give prompt and courteous attention to all reported missed collections and complaints.

2 . '

8. Inventory of Containers. During the term of this Agreement, Contractor shall purchase (at its sole cost) and maintain an inventory of acceptable and approved Containers for distribution to Service Recipients. Prior to commencement of service under this Agreement, Contractor shall provide new Containers to each Service Recipient. Containers shall initially be delivered to Service Recipients with an informational brochure on the recycling collection program described herein that is produced and printed by the contractor and approved by TOWN, which approval shall not be unreasonably withheld (the "Program Brochure").

9. Contractor's Fee. Contractor shall pay to TOWN a contract fee of One Cent ($0.01) per pound of gross receipts of Soft Recyclables in the TOWN'S portion of the Service Area. Payments shall be made to TOWN not more than thirty (30) days following the close of each calendar month during the term of this Agreement. Weight shall be collected and documented upon completion of each collection day. Under no circumstance will TOWN, its residents or Service Recipients incur any fees, charges or assessments to the Contractor for Contractor's delivery of services under this Agreement.

10. Public Information and Education Program. TOWN shall provide public information in the normal course to inform Service Recipients of this recycling program. The content and timing of TOWN public information shall be coordinate with and approved by Contractor. Contractor may prepare and distribute its own promotional materials subject to TOWN approval, which approval shall not be unreasonably withheld. Contractor shall participate in TOWN directed promotion and education efforts as outlined below:

a. During the course of the routine recycling pick up, provide and distribute notices regarding rejected materials and proper set out procedures.

b. Training of employees to deal courteously with customers on the telephone and on-route to promote the collection service and explain proper material preparation.

c. Coordinate with TOWN for distribution of written promotional and instructional materials directly to Service Recipients.

d. Provide advice to TOWN on promotion and education material content and presentation. 11 . Telephone and Customer Service. Contractor shall maintain and staff a local toll­ free telephone number where complaints of Service Recipients shall be received, recorded and handled by Contractor, between the hours of 9:00 AM and 4:30 PM Monday through Friday, excluding Holidays. Typically, all "call backs" shall be attempted a minimum of one time prior to 6:00 p.m. on the day of the call. 12. Marketing and Disposition of Recyclable Material. Contractor shall be solely responsible for the marketing and sale of collected Soft Recyclables, and shall be solely responsible for the storage and disposition of the Soft Recyclables in the event it is unable to sell the Soft Recyclables in a timely manner.

13. Insurance. During the term of this Agreement Contractor agrees to keep in force, with an insurance company licensed to transact business in the state of Michigan, an "occurrence basis" insurance policy or policies indemnifying, defending and saving harmless TOWN from all

3 damages (except for damages caused by TOWN's own negligence, willful misconduct or failure) which may be occasioned to any person, firm, or corporation, whether damages are by reason of any willful or negligent act or acts on part of Contractor, its agents or employees, with limits no less than: a. General Liability: One Million and no/100 Dollars ($1 ,000,000.00) combined single limit per occurrence for bodily injury, personal injury, and property damage. b. Vehicle Liability: Two Million and no/100 Dollars ($2,000,000.00) combined single limit per accident for bodily injury and property damage. c. Worker's Compensation/Industrial Insurance: Limits as required by the State of Michigan. The general liability provisions in automobile liability policies are to contain, or be endorsed to contain, the following provisions: (i) TOWN, its officers, officials, employees, and volunteers are to be covered as insureds as respects: liability arising out of activities performed by or on behalf of Contractor; products and completed operations of Contractor; premises owned, occupied, or used by Contractor; or automobiles owned, leased, hired, or borrowed by Contractor. (ii) Contractor's insurance coverage shall be primary insurance as TOWN, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained by TOWN, its officers, officials, employees, or volunteers shall be in excess of Contractor's insurance and shall not contribute with it. (iii) Any failure to comply with reporting provisions of the policy shall not affect coverage provided to TOWN, its officers, officials, employees, or volunteers. (iv) Contractor's insurance shall apply separate to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (v) Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, nor reduced in coverage or in limits except after thirty (30) days' prior written notice has been given to TOWN.

14. Taxes. Contractor agrees to save TOWN harmless from any and all taxes or assessments of any kind or nature levied by any political subdivision upon Contractor by reason of services rendered for Soft Recyclables and disposal for TOWN.

15. Employee Conduct. All Contractor personnel must maintain a courteous and respectful attitude toward the public at all times. At no time may they solicit, request or receive gratuities of any kind. Contractor must direct its employees to avoid loud and/or profane language at all times during the performance of duties. Any employee of Contractor who engages in misconduct or is incompetent or negligent in the proper performance of duties or is disorderly, dishonest, intoxicated, or discourteous must be removed from service under this contract by Contractor.

16. Monthly Reports. Contractor shall provide monthly project status reports. These reports will be due within fifteen (15) days of the close of the month being reported. At a minimum, the reports shall include detailed data to allow analysis of collection and processing efficiencies including pounds of Soft Recyclables collected in the prior month and the payment of the required fee to TOWN. 17. Inspections. Upon reasonable advanced request to Contractor, TOWN may inspect the facilities, equipment and operations of Contractor to assure itself of the appearance and

4 . .

compliance with provisions of this Agreement. Upon reasonable advance request, TOWN may review the records kept on the Soft Recyclables collected under the terms of this Agreement to test and validate the weights claimed. TOWN agrees to notify Contractor, in writing, at least forty-eight (48) hours prior to any such inspection.

18. Meetings and Communications. In order to m1mm1ze misunderstanding and to provide thereafter a forum for discussing and resolving any issues that may arise, the parties agree to meet on a regular basis and hereby adopt communications procedures as follows:

Meetings After Collection Begins. After Collections begin, meetings shall be held no less frequently than a quarterly basis, unless otherwise mutually agreed, between representatives of the parties. Such meetings will be held for the purpose of reviewing and discussing day-to-day operations, promotion, public information and public relations.

Designation of Representatives. Each party shall send at least one representative to each meeting. TOWN shall send to each meeting at least one staff member with operation expertise. Each party shall designate one, and only one, representative as its Lead Representative. If a party sends only one representative to any meeting, that person shall be conclusively presumed to be its Lead Representative.

19. Compliance with Laws and Regulations. Contractor agrees that, in performance of work and services under this contract, Contractor will qualify under and comply with any and all applicable federal, State of Michigan and City of Howell ordinances local la\vs and regulations now in effect, or hereafter enacted during the Term, which are applicable to Contractor, its employees, agents or subcontractors, if any, with respect to the work and services described herein.

20. Termination and Breach. In the event of a breach of the terms and conditions of this Agreement by either Party hereunder, the non-breaching Party may elect to terminate this Agreement by providing the defaulting Party with a written notice of such default, and allowing the breaching Party a period of thirty (30) days from and after the date of such notice to cure the breach complained of to the satisfaction of the non-breaching Party. In the event said breach is not cured within the thirty (30) day period, this Agreement shall be terminated (for-cause) as of the last day of the period. In the event TOWN is the non-defaulting party, Contractor agrees to furnish services under this Agreement until such time as another Soft Recyclables collection and disposal contractor can be selected by TOWN.

21. Severability. Should one or more of the provisions of this Agreement be held by any court to be invalid, void or unenforceable, the remaining provisions shall nevertheless remain and continue in full force and effect, provided that the continuation of such remaining provisions does not materially change the original intent of this Agreement.

22. Independent Contractor Status. In the performance of services pursuant to this Agreement, Contractor shall be an independent contractor and not an officer, agent, servant or employee of TOWN. Contractor shall have exclusive control over the details of the service and work performed and over all persons performing such service and work. Contractor shall be solely responsible for the acts and omissions of its officers, agents, employees, Contractors and subcontractors, if any. Neither Contractor nor its officers, agents, employees or subcontractors

5 ..

shall obtain any right to retirement benefits, Workers' Compensation benefits, or any other benefits which accrue to TOWN employees and Contractor expressly waives and claim it may have or acquire to such benefits.

23. No Assignment. This Agreement, or any interest herein, shall not be transferred, sold, nor assigned by the TOWN to any person, firm, or corporation, without the prior written consent of the Contractor.

24. Definitions. a. Commercial Customer: The term "Commercial Customer" means non-residential customers, including businesses, public or private schools, institutions, governmental agencies and all other users of commercial-type Garbage collection services. b. Container: The term "Container" means a bag, supplied by Contractor for use by the Residential Customer to set out Soft Recyclables. c. Curb or Curbside: The words "Curb" or "Curbside" relate to the homeowners' property, within five (5) feet of the Public Street or Private Road without blocking sidewalks, driveways or on-street parking. If circumstances preclude, a Curbside shall be considered a placement suitable to the resident, convenient to Contractor's equipment, and mutually agreed to by TOWN and Contractor. d. Excluded Items: The term "Excluded Items" means Garbage, Hazardous Waste, large furniture, large appliances such as refrigerators, stoves, washers and dryers, magazines, newspapers, car seats, cribs, mattresses, paint, tires, cleaners, etc. and any item heavier than fifty (50) pounds. e. Garbage: The term "Garbage" means all putrescrible and non-putrescrible solid and semi-solid wastes, including, but not limited to, rubbish, ashes, industrial wastes, grass, yard debris, leaves, swill, demolition and construction wastes, dead animals piles of debris, car parts, construction or demolition debris, any item that would be considered · Hazardous Waste, or stumps. f. Hazardous Waste: The term "Hazardous Waste" means any hazardous, toxic or dangerous waste, substance or material, or contaminant, pollutant or chemical, known or unknown, defined or identified as such in any existing or future local, state or federal law, statute, code, ordinance, rule, regulation, guideline, decree or order relating to human health or the environment or environmental conditions, including but not limited to any substance that is defined as hazardous by 4 0 C .F .R. Part 2 61 and regulated as hazardous waste by the United States Environmental Protection Agency under Subtitle C 11 of the Resource Conservation and Recovery Act ("RCRA ) of 1976, 42 U.S.C. § 6901 et seq., as amended by the Hazardous and Solid Waste Amendments ("HSWA") of 1984; the Toxic Substances Control Act, 15 U.S.C. § 2601 et seq.; or any other federal statute or regulation governing the treatment, storage, handling or disposal of waste imposing special handling or disposal requirements similar to those required by Subtitle C of RCRA or any Michigan statute or regulation governing the treatment, storage, handling or disposal of wastes and imposing special handling requirements similar to those required by federal law. g. Holiday: The term "Holiday" means the following days: New Year's Day, Martin Luther King's Day, President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day and Christmas Day, unless otherwise specified by the TOWN recycling holiday schedule.

6 ' '

h. Residential Customer: The term "Residential Customer" means and individual or individuals residing in a living space rented, leased or owned. i. Service Area: The Service Area will encompass all of TOWN'S curbside, residential trash and recycling collection area, as it may be amended from time to time. j. Service Recipients: The term "Service Recipients" means Residential Customers of TOWN in the Service Area. k. Soft Recyclable: The term "Soft Recyclable" means items of an individual weight less than fifty (50) pounds and can be carried by one person. Soft Recyclables include primarily men's, women's and children's clothing as well as items such as jewelry, shoes, purses, hats, toys, pictures, mirrors, blankets, drapes and curtains, pillows, rags, sewing scraps, sleeping bags, small furniture, small appliances, irons, radios and audio equipment, TVs and video equipment, cameras, lamps, hairdryers, tools, toasters, microwaves, coffee makers, computers and household or consumer electronics, silverware, dishes, pots and pans, glasses and the like. The definition of Soft Recyclable is subject to modification in the discretion of Contractor based upon experience gained during the term of this Agreement.

25. Additional Services. The Contractor shall establish a drop-box for Soft Recyclables at the TOWN'S recycling drop-off facility. The type of drop-box shall be approved by the Contractor, with the appearance subject to the mutual agreement of the Parties to this Agreement. The drop-box shall be viewed by the Contractor no less frequently than every week and shall be emptied of its contents on a schedule determined by the Contractor, but with sufficient frequency to avoid creating an unseemly appearance.

26. Service Modifications. To avoid confusion with the TOWN'S existing collector for trash and recycling, the Parties agree that the Contractor will not collect any material set outside of the Container, such as small furniture, small appliances, televisions and other items which do not fit into the Container. The Contractor and TOWN agree to discuss this service modification at the quarterly meetings set forth under Section 18 herein, with a goal of allowing the Contractor to collect and recycle these materials for the TOWN as soon as practicable.

IN WITNESS WHEREOF, the parties have executed and delivered this Agreement as of the Date of Execution first written above. TOWN

By: Its: ~~~~~~~~~~~~~~~~-

Great Lakes Recycling, Inc. d/b/a Simple Recy~fJZ -- __ 0 By: ~i1lle1d, President

7 CITY OF HOWELL MEMORANDUM

TO: MAYOR AND CITY COUNCIL FROM: ERVIN SUIDA, DPS DIRECTOR DATE: 11/14/2016 RE: SIMPLE RECYCLING PROPOSAL

Recycle Livingston Director Julie Cribley approached City Staff to see if we had any interest in possibly participating in a free program that recycles clothing and other home goods not typically part of a residential recycling program. Based on the information provided and a presentation from the representative, Staff and I can see a benefit not only to our community but to the environment. The program as presented can be modified and customized to fit our needs and has no cost to the City. Simple recycling handles all promotion, collection bag dispursement and handling of the materials. The company originates from Ohio but operates in many states including Michigan which has 23 cities participating including East Lansing, Farmington Hills and Saline. Additional information on the program is available at www.simplerecycling.com . Tonight a representative from Simple recycling will be here to provide a quick presentation and answer any questions Council may have. If council is comfortable with the program staff will begin reviewing the agreement and establishing the program for Howell and bring it back to Council at the next meeting for formal approval. I have spoke with our current solid waste provider to make sure no conflicts exist and they are supportive of the effort. Additionally I contacted several communities that currently work with them and they are all pleased with the service.

County-wide, Volunteer, Non-Profit Organization P.O. Box 1018, 170 Catrell Street, Howell, MI 48844 (517) 548-4439 www.recyclelivingston.org

“Nothing we do…can be accomplished alone.”

October 22, 2016

To The City of Howell Council Members,

Please place on agenda for the November 7th meeting a presentation by Simple Recycling. Simple Recycling offers free curbside clothing and home goods recycling program that can be added to the City of Howell’s current curbside program. Bill Wilk will be representing Simple Recycling.

In this presentation, you will learn about all the benefits included in this program. Simple Recycling will supply all the materials to promote and operate this program at ZERO cost to the city and residents. Studies have shown that up to 85% of all clothing ends up in the landfill unless you have a curbside program.

Residents of the City of Howell will receive postcard reminders along with the bags and tags needed to begin recycling clothing and usable home goods right at the curb. Then Simple Recycling will come with a box truck on the same day as regular recycling is picked up to collect this material.

And the City of Howell will receive $.01/lb ($20/ton) for the materials picked up. There are several cities in Michigan; Lansing, East Lansing, Milford, White Lake, and Wixom, to name a few that have included this program with their curbside recycling.

As Executive Director of Recycle Livingston I became aware of this program through various meetings I have attended throughout the State and felt strongly that many areas of Livingston County could truly benefit from this.

So I hope you will be as excited as I am to find ways to reduce, reuse, and recycle as many materials as possible.

Please visit their website, www.SimpleRecycling.com, for more information. This program can be implemented in about six weeks.

And I look forward to meeting with you!

Most Sincerely,

Julie R. Cribley Executive Director Recycle Livingston, Inc.

~ r "- Sim e recycling

FREE CURBSIDE CLOTHING &HOME GOODS RECYCLING PROGRAM

TURN SIMPLE SAVE$ FREE KEV &EASY MAKE $ Who is Simple Environmental Recycling? Impact Facts

We have over 50 years of Clothing, Appliances, experience in clothing & Durables, & Furniture household discard collection account for 1 5% of local waste stream Our sister company manages _,,- clothing & household discard donation programs in partnership with non-profit organizations 1 :.ti

85010 OF TEXTILES EPA ESTIMATES ARE NOT RECYCLED 70 LBS./PERSON OF CLOTHING OR DONATED ARE THROWN AWAY EACH VEAR

(YOUR CITY'S POPULATION X70LBS =MILLIONS OF LBS./VEAR)

1.' t- ··...' • ~ I I • ·fO• .... :,,r . 1e ~ The U.S generates and average of That's about 25 BILLION POUNDS )lo 82 POUNDS of textiles* per year. 1 per U.S. resident.

. ~ ...... ~ _, I • .•, I' 1" ·~ drt.: ' L .-----

This Model has been Tested & Proven

15% Excerpt from USA Today, April 23, 2013 - gets donated or recycled 3.8 billion lbs recorvered goes to our landfills. 2 "Clothes recycling is going curbside in more through donation/recycling; {70 lbs. per person) (12 lbs. per person.) U.S. towns as global prices rise for the used apparel, shoes and linens that Americans I often toss in the trash. I Post-Con?.umer I Since September, more than a dozen local I y governments -- in Arizona, Massachusetts,

That 85% adds New Jersey, Pennsylvania and Washington up to about State -- have begun curbside pickup of 21 BILLION POUNDS of post-consumer textiles, often in special bags next to bins textile waste (PCTW) PER YEAR containing paper and cans."2 More than 5.2 % of all municipal solid waste generated USEPA Muicipal S<>lid Waste Generation in the U.S.3

AND THIS AMOUNT IS GROWING Between 1999 and 2009 the volume of PCTW generated grew by 40°; while the diversion rate only increased by 2%4 - ---=

..!.I re. . htti: ·""" u :10<.ia • rr ' tOf) "e ~ .:. 'natiOi· L0 1. '• iu: • '~ :;:; .t:<--expands iJrl°' '"'• ...o "15'.f COST TO YOUR RESIDENTS= $0 COST TO YOUR CITY =$0

Details & Logistics

Simple Recycling provides: Your city provides: • Free residential curbside pickup service ·Supplemental r1otification & information to ·Specially designed recycling collection bags residents ·All informational materials • All trucking, pickup expenses & program management ·Local jobs • All related insurance coverage • Drop boxes in locations of city's choosing (if desired) simP.fe recycling

WHAT HAPPENS TO YOUR RECYCLED USED CLOTHING?

One~ ' rt:, 1<.knt detE. . min ·:~ that their cloth1r :. ~he ' hJr,dJar; ·,or hou5 !hole • 45% t·:::- t1lt:;; b· <:: r,_,nc11ed the ·nd Reused and Repurposed of the ·r u<" ful lik, . .. J tUi i'·I~ 1rc Majority exported as coll · ·ct ~ ; b:· Simr>lr- hec. ;lir.g secondhand clothing. ·'1d c >lie- t;!d clothing i ~ _,rtd z. nd l'Jr:!d.: J fc-r C· "1d1tion.

30% Recycled and Converted Reclaimed wiping rags 10-20% are used in various ways Top qu<.ilty n· i tnials 3re as industrial and . ()Id t0 lo(' ;ii thrift . t u"~ residential absorbents. ·, 11Lr ·~ t;12:1 crpri•-. .-} -;c..cs~ 1 >'. 1 t c,Jr.-hn ..J · ·,_; ;~t: . '· lc-c.·I r·' _. ,,~.- it". 20% Recycled into Fiber Post-consumer fiber is 80% used to make home Tl - '. o~trr..l} . it" of clrith.nr insulation, carpet padding, c,, 'Ir: ;• .i is n-:;'. r t ~ ~ 1 , bk :.1 and raw material for the the U.S. · ) it 1 , fu:tb '~ ::. ..>rt~d automotive industry. fc-- . .Hn ;t n .• I L :-; : tor (~ ~) br0ken cJ >' . n k . r<:i \·· •••• Only 5% ends up as waste.

Thrift industry employs nearly 100,000 workers in the U.S. with over $1 billion wages paid. In addition, private sector recyclers create an additional 15,000 to 20,000 jobs nationally.1 WE MAKE IT SIMPLE

'. UI ~ 1. ·1ex11 t~ P:" · ·l1fl·J in the l' ;,~ Aeport • :bm1tt~ , TO DRAMATICALLY REDUCE TEXTILE WASTE. $1 I :'ITI } Of Jana Ha'°'lry PhD. Un v of I , ~souri ':Or) r!or 1ate rLc ycle · C)

Textile Recycling Fact Sheet You and your students are probably used to recycling aluminum, paper, glass, and other items. But did you know that clothing and other textiles can be recycled too? Here are some textile recycling facts to share with your class:

The basics • The Environmental Protection Agency estimates that the average person throws away 70 pounds of clothing per year. That adds up to 3.8 billion pounds of unnecessary waste added to our landfills. • Clothing and household textiles currently make up 5.2% of the waste in landfills. • A textile is any item made from cloth or an artificial fabric like vinyl. Textiles are used for clothing, linens, bedding, upholstery, curtains, carpets, and other items. Any textile item, even if it's worn, torn, or stained, can be recycled. You can even recycle a single shoe! Items simply need to be clean and dry. • Recycling clothing and textiles decreases the use of natural resources, such as water used in growing crops and petroleum used in creating new clothing and textiles. It also decreases the need for chemicals used in manufacturing new textiles and the pollution caused by the manufacturing process.

How are recycled textiles used? • Resold at charities' secondhand clothing stores • Sent to developing countries • Turned into wiping cloths, which are used in a variety of industries and businesses (everything from manufacturers to repair shops, construction industries, stores, and maintenance and custodial departments) • Processed back into fibers and turned into paper, yarn, insulation, carpet padding, and other items

Where can clothing and textiles be recycled? If your town doesn't accept textiles with other recyclables, donate your items to a local recycling center or charity. Nearly I 00% of donated items are recycled. The recycling center or charity will determine which items are usable as clothing, which can be sold and turned into wiping rags, and which can be sold and processed back into fibers to make new products. Charities and recyclers generate revenue for their programs, and textiles get a second (or third or fourth) life. To locate a donation center near you, visit www.smartasn.org.

5""'J 19'2 ISECONDARY MATERIALS SM RT AND RECYCLED TEXTILES ©2012 SMART: Secondary Materials and Recycled Textiles. Text and design by The Education Center, LLC dcnc recycle ; ' .. . ~· 'Lr [Q] ~

More Textile Recycling Facts

What are specific textiles recycled into? Here are a few examples: • Stuffed toys and pillows become car seat stuffing and automobile insulation. • T-shirts, sheets, towels, and clothing become wiping cloths. • Denim becomes home insulation. • Shoe soles become paving material. • Sweaters and coats become carpet padding. e Curtains and drapes become stuffing for pillows, sleeping bags, and animal beds. e Wool sweaters and materials become baseball and softball filling. e Velvet materials become jewelry box lining. • Leftover fabric scraps become paper money.

Additional resources

e Something From Nothing by Phoebe Gilman (Scholastic, 1992); geared for students from preschool to grade 3 , this adaptation of a Yiddish folktale follows a piece of fabric as it goes from a baby blanket to a jacket to a vest to a tie, and so on. • The Travels of a T-Shirt in the Global Economy by Pietra Rivoli (John Wiley, 2005); good source of background information about w hat happens to used clothing. e Salaula: The World of Secondhand Clothing and Zambia by Karen Tranberg Hansen (University of Chicago Press, 2000); good source of information about the used clothing industry in Africa.

2 ocey' ISECONDARY MATERIALS R AND RECYCLED TEXTILES

i· · 1. ©201 2 SMART: Secondary Materials and Recycled Textiles. Text and design by The Education Center, LLC You are here: EPA Home ,. Wastes ,. Resource Conservation ,. Common Wastes & Materials ,. Textiles

Fleece, flannel, corduroy, cotton, nylon, den im, wool, and linen. What can you do with these fibers when you're fin ished wearing them, sleeping on them, or draping them over your windows? One way to benefit both your community and the environment is to donate used textiles to charitable organizations. Most recovered household textiles end up at these organizations, who sell or donate the majority of these products. The remainder go to either a textile recovery facility or the landfill.

lust the Facts • An estimated 13.1 million tons of textiles were generated in 2011, or 5.2 percent of total municipal solid waste (MSW) generation. An estimated 13.9 percent of textiles In clothing and footwear and 17 .6 percent of items such as sheets and pillowcases was recovered for export or 11111111 reprocessing In 2011. • The recovery rate for all textiles was 15.3 percent in 2011, 2.0 million tons.

Collecting Textiles

Textiles typically are not sorted at the point of collection, but keeping them clean and free from moisture Is important. Once clothes get wet, stained, or mildewed, they cannot be sold for reuse. To prevent contamination, many charities offer enclosed drop-off boxes for clothing or other fabrics. Communities with curbside collection for textiles should educate donors on how to properly bag clothing.

Recycling Textiles The Secondary Materials and Textile recovery facilities separate overly worn or stained clothing into a variety of categories. Based on data from the Council for Recycled Textiles (SMART) Textile Recycling, it was estimated that 1.3 million tons of textiles in clothing were recovered for recycling in 2009. Some recovered Association . 'lrl ir o1 , :-l1•11mf!l r Is textiles become wiping and polishing cloths. Cotton can be made into rags or form a component for new high-quality paper. Kn itted or working to increase the amount woven woolens and similar materials are "pulled" into a fibrous state for reuse by the textile industry In low-grade applications, such of textile waste that can be as car Insulation or seat stuffing. other types of fabric can be reprocessed into fibers for upholstery, insulation, and even building recovered while developing new materials. Buttons and zippers are stripped off for reuse. Very little is left over at the end of the recycling process. The remaining uses, products and markets for natural materials, such as various grades of cotton, can be composted. products derived from preconsumer and postconsumer Top A Pa g.., textile waste. The Oklahoma Cooperative Extension Service has created a fact sheet on household textile and apparel recycling (PDF) •1 r .J.

1.6MS, about PDF} r"" ),,Jf 0 1.,. hl' t c •

EPA Home I Accessibility I Privacy and Security I Contact Us

http:// www.epa.gov/osw/ conserve/ materials/textiles.htm Print As-ls

Last updated on June 17, 2013 DID YOU KNOW: Clothing and shoes are 100% recyclable, but 85% still ends up in landfills!

ITEMS THAT ARE ACCEPTABLE FOR SIMPLE RECYCLING COLLECTION ... O Men's Clothing D Children's Clothing Ll Women's Clothing :J Boots & Shoes :i Linens 0 Bedding ..J Pillows (sh ~:e ts, pillo-.v cases, CJ Sandals & S!ippers Place green bags blanket::-, comforters) (in pairs) Residents can recycle beside your recycling unwanted clothing and more O Belts & Ties 0 Sucks :..J Books (single or in pairs) cart for collection. with free, curbside pick-up. Brcis U Stuffed Animals w Brought to you by: 0 Coats & Jackets ..J T3ble Linens U Fashion Accessories ...:i Tools Questions? :i Handb:gs & Pur ~ es ;:::i Towels Ca ll Simple Recycling: O Hats & Gloves ;:i Toy:.; O Kitchenv1are 0 Underg::irrnt:nt3 866.835.5068

Items we CANNOT collect include: Appliances, [email protected] Furniture, Tires, Paint, Carpeting, Mattresses, In cooperation with: Traditional Recyclables (metal, glass, paper), Hazardous Waste. In cooperation with Richn 1ond Heiahts Enclosed are t\No Simple Recyclinq •This program is in addition to your Simple Recycling prJvides 3 simple collection bags to get you started. current recycling program. and convenient ·.vay to keep :his 100 ~ .., v\'hene·1er you use the Simple Rec~ 1 cling recyclable and reusable materinl 0ut of Collection baas and/or tags, Hie •Your recycling collection day will remain landfills to oive th cs~ items a se -:ond life. collectin'.) driver will leave another bJg the :-ame. for you to use the next time you have malerials for collection. Please refer to the list on the other side If you need more Simple Recycling of t his brochure for items t hat are ccllection i.Jags, please call us at acceptable for recycling and collection. 866-835-5068 or email [email protected].

Step 1 Step 2 Step 3 Place clothing, shoes and housewares Leave t he filled bag(s) beside your Simple Recycling wi ll collect t he bags in the bag provided or other waterproof recycling bin on your reg ular recycling and recycle t heir contents for reuse! bag with the Simple Recycling tag pickup day. provided.

CITY OF HOWELL MEMORANDUM

TO: MAYOR & CITY COUNCIL FROM: SHEA CHARLES, CITY MANAGER ERVIN SUIDA, DPS DIRECTOR DATE: MARCH 9, 2017 RE: NEW POSITION – PROJECT TECHNICIAN

In the 2012/13 fiscal year the Engineer Technician position was eliminated and this position was later removed from the organizational chart. While this position was never held by an actual engineer, the duties of the Engineer Technician included the following; Project Management for all City projects including, parking lots, roads, treatment plants, facilities and sidewalks; mapping and as built record keeping for all utilities; Right of Way permitting and inspections; Water & Sewer permits and inspections, road rating and TAMC road soft programming (Act 51 requirement); Asset Management of roads and parking lots; CIP for infrastructure, Plan Review, Storm Water Phase II coordinator, Lucy Road and other contaminated sites, etc.

Since 2013 these duties have primarily been shifted to the Department of Public Services and have been shared by the DPW Superintendent, DPS Administrative Assistant and the DPS Director. Additionally, within this time period the Parks and Cemetery Department merged with the DPW resulting in the reduction of additional positions within the DPW/Cemetery/Parks. This included the elimination of three positions through attrition, two skilled laborers and the Cemetery Superintendent position. This left a Cemetery and Parks Supervisor who shares employees with the DPW. In order for the merger to properly function some of those duties including; payroll, facility maintenance, invoicing and billing had to be shifted to and administered by the DPS.

Lastly, over the past several years the DPS has eliminated the Assistant Superintendent position within the DPW, Water Plant and Wastewater Plant. This was also done through attrition and by creating Operations Manager positions at both plants and a single Superintendent at the DPW. This again resulted in a shift of some of the administrative work, including payroll, bills and invoices to the DPS. In total, over the course of 12 years the DPS has been reduced by a total of 8 positions, 5 management and 3 laborer.

Through this process we have gained some efficiencies and most of these positions are no longer warranted at this time. However, with the steady increase of economic activity in the City we have reached the point that we need to move forward adding this type of position back to the organization. After months of review and consideration we are requesting a Project Technician position be created. This position

would be responsible for the vast majority of the Engineer Tech duties listed above including the new Asset Management requirements for water, sanitary and storm systems (SAW grant). The position will be stationed at the DPW and fall under the direct supervision of the DPS Director. Included with this memo is a copy of the job description listing the essential duties and proposed salary breakdown (please note fringes will need to be added at approximately $32,000). This position will allow the DPS management staff to refocus on areas that have been lacking, including increasing response times to citizen concerns, regulatory management and day to day operational management, etc.

As we have discussed many times before the DPS is in a constant mode of shifting priorities to keep things moving and on track. While we have been somewhat successful I fear that sooner than later we are no longer going to be able to keep up with the work load resulting in mistakes and/or missed opportunities.

We appreciate your consideration and look forward to starting the process of hiring for this position.

ACTION REQUESTED: A motion authorizing the City Manager to proceed with the creation of the Project Technician position and begin recruitment.

Shea Charles, City Manager

DRAFT POSITION DESCRIPTION

TITLE: Project Technician DEPARTMENT: Public Services UNION: TPOAM-Supervisors SALARY: $59,000 to $67,000 DOQ, Exempt Position

GENERAL PURPOSE: Performs a variety of tasks related to permitting, construction and utility management. Such as inspection, testing, rating, data collection and project over site.

SUPERVISION RECEIVED: Works under the general supervision of the Director of Public Services.

SUPERVISION EXERCISED: None

ESSENTIAL DUTIES AND RESPONSIBILITIES  Assist in developing and implementing Asset Management Plans (AMP’s) for streets and utilities.  Work with Roadsoft rating roads and data input.  Assist in working with various state and federal agencies.  Assist in working with various contaminated sites.  Assist with various state and federal mandates, including Storm Water Phase II and AMP requirements for roads and sewers.  Assist in NPDES permitting requirements.  Research grant opportunities and assist with preparation of applications.  Assist in providing the information necessary for Act 51 reporting.  Continually update utility information into line drawings and GIS.  Maintains and updates City Construction and Engineering Standards.  Maintains a variety of records relating to inspections and maintenance activity on all City assets.  Issue ROW & Utility permits and perform inspections.  Develop strategies to maintain various assets throughout the City including, streets, sidewalks, utilities, and facilities.  Perform construction observation and manage City projects.  Organize and maintain construction records, as-builts, logs, and other data.  Provide owner oversight of larger projects.  Review plans and specifications from developers/builders.  Review City construction plans and provide comment.  Work with contracted City engineers on various projects, studies and plans.  Perform annual sidewalk inspections for repair and replace programs, including development of special assessment districts.  Work with DPW in developing plans to assist them with repairs on streets and utilities.  Assist in the evaluation of facilities for maintenance needs.  Assist in the development of Capital Improvement plans (CIP) for all areas of the DPS.  Assist in budgeting for projects and (CIP) for all areas of the DPS.  Stay informed and updated on all new versions, styles, types and upgrades within the industry.  Maintain various forms of equipment and instrumentation used to perform work.  Performs all duties in conformance to appropriate safety and security standards.  Must be very customer oriented with a strong customer service attitude and a willingness to assist and solve problems.

PERIPHERAL DUTIES  Serves on various employee or other committees as assigned.  Maintains the drawings, as-builts and plans for all City infrastructure.  Maintains the various Asset Management Plans and Capital Improvement Plans within the City.  May provide back-up and support for the DPS Director when necessary.

DESIRED MINIMUM QUALIFICATIONS

Education and Experience: 1. Graduation from high school education or GED equivalent, and, supplemented by two (2) years post secondary college or technical training in civil engineering, material testing and/or construction observation; 2. At least four years experience working with municipal projects, project observation and or material testing; or 3. Any equivalent combination of education and experience.

Necessary knowledge, Skills and Abilities: 1. Thorough knowledge of construction standards and practices. 2. Working knowledge of equipment, facilities, materials, methods and procedures used in roads and utility maintenance and construction. 3. Skill in operation of computers, transits, levels and other tools used in this field 4. Ability to perform inspections and testing. 5. Ability to acquire the skills necessary to work with several computer software programs such as, Arcview GIS, Roadsoft, Microsoft Excel, Word and Publisher. 6. Ability to communicate effectively verbally and in writing. 7. Ability to establish and maintain effective working relationships with employees, other departments and the public. 8. Ability to understand and carry out written and oral instructions.

TOOLS AND EQUIPMENT USED: Motor vehicle, levels, transits, gauges, common hand and power tools, shovels, wrenches, detection devices, mobile radio, phone, calculator, computers and a variety of specialized software.

PHYSICAL DEMANDS: The physical demands described here are representative of those that must be met by an employee to successfully perform the essential functions of this job. Reasonable accommodations may be made to enable individuals with disabilities to perform the essential functions.

While performing the duties of this job, the employee is regularly required to use hands to finger, handle, feel or operate objects, tools, or controls and reach with hands and arms. The employee frequently is required to stand, walk; talk or hear; sit; climb or balance; stoop, kneel, crouch, or crawl; and smell.

The employee must frequently lift and/or move up to 25 pounds and occasionally lift and/or move up to 50 pounds. Specific vision abilities required by this job include close vision, distance vision, color vision, depth perception, and the ability to adjust focus.

WORK ENVIRONMENT: The work environment characteristics described here are representative of those an employee encounters while performing the essential functions of this job. Reasonable accommodations may be made to enable individuals with disabilities to perform the essential functions.

While performing the duties of this job, the employee works in outside weather conditions and an inside office setting using computers and other devices. The environment may include working around large equipment. Additionally site conditions may be hazardous of falling objects, uneven surfaces and trenches.

The noise level in the work environment is usually moderately loud.

SELECTION GUIDELINES: Formal application, rating of education and experience; oral interview and reference check; physical exam to include drug screening will be required. Job related tests may be required.

The duties listed above are intended only as illustrations of the various types of work that may be performed. The omission of specific statements of duties does not exclude them from the position if the work is similar, related or a logical assignment to the position.

The job description does not constitute an employment agreement or contract between the employer and employee and is subject to change by the employer as the needs of the employer and requirements of the job change. DEPARTMENT OF PUBLIC SERVICES SALARY & WAGES BREAKDOWN Project Tech Spread

DEPARTMENT ENG TECH TOTALS 203-454-702.01 5.0% $123.52 $3,211.45 203-458-702.01 5.0% $123.52 $3,211.45 203-463-702.01 0.0% $0.00 $0.00 203-474-702.01 0.0% $0.00 $0.00 203-478-702.01 0.0% $0.00 $0.00 Local total 203-538-702.01 5.0% $123.52 $3,211.45 $9,634.35 15.0% $9,634.35

202-454-702.01 5.0% $123.52 $3,211.45 202-458-702.01 5.0% $123.52 $3,211.45 202-463-702.01 0.0% $0.00 $0.00 202-474-702.01 0.0% $0.00 $0.00 202-478-702.01 0.0% $0.00 $0.00 Major total 202-538-702.01 5.0% $123.52 $3,211.45 $9,634.35 15.0% $9,634.35

640-441-702.01 0.0% $0.00 $0.00

591-290-702.001 5.0% $123.52 $3,211.45 water total 591-536-702.001 25.0% $617.59 $16,057.25 $19,268.70

590-564-702.01 5.0% $123.52 $3,211.45 sewer total 590-536-702.01 25.0% $617.59 $16,057.25 $19,268.70

226-528-702.01 $0.00 $0.00

226-529-702.01 $0.00

248-728-702.04 $0.00

101-265-702.01 0.0% $0.00 $0.00 101-276-702.01 0.0% $0.00 $0.00 101-284-702.01 0.0% $0.00 $0.00 101-285-702.01 0.0% $0.00 $0.00 101-286-702.01 2.0% $49.41 $1,284.58 101-443-702.01 $0.00 101-444-702.01 3.0% $74.11 $1,926.87 101-447-702.01 5.0% $123.52 $3,211.45 101-747-702.04 $0.00 $0.00 101-751-702.01 0.0% $0.00 GF annual total 101-757-702.00 $0.00 $6,422.90

TOTAL 100.0% $2,470.35 Project tech $64,229 $30.88 PER HOUR $0.00 $64,229 $64,229

$64,229 $64,229

CITY OF HOWELL MEMORANDUM

TO: MAYOR & CITY COUNCIL FROM: ERVIN J SUIDA, DPS DIRECTOR DATE: MARCH 6, 2017 RE: CLINTON STREET EMERGENCY SEWER REPAIR

The DPW responded to a call for a sinkhole on Monday February 27, 2017 on Clinton Street East of Byron Road. The sinkhole was barricaded off and crews began digging up the road to determine the cause. It was soon discovered that the sinkhole was caused by a failure in the 18” sanitary sewer main. It appeared that the pipe was severally eroded just outside the manhole leaving large holes on both sides. The holes in the pipe allowed the sewage flow to erode the soils creating a subsurface cavity that the surface eventually collapsed into.

Once we identified the cause of the sinkhole a plan was put in place to repair the pipe. This plan required crews to bypass 700 feet of sanitary main with a pump around. Once we achieved the bypass pumping we began to repair the holes in the main. It was at this point we discovered that the main line and the manhole where severally deteriorated most likely due to hydrogen sulfide gases. During the repair we contacted Advanced Underground Inspection (AUI) to assist us in evaluating the manholes and televise the remainder of the bypassed sanitary mainline. Both of these evaluations along with visual inspection of the pipe during the repair presented evidence that severe deterioration of both the sanitary mainline and the three manholes.

Because this sanitary mainline collects a large portion of the flows from the northwest quadrant of the City we were concerned about additional failures, that likely had the potential of resulting in multiple sewer backups and additional road failures. We requested pricing to perform structural repairs to the manholes and structural CIPP (cured in place pipe) to the sanitary main.

Attached are two proposals from AUI. One to structurally repair and line three manholes and the other to install a CIPP lining to 615 feet of 18” sewer main. Included are pictures of the deteriorated pipe that were taken during the repair. Once the repairs are completed within this section, additional evaluations for the remaining portion of this line can be evaluated under the SAW grant. Potentially, more sections of pipe may need similar lining at a future point. Staff will be working to determine the cause of the deterioration and potential solutions to prevent further damage to the system.

Staff received two proposals from AUI to perform this work. This work is highly specialized and seeking additional pricing in such a short notice would be difficult. I did however, compare the costs with a recent project of similar nature performed in 2013 on Pulford Street and found the current pricing is extremely competitive. The proposed

work will be performed from within manholes and will require no excavation. At this time Staff recommends proceeding with both the manhole lining at a cost of $6,195 and CIPP lining of 615 ft. of 18” mainline for $54,143. These expenses were not anticipated or budgeted and will be expended in line item 590-536-804.000 contractual services. This will also require a future budget adjustment in the Sewer fund.

ACTION REQUESTED:

1. Approve the proposal from Advanced Underground Inspection to perform structural repairs and lining of three manholes on Clinton Street for a cost not to exceed $6,195.

2. Approve the proposal from Advanced Underground Inspection to perform CIPP lining on 615 feet of 18” sewer main along Clinton Street for a price not to exceed $54,143.

REVIEWED & APPROVED FOR SUBMISSION:

Shea Charles, City Manager

.,.OVANCEo Underground I n spec t i on, LLC . ~~~~~~~~~~~~ MBE/MMBDC - DBE - WBE - MOOT Pre-Quailified Office: (734) 721-0081 38657 Webb Dr. Fax: (734) 721-0082 Westland, Michigan 481 85

PROPOSAL CITY OF HOWELL MANHOLE REHAB Marchl,2017~~~~~~~~~~~~~~~~~ Ervin Suida City Of Howell

Dear Erv,

Thank you for contacting Advanced Undrground Inspection LLC for your Sewer Rehabilitation needs. We are pleased to submit our proposal for providing materials and services for the above referenced project.

Advanced Underground Inspection, LLC (AUi) will provide all necessary labor, equipment and materials to perform Scope of Work for line items priced on attached Proposal form per Plans and Specs reviewed to date. AUl's pricing does not inculde the following:

By-pass pumping if required Major Traffic Control-other than truck mounted lights & cones Liquidating damages Water source Permits or bonds Testing or inspection Fee

AU l's employees are all Confin ed Space Trained and comply with all OSHA requirements. All CCTV Tech's are PACP Trained and Certified, along with lining applicators AUi is a DBE/MBE/WBE certified Company and if any documentation required, please email or call me.

SHERWIN QU~ADEX WILLIAMS. McNeil ~ T ECHNCJLCJGIES PARSONS Ingenuity · Innovation • P orfonnanco DESCRIPTION QUANITY UNIT PRICE TOTAL Quadex Aluminaliner 1" cementitious lining & Quadex STRUCTURE GUARD EPOXY (100 MILLS) 21 vft $295 .00 $6,195.00 (INCLUDES CLEAN ING ) 4' dia manhole (quote includes up to 5 tubes of chemical grout per Manhole if needed) Total $6,195.00

ASSUMPTIONS AND CONDITIONS AUi has made the following assumptions in developing this proposal: • Offer presented herein is valid for 30 days from the date of this proposal. • Prices are based on weekday and non-holiday rates • AUi terms are NET 30 DAYS. • In the progress of our services, should we encounter any structural failures or defects (i.e. broke n, collapsed, or damaged sewers, manholes or other drainage structures), such will be reported to the purchaser, but under no conditions is AUi res ponsi bl e for any corrections or repairs under this aggreement. • Customer is responsible for loss of service equipment caused by the pre-existing condition at the jobsite.

AUi appreciates the oppurtunity of providing this proposal. If you wish to accept the proposal, please indicate your acceptance, subject to the terms and conditions stated, with an authorized signature in the space provided. Please return via email or FAX 734-721-0082. If you have any questions about this proposal. Please feel free to contact me at the office at- 734-721-0081. Thank you for considering Advanced Undrground Inspection.

Sincerely,

Steve Johnson General Manager Advanced Underground Inspection, LLC Cell 734.748.0112

PROPOSAL ACCEPTANCE

AUTHORIZED SIGNATURE ------Date______

PRINTED NAME______TITLE ______,,.OVANCIEO Underground Inspection, LLC . ~~~~~~~~~~~~ MBE/MMB DC • DBE W BE • MOOT P re-Qu ailifled O ffice: (73 4) 721-0081 38657 W e bb D r . Fax: (734) 7 21-0082 W estland , M ichiga n 48185

PROPOSAL CITY OF HOWELL MarchB,2017~~~~~~~~~~~~~~~~~ Erv Suida City Of Howell

Dear Erv,

Thank you for contacting Advanced Undrground Inspection LLC for your Sewer Rehabilitation needs. We are pleased to submit our proposal for providing materials and services for the above referenced project.

Advanced Underground Inspection, LLC (AUi) will provide all necessary labor, equipment and materials to perform Scope of Work for line items priced on attached Proposal form. This bid is in conformance to the contract plans and specifications:

Price includes: Bypass pumping, cleaning, prepping , CCTV and lateral reinstate

DESCRIPTION QUANTITY UNIT TOTAL CIPP LINE 18" PIPE MH 528-MH632 & MH623- 664 615 FT LS $54,143.00 (18" Drop connection in Manholes included)

AU l's employees are all Confined Space Trained and comply with all OSHA requirements. All CCTV Tech's are PACP Trained and Certified, along with lining applicators AUi is a DBE/MBE/WBE certified Company and if any documentation required, please email or call me.

~ ~~,,,. SHERWIN QUA~- DEX UJJ~_.~' WILLIAMS.

~TECMcNeilHNOLOGIES PARSONS Ingenuity • lnnovolfon • Porfornutnco ASSUMPTIONS AND CONDITIONS AU i has made the following assumptions in developing this proposal: • Offer presented herein is va lid for 30 days from the date of this proposal. • Prices are based on weekday and non-holiday rates • AUi terms are NET 30 DAYS. • In the progress of our services, should we encounter any structural failures or defects (i.e. broken, collapsed, or damaged sewers, man holes or other drainage stru ctures), such will be reported to the purchaser, but under no conditions is AUi responsible for any corrections or repairs under this aggreement. • Customer is responsible for loss of service equipment ca used by the pre-existing con dition at the jobsite.

AU i appreciates the oppurtunity of providing this proposal. If you wish to accept the proposal, please indicate your acceptance, subject to the terms and conditions stated, with an authorized signature in the space provided. Please return via email or FAX 734-721-0082. If you have any questions about this proposal. Please feel free to contact me at the office at- 734-721-0081. Thank you for considering Advanced Undrground Inspection.

Sincerely,

Steve Johnson Genera l Manager Advanced Underground Inspection, LLC Cell 734.748.0112

PROPOSAL ACCEPTANCE

AUTHORIZED SIGNATURE ------Date ------

PRINTED NAME______TITLE ______

CITY OF HOWELL MEMORANDUM

TO: MAYOR AND COUNCIL FROM: MARCEL GOCH, FORMER DPW SUPERINTENDENT DATE: MARCH 3, 2017 RE: 2017 POLICE ROOF REPLACEMENT

For the past 3 years Public Works has been monitoring the Asphalt shingle roof above the Police station at City Hall. It has been showing signs of deterioration for quite some time but we wanted to get as much life out of it as possible before replacing it. We budgeted the monies for this in the current fiscal year anticipating that it would need to be replaced and when we had the pine trees removed around the Police building last fall it confirmed our suspicions.

Public Works began the process by inviting (7) seven roofing contractors to bid on the Police Roof, (3) three quotes for the job were received and (4) four contractors did not reply. Ferguson Roofing offered two quotes with the first one being $15,275 and the second $17,000. We are recommending the second quote because of the lifetime shingle and underlayment improvements over the first one. They are as follows:

$17,000 Ferguson Roofing of Howell

$17,500 Premium Roofing Inc. of Howell

$17,900 Assured Construction Group of Brighton

No Response D&R Roofing of Howell No Response Weatherguard Roofing of Brighton No Response CEI Roofing of Howell No Response RP Roofing Incorporated of Howell

Funds for this contract were budgeted at $20,000 and are under the City Hall Building Maintenance line item 101-265-931.000.

ACTION REQUESTED: Approve Ferguson Roofing of Howell Michigan to perform the roof replacement of the Police Department for a cost not to exceed $17,000.

REVIEWED AND APPROVED FOR SUBMISSION: BUDGETED & AVAILABLE:

Shea Charles, Catherine M. Stanislawski, Fin. Dir. City Manager Finance Director/Treasurer

FERGUSON ROOFING INC 2015 Moorlands View Howell, MI 48855 (517) 545-3362 Office (810) 908-2231 Mobile

UPGRADED SHINGLE AND WARRANTY OPTION

February 27, 2017

To: City of Howell Attention: Marcel Goch

Work to be performed at 611 E. Grand River Ave, Howell, Ml 48843.

*Tear-off existing roof * Replace any rotten or damaged roof decking (1/2" CDX), is $1.50 per sheet ft. installed. *Install new 1 Yz" faced drip edge along all eves and rakes (customers choice) *Install six feet of GAF Weather Watch ice and water shield on all eves (2 row) ,.,install GAF Tiger Paw synthetic underlayment to the entire remaining roof deck *Install GAF Weather Watch ice and water shield in all valley areas *Install 90 lb in all the valley areas *Install GAF Pro Starter shingles on eves and rakes * Install approximately 55 squares of GAF Timberline HD Lifetime shingles *Install new step flashing and counter-flashing at walls and chimney *Install new aluminum based pipe flashings *Install Snow Country ridge vent ventilation system *Install GAF Timber Tex hip and ridge cap *Install new 6" seamless aluminum gutters and 3" X 4" downspouts ($1,675.00 included in total cost) *Optional 6" gutter RX leaf protection system (covers) add $1,220.00 to total *Optional 6" premium gutter screens (covers) add $800.00 to total *Clean up and debris removal included *Silver warranty from GAF is included ( 40 year material/ 20 non-prorated and 10 year workmanship)

Material and Labor Total: $17,000.00

We the undersigned agree to the following terms.

x·~~~ ~~~~~~~~~~~~~~~~~~~~~~~~~~~ *Terms: 50% of total due at booking and the remaining balance due upon completion of the job.

Sincerely,

Vance Ferguson Ferguson Roofing Inc FERGUSON ROOFING INC 2015 Moorlands View Howell, MI 48855 (517) 545-3362 Office (810) 908-2231 Mobile

February 27, 2017

To: City of Howell Attention: Marcel Gach

Work to be performed at 611 E. Grand River Ave, Howell, MI 48843.

*Tear-off existing roof *Replace any rotten or damaged roof decking (lf2 "CDX), is $1.50 per sheet ft. installed. *Install new 1 ¥2" faced drip edge along all eves and rakes (customers choice) *Install six feet of ice and water shield on all eves (2 row) *lnstall 15 lb underlayment to the entire remaining roof deck *Install ice and water shield in all valley areas *Install 90 lb in all the valley areas * Install approximately 57 squares of GAF Royal Sovereign three-tab shingles *Install new step flashing and counter-flashing at walls and chimney *Install new aluminum based pipe flashings *Install Snow Country ridge vent ventilation system *Install new 6" seamless aluminum gutters and 3" X 4" downspouts ($1,675.00 included in total cost) *Optional 6" gutter RX leaf protection system (covers) add $1,220.00 to total *Optional 6" premium gutter screens (covers) add $800.00 to total *Clean up and debris removal included

Material and Labor Total: $15,275.00

We the undersigned agree to the following terms.

X.~~~~~~~~~~~~~~~~~~~~~~~~~~~~· *Terms: 50% of total due at booking and the remaining balance due upon completion of the job.

Sincerely,

Vance Ferguson Ferguson Roofing Inc City of How e~ ~

ACKNOWLE DGEMENT FOR COMPLIANCE WITH

ORDINANCE 901 -ANTl-DISCRIMINATION ORDINANCE

l, _ ___,~F-=-A=l.l'"-'C.....-F_~J::l--~--"£=--(?'"""li....S6-=---)'---v _____ havi ng the authority to Represent £ie&ll~ti}J ZooJ::-/.AL6 /.nc.. . , certify that

We are in compliance with the City of Howell Anti-Discrimination Ordinance No. 901.

We also acknowledge that a breach of this obligation not to discriminate shall be a material breach of the contract.

Authorized signature RFP Process Tracker

Provide the contact information of the person responsible for this RFP who is authorized by this company to execute an agreement with the City of Howell.

Name address · Emar· I phone numbers t?f)IS YYkurluric\~ Vw. re:z~~,.e>0~11J~te>SU.blo ,\J~ ~ 611- 45-~~~'2.... Contractor or Supplier shall include a separate proposal sheet on their company letterhead that identifies the scope of work and the cost breakdown for each task. Bidder shall include the total cost of the work as outlined in their proposal sheet in t he appropriate box below. Any alternates to this RFP by the Bidder shall be entered as an alternate with the associated cost spelled out below.

Roof Replacement #,s1~1s·DO is,~1s(c" I r------] Roof Sheathing $ replacement (if opc....f\ needed)

Trim replacement(if Square foot cost=$ needed) !/> ~· oop<-r --*·~ I Schedule Bidder is required to submit start dates, delivery dates and completion dates as outlined below. The City may reject a bid if these dates do not meet the needs as outlined within the scope of work. Ci ~ · ~o)°F° ~E..f~ ... r\-4-- l h E. Rv. !-'~£

Delivery Please deliver or Mail your sealed RFP to the City of Howell Clerks Office at 611 E. Grand River Ave. Howell MI, 48843, attention to "City Clerk" with the Project name clearly marked on the envelope. RFP must be received prior to the date and time identified as the RFP deadline. This

2/8/2017 Request for Proposal Process Tracker Page 4 RFP Process Tracker

information is located on sheet one of this proposal. Any proposal not received in a sealed envelope will be disqualified from the bidding process.

Acknowledgement The Contractor I Supplier acknowledges that this is a request for proposals and not an agreement to perform or supply work or materials. Once the City se lects the successful bidder and council approves the RFP the City and Contractor/ Supplier shall enter a contractual agreement to provide the services as outlined within the successful Bidders proposal. Bidders may also be required to submit at a minimum the following insurance requirements:

o Insurance certificates: General Liability PD $500,000/500,000, PL $500,000/500,000, with the City of Howell as added insured on the policy. Not as certificate holder.

o Workmen's Compensation - Michigan Statutory or acceptable in Michigan as full and exclusive coverage.

o Proof of insurance on trucks and equipment.

2/8/2017 Request for Proposal Process Tracker Page 5 RICK SNYDER GOVERNOR STATE OF MICHIGAN I ·?77i..44 DEPARTMENT OF LICENSING AND REGULATORY AFFAIRS CORPORATIONS, SECURITIES & COMMERCIAL LICENSING BUREAU RESIDENTIAL BUILDER COMPANY LICENSE - Q. O. - VANCE CHRISTOPHER FERGUSON INDV#:2101134661.

FERGUSON ROOFING INC 2015 MOORLANDS VIEW HOWELL MI 48855

PERnANEHT I.D. NO. AUDIT NO THIS DOCUMENT IS DULY ISSUED EXPIRATION DATE UNDER THE LAWS OF THE STATE 2102201023 05/31/2017 28171I159 OF MICHIGAN _____.., FERGR00-01 CMIR~CI i:: ACORD CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) ~ I 02/28/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.

IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 2~,tj1~CT Hartland Insurance Agency, Inc. wgNrro.Ext): (810) 632-5161 I. FAX(A/C, No):(810) 632-6775 PO Box 129 E-MAIL Hartland, Ml 48353 ADDRFSS· INSURER( SI AFFORDING COVERAGE NAIC# INSURER A : Home-Owners Insurance Co. 26638 INSURED INSURER e : Travelers Propertv & Casualtv Ferguson Roofing Inc. INSURERC: 2015 Moorlands VW INSURERD : Howell, Ml 48843 - INSURERE: INSURERF: COVERAGES CERTIFICATE NUMBER· REVISION NUMBER· THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWlTHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIM ITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ' ADDL POLICY EFF POLICY EXP LTR TYPE OF INSURANCE llNSD 5J-J9~ POLICY NUMBER IMMIDDNYYYI LIMITS A x COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 300,000 ! CLAIMS-MADE 0 OCCUR 14493911 09/08/2016 09/08/2017 ~~~~H9E~~~J~?encel $ 10,000 ,__ MED EXP (Anv one person) $ ,__ PERSONAL & ADV INJURY $ 1,000,000 1,000,000 ~L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 1,000,000 POLICY o ~r&-r o Loe PRODUCTS - COMP/OP AGG $ OTHER: $ COMBINED SINGLE LIMIT 1,000,000 A ,__AUTOMOBILE LIABILITY IEa accident\ s ,__ ANY AUTO 4449391100 10/05/2016 10/05/2017 BODILY INJURY IPer person) $ OWNED X SCHEDULED ,__ AVTOSONLY _ AUTOS BODILY INJURY !Per accident\ $ ,__x ~fW'd's ONLY _.!_ ~8~o

DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICL-ES (ACORD 101, Additlonal Remarks Schedule, may be attached if more space is required)

CERTIFICATE HOLDER CANCELLATION 4 W i I I k A.Jcl<-J A<; SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE · EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN The City of Howell ACCORDANCE WITH THE POLICY PROVISIONS. 611 E Grand River Ave. lt'\~urc..4 i ~ AulJ-~D E..l) Howell, Ml 48843 '?r6 ~ vl.--~. AUTHORIZED REPRESENTATIVE ··-- I ACORD 25 (2016/03) '----© 1988""-201 5 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD RFP Process Tracker

Provide the contact informat ion of the person responsible for this RFP who is authorized by this company to execute an agreement with the City of Howell.

Nrime 8ddress . Ema1i I phone numbers

Contractor or Supplier shall include a separate proposal sheet on their company letterhead that identifies the scope of work and the cost breakdown for each task. Bidder shall include t he total cost of the work as outlined in their proposal sheet in the appropriate box below. Any alternates to this RFP by the Bidder shall be entered as an alternate with the associated cost spelled out below. ~ ··. ·. ... -

[~o-~f - ~eplacem_e_n_t___ ...._ __~~-~------+ ' -$ 1 ~~~ ~

Roof Sheathing Square foot cost=$ replacement (if needed)

Trim replacement(if Square foot cost=$ needed)

Schedule Bidder is required to submit start dates, delivery dates and completion dates as outlined below. The City may reject a bid if these dates do not meet the needs as outlined within the scope of work.

Delivery Please deliver or Mail your sealed RFP to the City of Howell Clerks Office at 611 E. Grand River Ave. Howell MI, 48843, attention to "City Clerk" with the Project name clearly marked on the envelope. RFP must be received prior to the date and time identified as the RFP deadline. This

2/8/2017 Request for Proposal Process Tracker Page 4 RFP Process Tracker information is located on sheet one of this proposal. Any proposal not received in a sealed envelope will be disqualified from the bidding process.

Acknowledgement The Contractor/ Supplier acknowledges that this is a request for proposals and not an agreement to perform or supply work or materials. Once the City selects the successful bidder and council approves the RFP the City and Contractor I Supplier shall enter a contractual agreement to provide the services as outlined within the successful Bidders proposal. Bidders may also be required to submit at a minimum the following insurance requirements:

o Insurance certificates: General Liability PD $500,000/500,000, PL $500,000/500,000, with the City of Howell as added insured on the policy. Not as certificate holder.

o Workmen's Compensation - M ichigan Statutory or acceptable in Michigan as full and exclusive coverage.

o Proof of insurance on trucks and equipment.

2-)7-1

2/8/2017 Request for Proposal Process Tracker Page 5 RFP Process Tracker

Provide the contact information of the person responsible for this RFP who is authorized by this company to execute an agreement wit h the City of Howell.

Name address · Ema11I phone m.n1bers 1--~~~~-~~~~~~~+ -~~~~~~~~~...--~~~ c:tu:i-1 b lL\...1£.\1/)L.\L lD71.f flu5..SS ~(2..l v'f'i._ {.~fl.:,,.<:._,1t-r;~,-.Jfb'Lt>•,'!..V- 1 Lr. ~

As S,\..f)l..,Z., Cl 6i)..J sr. 0 f-Cv'" p t; (J. \ l9"" r--orl \'v\.. ~ ~tl> -3ioo -- 8"1 t\ Contractor o r Su pplier shall include a separate proposal sheet on their company letterhead t hat identifies t he scope of work and the cost breakdown for each task. Bidder shall include t he total cost of t he work as outlined in their proposal sheet in t he appropriate box below. Any alternates to this RFP by the Bidder shall be entered as an alternate with t he associated cost spelled out below.

Roof Replacement ZO> ~ -02--- '2 'f - I \ L\: \,

Roof Sheathing Square foot cost=$ ( , L) ~ $ 11 ~ ~- j\,5:1L 5i+r-rz:. r replacement (if needed) 'T i3 f>

Schedule Bidder is required to submit start dates, delivery dates and completion dates as outlined below . The City may reject a bid if these dates do not meet the needs as outlined within the scope of work.

~er-a~ 3/11c,/201'1 ,?/- ' I-::, 7:>/18/261')

{,v r·c-1-t !L~ 3 /~o /Le I? 3 /z.6 2.

,,~\.V'A 3 I l.-D / 20 I ? -s/-w ~e t) I Delivery Please deliver or Ma il your sealed RFP to the City of Howell Clerks Office at 611 E. Grand River Ave. Howell MI, 48843, attention to "City Clerk" with the Project name clearly marked on the envelope. RFP must be received prior to t he date and t ime identified as the RFP deadline. This

2/ 8/2017 Request for Proposal Process Tracker Page 4 RFP Process Tracker information is located on sheet one of this proposal. Any proposal not received in a sealed envelope will be disqualified from the bidding process.

Acknowledgement The Contractor/ Supplier acknowledges that this is a request for proposals and not an agreement to perform or supply work or materials. Once the City selects the successful bidder and council approves the RFP the City and Contractor I Supplier shall enter a contractual agreement to provide the services as outlined within the successful Bidders proposal. Bidders may also be required to submit at a minimum the following insurance requirements:

o Insurance certificates: General Liability PD $500,0001500,000, PL $500,000/500,000, with the City of Howell as added insured on the policy. Not as certificate holder.

o Workmen's Compensation - Michigan Statutory or acceptable in Michigan as full and exclusive coverage.

o Proof of insurance on trucks and equipment.

r~--~r;~·_)l_ _Q_~ _~·~-~~- -~] _C_1vt~10~i_l_~_,v'_f-. _~~~2_/_z_,_/_~_D_1)~___,

2/8/2017 Request for Proposal Process Tracker Page 5

CITY OF HOWELL MEMORANDUM

TO: MAYOR & COUNCIL FROM: MARCEL GOCH, FORMER DPW SUPERINTENDENT DATE: MARCH 2, 2017 RE: FUME AIR EXTRACTOR

In 2013 we moved the Public Works maintenance garage into the former fire station on the DPW facility. Although this was a great improvement from the existing work area we did need to make a few modifications. While we managed to get most of these done we knew we would have to budget for a few items that we could not afford at the time. One particular item was an Exhaust Fume Extractor. This item is needed when metal cutting or welding is being done or anything that can cause fume/dust build up inside the garage. Our old maintenance garage had such a system but it was incorporated into the building making it too costly to remove and re-install into our new facility. We have managed to work without it until now but have always planned on getting a system that would be suitable for health and safety reasons not to mention that opening the garage doors during the winter months can be costly and inefficient.

As a result of our findings Public works received (3) three quotes from the following vendors;

$5,776 Matheson Tri-Gas of Howell $5,807 Miller-Factory Direct $6,007 Airgas-online

Attached to this memo you will find the (3) three quotes for the Fume Extractor with an additional filter for each. Funds for this are budgeted in line item 640-441- 977.000.

ACTION REQUESTED: Award the bid for the Fume Air Extractor to Matheson Tri-Gas of Howell for an amount not to exceed $5,776.

REVIEWED AND APPROVED FOR SUBMISSION: BUDGETED & AVAILABLE:

Shea Charles, Catherine M. Stanislawski, City Manager Finance Director/Treasurer SHIPPING PAPER FOR CHEMICAL EMERGENCY SPILL, LEAK, FIRE, EXPOSURE, OR ACCIDEN1 "(~ MATHESON 18095694776 CALL CHEMTREC - DAY OR NIGHT ~-' ask. ..The Gas Professionals"' 800-424-9300 For calls originating outside the Continental U.S.: 202-483-7616 - Washington, DC, Collect ALL CALLS .A.RE RECORDED CAUTION: Use no oil or lubricant of any kind on oxygen cylinders, valves, gauges. regulators, or other fittings as such is dangerous and may cause explosions. s CITY OF HOWELL s MATHESON TRI-GAS DBA VALLEY H 0 1315 PARKWAY DRIVE L ~ 611 E GRAND RI VER AVE D HOWELL MI 48843 HOWELL MI 48843 517-545-8500 T B 0 y

QTE 01-FEB-17 10 :58AM jwhite 517-546-3500 Ship Date: 02/01/17 JW ORDER NO. DATE CUST. NO. CUSTOMER NAME GAS P/O SHIP VIA PAGE 14787442-00 02/01/17 EZ463 CITY OF HOWELL H~,gD ~26 049 WILL CALL X 001 OF 001 ----,-'~~.-~...-~-....~~_...,.~~~--.--~~~~-t QTY UOM H DESCRIPTION l.INE ITEM : QTY QTY BIN UNIT EXTENDED SHIPPED M HAZARD CLASS & l.D. NUMBER NO. NUMBER LOC ORDERED BKORD LOC AMOUNT AMOUNT We reserve the ri ght, in;our sole and exc\usive discretion, I I to refuse to sell our products to anyone for any reason. · QUOTE '**** I I I I I Quote Expiration Date: 03/03/17 I I I i I ! 1 EA MILLER EXTRACTOR FUME 10' ARM 1 I MIL 951508 · N26 I 1 0 407.00 ~201.000o l 5201. OON I i MWX-D PKG SA-810 951508 ! MFG PART #:951508 , 1 EA ~·!ILLER FILTER DISPOSABLE SWX-D 2 MIL 300539 ! N26 ... a: ! 575.0000 : 575.00N '300539 I ! I 'ffG PART #: 300539 I Total Weight : 407.0000 5iubtotal 5776.00 i ~ax I .00 ~otal Sale i 5776 .00 I I

CARRIERS VEHICLE CASH D PLACARDED ACCORDING TO s· ORDER # EXISTING REGULATIONS RECEIVED TOTAL EMPTY CYLINDERS RETURNED SUBJECT TO INSPECTION AT SELLER PLANT RECEIVED - FOR SELLER ACCEPTED - FOR ABOVE VENDEE

This is to certify that the herein-named materials are properly classified, described, packaged, marked and labeled and are CUSTOM ER # in proper condition for transportation according to the applicable regulations of the Department of Transpo11ation. These commodities. technology or software were exported from the United States in accordance with the Export Administration Regulations. Diversion contrary to U.S. law is prohibited. PLACARDS OFFERED FOR CARRIER VEHICLES ACCORDING TO EXISTIN G REGULATIONS ALL SALES ARE SUBJECT TO EITHER THE TERMS AND CONDITIONS STATED ON THE REVERSE SIDE HEREOF OR SUCH OTHER TERMS AND CONDITIONS AS THE PARTIES HERETO MAY HAVE PREVIOUSLY AGR EED TO IN A SIGNED WRITTEN CONTRACT. NO TERMS AND CONDITIONS CAN BE MODIFIED EXCEPT BY A WRITING SIGNED BY AN AUTHORIZED QFFISt=R OF SELLER ANO BYYER· ,..,..,,..... i.o.,,.,. ~.a:rsv Airgas - MIL951508 - Miller® FILTAIR® MWX-D SA-810 875 CFM 115V Single Phas... Page 1 of 1

Airgas. (<, an Air Liquide <:o:rnpany ~ il 1.." >Jo_t"".bJ•J I Need 1; ilcco1mt? Re3lster or Leg· 1

Find A 9ranch Cus ~orr · : S .rvi :e 5DS S

Se;:;rch Products or Manufacturers...

H•>n' I Mll951508 £: , Ill F- . t.

i ")\ ·- ' f 'r C,\I, f itn"IJCl t • \• W !I piClUI• Miller® FILTAIR® MWX-0 SA-810 875CFM11SV Single Phase 60Hz Fume Extractor Package With 10' Extraction Arm And Disposable Filter Airgas Part#: MIL951508 f.'· It ... Cl. ct le M ...I L .!13 Co Manufacturer#: 951508 l og I~ to ,.,..., )'<"Ir pr ce

$6,007.00 / Each

Packago Size: 1 Each

$6,001.00 e~ch

Typically In Stock

Item Details -

Miller • MWX·D Package with 10' extraction arm and high-efficiency disposable filter contains mobile extractor and arm.

Our Company Move your business forward with Airgas Car~ rs

Airgas. an Air Liquide company, is the nation's leading single~source supplier of gases, welding and safety Ai mas. products. Known locally nationwide, our distribution network serves more than one million customers of Q , 1r Core O ff<:. u1g nn Alr Uqulde company all sizes with a broad offorlng of top-quality products and unmatched expertise. 0.ir U ·q:.H? "'\w ntnoo Coq:. > at·· Re· J.pr.nt:b 1ty

Air Liquide A< • Jl~H. o, 1 D COll:NlCT WITH US H:story Airfi Quide.com

~ 2017 Airgas. Inc, All Rights Rosetved.

~ ·· - ;;y e~ 1cy T<- )ms ~Co ndi.sons of U ~ 7.. ms & Cone ·,c ,. of S3 ~ CL.>::>m:r Se1,...~... C(J • - .t I f.< f b.1t • FAQ Additional shipping, handUng and ltomizod cha.gos may apply.

https ://www.ai r gas. com/product/Welding-Products/Welding-Support-Equipment/Fume-Extr... 2/1/2017 Page 1 of 16

FILTAIR® MWX, Disposable Filter Model, 10 ft. Arm 951508

Mobile weld fume extraction systems feature class­ leading suction power resulting in unrivaled filtering performance

Select One Compare FILTAIR® MWX, Disposable Filter Model, 10 ft. Arm ....

>-Spec Sheet (ENG)

$5,201.00 Manufacturer Suggested Price(USD)

https://www.millerwelds.com/safety/fume-extraction/filtair-mwx-portable-fume-extractor-m... 2/1/2017 Page 1 of2

Replacement FilTek Disposable Filter 300539

High Efficency Replacement For Disposable MWX and SWX FILTAIR Furne Extractor

Select One Compare Replacement FilTek Disposable Filter - 300539 •

$606.00 Manufacturer Suggested Price(USD)

https://www.millerwelds.com/safety/fume-extraction/filtair-filters-m30059 2/112017

CITY OF HOWELL MEMORANDUM

TO: MAYOR & CITY COUNCIL FROM: DEVIN LAROWE, CEMETERY SUPERVISOR DATE: MARCH, 2, 2017 RE: RFP FOR DEPARTMENT OF PUBLIC WORKS ZERO TURN MOWERS

The Department of Public Works sent out invitations to bid for the replacement of three zero turn mowers used for mowing all city maintained properties. These units are on a three year replacement cycle. We have added a vacuum system to one unit to aid in leaf and grass clipping clean up. The results are as follows:

Vendor Price With Trade Price Without Trade D&G Equipment $13,139.41 $25,139.41 3915 Tractor Dr Howell, MI 48855

Bader & Sons $17,000.00 $26,000.00 20801 Pontiac Trail South Lyon, MI 48178

Weingartz Supply No Bid $25,761.00 39050 Grand River Ave Farmington Hills, MI 48335

The City has budgeted $22,000.00 for this purchase in vehicles-other line item 640-441-981.002.

ACTION REQUESTED:

A motion to award the bid for three 48 inch zero turn mowers to D&G Equipment of Howell in the amount of $13,139.41 plus trade in of existing mowers.

REVIEWED AND APPROVED FOR SUBMISSION: BUDGETED & AVAILABLE:

Shea Charles, Catherine M. Stanislawski, City Manager Finance Director/Treasurer HO\c\tI~ LL ~lICHIGAN

City of Howell Request for Proposal (RFP) For

Department of Public Works 48" Zero Turn Mowers(3) Overview The RFP process invites suppliers to submit competitive bids for project work or products. This process encourages competition and provides prospects with fair and honest dealings with suppliers. This RFP is issued by invitation only. Proposal Information This section identifies a scope of work so bidders can provide an accurate proposal. If bidder requires clarification or additional information they must contact the projects manager in writing (email acceptable). This information, if pertinent to the bid will be sent to all other proposal holders.

February 28, 2017 48" Zero Turn Mowers (3) 4-CEM-17 2:00 PM

: ....

Supply and deliver to the City of Howell Department of Public Works- Lakeview Cemetery with (3) new zero-t urn mowers meeting the following specifications. The trade-in units may be viewed by contacting the Project Manager and scheduling an appointment.

Scope Please submit the quote using the below scope of work, alternates or additions to this scope must be cl early identified as such on the proposal. I

l lH t U..."'1. :. ;-. ' Submit 2 separate proposals- 1 to include trade-in of (3) 54" John Deere 920M 3 year warranty Fl at free front tires Minimum 23.5 HP full pressure lubrication, twin cylinder engine Heavy duty integrated piston pump wheel motors 48" 7 gauge steel mowing deck with the ability to switch f1om mulch to side discharge from seat. 1-Unit to include 14 bushel dump from seat material colleqtion system. Project Management I The City's contact information for the person and departmJr t in charge of this proposal . .. Devin LaRowe Cemetery Supervisor City of Howell 611 East Grand River Ave. Howell, MI 48843

2/1/2017 Request for Proposal Process Tracker Page 2 RFP Process Tracker

517-546-6019 Proposal Sheet {This portion to be filled out by the bidder) Please provide complete name for the business.

Provide the contact information of the person responsible for this RFP who is authorized by this company to execute an agreement with the City of Howell.

Name address Email I phone nunnbers

311 .-- Trlt-CfofL J>r. dv-o .ers c- e . ·vf'A .. w~ ' I Contractor or Supplier shall include a separate proposal sheet on their company letterhead that identifies the scope of work and the cost breakdown for ea t h task. Bidder shall include the total cost of the work as outlined in their proposal sheet in the ~pp ropriate box below. Any alternates to this RFP by the Bidder shall be entered as an alternate ith the associated cost spelled out below.

$ 13.139~'-fl I

$

Schedule Bidder is required to submit start dates, delivery dates an completion dates as outlined below. The City may rej ect a bid if these dates do not meet the n eds as outlined within the scope of work.

2/1/2017 Requ est for Proposal Process Tracker Pa ge 3 RFP Process Tracker

Delivery Please deliver or Ma il your sealed RFP to the City of Howell Clerks Office at 611 E. Grand River Ave. Howell MI, 48843, attention to "City Clerk" with the Project name clearly marked on the envelope. RFP must be received prior to the date and t im identified as the RFP deadline. This information is located on sheet one of this proposal.

Acknowledgem ent The Contractor I Supplier acknowledges that this is a requtst for proposals and not an agreement to perform or supply work or materials. Once uhe City selects the successful bidder and council approves t he RFP the City and Contractor/ Supplier shall enter a contractual agreement to provide the services as outlined within the successful Bidders proposal. Bidders may also be required to submit at a minimum the following insurance requirements:

o Insurance certificates: General Liability PD $500,000/500,000, PL $500,000/500,000, with the City of Howell as added insured on the policy. Not as certificate ho lder.

o Workmen's Compensation - Michigan Statutory or acceptable in Michigan as fu ll and exclusive coverage.

o Proof of insurance on trucks and equ ipment.

I I ..

2/1/2017 Request for Proposal Process Tra cker Pa ge 4 fC') JOHN DEERE D&G EQUIPMENT

Quote Id: 14737524

Prepared For: City Of Howell Area Parks & Cemetery

D&G Equipment Inc.

Prepared By: Douglas Rogers

D & G Equipment, Inc. 3915 Tractor Drive Howell, MI 48855

Tel: 517-540-6141 Mobile Phone: 517-881-8217 Fax: 517-540-6144 Email: [email protected]

Date: 10 Februa ry 2017 Offer Expires: 28 February 2017

Confidential D JOHN DEERE D&G EQUIPMENT

Quote Summary Prepared For: Prepared By: City Of Howell A rea Parks & Cemetery Douglas Rogers Devin Larowe D & G Equipment, Inc. 61 1 E Grand River Ave 3915 Tractor Drive Howell, Ml 48843 Howell, Ml 48855 Business: 517-546-4500 Phone: 517-540-6141 Mobile: 517-881-8217 [email protected]

Quote Id: 14737524 I Understand there is NO RETURN on POWER EQUIPMENT or Created On: 10 February 2017 attachments . D&G Equipment is a full service dealer and Last Modified On: 21 February 2017 equipment will be repaired per manufactures guidelines only. Expiration Date: 28 February 2017 All used equipment sold as is unless specified on purchase order . Service calls and transportation fees are the responsibility of the customer and not covered by warranty. X ( initials of puchaser) Equipment Summary Suggested List Selling Price Qty Extended JOHN DEERE Z920M Commercial $ 10,539.00 $ 7,575.37 x 3 = $ 22,726.11 ZTrak NeverStop Commercial Loaner Prepaid $ 0.00 x = $ 0.00 Guarantee($249 Value)

JOHN DEERE 14 Bushel Dump $ 3,364.00 $ 2,413.30 x = $ 2,413.30 From Seat Material Collection System

Equipment Total $ 25,139.41

Trade In Summary Qty Each Extended

JOHN DEERE Z920M GAS $ 4,000.00 $ 4,000.00 Payoff $ 0.00 Total Trade Allowance $ 4,000.00

JOHN DEERE Z920M GAS $ 4,000.00 $ 4,000.00 Payoff $ 0.00 Total Trade Allowance $ 4,000.00

JOHN DEERE Z920M GAS $ 4,000.00 $ 4,000.00 Payoff $ 0.00 Total Trade Allowance $ 4,000.00

Trade In Total $ 12,000.00 Quote Summary Equipment Total $ 25, 139.41 Trade In $ (12,000.00) SubTotal $ 13, 139 .41

Salesperson : X ______Accepted By : X _____

Confidential Q) JOHN DEERE D&G EQUIPMENT

Est. Service Agreement Tax $ 0.00 Total $ 13,139.41 Balance Due $ 13,139.41

Salesperson : X _____ Accepted By : X ____ _

Confidential (IJ JOHN DEERE D&G Selling Equipment EQUIPMENT

Quote Id: 14737524 Customer: CITY OF HOWELL AREA PARKS & CEMETERY

JOHN DEERE Z920M Commercial ZTrak

Hours: Suggested List Stock Number: $ 10,539.00 Selling Price $ 7,575.37 Code Description Qty Unit Extended 2142TC Z920M Commercial ZTrak 3 $ 9,629.00 $ 28,887.00 Standard Options - Per Unit 001A United States/Canada 3 $ 0.00 $ 0.00 1035 24x9.5x1 2 Pneumatic Turf Tire for 48 3 $ 0.00 $ 0.00 In. Decks 1501 48 In . Mulch On Demand Mower Deck 3 $ 870.00 $ 2,61 0.00 2000 Deluxe Comfort Seat with A rm rests 3 $ 0.00 $ 0.00 Standard Options Total $ 2,610.00 Value Added Services NeverStop Commercial Loaner 1 $ 0.00 $ 0.00 Guarantee($249 Value) Value Added Services Total $ 0.00 Other Charges EnviroCrate 3 $ 40.00 $ 120.00 Other Charges Total $ 120.00

Suggested Price $ 31,617.00 Customer Discounts Customer Discounts Total $ -2,963.63 $ -8,890.89 Total Selling Price $ 22, 726.11

JOHN DEERE 14 Bushel Dump From Seat Material Collection System

Hours: Suggested List Stock Number: $ 3,364.00 Selling Price $ 2,413.30 Code Description Qty Unit Extended 0787TC 14 Bushel Dump From Seat Material $ 3,240.00 $ 3,240.00 Collection System (For 48 ln./54 ln./60 ln./72 In. Z900 M/R Series Mowers including Mulch-On-Demand Decks) Standard Options - Per Unit 001A United States and Canada 1 $ 0.00 $ 0.00

Confidential e JOHN DEERE D&G Selling Equipment EQUIPMENT

Quote Id: 14737524 Customer: CITY OF HOWELL AREA PARKS & CEMETERY

1008 $ 124.00 $ 124.00

2000 $ 0.00 $ 0.00

$124.00

Suggested Price $ 3,364.00 Customer Discounts Customer Discounts Total $ -950.70 $ -950.70 Total Selling Price $ 2,413.30

Confidential g JOHN DEERE D&G Trade In EQUIPMENT

Quote Id: 14737524 Customer: CITY OF HOWELL AREA PARKS & CEM ETERY

JOHN DEERE Z920M GAS

Machine Details

Description Net Trade Value JOHN DEERE Z920M GAS $ 4,000.00

Your Trade In Description

54" DECK Total $ 4,000.00

JOHN DEERE Z920M GAS

Machine Details

Description Net Trade Value JOHN DEERE Z920M GAS $ 4,000.00

Stock Number : Your Trade In Description

54" DECK

Payoff $ 0.00 Total $ 4,000.00

JOHN DEERE Z920M GAS

!Machine Details

Description Net Trade Value JOHN DEERE Z920M GAS $ 4,000.00

Stock Number : Your Trade In Description

54" DECK

Confidential D JOHN DEERE D&G Trade In EQUIPMENT

Quote Id: 14737524 Customer: CITY OF HOWELL AREA PARKS & CEMETERY

Confidential (el) JOHN DEERE

Extended Repair Plan Proposal PowerGard™ Protection Plan Residential

Date: February 21 , 2017 Machine/Use Information Plan Description Price

Manufacturer JOHN DEERE Plan Type: Deductible:

Equipment Type Z920M GAS Coverage: Quoted Price $ 0.00

Model Z920M GAS Total Months:

Total Hours:

THIS PROPOSAL IS VALID FOR 30-DAYS FROM DATE ISSUED. GRACE pricing is offered only earty during the Deere basic warranty penod and has no surcharges. After this period. DELAYED PURCHASE pricing (surcharged) is offered later during the John Deere Basic Warranty. Many PowerGard quotes presented in the Delayed Purehase Period will require inspectiontcertiftcation process and must also past nuid testing. The Total Months and Total Hours listed above include the John Deere Basic warranty terms (24months12000 hours on Tractors, 24 months on Golf & Turf Products, 12 months for all AG Harvesting and Sprayer equipment, and 12 months/1000 hours on most Gator Utility Vehides)."Limited" Plan coverage: Engine & Powertrain only. "Comprehensive· Plan coverage: Full Machine. Proposal Prepared for: I have been offered this coverage and

Customer Name - Please Print D I ACCEPT the Residential plan 0 I DECLINE the Residential plan

Customer Signature If declined, I fully understand that my equipment listed above is not covered for repair expenses due to component failures beyond the original basic warranty period provided by John Deere.

Note : This is not a contract. For specific PowerGard™ Protection plan Residential coverage, please refer to the terms and conditions on John Deere's public website(www.JohnDeere.com) under Services & Support >Warranty > Extended Warranties > PowerGard protection plan Residential.

Date : February 21, 2017 Machine/Use Information Plan Description Price

Manufacturer JOHN DEERE Plan Type: Deductible:

Equipment Type Z920M GAS Coverage: Quoted Price $ 0.00

Model Z920M GAS Total Months:

Total Hours:

THIS PROPOSAL IS VALID FOR 30-DAYS FROM DATE ISSUED. GRACE pricing is offered only earty during the Deere basic warranty period and has no sureharges. After !his penod. DELAYED PURCHASE pricing (surcharged) is offered later during the John Deere Basic Warranty. Many PowerGard quoles presented in th e Delayed Purchase Period will require inspection/certification process and must also past nuid testing. The Total Months and Total Hours listed above include the John Deere Basic Warranty terms (24 months/ 2000 hours on Tractors, 24 months on Golf & Turf Products, 12 months for all AG Harvesting and Sprayer equipment. and 12 months/1000 hours on most Gator Utility Vehides). "Limited" Plan coverage : Engine & Powertrain only. "Comprehensive· Plan coverage = Full Machine

Confidential (e ) JOHN DEERE

Proposal Prepared for: I have been offered this coverage and

Customer Name - Please Print 0 I ACCEPT the Residential plan [2] I DECLINE the Resident ial plan

Customer Signature If declined, I fully understand that my equipment listed above is not covered for repair expenses due to component failures beyond the original basic warranty period provided by John Deere.

Note : This is not a contract. For specific PowerGard™ Protection plan Residential coverage, please refer to the terms and condition s on John Deere's public website(www.JohnDeere.com) under Services & Su pport >Warranty > Extended Warranties > PowerGard protection plan Residential.

Date : February 21, 2017 Machine/Use Information Plan Description Price Manufacturer JOHN DEERE Plan Type: Deductible:

Equipment Type Z920M GAS Coverage: Quoted Price $ 0.00

Model Z920M GAS Total Months:

Total Hours:

THIS PROPOSAL IS VALID FOR 30-DAYS FROM DATE ISSUED. GRACE pricing is offered only early during the Deere basic warranty period and has no surcharges. After this period, DELAYED PURCHASE pricing (surcliarged) is offered later during the John Deere Basic Warranty. Many PowerGard quotes presented in the Delayed Purchase Period will require inspectionfcertification process and must also past fluid testing. The Total Months and Total Hours listed above include the John Deere Basic Warranty terms (24 months/ 2000 hours on Tract0<$. 24 months on Golf & Tl#f Products, 12 months for all AG Harvesting and Sprayer equipment. and 12 months/1000 hours on most Gator Utility Vehides)."limited" Plan coverage ; Engne & Powertrain only. "Comprehensive· Plan coverage; Full Machine. Proposal Prepared for: I have been offered this coverage and

Customer Name - Please Print 0 I ACCEPT the Residential plan [2] I DECLINE the Residential plan

Customer Signature If declined, I fully understand that my equipment listed above is not covered for repair expenses due to component failures beyond the original basic warranty period provided by John Deere.

Note : This is not a contract. For specific PowerGard™ Protection plan Residential coverage, please refer to the terms and conditions on John Deere's public website(www.John Deere.com) under Services & Support >Warranty > Extended Warranties > PowerGard protection plan Residential.

PowerGard™ Protection Plan Residential (Residential plan) is: The PowerGard rM Protection Plan Residential is an extended repair plan that provides parts and labor coverage up to four years beyond the manufacturer's warranty.It is available on all riding lawn equipment.zero-turn radius mowers, utility vehicles, utility tractors and compact utility tractors.Your John Deere equipment will be in the hands of qualified, certified technicians from John Deere dealers using Genuine John Deere Parts.

Not covered under a Residential plan: Residential plans do not cover routine maintenance services or items normally designed to be replaced by the purchaser due to normal wear and tear. They do not cover any product used for commercial or rental application s. They also do not cover repairs for damage from accident, misuse, fire, theft, or exposure to weather conditions such as lightning, hail , flood or water. See the actual PowerGard™ Protection Plan Residential Terms and Conditions for a complete listing of coverage,and limitations and conditions under the program.

Confidential (fl JOHN DEERE

Benefits of a Residential plan: • Offer the choice of adding up to 4 years of repair coverage beyond the machine's factory warranty. • Do not require preapproval before repairs are made by the authorized John Deere dealership. e Is transferable by the original purchaser for the balance of the original agreement period. • Ensures higher resale value and makes equipment more marketable during sale or trade-in. e Comprehensive Plans: • No deductibles and no out-of-pocket costs on covered repairs. • Free transportation for factory warranty and extended repair plan repairs for the term of the plan (Note:A surcharge may apply for machines located outside of the dealership's normal service area). • Limited Powertrain Plans: • Low deductibles on covered repairs • Do not provide transportation coverage

Confidential f11)JoHN0EERE D&G EQUIPMENT

Quote Id: 14737524

Prepared For: City Of Howell Area Parks & Cemetery

D&G Equipment Inc.

Prepared By: Douglas Rogers

0 & G Equipment, Inc. 3915 Tractor Drive Howell, Ml 48855

Tel: 517-540-6141 Mobile Phone: 517-881-8217 Fax: 517-540-6144 Email: [email protected]

Date: 10 February 2017 Offer Expires: 28 February 2017

Confidential D JOHN DEERE D&G EQUIPMENT

Quote Summary Prepared For: Prepared By: City Of Howell Area Parks & Cemetery Douglas Rogers Devin Larowe D & G Equipment, Inc. 611 E Grand River Ave 3915 Tractor Drive Howell, Ml 48843 Howell, Ml 48855 Business: 517-546-4500 Phone: 517-540-6141 Mobile: 517-881 -8217 [email protected]

Quote Id: 14737524 I Understand there is NO RETURN on POWER EQUIPMENT or Created On: 10 February 2017 attachments . D&G Equipment is a full service dealer and Last Modified On: 21 February 2017 equipment will be repaired per manufactures guidelines only. Expiration Date: 28 February 2017 All used equipment sold as is unless specified on purchase order. Service calls and transportation fees are the responsibility of the customer and not covered by warranty. X ( initials of puchaser)

Equipment Summary Suggested List Selling Price Qty Extended JOHN DEERE Z920M Commercial $ 10,539.00 $ 7,575.37 x 3 = $ 22,726. 11 ZTrak NeverStop Commercial Loaner Prepaid $ 0.00 x $ 0.00 Guarantee($249 Value)

JOHN DEERE 14 Bushel Dump $ 3,364.00 $ 2,413.30 x 1 = $ 2,413.30 From Seat Material Collection System

Equipment Total $ 25,139.41 Quote Summary Equipment Total s 25,139.41 Sub Total $ 25,139.41 Est. Service Agreement Tax $ 0.00 Total $ 25, 139.41 Balance Due $ 25,139.41

Salesperson : X ______Accepted By ; X ______

Confidential DJOHNDEERE D&G Selling Equipment EQUIPMENT

Quote Id: 14737524 Customer: CITY OF HOWELL AREA PARKS & CEMETERY

JOHN DEERE Z920M Commercial ZTrak

Hours: Suggested List Stock Number: $ 10,539.00 Selling Price $ 7,575.37 Code Description Qty Unit Extended 2142TC Z920M Commercial ZTrak 3 $ 9,629.00 $ 28,887.00 Standard Options - Per Unit 001A United States/Canada 3 $ 0.00 $ 0.00 1035 24x9.5x12 Pneumatic Turf Tire for 48 3 $ 0.00 $ 0.00 In. Decks 1501 48 In. Mulch On Demand Mower Deck 3 $ 870.00 $ 2,610.00 2000 Deluxe Comfort Seat with Armrests 3 $ 0.00 $ 0.00 Standard Options Total $ 2,610.00 Value Added Services NeverStop Commercial Loaner 1 $ 0.00 $ 0.00 Guarantee($249 Value) Value Added Services Total $ 0.00 Other Charges EnviroCrate 3 $ 40.00 $ 120.00 Other Charges Total $ 120.00

Suggested Price $ 31,617.00 Customer Discounts Customer Discounts Total $ -2,963.63 $ -8,890.89 Total Selling Price $ 22,726.11

JOHN DEERE 14 Bushel Dump From Seat Material Collection System

Hours: Suggested List Stock Number: $ 3,364.00 Selling Price $ 2,413.30 Code Description Qty Unit Extended 0787TC 14 Bushel Dump From Seat Material 1 $ 3,240.00 $ 3,240.00 Collection System (For 48 ln ./54 ln./60 ln./72 In . Z900 M/R Series Mowers including Mulch-On-Demand Decks) Standard Options - Per Unit 001A United States and Canada 1 $ 0.00 $ 0.00

Confidential g JOHN DEERE D&G Selling Equipment EQUIPMENT

Quote Id: 14737524 Customer: CITY OF HOWELL AREA PARKS & CEMETERY

1008 Attaching Parts for 48 In. and 54 In. 7- $ 124.00 $ 124.00 lron PRO Mulch-on-Demand Decks 2000 7-lron Blower for 7-lron, 7-lron PRO $ 0.00 $ 0.00 and 7-lron PRO Mulch-On-Demand Decks Standard Options Total $ 124.00

Suggested Price $ 3,364.00 Customer Discounts Customer Discounts Total $ -950.70 $ -950.70 Total Selling Price $ 2,413.30

Confidential D JOHN DEERE

Extended Repair Plan Proposal PowerGard™ Protection Plan Residential

Date : February 21 , 2017 Machine/Use Information Plan Description Price Manufacturer JOHN DEERE Plan Type: Deductible:

Equipment Type Z920M GAS Coverage: Quoted Price $ 0.00

Model Z920M GAS Total Months:

Total Hours:

THIS PROPOSAL IS VALID FOR 30·DAYS FROM DATE ISSUED. GRACE pricing is offered only earty duling the Deere basic warranty period and has no surcharges. After this period, DELAYED PURCHASE pricing (surcharged) is offered later during the John Deere Basic Warranty. Many PowerGard quotes presented in the Delayed Purchase Period will require i nspection/certifica~on process and must also past fluid testing. The Total Months and Total Hours listed above include the John Deere Basic Warranty terms (24 months/ 2000 hours on Tractors, 24 months on Golf & Turf Products, 12 months for all AG Harvesting and Sprayer equipment, and 12 months/1000 hours on most Gator Utility Vehicles)."Limitecl" Plan coverage= Engine & Powertrai n only. ·comprehensive· Plan coverage= Full Machine. Proposal Prepared for: I have been offered this coverage and

I ACCEPT the Residential plan Customer Name - Please Print D [Z] I DECLINE the Residential plan

Customer Signature If declined, I fully understand that my equipment listed above is not covered for repair expenses due to component failures beyond the original basic warranty period provided by John Deere.

Note : This is not a contract. For specific PowerGard™ Protection plan Residential coverage, please refer to the terms and conditions on John Deere's public website(www.JohnDeere.com) under Services & Support >Warranty > Extended Warranties > PowerGard protection plan Residential.

Date : February 21, 2017 Machine/Use Information Plan Description Price Manufacturer JOHN DEERE Plan Type: Deductible:

Equipment Type Z920M GAS Coverage: Quoted Price $ 0.00

Model Z920M GAS Total Months:

Total Hours:

THIS PROPOSAL IS VALID FOR 30-DAYS FROM DATE ISSUED. GRACE pricing is offered only earty during the Deere basic warranty period and has no surcharges. Aft er th is period, DELAYED PURCHASE pricing (surcharged ) is offered later during the John Deere Basic Warranty. Many PowerGard quotes presented in the Delayed Purchase Penod will require inspectionlcartification process and must also past ftuid testing. The Total Months and Total Hours listed above include the John Deere Basic Warranty terms (24 months/ 2000 hours on Tractors, 24 months on Golf & Turf Products, 12 months for all AG Harvesting and Sprayer equipment. and 12 months/1000 hours on most Gator Utility Vehicles) "Limited'' Plan coverage = Engine & Powertrain only. "Comprehensive" Plan coverage = Full Machine.

Confidential D JOHN DEERE

Proposal Prepared for: I have been offered this coverage and

Customer Name - Please Print D I ACCEPT the Residential plan [{] I DECLINE the Res idential plan

Customer Signature If declined, I fully understand that my equipment listed above is not covered for repair expenses due to component failures beyond the original basic warranty period provided by John Deere.

Note : This is not a contract. For specific PowerGard TM Protection plan Residential coverage, please refer to the terms and conditions on John Deere's public website(www.JohnDeere.com) under Services & Support >Warranty > Extended Warranties > PowerGard protection plan Residential.

Date : February 21 , 2017 Machine/Use Information Plan Description Price Manufacturer JOHN DEERE Plan Type: Deductible:

Equipment Type Z920M GAS Coverage: Quoted Price $ 0.00

Model Z920M GAS Total Months:

Total Hours:

THIS PROPOSAL IS VALID FOR 30-DAYS FROM DATE ISSUED. GRACE pricing is offered only early during lhe Deere basic warranly period and has no surcharges. After lhis period, DELAYED PURCHASE pricing (surcharged) is offered later during the John Deere Basic Warranty Many PowerGard quotes presented 1n the Delayed Purchase Penod will require inspection/certification process and must also past ftuid testing. The Total Months and Total Hours listed above include th e John Deere Basic Warranty terms (24 monl/1s / 2000 hours on Tractors, 24 months on Golf & Turf Products, 12 months for all AG Harvesting and Sprayer equipment, and 12 months/1000 hours on most Gator Utility Veh1cles)."Umited" Plan coverage = Engine & Powertrain only. "Comprehensive· Plan coverage ~ Full Machine. Proposal Prepared for: I have been offered this coverage and

Customer Name - Please Print 0 I ACCEPT the Residential plan 0 I DECLINE the Residential plan

Customer Signature If declined, I fully understand that my equipment listed above is not covered for repair expenses due to component failures beyond the original basic warranty period provided by John Deere.

Note : This is not a contract. For specific PowerGard™ Protection plan Residential coverage, please refer to the terms and conditions on John Deere's public website(www.JohnDeere.com) under Services & Support >Warranty > Extended Warranties > PowerGard protection plan Residential.

PowerGard™ Protection Plan Residential (Residential plan) is : The PowerGard™ Protection Plan Residential is an extended repair plan that provides parts and labor coverage up to four years beyond the manufacturer's warranty.It is available on all riding lawn equipment.zero-turn radius mowers, utility vehicles, utility tractors and compact utility tractors.Your John Deere equipment will be in the hands of qualified, certified technicians from John Deere dealers using Genuine John Deere Parts.

Not covered under a Residential plan: Residential plans do not cover routine maintenance services or items normally designed to be replaced by the purchaser due to normal wear and tear. They do not cover any product used for commercial or rental applications. They also do not cover repairs for damage from accident, misuse, fire, theft, or exposure to weather conditions such as lightning, hail, flood or water. See the actual PowerGard™ Protection Plan Residential Terms and Conditions for a complete listing of coverage.and limitations and conditions under the program.

Confidential 0) JOHN DEERE

Benefits of a Residential plan: e Offer the choice of adding up to 4 years of repair coverage beyond the machine's factory warranty. • Do not require preapproval before repairs are made by the authorized John Deere dealership. e Is transferable by the original purchaser for the balance of the original agreement period. • Ensures higher resale value and makes equipment more marketable during sale or trade-in. e Comprehensive Plans: t No deductibles and no out-of-pocket costs on covered repairs. t Free transportation for factory warranty and extended repair plan repairs for the te rm of the plan(Note:A surcharge may apply for machines located outside of the dealership's normal service area). • Limited Powertrain Plans:

t Low deductibles on covered repairs t Do not provide transportation coverage

Confidential HOWELL MlCHIGAN

City of Howell Request for Proposal (RFP) For

Department of Public Works 4811 Zero Turn Mowers(3) Overview The RFP process invites suppliers to submit competitive bids for project work or products. This process encourages competition and provides prospects with fair and honest dealings with suppliers. This RFP is issued by invitation only. Proposal Information This section identifies a scope of work so bidders can provide an accurate proposal. If bidder requires clarification or additional information they must contact the projects manager in writing (email acceptable). This information, if pertinent to the bid will be sent to all other proposal holders.

_Project name _ _ __ RFP Deadline_ _ _ _ R~P numbe.-______•. February 28, 2017 48" Zero Turn Mowers (3) 4-CEM-17 2:00 PM Requestsummary _ _ _ _ . _ _ _ _ . _ _ -" Supply and deliver to the City of Howell Department of Public Works- Lakeview Cemetery with (3) new zero-turn mowers meeting the following specifications. The trade-in units may be viewed by contacting the Project Manager and scheduling an appointment.

Scope Please submit the quote using the below scope of work, alternates or additions to this scope must be clearly identified as such on the proposal.

Scopeofwor~prop?se~ ______·-···. ______Submit 2 separate proposals- 1 to include trade-in of (3) 54" John Deere 920M 3 year warranty Flat free front tires Minimum 23.5 HP full pressure lubrication, twin cylinder engine Heavy duty integrated piston pump wheel motors 48" 7 gauge steel mowing deck with the ability to switch from mulch to side discharge from seat. 1-Unit to include 14 bushel dump from seat material collection system.

Project Management The City's contact information for the person and department in charge of this proposal.

_Project Manager/ mailing addre~s ______. ______-·- ___ _ Devin LaRowe Cemetery Supervisor City of Howell 611 East Grand River Ave. Howell, MI 48843

2/1/2017 Request for Proposal Process Tracker Page 2 RFP Process Tracker

Proposal Sheet (This portion to be filled out by the bidder) Please provide complete name for the business. rn~7:·~o:·~t.U11i______,

Provide the contact information of the person responsible for this RFP who is authorized by this company to execute an agreement with the City of Howell.

Contact information ------Name address Email I phone numbers ~08'Cl por1nf.lL eruL UW\·hTC (Suer... 2!.. l,(YY\ .sbu-m k'f tJ~, ()tr 4£>179 efl,L- 3>3 300~ 700 I Contractor or Supplier shall include a separate proposal sheet on their company letterhead that identifies the scope of work and the cost breakdown for each task. Bidder shall include the total cost of the work as outlined in their proposal sheet in the appropriate box below. Any alternates to this RFP by the Bidder shall be entered as an alternate with the associated cost spelled out below.

Schedule Bidder is required to submit start dates, delivery dates and completion dates as outlined below. The City may reject a bid if these dates do not meet the needs as outlined within the scope of work.

2/1/2017 Request for Proposal Process Tracker Page 3 RFP Process Tracker

Delivery Please deliver or Mail your sealed RFP to the City of Howell Clerks Office at 611 E. Grand River Ave. Howell MI, 48843, attention to "City Clerk" with the Project name clearly marked on the envelope. RFP must be received prior to the date and time identified as the RFP deadline. This information is located on sheet one of this proposal.

Acknowledgement The Contractor I Supplier acknowledges that this is a request for proposals and not an agreement to perform or supply work or materials. Once the City selects the successful bidder and council approves the RFP the City and Contractor/ Supplier shall enter a contractual agreement to provide the services as outlined within the successful Bidders proposal. Bidders may also be required to submit at a minimum the following insurance requirements:

o Insurance certificates: General Liability PD $500,000/500,000, PL $500,000/500,000, with the City of Howell as added insured on the policy. Not as certificate holder.

o Workmen's Compensation - Michigan Statutory or acceptable in Michigan as full and exclusive coverage.

o Proof of insurance on trucks and equipment.

2/ 1/ 2017 Request for Proposal Process Tracker Page 4 (D) JOHN DEERE

Quote Summary Prepared For: Prepared By: City Of Howell Area Parks & Cemetery David White Devin Larowe Bader & Sons Co. 611 E Grand River Ave 20801 Pontiac Trail Howell, Ml 48843 South Lyon, Ml 48178 Business: 517-546-4500 Phone: 248-437-2091 [email protected]

Quote Id: 14709164 Created On: 06 February 2017 Last Modified On: 09 February 2017 Expiration Date: 13 February 2017

Equipment Summary Selling Price Qty Extended JOHN DEERE Z920M Commercial $ 7,735.00 x 3 = $ 23,205.00 ZTrak

JOHN DEERE 14 Bushel Dump $ 2,795.00 x = $ 2,795.00 From Seat Material Collection System

Equipment Total $ 26,000.00

Trade In Summary Qty Each Extended

2014 JOHN DEERE Z920M - $ 3,000.00 $ 3,000.00 1T C920MVTET020678 Pay Off $ 0.00 Total Trade Allowance $ 3,000.00

2014 JOHN DEERE Z920M - $ 3,000.00 $ 3,000.00 1TC920MVTET020681 Pay Off $ 0.00 Total Trade Allowance $ 3,000.00

2014 JOHN DEERE Z920M - $ 3,000.00 $ 3,000.00 1TC920MVCET020291 Payoff $ 0.00 Total Trade Allowance $ 3,000.00

Trade In Total $ 9,000.00 Quote Summary Equipment Total $ 26,000.00 Trade In $ (9,000.00) SubTotal $ 17,000.00 Est. Service Agreement Tax $ 0.00 Total $ 17,000.00 Down Payment (0.00)

Salesperson : X _____ Accepted By: X _ ____

Confidential 0 JOHN DEERE

Rental Applied (0.00) Balance Due $ 17,000.00

Salesperson : X _ ____ Accepted By : X _____

Confidential D JOHN DEERE Selling Equipment

Quote Id: 14709164 Customer: CITY OF HOWELL AREA PARKS & CEMETERY

JOHN DEERE Z920M Commercial ZTrak

Hours: Stock Number: Selling Price $ 7,735.00 Code Description Qty Unit Extended 2142TC Z920M Commercial ZTrak 3 $ 9,629.00 $ 28,887.00 Standard Options - Per Unit 001A United States/Canada 3 $ 0.00 $ 0.00 1035 24x9.5x12 Pneumatic Turf Tire for 48 3 $ 0.00 $ 0.00 In. Decks 1501 48 In. Mulch On Demand Mower Deck 3 $ 870.00 $ 2,610.00 2000 Deluxe Comfort Seat with Armrests 3 $ 0.00 $ 0.00 Standard Options Total $ 2,610.00

Value Added Services Total $ 0.00 Other Charges EnviroCrate 3 $ 40.00 $ 120.00 Setup 3 $ 110.00 $ 330.00 Other Charges Total $ 450.00 Suggested Price $ 31,947.00 Customer Discounts Customer Discounts Total $ -2,914.00 $ -8,742.00 Total Selling Price $ 23,205.00

JOHN DEERE 14 Bushel Dump From Seat Material Collection System

Hours: Stock Number: Selling Price $ 2,795.00 Code Description Qty Unit Extended 0787TC 14 Bushel Dump From Seat Material 1 $ 3,240.00 $ 3,240.00 Collection System (For 48 ln./54 ln./60 ln./72 In. Z900 M/R Series Mowers including Mulch-On-Demand Decks) Standard Options - Per Unit 001A United States and Canada 1 $ 0.00 $ 0.00 1008 Attaching Parts for 48 In . and 54 In. 7- $ 124.00 $ 124.00 lron PRO Mulch-on-Demand Decks

Confidential D JOHN DEERE Selling Equipment

Quote Id: 14709164 Customer: CITY OF HOWELL AREA PARKS & CEMETERY

2000 7-lron Blower for 7-lron. 7-lron PRO $ 0.00 $ 0.00 and 7-lron PRO Mulch-On-Demand Decks Standard Options Total $124.00 Other Charges Setup $ 330.00 $ 330.00 Other Charges Total $ 330.00 Suggested Price $ 3,694.00 Customer Discounts Customer Discounts Total $-899.00 $ -899.00 Total Selling Price $ 2,795.00

Confidential HOWELL MlCHIGA

City of Howell Request for Proposal (RFP) For

Department of Public Works 48" Zero Turn Mowers(3) Overview The RFP process invites suppliers to submit competitive bids for project work or products. This process encourages competition and provides prospects with fair and honest dealings with suppliers. This RFP is issued by invitation only. Proposal Information This section identifies a scope of work so bidders can provide an accurate proposal. If bidder requires clarification or additional information they must contact the projects manager in writing (email acceptable). This information, if pertinent to the bid will be sent to all other proposal holders.

_ P~oj~~!name . ______RFPl)t:!~li':'~ - ______RfPnu!!l_b_~r ______February 28, 2017 48" Zero Turn Mowers (3) 4-CEM-17 2:00 PM Request summary . . . ______Supply and deliver to the City of Howell Department of Public Works- Lakeview Cemetery with (3) new zero-turn mowers meeting the following specifications. The trade-in units may be viewed by contacting the Project Manager and scheduling an appointment.

Scope Please submit the quote using the below scope of work, alternates or additions to this scope must be clearly identified as such on the proposal.

Scope of work proposed ______. _ . ______. ______. :..._ Submit 2 separate proposals- 1 to include trade-in of (3) 54" John Deere 920M 3 year warranty Flat free front tires Minimum 23.5 HP full pressure lubrication, twin cylinder engine Heavy duty integrated piston pump wheel motors 48" 7 gauge steel mowing deck with the ability to switch from mulch to side discharge from seat. 1-Unit to include 14 bushel dump from seat material collection system.

Project Management The City's contact information for the person and department in charge of this proposal.

Project Manager/ mailing address ______. .. ______. _ _ __ . ______

Devin LaRowe Cemetery Supervisor City of Howell 611 East Grand River Ave. Howell, MI 48843

2/1/2017 Request for Proposal Process Tracker Page 2 Rf P Process Tracker

Proposal Sheet (This portion to be filled out by the bidder) Please provide complete name for the business.

Provide the contact information of the person responsible for this RFP who is authorized by this company to execute an agreement with the City of Howell.

Contact information - - ~ ------~------h - -- Name address Email I phone numbers

c)O$Q l T;Al . .eA1l.. i)(})l-l1TE ()1Zee1 1 .5ov'Tl~ "' Of'( mt ~f311{j CCU-313300-700 I Contractor or Supplier shall include a separate proposal sheet on their company letterhead that identifies the scope of work and the cost breakdown for each task. Bidder shall include the total cost of the work as outlined in their proposal sheet in the appropriate box below. Any alternates to this RFP by the Bidder shall be entered as an alternate with the associated cost spelled out below.

Schedule Bidder is required to submit start dates, delivery dates and completion dates as outlined below. The City may reject a bid if these dates do not meet the needs as outlined within the scope of work.

Project . . . _ ··--··- . ~r_<_>~~ct Start I_deliv~ry dat~-- ___ -~~_me_le!!on !'_ct!~ I W~r~_'?_ay~ ~·---

11 tf 8 Aeiu .t0~ t\Y\~Wef.S 30 \)A\jf. ~f\J ~ (ZR.&1 p+ .

2/ 1/ 2017 Request for Proposal Process Tracker Page 3 RFP Process Tracker l Delivery Please deliver or Mail your sealed RFP to the City of Howell Clerks Office at 611 E. Grand River Ave. Howell MI, 48843, attention to "City Clerk" with the Project name clearly marked on the envelope. RFP must be received prior to the date and time identified as the RFP deadline. This information is located on sheet one of this proposal.

Acknowledgement The Contractor I Supplier acknowledges that this is a request for proposals and not an agreement to perform or supply work or materials. Once the City selects the successful bidder and council approves the RFP the City and Contractor I Supplier shall enter a contractual agreement to provide the services as outlined within the successful Bidders proposal. Bidders may also be required to submit at a minimum the following insurance requirements:

o Insurance certificates: General Liability PD $500,0001500,000, PL $500,0001500,000, with the City of Howell as added insured on the policy. Not as certificate holder.

o Workmen's Compensation - Michigan Statutory or acceptable in Michigan as full and exclusive coverage.

o Proof of insurance on trucks and equipment.

2/ 1/2017 Request for Proposal Process Tracker Page 4 DJoHNDEERE

Quote Summary Prepared For: Prepared By: City Of Howell Area Parks & Cemetery David White Devin Larowe Bader & Sons Co. 611 E Grand River Ave 20801 Pontiac Trail Howell, Ml 48843 South Lyon, Ml 48178 Business: 517-546-4500 Phone: 248-437-2091 [email protected]

Quote Id: 14709164 Created On: 06 February 2017 Last Modified On: 09 February 2017 Expiration Date: 13 February 2017

Equipment Summary Selling Price Qty Extended JOHN DEERE Z920M Commercial $ 7,735.00 x 3 $ 23,205.00 ZTrak

JOHN DEERE 14 Bushel Dump $ 2,795.00 x = $ 2,795.00 From Seat Material Collection System

Equipment Total $ 26,000.00 Quote Summary Equipment Total $ 26,000.00 Sub Total $ 26,000.00 Est. Service Agreement Tax $ 0.00 Total $ 26,000.00 Down Payment (0.00) Rental Applied (0.00) Balance Due $ 26,000.00

Salesperson : X ______Accepted By : X ______

Confidential f«J) JOHN DEERE Selling Equipment

Quote Id: 14709164 Customer: CITY OF HOWELL AREA PARKS & CEMETERY

JOHN DEERE Z920M Commercial ZTrak

Hours: Stock Number: Selling Price $ 7,735.00 Code Description Qty Unit Extended 2142TC Z920M Commercial ZTrak 3 $ 9,629.00 $ 28,887.00 Standard Options - Per Un it 001A United States/Canada 3 $ 0.00 $ 0.00 1035 24x9.5x12 Pneumatic Turf Tire for 48 3 $ 0.00 $ 0.00 In. Decks 1501 48 In. Mulch On Demand Mower Deck 3 $ 870.00 $ 2,610.00 2000 Deluxe Comfort Seat with Armrests 3 $ 0.00 $ 0.00 Standard Options Total $ 2,610.00

Value Added Services Total $ 0.00 Other Charges EnviroCrate 3 $ 40.00 $ 120.00 Setup 3 $ 110.00 $ 330.00 Other Charges Total $ 450.00 Suggested Price $ 31,947.00 Customer Discounts Customer Discounts Total $ -2,914.00 $ -8,742.00 Total Selling Price $ 23,205.00

JOHN DEERE 14 Bushel Dump From Seat Material Collection System

Hours: Stock Number: Selling Price $ 2,795.00 Code Description Qty Unit Extended 0787TC 14 Bushel Dump From Seat Material 1 $ 3,240.00 $ 3,240.00 Collection System (For 48 ln./54 ln./60 ln./72 In. 2900 M/R Series Mowers including Mulch-On-Demand Decks) Standard Options - Per Un it 001A United States and Canada 1 $ 0.00 $ 0.00 1008 Attaching Parts for 48 In. and 54 In . 7- 1 $ 124.00 $ 124.00 Iron PRO Mulch-on-Demand Decks

Confidential g JOHN DEERE Selling Equipment

Quote Id: 14709164 Customer: CITY OF HOWELL AREA PARKS & CEMETERY

2000 7-lron Blower for 7-lron, 7-lron PRO $ 0.00 $ 0.00 and 7-lron PRO Mulch-On-Demand Decks Standard Options Total $124.00 Other Charges Setup $ 330.00 $ 330.00 Other Charges Total $ 330.00 Suggested Price $ 3,694.00 Customer Discounts Customer Discounts Total $ -899.00 $ -899.00 Total Selling Price $ 2,795.00

Confidential w E ING A RT z EVERYTHING FROM LAWN TO SNOW

QUOTATION

To: CITY OF HOWELL Quote#: 20131750-00 611 E. GRAND RIVER Date: 02/16/17 HOWELL, Ml 48843 Exp Date:

Attn: Prepared By: Gary Berman - FH Sales Phone: (517) 546-3500 Phone: (248) 893-5882 Email: Email: [email protected]

Product number !Product and Description I Qty I Sale Price ! Total EXLZE651 GKA484A2 Lazer E Series 651 KAW 48" Deck Seat 3 $7,519.00 $22,557.00 List Price: $10,433.00

exlzuvqd7 Ultra Vac X-Series 7 Bus 48"/52 $2,319.00 $2,319.00 List Price: $2,899.00

ex116-8431 Operator Control Discharge-Foot Operated 3 $295.00 $885.00 List Price: $369.95

Total $25,761.00 Invoice Total $25,761.00

Approved By

Customer Date Weingartz Representative Date Page 1 of 1 Weingartz.39050 Grand River Ave.Farmington Hills, Ml 48335,

WWW.WEINGARTZ.COM RFP Process Tracker

Proposal Sheet (This portion to be filled out by the bidder)

Contractor or Supplier shall include a separate proposal sheet on their company letterhead that identifies the scope of work and the cost breakdown for each task. Bidder shall include the total cost of the work as outlined in their proposal sheet in the appropriate box below. Any alternates to this RFP by the Bidder shall be entered as an alternate with the associated cost spelled out below.

Schedule Bidder is required to submit start dates, delivery dates and completion dates as outlined below. The City may reject a bid if these dates do not meet the needs as outlined within the scope of work.

2/1/2017 Request for Proposal Process Tracker Page 3 •cess Tracker

,elivery 'lease deliver or Mail your sealed RFP to the City of Howell Clerks Office at 611 E. Grand Ri ver .\ve. Howell MI, 48843, attention to "City Clerk" with the Project name clearly marked on the envelope. RFP must be received prior to the date and time identified as the RFP deadline. This information is located on sheet one of this proposal.

Acknowledgement The Contractor I Supplier acknowledges that this is a request for proposals and not an agreement to perform or supply work or materials. Once the City selects the successful bidder and council approves the RFP the City and Contractor/ Supplier shall enter a contractual agreement to provide the services as outlined within the successful Bidders proposal. Bidders may also be required to submit at a minimum the following insurance requirements:

o Insurance certificates: General Liability PD $500,000/500,000, PL $500,000/500,000, with the City of Howell as added insured on the policy. Not as certificate holder.

o Workmen's Compensation - Michigan Statutory or acceptable in Michigan as full and exclusive coverage.

o Proof of insurance on trucks and equipment.

2/1/2017 Request for Proposal Process Tracker Page 4

CITY OF HOWELL MEMORANDUM

TO: MAYOR & CITY COUNCIL FROM: DEVIN LAROWE, CEMETERY SUPERVISOR DATE: MARCH, 2, 2017 RE: RFP FOR DEPARTMENT OF PUBLIC WORKS 60” ZERO TURN MOWER

The Department of Public Works sent out invitations to bid for the replacement of a 60” zero turn mower used for mowing all city maintained properties. This unit is on a three year replacement cycle. The results are as follows:

Vendor Price With Trade Price Without Trade D&G Equipment $2,813.41 $8,213.41 3915 Tractor Dr Howell, MI 48855

Bader & Sons $4,700.00 $8515.00 20801 Pontiac Trail South Lyon, MI 48178

Weingartz Supply No Bid $8,399.00 39050 Grand River Ave Farmington Hills, MI 48335

The City has budgeted $6,500.00 for this purchase in vehicles-other line item 640- 441-981.002. We were given substantially more for our trade-in than we were quoted when preparing budget figures for 2016/2017.

ACTION REQUESTED:

A motion to award the bid for the 60” inch zero turn mower to D&G Equipment of Howell in the amount of $2,813.41 plus trade in of existing mower.

REVIEWED AND APPROVED FOR SUBMISSION: BUDGETED & AVAILABLE:

Shea Charles, Catherine M. Stanislawski, City Manager Finance Director/Treasurer HOWELL MICHIGAN

City of Howell Request for Proposal (RFP) For

Department of Public Works 60" Zero Turn Mower Overview The RFP process invites suppliers to submit competitive bids for project work or products. This process encourages competition and provides prospects with fair and honest dealings with suppliers. This RFP is issued by invitation only. Proposal Information This section identifies a scope of work so bidders can provide an accurate proposal. If bidder requires clarification or additional information they must contact the projects manager in writing (email acceptable). This information, if pertinent to the bid will be sent to all other proposal holders. - . P~oject name . . RFP_Deadline _ _ _ RFP number _ _ ·_ FEBRUARY 28,2017 60 " Zero Turn Mower 3-CEM-17 2:00pm

~ ~ . - Request summary ______.. ______Supply and deliver to the City of Howell Department of Public Works- Lakeview Cemetery a new zero-turn mower meeting the following specifications. The trade-in mower may be viewed by contacting the Project Manager and scheduling an appointment.

Scope Please submit the quote using the below scope of work, alternates or additions to this scope must be clearly identified as such on the proposal. - --- - S~ope of work prop~sed _ _ _ .. ______. __ _ Submit 2 separate proposals- 1 to include trade-in ofll 60" John Deere 930M 3 year warranty Flat free front tires Minimum 25.5 HP full pressure lubrication, twin cylinder engine Heavy duty integrated piston pump wheel motors 60"- 7 gauge steel mowing deck with the ability to s itch from mulch to side discharge from seat.

I I Project Management The City's contact information for the person and dep

Devin LaRowe Cemetery Supervisor City of Howell 611 East Grand River Ave. Howell, MI 48843 Contact information · ·- - Email . _ Phone # . _ t_a_)5.# _ 2/1/2017 Request for Proposal Process Tracker Page 2 RFP Process Tracker Delivery Please deliver or Mail your sealed RF to the City of Howell Clerks Office at 611 E. Grand River Ave. Howell MI, 48843, attention to "City Clerk" with the Project name clearly marked on the envelope. RFP must be received prior to the date and time identified as the RFP deadline. This information is located on sheet one of this proposal. I Acknowledgement The Contractor/ Supplier acknowled~es that this is a ~equest for proposals and not an agreement to perform or supply work or materials. Once the City selects the successful bidder and council approves the RFP the City and Contractor/ Supplier shall enter a contractual agreement to provide the services as outlined within ~e successful Bidders proposal. Bidders may also be required to submit at a minimum the foll 'wing insurance requirements:

o Insurance certificates: General Liability PD 500,0001500,000, PL $500,000/500,000, with the City of Howell as r dded insured on t e policy. Not as certificate holder.

o Workmen's Compensation ,- Michigan Statuto or acceptable in Michigan as full and exclusive coverage. I

o Proof of insurance on trucks and equipment.

2/1/2017 Request f r Proposal Process Tr cker Page 4 fel JOHN DEERE

Quote Summary Prepared For: Prepared By: City Of Howell Area Parks & Cemetery David White Devin Larowe Bader & Sons Co. 611 E Grand River Ave 20801 Pontiac Trail Howell, Ml 48843 South Lyon, Ml 48178 Business: 517-546-4500 Phone: 248-437-2091 dwh ite@g reentractors.com

Quote Id: 14709367 Created On: 06 February 2017 Last Modified On: 09 February 2017 Expiration Date: 13 February 2017

Equipment Summary Selling Price Qty Extended JOHN DEERE Z930M Commercial $ 8,515.00 x = $ 8,515.00 ZTrak

Equipment Total $ 8,515.00

Trade In Summary Qty Each Extended

2014 JOHN DEERE Z930M - $ 3,815.00 $ 3,815.00 1 TC930MCEET021967 Payoff $ 0.00 Total Trade Allowance $ 3,815.00

Trade In Total $ 3,815.00 Quote Summary Equipment Total $ 8,515.00 Trade In $ (3,815.00) Sub Total $ 4,700.00 Est. Service Agreement Tax $ 0.00 Total $ 4,700.00 Down Payment (0.00) Rental Applied (0.00) Balance Due $ 4,700.00

Salesperson : X ______Accepted By : X ______

Confidential D JOHN DEERE Selling Equipment

Quote Id: 14709367 Customer: CITY OF HOWELL AREA PARKS & CEMETERY

JOHN DEERE Z930M Commercial ZTrak

Hours: Stock Number: Selling Price $ 8,515 .00 Code Description Qty Unit Extended 2163TC Z930M Commercial ZTrak 1 $ 10,579.00 $ 10,579.00 Standard Options - Per Un it 001A United States/Canada 1 $ 0.00 $ 0.00 1036 24x12x12 Pneumatic Turf Tire for 54 1 $ 0.00 $ 0.00 In. and 60 In. Decks 1505 60 In. Mulch On Demand Mower Deck $ 870.00 $ 870.00 2000 Deluxe Comfort Seat with Armrests $ 0.00 $ 0.00 Standard Options Total $ 870.00

Value Added Services Total $ 0.00 Other Charges EnviroCrate 1 $ 40.00 $ 40.00 Setup 1 $ 110.00 $ 110.00 Other Charges Total $ 150.00 Suggested Price $11,599.00 Customer Discounts Customer Discounts Total $ -3,084.00 $ -3,084.00 Total Selling Price $ 8,515.00

Confidential HOWELL MICHIGA

City of Howell Request for Proposal (RFP) For

Department of Public Works 60" Zero Turn Mower Overview The RFP process invites suppliers to submit competitive bids for project work or products. This process encourages competition and provides prospects with fair and honest dealings with suppliers. This RFP is issued by invitation only. Proposal Information This section identifies a scope of work so bidders can provide an accurate proposal. If bidder requires clarification or additional information they must contact the projects manager in writing (email acceptable). This information, if pertinent to the bid will be sent to all other proposal holders. - . ------.- Project name . RFP Deadlin~ _ _ . RFP number . _ FEBRUARY 28,2017 60 " Zero Turn Mower 3-CEM-17 2:00pm . Re_~uest summary _ __ . ______-· .. _ ___ . . _____ . ·- _ .. ______· _ ~ Supply and deliver to the City of Howell Department of Public Works- Lakeview Cemetery a new zero-turn mower meeting the following specifications. The trade-in mower may be viewed by contacting the Project Manager and scheduling an appointment.

Scope Please submit the quote using the below scope of work, alternates or additions to this scope must be clearly identified as such on the proposal.

. ------~ __Sc:o1>e of w_ork propos_ed .. _ _ _ __ . _ . _ _ . _ .. --· _ .. . . ______. ·-· Submit 2 separate proposals- 1 to include trade-in of 1 60" John Deere 930M 3 year warranty Flat free front tires Minimum 25.5 HP full pressure lubrication, twin cylinder engine Heavy duty integrated piston pump wheel motors 60"- 7 gauge steel mowing deck with the ability to switch from mulch to side discharge from seat.

Project Management The City's contact information for the person and department in charge of this proposal.

-. - ~ Project Manager/ maili_ng addre~~ . . -·-·-- ____ . .. _ ... _ _ Devin LaRowe Cemetery Supervisor City of Howell 611 East Grand River Ave. Howell, MI 48843 Contact information - - · - .. ---- · , ..

. Email _ __ .. Phone# _ _ . ____ .. F'.~lC~ __ _ _ . ______2/1/2017 Request for Proposal Process Tracker Page 2 RFP Process Tracker

I [email protected] 517-546-4500 517-546-6019 Proposal Sheet (This portion to be filled out by the bidder) Please provide complete name for the business. r;!7:·~:~11i:·i" ·' · ------

Provide the contact information of the person responsible for this RFP who is authorized by this company to execute an agreement with the City of Howell.

- Contact information ------~ ~ ------Name address Email I phone numbers ' 2oSD\ PCN-n14'- I '2.A1 '- ~I\ I TE'c) 6 ~,.,'1"RA.lbl! . (lHYI Dl\V\\) lNr\1Tf? .:S.·xrrH ~1-CN , \'(Jr ~B\lB (-U(..,. ~ J3· 3DO · 700 l Contractor or Supplier shall include a separate proposal sheet on their company letterhead that identifies the scope of work and the cost breakdown for each task. Bidder shall include the total cost of the work as outlined in their proposal sheet in the appropriate box below. Any alternates to this RFP by the Bidder shall be entered as an alternate with the associated cost spelled out below.

Schedule Bidder is required to submit start dates, delivery dates and completion dates as outlined below. The City may reject a bid if these dates do not meet the needs as outlined within the scope of work.

2/ 1/ 2017 Request for Proposal Process Tracker Page 3 RFP Process Tracker Delivery Please deliver or Mail your sealed RFP to the City of Howell Clerks Office at 611 E. Grand River Ave. Howell MI, 48843, attention to "City Clerk" with the Project name clearly marked on the envelope. RFP must be received prior to the date and time identified as the RFP deadline. This information is located on sheet one of this proposal.

Acknowledgement The Contractor/ Supplier acknowledges that this is a request for proposals and not an agreement to perform or supply work or materials. Once the City selects the successful bidder and council approves the RFP the City and Contractor/ Supplier shall enter a contractual agreement to provide the services as outlined within the successful Bidders proposal. Bidders may also be required to submit at a minimum the following insurance requirements:

o Insurance certificates: General Liability PD $500,0001500,000, PL $500,000/500,000, with the City of Howell as added insured on the policy. Not as certificate holder.

o Workmen's Compensation - Michigan Statutory or acceptable in Michigan as full and exclusive coverage.

o Proof of insurance on trucks and equipment.

2/1/2017 Request for Proposal Process Tracker Page 4 D JOHN DEERE

Quote Summary Prepared For: Prepared By: City Of Howell Area Parks & Cemetery David White Devin Larowe Bader & Sons Co. 611 E Grand River Ave 20801 Pontiac Trail Howell, Ml 48843 South Lyon, Ml 48178 Business: 517-546-4500 Phone: 248-437-2091 dwh [email protected]

Quote Id: 14709367 Created On: 06 February 2017 Last Modified On: 09 February 2017 Expiration Date: 13 February 2017

Equipment Summary Selling Price Qty Extended JOHN DEERE Z930M Commercial $ 8,515.00 x = $ 8,515.00 ZTrak

Equipment Total $ 8,515.00 Quote Summary Equipment Total $ 8,515.00 Sub Total $ 8,515.00 Est. Service Agreement Tax $ 0.00 Total $ 8,515.00 Down Payment (0.00) Rental Applied (0.00) Balance Due $ 8,515.00

Salesperson : X ______Accepted By : X ------

Confidential "JOHN DEERE Selling Equipment

Quote Id: 14709367 Customer: CITY OF HOWELL AREA PARKS & CEMETERY

JOHN DEERE Z930M Commercial ZTrak

Hours: Stock Number: Selling Price $ 8,515.00 Code Description Qty Unit Extended 2163TC Z930M Commercial ZTrak $ 10,579.00 $ 10,579.00 Standard Options - Per Unit 001A United States/Canada 1 $ 0.00 $ 0.00 1036 24x12x12 Pneumatic Turf Tire for 54 1 $ 0.00 $ 0.00 In. and 60 In. Decks 1505 60 In. Mulch On Demand Mower Deck 1 $ 870.00 $ 870.00 2000 Deluxe Comfort Seat with Armrests 1 $ 0.00 $ 0.00 Standard Options Total $ 870.00

Value Added Services Total $ 0.00 Other Charges EnviroCrate $ 40.00 $ 40.00 Setup $ 110.00 $ 110.00 Other Charges Total $ 150.00 Suggested Price $ 11 ,599.00 Customer Discounts Customer Discounts Total $ -3,084.00 $ -3,084.00 Total Selling Price $ 8,515.00

Confidential ·WE I NG A RT z EVERYTHING FROM LAWN TO SNOW

QUOTATION

To: CITY OF HOWELL Quote#: 20131129-00 611 E. GRAND RIVER Date: 02/06/17 HOWELL, Ml 48843 Exp Date:

Attn: Prepared By: Gary Berman - FH Sales Phone: (517) 546-3500 Phone: (248) 893-5882 Email: Email: [email protected]

Product number jProduct and Description I Qty I Sale Price! Total exlze 7 40ekc60400 Exmark Lazer E-Series 740 Koh EFI 60" Deck $8,399.00 $8,39S.OO List Price: $11,654.00

Total $8,399.00 Invoice Total $8,399.00

Approved By

Customer Date Weingartz Representative Date Page 1 of 1 Weingartz,39050 Grand River Ave.Farmington Hills, Ml 48335,

WWW. WEINGARTZ.COM RFP Process Tracker

I [email protected] 517-546-4500 517-546-6019 Proposal Sheet (This portion to be filled out by the bidder) Please provide complete name for the business. rtD'!,~1::·~$1.N.~!~

Provide the contact information of the person responsible for this RFP who is authorized by this company to execute an agreement with the City of Howell.

Contact information : . __ ... , Name address Email I phone numbers

Contractor or Supplier shall include a seoarate proposal sheet on their company letterhead that identifies the scope of work and the cost breakdown for each task . Bidder shall include t he total cost of the work as outlined in their proposal sheet in the appropriate box below. Any alternates to this RFP by the Bidder shall be entered as an alternate with the associated cost spelled out below.

Schedule Bidder is required to submit start dates, delivery dates and completion dates as outlined below. The City may reject a bid if these dates do not meet the needs as outlined wit hin the scope of work .

. Project Project Start I delivery date . ' _~omp~e _ti~n Date I Work Days "'

2/1/2017 Request for Proposal Process Tracker Page 3 RFP Process Tracker Delivery Please deliver or Mail your sealed RFP to the City of Howell Clerks Office at 611 E. Grand River Ave. Howell MI, 48843, attention to "City Clerk" with the Project name clearly marked on the envelope. RFP must be received prior to the date and time identified as the RFP deadline. This information is located on sheet one of this proposal.

Acknowledgement The Contractor/ Supplier acknowledges that this is a request for proposals and not an agreement to perform or supply work or materials. Once the City selects the successful bidder and council approves the RFP the City and Contractor/ Supplier shall enter a contractual agreement to provide the services as outlined within the successful Bidders proposal. Bidders may also be required to submit at a minimum the following insurance requirements:

o Insurance certificates: General Liability PD $500,0001500,000, PL $500,000/500,000, with the City of Howell as added insured on the policy. Not as certificate holder.

o Workmen's Compensation - Michigan Statutory or acceptable in Michigan as full and exclusive coverage.

o Proof of insurance on trucks and equipment.

2/1/2017 Request for Proposal Process Tracker Page 4

CITY OF HOWELL MEMORANDUM

TO: MAYOR & CITY COUNCIL FROM: DEVIN LAROWE, CEMETERY SUPERVISOR DATE: MARCH, 2, 2017 RE: RFP FOR DEPARTMENT OF PUBLIC WORKS 60” ZERO TURN MOWER W/ VAC

The Department of Public Works sent out invitations to bid for the replacement of a 60” zero turn mower with vacuum system used for mowing all city maintained properties. This unit is on a three year replacement cycle. We have downsized from a 72” unit. We have found the 60” unit produces a better cut and has a shorter operator learning curve. The results are as follows:

Vendor Price With Trade Price Without Trade D & G Equipment $670.20 $10,670.20 3915 Tractor Dr Howell, MI 48855

Bader & Sons $2,325.00 $11,325.00 20801 Pontiac Trail South Lyon, MI 48178

Weingartz Supply No Bid $11,333.00 39050 Grand River Ave Farmington Hills, MI 48335

The City has budgeted $7,000.00 for this purchase in vehicles-other line item 640- 441-981.002. We were given substantially more for our trade-in than we were quoted when preparing budget figures for 2016/2017.

ACTION REQUESTED:

A motion to award the bid for the 60” inch zero turn mower with material collection system to D&G Equipment of Howell in the amount of $670.20 plus trade in of existing mower.

REVIEWED AND APPROVED FOR SUBMISSION: BUDGETED & AVAILABLE:

Shea Charles, Catherine M. Stanislawski, City Manager Finance Director/Treasurer

HO\VELL ilCHIG

City of Howell Request for Proposal (RFP) For

Department of Public Works 60" Zero Turn Mower With Material Collection System Overview The RFP process invites suppliers to submit competitive bids for project work or products. This process encourages competition and provides prospects with fair and honest dealings with suppliers. This RFP is issued by invitation only. Proposal Information This section identifies a scope of work so bidders can provide an accu rate proposal. If bidder requires clarification or additional information t hey must contact the projects manager in writing (email acceptable). This information, if pertinent to the bid will be sent to all other proposal holders.

February 28, 2017 2-CEM-17 2:00pm

Supply and deliver to the City of Howell Department of Public Works- Lakeview Cemetery a new Mower meeting the following specifications. Trade-in mower may be viewed by contacting the Project Manager and scheduling an appointment.

Scope Pi lease submit the quote using t he below scope of work, alternates or additions to this scope r'nust be clearly identified as such on the proposal.

• • • • a • Submit 2 separate proposals- 1 to include trade-in of 1-72" John Deere 997 with material collection system. 3 year wa rranty Flat free front tires Minimum 25.5 HP full pressure lubrication, twin cylinder engine Heavy duty integrated piston pump wheel motors 60"- 7 gauge steel mowing deck with the ability to switch from mulch to side discharge from seat. Unit to include 14 bushel dump from seat material collection system. I • Project Management f he City's contact information for the person and department in charge of this proposal. - .. Devin LaRowe Cemetery Supervisor City of Howell 611 East Grand River Ave.

2/1/ 017 Request for Proposal Process Tracker Page 2 RFP Process Tracker

Howell, MI 48843

Proposal Sheet (This portion to be filled out by the bidder) Please provide complete name for the business.

Provide the contact information of the person responsible for this RFP who is authorized by this company to execute an agreement with the City of Howell.

Contractor or Supplier shall include a separate proposal sheet on their company letterhead that identifies the scope of work and the cost breakdown for each task. Bidder shall include the total cost of the work as outlined in their proposal sheet in the appropriate box below. Any alternates to this RFP by the Bidder shall be entered as an alternate with the associated cost spelled out below.

$

Schedule Bidder is required to submit start dates, delivery dates and completion dates as outlined below. The City may reject a bid if these dates do not meet the needs as outlined within the scope of work.

2/ 1/ 2017 Request for Proposal Process Tracker Page 3 RFP Process Tracker

Delivery Please deliver or Mail your sealed RFP to the City of Howell Clerks Office at 611 E. Grand Ri ver Ave. Howell MI, 48843, attention to "City Clerk" with the Project name clearly marked on the envelope. RFP must be received prior to the date and time identified as the RFP deadline. This information is located on sheet one of this proposal.

Acknowledgement The Contractor/ Supplier acknowledges that this is a request for proposals and not an agreement to perform or supply work or materials. Once the City selects the successful bidder and council approves the RFP the City and Contractor/ Supplier shall enter a contractual agreement to provide the services as outlined within the successful Bidders proposal. Bidders may also be required to submit at a minimum the following insurance requirements:

o Insurance certificates: General Liability PD $500,000/500,000, PL $500,000/500,000, with the City of Howell as added insured on the policy. Not as certificate holder.

o Workmen's Compensation - Michigan Statutory or acceptable in Michigan as ful l and exclusive coverage.

o Proof of insurance on trucks and equipment.

I. -

2/1/2017 Request for Proposal Process Tracker Page 4 D JOHN DEERE D&G EQIDPMENT

Quote Id: 14738642

Prepared For: City Of Howell Area Parks & Cemetery

D&G Equipment Inc.

Prepared By: Douglas Rogers

D & G Equipment, Inc. 3915 Tractor Drive Howell, Ml 48855

Tel: 517-540-6141 Mobile Phone: 517-881-8217 Fax: 517-540-6144 Email: [email protected]

Date: 11 February 2017 Offer Expires: 28 February 2017

Confidential g JO HN DEERE D&G EQUIPMENT

Quote Summary Prepared For: Prepared By: City Of Howell Area Parks & Cemetery Douglas Rogers Devin Larowe D & G Equipment, Inc. 611 E Grand River Ave 3915 Tractor Drive Howell, Ml 48843 Howell, Ml 48855 Business: 517-546-4500 Phone: 517-540-6141 Mobile: 517-881-8217 d rogers@dgeq uipment. com Quote Id: 14738642 I Understand there is NO RETURN on POWER EQUIPMENT or Created On: 11 February 2017 attachments . D&G Equipment is a full service dealer and Last Modified On: 11 February2017 equipment will be repaired per manufactures guidelines only. Expiration Date: 28 February 2017 All used equipment sold as is unless specified on purchase order . Service calls and transportation fees are the responsibility of the customer and not covered by warranty. X ( initials of puchaser) Equipment Summary Suggested List Selling Price Qty Extended JOHN DEERE Z930M Commercial $ 11 ,449.00 $ 8,256.90 x = $ 8,256.90 ZTrak NeverStop Commercial Loaner Prepaid $ 0.00 x 1 = $ 0.00 Guarantee($249 Value)

JOHN DEERE 14 Bushel Dump $ 3,364.00 $ 2,413.30 x = $2,413.30 From Seat Material Collection System

Equipment Total $ 10,670.20

Trade In Summary Qty Each Extended

JOHN DEERE 997 ZTRAK 72" SIDE $ 10,000.00 $ 10,000.00 DISC HARGE Payoff $ 0.00 Total Trade Allowance $ 10,000.00

Trade In Total $ 10,000.00 Quote Summary Equipment Total $ 10,670.20 Trade In $ (10,000.00) SubTotal $ 670.20 Est. Service Agreement Tax $ 0.00 Total $ 670.20 Balance Due $ 670.20

Salesperson : X ______Accepted By : X _____

Confidential (D) JOHN DEERE D&G Selling Equipment EQUIPMENT

Quote Id: 14738642 Customer: CITY OF HOWELL AREA PARKS & CEMETERY

JOHN DEERE Z930M Commercial ZTrak

Hours: Suggested List Stock Number: $ 11 ,449.00 Selling Price $ 8,256.90 Code Description Qty Unit Extended 2163TC Z930M Commercial ZTrak 1 $ 10,579.00 $ 10,579.00 Standard Options - Per Unit 001A United States/Canada 1 $ 0.00 $ 0.00 1036 24x1 2x12 Pneumatic Turf Tire for 54 $ 0.00 $ 0.00 In. and 60 In. Decks 1505 60 In. Mulch On Demand Mower Deck 1 $ 870. 00 $ 870.00 2000 Deluxe Comfort Seat with Armrests $ 0.00 $ 0.00 Standard Options Total $ 870.00 Value Added Services NeverStop Commercial Loaner 1 $ 0.00 $ 0.00 Guarantee($249 Value) Value Added Services Total $ 0.00

Suggested Price $ 11,449.00 Customer Discounts Customer Discounts Total $ -3,192.10 $ -3,192.10 Total Selling Price $ 8,256.90

JOHN DEERE 14 Bushel Dump From Seat Material Collection System

Hours: Suggested List Stock Number: $ 3,364.00 Selling Price $ 2,413.30 Code Description Qty Unit Extended 0787TC 14 Bushel Dump From Seat Material 1 $ 3,240.00 $ 3,240.00 Collection System (For 48 ln./54 ln./60 ln./72 In. Z900 MIR Series Mowers including Mulch-On-Demand Decks) Standard Options - Per Unit ~~~~~--~~~~-- __ ....__~ 001A United States and Canada 1 $ 0.00 $ 0.00 1009 Attaching Parts for 60 In . 7-lron PRO 1 $ 124.00 $ 124.00 Mulch-on-Demand Decks

Confidential Cl)JOHN DEERE D&G Selling Equipment EQIDPMENT

Quote Id: 14738642 Customer: CITY OF HOWELL AREA PARKS & CEMETERY

2000 7-lron Blower for 7-lron, 7-lron PRO $ 0.00 $ 0.00 and 7-lron PRO Mulch-On-Demand Decks Standard Options Total $ 124.00

Suggested Price $ 3,364.00 Customer Discounts Customer Discounts Total $ -950.70 $ -950.70 Total Selling Price $ 2,413.30

Confidential D JOHN DEERE D&G Trade In EQUIPMENT

Quote Id: 14738642 Customer: CITY OF HOWELL AREA PARKS & CEMETERY

JOHN DEERE 997 ZTRAK 72" SIDE DISCHARGE

Machine Details

Description Net Trade Value JOHN DEERE 997 ZTRAK 72" SIDE DISCHARGE $ 10,000.00

Your Trade In Description

WITH COLLECTION SYSTEM Total $ 10,000.00

Confidential D JOHN DEERE

Extended Repair Plan Proposal PowerGard™ Protection Plan Residential

Date : February 21 , 2017 Machine/Use Information Plan Description Price

Manufacturer JOHN DEERE Plan Type: Deductible:

Equipment Type Z930M GAS Coverage: Quoted Price $ 0.00

Model Z930M GAS Total Months:

Total Hours:

THIS PROPOSAL IS VALID FOR 30-DAYS FROM DATE ISSUED. GRACE pricing is offered only early during the Deere basic warranty period and has no surcharges. After this period, DEU\YED PURCHASE pricing (surcharged) is offered later during the John Deere Basic Warranty. Many PowerGard quotes presented in the Delayed Purchase Period will require inspection/certification process and must also past fluid testing. The Total Months and Total Hours listed above include the John Deere Basic Warranty terms (24months12000 hours on Tractors, 24 months on Golf & Turf Products, 12 months for all AG Harvesting and Sprayer equipment, and 12 months/1000 hours on most Gator Utility Vehides)."Umited" Plan coverage= Engine & Powertrain only. ·comprehensive" Plan coverage = Full Ma chine. Proposal Prepared for: I have been offered this coverage and

Customer Name - Please Print D I ACCEPT the Residential plan 0 I DECLINE the Residential plan

Customer Signature If declined, I fully understand that my equipment listed above is not covered for repair expenses due to component failures beyond the original basic warranty period provided by John Deere.

Note: This is not a contract. For specific PowerGard™ Protection plan Residential coverage, please refer to the terms and conditions on John Deere's public website(www.JohnDeere.com) under Services & Support >Warranty > Extended Warranties > PowerGard protection plan Residential.

PowerGard™ Protection Plan Residential (Residential plan) is: The PowerGard™ Protection Plan Residential is an extended repair plan that provides parts and labor coverage up to four years beyond the manufacturer's warranty. It is available on all riding lawn equipment.zero-turn radius mowers, utility vehicles, utility tractors and compact utility tractors.Your John Deere equipment will be in the hands of qualified, certified technicians from John Deere dealers using Genuine John Deere Parts.

Not covered under a Residential plan: Residential plans do not cover routine maintenance services or items normally designed to be replaced by the purchaser due to normal wear and tear. They do not cover any product used for commercial or rental applications. They also do not cover repairs for damage from accident, misuse, fire, theft, or exposure to weather conditions such as lightning, hail, flood or water. See the actual PowerGard™ Protection Plan Residential Terms and Conditions for a complete listing of coverage.and limitations and conditions under the program.

Confidential ('9) JOHN DEERE

Benefits of a Residential plan: • Offer the choice of adding up to 4 years of repair coverage beyond the machine's factory warranty. • Do not require preapproval before repairs are made by the authorized John Deere dealership. • Is transferable by the original purchaser for the balance of the original agreement period. • Ensures higher resale value and makes equipment more marketable during sale or trade-in. e Comprehensive Plans: t No deductibles and no out-of-pocket costs on covered repairs. t Free transportation for factory warranty and extended repair plan repairs for the term of the plan(Note:A surcharge may apply for machines located outside of the dealership's normal service area). • Limited Powertrain Plans: t Low deductibles on covered repairs t Do not provide transportation coverage

Confidential D JOHN DEERE D&G EQUIPMENT

Quote Id: 14738642

Prepared For: City Of Howell Area Parks & Cemetery

D&G Equipment Inc.

Prepared By: Douglas Rogers

D & G Equipment, Inc. 3915 Tractor Drive Howell, Ml 48855

Tel: 51 7-540-61 41 Mobile Phone: 517-881-8217 Fax: 517-540-6144 Email: [email protected]

Date: 11 February 2017 Offer Expires: 28 February 2017

Confidential (Cl) JOHN DEERE D&G EQUIPMENT

Quote Summary Prepared For: Prepared By: City Of Howell Area Parks & Cemetery Douglas Rogers Devin Larowe D & G Equipment, Inc. 611 E Grand River Ave 3915 Tractor Drive Howell, Ml 48843 Howell, Ml 48855 Business: 517-546-4500 Phone: 51 7-540-6141 Mobile: 517-881 -8217 [email protected]

Quote Id: 14738642 I Understand there is NO RETURN on POWER EQUIPMENT or Created On: 11 February 2017 attachments . D&G Equipment is a full service dealer and Last Modified On: 11 February 2017 equipment will be repaired per manufactures guidelines only. Expiration Date: 28 February 20 17 All used equipment sold as is unless specified on purchase order. Service calls and transportation fees are the responsibility of the customer and not covered by warranty. X ( initials of puchaser) Equipment Summary Suggested List Selling Price Qty Extended JOHN DEERE Z930M Commercial $ 11,449.00 $ 8,256.90 x = $ 8,256.90 ZTrak NeverStop Commercial Loaner Prepaid $ 0.00 x = $ 0.00 Guarantee($249 Value)

JOHN DEERE 14 Bushel Dump $ 3,364.00 $2,413.30 x 1 = $ 2,413.30 From Seat Material Collection System

Equipment Total $ 10,670.20 Quote Summary Equipment Total $ 10,670.20 Sub Total $ 10,670.20 Est. Service Agreement Tax $ 0.00 Total $ 10,670.20 Balance Due $ 10,670.20

Salesperson : X ______Accepted By : X ______

Confidential (fJ JOHN DEERE D&G Selling Equipment EQUIPMENT

Quote Id: 14738642 Customer: CITY OF HOWELL AREA PARKS & CEMETERY

JOHN DEERE Z930M Commercial ZTrak

Hours: Suggested List Stock Number: $ 11,449.00 Selling Price $ 8,256.90 Code Description Qty Unit Extended 2163TC Z930M Commercial ZTrak $ 10,579.00 $ 10,579.00 Standard Options - Per Unit 001A United States/Canada 1 $ 0.00 $ 0.00 1036 24x12x12 Pneumatic Turf Tire for 54 $ 0.00 $ 0.00 In. and 60 In. Decks 1505 60 In. Mulch On Demand Mower Deck $ 870.00 $ 870.00 2000 Deluxe Comfort Seat with Armrests 1 $ 0.00 $ 0.00 Standard Options Total $ 870.00 Value Added Services NeverStop Commercial Loaner 1 $ 0.00 $ 0.00 Guarantee($249 Value) Value Added Services Total $ 0.00

Suggested Price $ 11,449.00 Customer Discounts Customer Discounts Total $ -3,192.10 $ -3,192.10 Total Selling Price $ 8,256.90

JOHN DEERE 14 Bushel Dump From Seat Material Collection System

Hours: Suggested List Stock Number: $ 3,364.00 Selling Price $ 2,41 3.30 Code Description Qty Unit Extended 0787TC 14 Bushel Dump From Seat Material 1 $ 3,240.00 $ 3,240.00 Collection System (For 48 ln./54 ln./60 ln./72 In . Z900 M/R Series Mowers including Mulch-On-Demand Decks) Standard Options - Per Unit 001A United States and Canada 1 $ 0.00 $ 0.00 1009 Attaching Parts for 60 In. 7-lron PRO $ 124.00 $ 124.00 Mulch-on-Demand Decks

Confidential (IJ) JOHN DEERE D&G Selling Equipment EQUIPMENT

Quote Id: 14738642 Customer: CITY OF HOWELL AREA PARKS & CEMETERY

2000 7-lron Blower for 7-lron, 7-lron PRO 1 $ 0.00 $ 0.00 and 7-lron PRO Mulch-On-Demand Decks Standard Options Total $ 124.00

Suggested Price $ 3,364.00 Customer Discounts Customer Discounts Total $ -950.70 $ -950.70 Total Selling Price $ 2,413.30

Confidential CJ) JOHN DEERE

Extended Repair Plan Proposal PowerGard™ Protection Plan Residential

Date :February 21 , 2017 Machine/Use Information Plan Description Price Manufacturer JOHN DEERE Plan Type: Deductible:

Equipment Type Z930M GAS Coverage: Quoted Price $ 0.00

Model Z930M GAS Total Months:

Total Hours:

THIS PROPOSAL IS VALID FOR 30-0AYS FROM DATE ISSUED. GRACE p

Customer Name - Please Print D I ACCEPT the Residential plan 0 I DECLINE the Residential plan

Customer Signature If declined, I fully understand that my equipment listed above is not covered fo r repair expenses due to component failures beyond the original basic warranty period provided by John Deere.

Note : This is not a contract. For specific PowerGard™ Protection plan Residential coverage, please refer to the terms and conditions on John Deere's public website(www.JohnDeere.com) under Services & Support >Warranty > Extended Warranties > PowerGard protection plan Residential.

PowerGard™ Protection Plan Residential (Residential plan) is: The PowerGard™ Protection Plan Residential is an extended repair plan that provides parts and labor coverage up to four years beyond the manufacturer's warranty.It is available on all riding lawn equipment.zero-turn radius mowers, utility vehicles, utility tractors and compact utility tractors.Your John Deere equipment will be in the hands of qualified, certified technicians from John Deere dealers using Genuine John Deere Parts.

Not covered under a Residential plan: Residential plans do not cover routine maintenance services or items normally designed to be replaced by the purchaser due to normal wear and tear. They do not cover any product used for commercial or rental applications. They also do not cover repairs for damage from accident, misuse, fire, theft, or exposure to weather conditions such as lightning, hail, flood or water. See the actual PowerGard™ Protection Plan Residential Terms and Conditions for a complete listing of coverage.and limitations and conditions under the prog ram.

Confidential fa!) JOHN DEERE

Benefits of a Residential plan: e Offer the choice of adding up to 4 years of repair coverage beyond the machine's factory warranty. • Do not require preapproval before repairs are made by the authorized John Deere dealersh ip. e Is transferable by the original purchaser for the balance of the original agreement period. • Ensures higher resale value and makes equipment more marketable during sale or trade-in. e Comprehensive Plans: • No deductibles and no out-of-pocket costs on covered repairs. • Free transportation for factory warranty and extended repair plan repairs for the term of the plan(Note:A surcharge may apply for machines located outside of the dealership's normal service area). • Limited Powertrain Plans: • Low deductibles on covered repairs • Do not provide transportation coverage

Confidential HOW£ LL MICHIGA

City of Howell Request for Proposal (RFP) For

Department of Public Works 60" Zero Turn Mower With Material Collection System Overview The RFP process invites suppliers to submit competitive bids for project work or products. This process encourages competition and provides prospects with fair and honest dealings with suppliers. This RFP is issued by invitation only. Proposal Information This section identifies a scope of work so bidders can provide an accurate proposal. If bidder requires clarification or additional information they must contact the projects manager in writing (email acceptable). This information, if pertinent to the bid will be sent to all other proposal holders.

Pr~ject name _ _ _ _ _R~~ Deadl_!f!~___ . ___ ·- __ RFP nu_'!'_be! ______February 28, 2017 60" Zero Turn Mower 2-CEM-17 2:00pm ------_Request summary __ . __ _ . _ _ _ -·-- Supply and deliver to the City of Howell Department of Public Works- Lakeview Cemetery a new Mower meeting the following specifications. Trade-in mower may be viewed by contacting the Project Manager and scheduling an appointment.

Scope Please submit the quote using the below scope of work, alternates or additions to this scope must be clearly identified as such on the proposal.

_ Scope_

Project Management The City's contact information for the person and department in charge of this proposal. - -- .. _~r?jec~ Manager/ n:i_ailing ad_dre_s~ ______. __ _ Devin LaRowe Cemetery Supervisor City of Howell 611 East Grand River Ave.

2/ 1/ 2017 Request for Proposal Process Tracker Page 2 RFP Process Tracker

Proposal Sheet (This portion to be filled out by the bidder) Please provide complete name for the business. r;:::•s:·'~:ihi··'·I_____._,

Provide the contact information of the person responsible for this RFP who is authorized by this company to execute an agreement with the City of Howell.

-- - - •• ~ - - ·~ - "' - ¥ . -- - ~------,- Contact information · .,..,,. -- . - . ~ ~ . ~ - -~ --- - . ~~~- ~ ~- ---~.-..~ -~~- -~ . . -· -·- -~- -- Name address o(O~OI ct•ST1Ac:?e_p;L.. So l)m >--""ION . \'Yt.L 4 B i1 f:> Contractor or Supplier shall include a separate proposal sheet on their company letterhead that identifies the scope of work and the cost breakdown for each task . Bidder shall include the total cost of the work as outlined in their proposal sheet in the appropriate box below. Any alternates to this RFP by the Bidder shall be entered as an alternate with the associated cost spelled out below.

Schedule Bidder is required to submit start dates, delivery dates and completion dates as outlined below. The City may reject a bid if these dates do not m eet the needs as outlined within the scope of work.

------. - - -- ~---~~-~~"'' .. P_r~j~ct ______f_r~~~_£t s_~!! ~~_e_!i_v~ry _cl!~ __ __ --·- _c~~pl~~~?_ll £?~!!! W?_!'k Days -- -- t' l0 11 ~/20 +u~ ntcwer2- 3Dt>Ay5 uporJ Po {2eee1pf-·

2/ 1/ 2017 Request for Proposal Process Tracker Page 3 RFP Process Tracker

Delivery Please deliver or Mail your sealed RFP to the City of Howell Clerks Office at 611 E. Grand River Ave. Howell MI, 48843, attention to "City Clerk" with the Project name clearly marked on the envelope. RFP must be received prior to the date and time identified as the RFP deadline. This information is located on sheet one of this proposal.

Acknowledgement The Contractor I Supplier acknowledges that this is a request for proposals and not an agreement to perform or supply work or materials. Once the City selects the successful bidder and council approves the RFP the City and Contractor/ Supplier shall enter a contractual agreement to provide the services as outlined within the successful Bidders proposal. Bidders may also be required to submit at a minimum the following insurance requirements:

o Insurance certificates: General Liability PD $500,000/500,000, PL $500,000/500,000, with the City of Howell as added insured on the policy. Not as certificate holder.

o Workmen's Compensation - Michigan Statutory or acceptable in Michigan as full and exclusive coverage.

o Proof of insurance on trucks and equipment.

2/1/2017 Request for Proposal Process Tracker Page 4 D JOHN DEERE

Quote Summary Prepared For: Prepared By: City Of Howell Area Parks & Cemetery David White Devin Larowe Bader & Sons Co. 611 E Grand River Ave 20801 Pontiac Trail Howell, Ml 48843 South Lyon, Ml 48178 Business: 517-546-4500 Phone: 248-437-2091 dwh ite@g reentracto rs.com

Quote Id: 14706892 Created On: 06 February 2017 Last Modified On: 09 February 2017 Expiration Date: 13 February 2017

Equipment Summary Selling Price Qty Extended JOHN DEERE Z930M Commercial $ 8,510.00 x $ 8,510.00 ZTrak

JOHN DEERE 14 Bushel Dump $ 2,815.00 x $ 2,815.00 From Seat Material Collection System

Equipment Tota I $ 11,325.00

Trade In Summary Qty Each Extended

JOHN DEERE 997 - 1TC997SCLCT072034 $ 9,000.00 $ 9,000.00 Payoff $ 0.00 Total Trade Allowance $ 9,000.00

Trade In Total $ 9,000.00 Quote Summary Equipment Total $ 11 ,325.00 Trade In $ (9,000.00) Sub Total $ 2,325.00 Est. Service Agreement Tax $ 0.00 Total $ 2,325.00 Down Payment (0.00) Rental Applied (0.00) Balance Due $ 2,325.00

Salesperson : X ______Accepted By : X ------

Confidential (m JOHN DEERE Selling Equipment

Quote Id: 14706892 Customer: CITY OF HOWELL AREA PARKS & CEMETERY

JOHN DEERE Z930M Commercial ZTrak

Hours: Stock Number: Selling Price $ 8,510.00 Code Description Qty Unit Extended 2163TC Z930M Commercial ZTrak $ 10,579.00 $ 10,579.00 Standard Options - Per Un it 001A United States/Canada 1 $ 0.00 $ 0.00 1036 24x12x12 Pneumatic Turf Tire for 54 $ 0.00 $ 0.00 In. and 60 In. Decks 1505 60 In. Mulch On Demand Mower Deck $ 870.00 $ 870.00 2000 Deluxe Comfort Seat with Armrests $ 0.00 $ 0.00 Standard Options Total $ 870.00

Value Added Services Total $ 0.00 Other Charges EnviroCrate $ 40.00 $ 40.00 Setup $ 110.00 $ 110.00 Other Charges Total $ 150.00 Suggested Price $ 11,599.00 Customer Discounts Customer Discounts Total $ -3,089.00 $ -3,089.00 Total Selling Price $ 8,510.00

JOHN DEERE 14 Bushel Dump From Seat Material Collection System

Hours: Stock Number: Selling Price $ 2 ,815.00 Code Description Qty Unit Extended 0787TC 14 Bushel Dump From Seat Material $ 3,240.00 $ 3,240.00 Collection System (For 48 ln./54 ln./60 ln./72 In. Z900 M/R Series Mowers including Mulch-On-Demand Decks) Standard Options - Per Un it 001A United States and Canada 1 $ 0.00 $ 0.00 1009 Attaching Parts for 60 In. 7-lron PRO 1 $ 124.00 $ 124.00 Mulch-on-Demand Decks

Confidential ff)) JOHN DEERE Selling Equipment

Quote Id: 14706892 Customer: CITY OF HOWELL AREA PARKS & CEMETERY

2000 7-lron Blower for 7-lron, 7-lron PRO 1 $ 0.00 $ 0.00 and 7-lron PRO Mulch-On-Demand Decks Standard Options Total $124.00 Other Charges Setup $ 330.00 $ 330.00 Other Charges Total $ 330.00 Suggested Price $ 3,694.00 Customer Discounts Customer Discounts Total $ -879.00 $ -879.00 Total Selling Price $ 2,815.00

Confidential HOWELL MICHIGA

City of Howell Request for Proposal (RFP) For

Department of Public Works 60" Zero Turn Mower With Material Collection System Overview The RFP process invites suppliers to submit competitive bids for project work or products. This process encourages competition and provides prospects with fair and honest dealings with suppliers. This RFP is issued by invitation only. Proposal Information This section identifies a scope of work so bidders can provide an accurate proposal. If bidder requires clarification or additional information they must contact the projects manager in writing (email acceptable). This information, if pertinent to the bid will be sent to all other proposal holders.

- ~roject name _ _ RFP_De~dline __ . ____ RFP number ____ ~~ February 28, 2017 60" Zero Turn Mower 2-CEM-17 2:00pm -· - Request summary _ __ _ _ Supply and deliver to the City of Howell Department of Public Works- Lakeview Cemetery a new Mower meeting the following specifications. Trade-in mower may be viewed by contacting the Project Manager and scheduling an appointment.

Scope Please submit the quote using the below scope of work, alternates or additions to this scope must be clearly identified as such on the proposal.

- --~c:_~pe of work prOJ>?S_ed______.. ______Submit 2 separate proposals- 1 to include trade-in of 1-72" John Deere 997 with material collection system. 3 year warranty Flat free front tires Minimum 25.5 HP full pressure lubrication, twin cylinder engine Heavy duty integrated piston pump wheel motors 60"- 7 gauge steel mowing deck with the ability to switch from mulch to side discharge from seat. Unit to include 14 bushel dump from seat material collection system.

Project Management The City's contact information for the person and department in charge of this proposal. . -- - P~oj~ct Manager/ ma~ling ad~~e~s ______Devin LaRowe Cemetery Supervisor City of Howell 611 East Grand River Ave.

2/ 1/ 2017 Request for Proposal Process Tracker Page 2 RFP Process Tracker

Proposal Sheet (This portion to be filled out by the bidder) Please provide complete name for the business. r;::1 ::+~0&1il11I______,

Provide the contact information of the person responsible for this RFP who is authorized by this company to execute an agreement with the City of Howell.

Contact information ------Name address Email I phone numbers ,;Lo'Jo 1 PCN11 ~K 'fflJ.111- (),o!-11TC W1-\lT€ SDl.fTT4 "YPt\J (rm:- '181'7B (/::7.l.- 3 I :J-3tJO . 7 (){) I Contractor or Supplier shall include a separate proposal sheet on their company letterhead that identifies the scope of work and the cost breakdown for each task. Bidder shall include the total cost of the work as outlined in their proposal sheet in the appropriate box below. Any alternates to this RFP by the Bidder shall be entered as an alternate with the associated cost spelled out below.

Schedule Bidder is required to submit start dates, delivery dates and completion dates as outlined below. The City may reject a bid if these dates do not meet the needs as outlined within the scope of work.

2/1/2017 Request for Proposal Process Tracker Page 3 RFP Process Tracker

Delivery Please deliver or Mail your sealed RFP to the City of Howell Clerks Office at 611 E. Grand River Ave. Howell Ml, 48843, attention to "City Clerk" with the Project name clearly marked on the envelope. RFP must be received prior to the date and time identified as the RFP deadline. This information is located on sheet one of this proposal.

Acknowledgement The Contractor/ Supplier acknowledges that this is a request for proposals and not an agreement to perform or supply work or materials. Once the City selects the successful bidder and council approves the RFP the City and Contractor/ Supplier shall enter a contractual agreement to provide the services as outlined within the successful Bidders proposal. Bidders may also be required to submit at a minimum the following insurance requirements:

o Insurance certificates: General Liability PD $500,000/500,000, PL $500,000/500,000, with the City of Howell as added insured on the policy. Not as certificate holder.

o Workmen's Compensation - Michigan Statutory or acceptable in Michigan as full and exclusive coverage.

o Proof of insurance on trucks and equipment.

2/1/2017 Request for Proposal Process Tracker Page 4 DJOHNDEERE

Quote Summary Prepared For: Prepared By: City Of Howell Area Parks & Cemetery David White Devin Larowe Bader & Sons Co. 611 E Grand River Ave 20801 Pontiac Trail Howell, Ml 48843 South Lyon, Ml 48178 Business: 517-546-4500 Phone: 248-437-2091 [email protected]

Quote Id: 14706892 Created On: 06 February 2017 Last Modified On: 09 February 2017 Expiration Date: 13 February 2017

Equipment Summary Selling Price Qty Extended JOHN DEERE Z930M Commercial $ 8,510.00 x = $ 8,510.00 ZTrak

JOHN DEERE 14 Bushel Dump $ 2,815.00 x = $ 2,815.00 From Seat Material Collection System

Equipment Total $ 11,325.00 Quote Summary Equipment Total $ 11 ,325.00 SubTotal $ 11 ,325.00 Est. Service Agreement Tax $ 0.00 Total $ 11 ,325.00 Down Payment (0.00) Rental Applied (0 .00) Balance Due $11,325.00

Salesperson : X ______Accepted By : X ______

Confidential 0 )JOHN DEERE Selling Equipment

Quote Id: 14706892 Customer: CITY OF HOWELL AREA PARKS & CEMETERY

JOHN DEERE Z930M Commercial ZTrak

Hours: Stock Number: Selling Price $ 8,510.00 Code Description Qty Unit Extended 2163TC Z930M Commercial ZTrak 1 $ 10,579.00 $ 10,579.00 Standard Options - Per Unit 001A United States/Canada 1 $ 0.00 $ 0.00 1036 24x12x12 Pneumatic Turf Tire for 54 1 $ 0.00 $ 0.00 In. and 60 In. Decks 1505 60 In. Mulch On Demand Mower Deck $ 870.00 $ 870.00 2000 Deluxe Comfort Seat with Armrests $ 0.00 $ 0.00 Standard Options Total $ 870.00

Value Added Services Total $ 0.00 Other Charges EnviroCrate $ 40.00 $ 40.00 Setup $ 110.00 $ 110.00 Other Charges Total $ 150.00 Suggested Price $11,599.00 Customer Discounts Customer Discounts Total $ -3,089.00 $ -3,089.00 Total Selling Price $ 8,510.00

JOHN DEERE 14 Bushel Dump From Seat Material Collection System

Hours: Stock Number: Selling Price $ 2,815.00 Code Description Qty Unit Extended 0787TC 14 Bushel Dump From Seat Material $ 3,240.00 $ 3,240.00 Collection System (For 48 ln./54 ln./60 ln./72 In. Z900 MIR Series Mowers including Mulch-On-Demand Decks) Standard Options - Per Un it 001A United States and Canada 1 $ 0.00 $ 0.00 1009 Attaching Parts for 60 In. 7-lron PRO 1 $ 124.00 $ 124.00 Mulch-on-Demand Decks

Confidential ('!') JOHN DEERE Selling Equipment

Quote Id: 14706892 Customer: CITY OF HOWELL AREA PARKS & CEMETERY

2000 7-lron Blower for 7-lron, 7-lron PRO 1 $ 0.00 $ 0.00 and 7-lron PRO Mulch-On-Demand Decks Standard Options Total $ 124.00 Other Charges Setup $ 330.00 $ 330.00 Other Charges Total $ 330.00 Suggested Price $ 3,694.00 Customer Discounts Customer Discounts Total $ -879.00 $ -879.00 Total Selling Price $ 2,815.00

Confidential w EI NGA RT z EVERYTHING FROM LAWN TO SNOW

QUOTATION

To: CITY OF HOWELL Quote#: 20131749-00 611 E. GRAND RIVER Date: 02/16/1 7 HOWELL, Ml 48843 Exp Date:

Attn: Prepared By: Gary Berman • FH Sales Phone: (517) 546-3500 Phone: (248) 893-5882 Email: Email: [email protected]

Product number jProduct and Description I Qty I Sale Price! Total exlze751 gka604a1 Exmark Lazer E-Series 751 Kaw, 60" Deck (Seat) $8,479.00 $8,479.00 List Price: $11, 765.00

EX116-8430 Operator Controlled Discharge-Hand Operated $295.00 $295.00 List Price: $369.95

exlzuvqd11 Ultra Vac X-Series 11 Bu Dump 60 $2,559.00 $2,559.00 List Price: $3,199.00

Total $11,333.00 Invoice Total $11,333.00

Approved By

Customer Date Weingartz Representative Date Page 1of1 Weingartz,39050 Grand River Ave.Farmington Hills, Ml 48335,

WWW.WEINGARTZ.COM Rf~E";s Tracker

Proposal Sheet (This portion to be filled out by the bidder) Please provide complete name for the business. r~~·:;;:.. ~ Provide the contact information of the person responsible for this RFP who is authorized by this company to execute an agreement with the City of Howell .

. '\ ·- , . . Contact information " - . . Name address Email I phone numbers

Contractor or SLpplier shall include a seoarate proposal sheet on their company letterhead that identifies the scope of work and the cost breakdown for each task. Bidder shall include the total cost of the work as outlined in their proposal sheet in the appropriate box below. Any alternates to this RFP by the Bidder shall be entered as an alternate with the associated cost spelled out below.

Schedule Bidder is required to submit start dates, delivery dates and completion dates as outlined below. The City may reject a bid If these dates do not meet the needs as outlined wit hin the scope of work.

:, Projec~ Project Start I delivery date . . Completion Da.te I Wor_k Da~s _

2/1/2017 Request for Proposal Process Tracker Page 3 RFP ,Process:. . Tracker I "'--

Delivery Please deliver or Mail your sealed RFP to the City of Howell Clerks Office at 611 E. Grand River Ave. Howell MI, 48843, attention to "City Clerk" with the P·roject name clearly marked on the envelope. RFP must be received prior to the date and tirne identified as the RFP deadline. This information is located on sheet one of this proposa!.

Acknowledgement The Contractor / Supplier acknowledges that this is a request for proposals and not an agreement to perform or supply work or materials. Once the City selects the successful bidder and council approves the RFP the City and Contractor/ Supplier shall enter a contractual agreement to provide the services as outlined within the successful Bidders proposal. Bidders may also be required to submit at a minimum the following insurance requirements:

o Insurance certificates: General Liability PD $500,0001500,000, PL $500,000/500,000, with the City of Howell as added insured on the policy. Not as certificate holder.

o Workmen's Compensation - Michigan Statutory or acceptable in Michigan as full and exclusive coverage.

o Proof of insurance on trucks and equipment. rHLIMl-__.,#1'.fo"'---r--i

Request for Proposal Process Tracker Page 4 CITY OF HOWELL 3/14/2017 Name Amount Description H S A $3,000.00 Health Savings Account MERS $72,883.41 Employers contribution

TOTAL $75,883.41

BALANCE FORWARD $785,168.55

TOTAL $861,051.96 *******

payroll $137,862.49 included***** 03/09/2017 12:03 PM INVOICE APPROVAL BY INVOICE REPORT FOR CITY OF HOWELL Page: 1/27 User: CStanislawski EXP CHECK RUN DATES 03/14/2017 - 03/14/2017 DB: Howell BOTH JOURNALIZED AND UNJOURNALIZED OPEN AND PAID BANK CODE: GEN Vendor Code Vendor name Post Date Invoice Bank Invoice Description Ref # Address CK Run Date PO Hold Gross Amount City/State/Zip Disc. Date Disc. % Sep CK Discount Due Date 1099 Net Amount A&L PARTS A & L PARTS PLUS 03/01/2017 16-235729 GEN PARTS 75433 754 S MICHIGAN AVE 03/14/2017 N 18.12 HOWELL MI, 48843 / / 0.0000 N 0.00 03/14/2017 N 18.12 Open

GL NUMBER DESCRIPTION AMOUNT 640-441-775.000 MAINTENANCE SUPPLIES 18.12

VENDOR TOTAL: 18.12 ADVANCED A ADVANCE AUTO PARTS 02/21/2017 8082703316274 GEN SUPPLIES 75376 AAP FINANCIAL SERVICES 03/14/2017 N 89.81 P.O. BOX 742063 ATLANTA GA, 30374-2063 / / 0.0000 N 0.00 03/14/2017 N 89.81 Open

GL NUMBER DESCRIPTION AMOUNT 640-441-775.000 MAINTENANCE SUPPLIES 89.81

ADVANCED A ADVANCE AUTO PARTS 02/14/2017 8082704516497 GEN BRAKES 75378 AAP FINANCIAL SERVICES 03/14/2017 N (37.04) P.O. BOX 742063 ATLANTA GA, 30374-2063 / / 0.0000 N 0.00 03/14/2017 N (37.04) PD CK# 86020 02/24/2017

GL NUMBER DESCRIPTION AMOUNT 640-441-775.000 MAINTENANCE SUPPLIES (37.04)

ADVANCED A ADVANCE AUTO PARTS 02/24/2017 8082705577793 GEN FILTERS 75435 AAP FINANCIAL SERVICES 03/14/2017 N 24.23 P.O. BOX 742063 ATLANTA GA, 30374-2063 / / 0.0000 N 0.00 03/14/2017 N 24.23 Open

GL NUMBER DESCRIPTION AMOUNT 640-441-775.000 MAINTENANCE SUPPLIES 24.23

ADVANCED A ADVANCE AUTO PARTS 02/28/2017 8082705947328 GEN FILTER FOR LIME DUST COLLECTOR 75436 AAP FINANCIAL SERVICES 03/14/2017 N 38.80 P.O. BOX 742063 ATLANTA GA, 30374-2063 / / 0.0000 N 0.00 03/14/2017 N 38.80 Open

GL NUMBER DESCRIPTION AMOUNT 591-564-740.004 OPERATING SUPPLIES / TOOLS 38.80 03/09/2017 12:03 PM INVOICE APPROVAL BY INVOICE REPORT FOR CITY OF HOWELL Page: 2/27 User: CStanislawski EXP CHECK RUN DATES 03/14/2017 - 03/14/2017 DB: Howell BOTH JOURNALIZED AND UNJOURNALIZED OPEN AND PAID BANK CODE: GEN Vendor Code Vendor name Post Date Invoice Bank Invoice Description Ref # Address CK Run Date PO Hold Gross Amount City/State/Zip Disc. Date Disc. % Sep CK Discount Due Date 1099 Net Amount

ADVANCED A ADVANCE AUTO PARTS 02/06/2017 808270703716339 GEN ANTIFREEZE 75377 AAP FINANCIAL SERVICES 03/14/2017 N 91.14 P.O. BOX 742063 ATLANTA GA, 30374-2063 / / 0.0000 N 0.00 03/14/2017 N 91.14 Open

GL NUMBER DESCRIPTION AMOUNT 640-441-775.000 MAINTENANCE SUPPLIES 91.14

VENDOR TOTAL: 206.94 ADVANCE DI ADVANCED DISPOSAL 02/28/2017 MARCH2017 GEN RUBBISH REMOVAL 75487 10599 W FIVE MILE RD 03/14/2017 N 35,796.28 NORTHVILLE MI, 48168 / / 0.0000 N 0.00 03/14/2017 N 35,796.28 Open

GL NUMBER DESCRIPTION AMOUNT 226-528-804.016 CONTRACT SERV - RESIDENT PICKP 30,859.85 226-528-804.019 CONTR SERV - CBD COMPACTOR 450.00 641-441-920.003 UTILITIES - RUBBISH 103.92 101-276-920.003 UTILITIES - RUBBISH 103.92 101-751-920.003 UTILITIES - RUBBISH 51.96 226-528-804.019 CONTR SERV - CBD COMPACTOR 935.28 226-528-804.019 CONTR SERV - CBD COMPACTOR 311.76 226-528-804.019 CONTR SERV - CBD COMPACTOR 467.64 226-528-804.019 CONTR SERV - CBD COMPACTOR 467.64 101-747-881.002 RECYCLE LIVINGSTON SERVICES 12.99 101-265-920.003 UTILITIES - RUBBISH 103.92 226-528-804.019 CONTR SERV - CBD COMPACTOR 467.64 226-528-804.020 CONTR SERV-CORRUGATED CARDBRD 414.25 226-528-804.020 CONTR SERV-CORRUGATED CARDBRD 414.25 226-528-804.020 CONTR SERV-CORRUGATED CARDBRD 93.00 226-528-804.020 CONTR SERV-CORRUGATED CARDBRD 414.25 226-528-804.020 CONTR SERV-CORRUGATED CARDBRD 124.01 35,796.28

VENDOR TOTAL: 35,796.28 ATI ANALYTICAL TECHNOLOGY, INC. 02/22/2017 135237 GEN CL2 ALARM SENSOR 75434 6 IRON BRIDGE DRIVE 03/14/2017 N 214.91 COLLEGEVILLE PA, 19426 / / 0.0000 N 0.00 03/14/2017 N 214.91 Open

GL NUMBER DESCRIPTION AMOUNT 591-564-930.009 REPAIR & MAINT - EQUIPMENT 214.91 03/09/2017 12:03 PM INVOICE APPROVAL BY INVOICE REPORT FOR CITY OF HOWELL Page: 3/27 User: CStanislawski EXP CHECK RUN DATES 03/14/2017 - 03/14/2017 DB: Howell BOTH JOURNALIZED AND UNJOURNALIZED OPEN AND PAID BANK CODE: GEN Vendor Code Vendor name Post Date Invoice Bank Invoice Description Ref # Address CK Run Date PO Hold Gross Amount City/State/Zip Disc. Date Disc. % Sep CK Discount Due Date 1099 Net Amount

VENDOR TOTAL: 214.91 APPLIED IM APPLIED IMAGING 02/28/2017 910816 GEN COPIER CONTRACT 75491 7718 SOLUTION CENTER 03/14/2017 N 136.20 CHICAGO IL, 60677-7007 / / 0.0000 N 0.00 03/14/2017 N 136.20 Open

GL NUMBER DESCRIPTION AMOUNT 101-301-727.000 OFFICE SUPPLIES 16.14 101-172-727.000 OFFICE SUPPLIES 37.54 101-191-727.000 OFFICE SUPPLIES 82.52 136.20

VENDOR TOTAL: 136.20 APWA MICHI APWA MICHIGAN CHAPTER 02/22/2017 MCCLANAHA2017 GEN MPSI REGISTRATION - MCCLANAHAN 75455 40772 SUPREME COURT 03/14/2017 N 695.00 STERLING HEIGHTS MI, 48313 / / 0.0000 N 0.00 03/14/2017 N 695.00 Open

GL NUMBER DESCRIPTION AMOUNT 641-441-957.000 EDUCATION / TRAINING 695.00

VENDOR TOTAL: 695.00 ASCAP ASCAP 02/28/2017 500637635/2017 GEN 2017 MUSIC LICENSE FEE 75461 21678 NETWORK PLACE 03/14/2017 N 341.83 CHICAGO IL, 60673-1216 / / 0.0000 N 0.00 03/14/2017 N 341.83 Open

GL NUMBER DESCRIPTION AMOUNT 101-248-840.000 DUES & MEMBERSHIPS 341.83

VENDOR TOTAL: 341.83 PERF/BONDS ASSURED CONSTRUCTION GROUP,LLC 03/01/2017 PB16-163 GEN BOND REFUND FOR 650 E HIGHLAND RD 75459 2094 PLESS DR 03/14/2017 N 16,056.00 BRIGHTON MI, 48114 / / 0.0000 Y 0.00 03/14/2017 N 16,056.00 Open

GL NUMBER DESCRIPTION AMOUNT 101-000-283.000 DEV ESCROW 16,056.00

VENDOR TOTAL: 16,056.00 03/09/2017 12:03 PM INVOICE APPROVAL BY INVOICE REPORT FOR CITY OF HOWELL Page: 4/27 User: CStanislawski EXP CHECK RUN DATES 03/14/2017 - 03/14/2017 DB: Howell BOTH JOURNALIZED AND UNJOURNALIZED OPEN AND PAID BANK CODE: GEN Vendor Code Vendor name Post Date Invoice Bank Invoice Description Ref # Address CK Run Date PO Hold Gross Amount City/State/Zip Disc. Date Disc. % Sep CK Discount Due Date 1099 Net Amount BENDZIN BENDZINSKI & CO 02/24/2017 16-065 GEN ADVISOR , CAPITAL IMPROV BONDS 2017 75458 615 GRISWOLD ST 03/14/2017 N 15,400.00 STE 1225 DETROIT MI, 48226-3997 / / 0.0000 N 0.00 03/14/2017 N 15,400.00 Open

GL NUMBER DESCRIPTION AMOUNT 494-516-998.000 BOND ISSUANCE COSTS 15,400.00

VENDOR TOTAL: 15,400.00 BLUECROSS BLUE CROSS BLUE SHIELD OF MI 03/07/2017 04/1/2017 GEN APRIL 2017 MEDICARE ADVANTAGE 75497 P.O. BOX 553914 03/14/2017 N 9,423.70 DETROIT MI, 48255-3914 / / 0.0000 Y 0.00 03/14/2017 N 9,423.70 Open

GL NUMBER DESCRIPTION AMOUNT 640-441-717.000 FRINGE BENEFITS 428.35 101-000-083.001 DF FORMER EMPLOYEE/HLTH INS 2,398.76 101-290-714.001 CITY SHARE MED INS RETIREE 6,596.59 9,423.70

VENDOR TOTAL: 9,423.70 BOB MAXEY BOB MAXEY FORD OF HOWELL 02/14/2017 74873 GEN PARTS FOR 2015 EXPLORER 75437 2798 E GRAND RIVER 03/14/2017 N 53.30 HOWELL MI, 48843 / / 0.0000 N 0.00 03/14/2017 N 53.30 Open

GL NUMBER DESCRIPTION AMOUNT 640-441-775.000 MAINTENANCE SUPPLIES 53.30

VENDOR TOTAL: 53.30 CARLISLE CARLISLE/WORTMAN ASSOCIATES INC 02/28/2017 2143049 GEN BLDG ADMIN JAN 2017. 75469 117 NORTH FIRST ST 03/14/2017 N 4,140.00 SUITE 70 ANN ARBOR MI, 48104 / / 0.0000 N 0.00 03/14/2017 N 4,140.00 Open

GL NUMBER DESCRIPTION AMOUNT 101-371-801.000 PROFESSIONAL SERVICES 4,140.00

CARLISLE CARLISLE/WORTMAN ASSOCIATES INC 02/07/2017 2143050 GEN JAN BLDG SERVICES 03/09/2017 12:03 PM INVOICE APPROVAL BY INVOICE REPORT FOR CITY OF HOWELL Page: 5/27 User: CStanislawski EXP CHECK RUN DATES 03/14/2017 - 03/14/2017 DB: Howell BOTH JOURNALIZED AND UNJOURNALIZED OPEN AND PAID BANK CODE: GEN Vendor Code Vendor name Post Date Invoice Bank Invoice Description Ref # Address CK Run Date PO Hold Gross Amount City/State/Zip Disc. Date Disc. % Sep CK Discount Due Date 1099 Net Amount 75470 117 NORTH FIRST ST 03/14/2017 N 1,600.72 SUITE 70 ANN ARBOR MI, 48104 / / 0.0000 N 0.00 03/14/2017 N 1,600.72 Open

GL NUMBER DESCRIPTION AMOUNT 101-371-801.000 PROFESSIONAL SERVICES 1,600.72

CARLISLE CARLISLE/WORTMAN ASSOCIATES INC 02/17/2017 2143257 GEN COMMERCIAL REHAB 75471 117 NORTH FIRST ST 03/14/2017 N 200.00 SUITE 70 ANN ARBOR MI, 48104 / / 0.0000 N 0.00 03/14/2017 N 200.00 Open

GL NUMBER DESCRIPTION AMOUNT 101-722-967.000 PROJECT COSTS 200.00

CARLISLE CARLISLE/WORTMAN ASSOCIATES INC 02/24/2017 2143258 GEN LUCY ROAD PARK 75468 117 NORTH FIRST ST 03/14/2017 N 200.00 SUITE 70 ANN ARBOR MI, 48104 / / 0.0000 N 0.00 03/14/2017 N 200.00 Open

GL NUMBER DESCRIPTION AMOUNT 101-722-967.000 PROJECT COSTS 200.00

VENDOR TOTAL: 6,140.72 CARTWRIGH CARTWRIGHT, JANE 02/22/2017 2-27-2017 GEN MILEAGE FOR ELECTION EQUIPMENT VEND 75406 03/14/2017 N 36.38 , / / 0.0000 N 0.00 03/14/2017 N 36.38 Open

GL NUMBER DESCRIPTION AMOUNT 101-215-860.000 CONFERENCE /TRANSPORTATION 36.38

VENDOR TOTAL: 36.38 CCPINDUSTR CCP INDUSTRIES 02/14/2017 INO1843597 GEN HARD HATS 75438 P.O. BOX 73627 03/14/2017 N 128.09 CLEVELAND OH, 44193 / / 0.0000 N 0.00 03/14/2017 N 128.09 Open

GL NUMBER DESCRIPTION AMOUNT 641-441-740.026 OPER SUPP/SAFETY EQUIPMENT 128.09 03/09/2017 12:03 PM INVOICE APPROVAL BY INVOICE REPORT FOR CITY OF HOWELL Page: 6/27 User: CStanislawski EXP CHECK RUN DATES 03/14/2017 - 03/14/2017 DB: Howell BOTH JOURNALIZED AND UNJOURNALIZED OPEN AND PAID BANK CODE: GEN Vendor Code Vendor name Post Date Invoice Bank Invoice Description Ref # Address CK Run Date PO Hold Gross Amount City/State/Zip Disc. Date Disc. % Sep CK Discount Due Date 1099 Net Amount

VENDOR TOTAL: 128.09 CONVENIENC CD OKEMOS 10, LLC 02/17/2017 1024142 GEN KEROSENE - COLD PATCH 75474 03/14/2017 N 34.12 P.O. BOX 708 HOWELL MI, 48844 / / 0.0000 N 0.00 03/14/2017 N 34.12 Open

GL NUMBER DESCRIPTION AMOUNT 640-441-751.001 VEHICLE OIL & VARIOUS SUPPLIES 34.12

VENDOR TOTAL: 34.12 COMCAST COMCAST CABLE 03/01/2017 MARCH 2017 GEN CITY INTERNET 75401 P O BOX 7500 03/14/2017 N 159.35 SOUTHEASTERN PA, 19398-7500 / / 0.0000 Y 0.00 03/01/2017 N 159.35 PD CK# 86093 03/01/2017

GL NUMBER DESCRIPTION AMOUNT 101-228-850.008 COMMUNICATIONS - INTERNET 159.35

VENDOR TOTAL: 159.35 CONTINENTA CONTINENTAL LINEN SERVICES 02/28/2017 20627-3/2017 GEN UNIFORMS 75419 4200 MANCHESTER 03/14/2017 N 44.07 KALAMAZOO MI, 49001 / / 0.0000 N 0.00 03/14/2017 N 44.07 Open

GL NUMBER DESCRIPTION AMOUNT 641-441-741.002 UNIFORMS/CLEANING/ RENTAL 44.07

CONTINENTA CONTINENTAL LINEN SERVICES 02/28/2017 20630-2/2017 GEN FLOOR MATS 75421 4200 MANCHESTER 03/14/2017 N 44.74 KALAMAZOO MI, 49001 / / 0.0000 N 0.00 03/14/2017 N 44.74 Open

GL NUMBER DESCRIPTION AMOUNT 101-265-804.005 CONTRACT SERV - MAT CLEANING 44.74

CONTINENTA CONTINENTAL LINEN SERVICES 02/28/2017 20631-2/2017 GEN UNIFORMS 75420 4200 MANCHESTER 03/14/2017 N 319.24 KALAMAZOO MI, 49001 / / 0.0000 N 0.00 03/14/2017 N 319.24 Open 03/09/2017 12:03 PM INVOICE APPROVAL BY INVOICE REPORT FOR CITY OF HOWELL Page: 7/27 User: CStanislawski EXP CHECK RUN DATES 03/14/2017 - 03/14/2017 DB: Howell BOTH JOURNALIZED AND UNJOURNALIZED OPEN AND PAID BANK CODE: GEN Vendor Code Vendor name Post Date Invoice Bank Invoice Description Ref # Address CK Run Date PO Hold Gross Amount City/State/Zip Disc. Date Disc. % Sep CK Discount Due Date 1099 Net Amount GL NUMBER DESCRIPTION AMOUNT 101-265-775.001 JANITOR SUPPLIES 58.40 640-441-741.002 UNIFORMS/CLEANING/ RENTAL 30.00 641-441-741.002 UNIFORMS/CLEANING/ RENTAL 230.84 319.24

CONTINENTA CONTINENTAL LINEN SERVICES 02/28/2017 20632-2/2017 GEN UNIFORMS 75423 4200 MANCHESTER 03/14/2017 N 81.68 KALAMAZOO MI, 49001 / / 0.0000 N 0.00 03/14/2017 N 81.68 Open

GL NUMBER DESCRIPTION AMOUNT 591-564-741.002 UNIFORMS/CLEANING/ RENTAL 81.68

CONTINENTA CONTINENTAL LINEN SERVICES 02/28/2017 28427-2/2017 GEN FLOOR MATS 75422 4200 MANCHESTER 03/14/2017 N 17.60 KALAMAZOO MI, 49001 / / 0.0000 N 0.00 03/14/2017 N 17.60 Open

GL NUMBER DESCRIPTION AMOUNT 101-265-804.005 CONTRACT SERV - MAT CLEANING 17.60

VENDOR TOTAL: 507.33 D&G EQUIP D & G EQUIPMENT INC 02/13/2017 523945 GEN CHAINSAW 75440 2 INDUSTRIAL PARK DR 03/14/2017 N 239.96 WILLIAMSTON MI, 48895 / / 0.0000 N 0.00 03/14/2017 N 239.96 Open

GL NUMBER DESCRIPTION AMOUNT 101-285-740.019 OPER SUPP/SMALL EQUIPMENT 239.96

VENDOR TOTAL: 239.96 PERF/BONDS DALTON, CHRISTINE & KRISTY THOMAS 03/07/2017 PB16-171 GEN BOND REFUND PERMIT CANCELED 1135 CU 75498 17470 KOESTER 03/14/2017 N 250.00 RIVERVIEW MI, 48193 / / 0.0000 Y 0.00 03/14/2017 N 250.00 Open

GL NUMBER DESCRIPTION AMOUNT 101-000-283.000 DEV ESCROW 250.00

VENDOR TOTAL: 250.00 DET AIR CO DETROIT AIR COMPRESSOR CO 02/14/2017 1091650.01 GEN PILOT VALVE 75439 3205 BERMUDA 03/14/2017 N 165.42 03/09/2017 12:03 PM INVOICE APPROVAL BY INVOICE REPORT FOR CITY OF HOWELL Page: 8/27 User: CStanislawski EXP CHECK RUN DATES 03/14/2017 - 03/14/2017 DB: Howell BOTH JOURNALIZED AND UNJOURNALIZED OPEN AND PAID BANK CODE: GEN Vendor Code Vendor name Post Date Invoice Bank Invoice Description Ref # Address CK Run Date PO Hold Gross Amount City/State/Zip Disc. Date Disc. % Sep CK Discount Due Date 1099 Net Amount FERNDALE MI, 48220 / / 0.0000 N 0.00 03/14/2017 N 165.42 Open

GL NUMBER DESCRIPTION AMOUNT 591-564-930.009 REPAIR & MAINT - EQUIPMENT 165.42

VENDOR TOTAL: 165.42 DIGITALMUN DIGITALMUNI LLC 02/17/2017 1932 GEN OFFICAL STATEMENT 75407 2245 EUREKA RD 03/14/2017 N 3,500.00 WYANDOTTE MI, 48192 / / 0.0000 N 0.00 03/14/2017 N 3,500.00 Open

GL NUMBER DESCRIPTION AMOUNT 494-516-998.000 BOND ISSUANCE COSTS 3,500.00

VENDOR TOTAL: 3,500.00 DORNBOS SI DORNBOS SIGN INC. 02/27/2017 INV31678 GEN POLICE SIGN FOR BOAT LAUNCH 75441 619 W HARRIS 03/14/2017 N 94.62 CHARLOTTE MI, 48813 / / 0.0000 N 0.00 03/14/2017 N 94.62 Open

GL NUMBER DESCRIPTION AMOUNT 101-751-775.006 MAINTENANCE SUPPLIES / PARKS 94.62

VENDOR TOTAL: 94.62 DET EDIS DTE 02/22/2017 7378821 GEN STREET LIGHTING AND SIGNALS 75391 03/14/2017 N 28,531.74 P.O. BOX 630795 CINCINNATI OH, 45263-0795 / / 0.0000 Y 0.00 02/28/2017 N 28,531.74 PD CK# 86038 02/24/2017

GL NUMBER DESCRIPTION AMOUNT 101-448-920.000 UTILITIES - ELECTRICITY 28,388.68 202-474-920.010 ELEC/TRAFFIC SIGNAL ENERGY 111.75 101-751-920.000 UTILITIES - ELECTRICITY 31.31 28,531.74

VENDOR TOTAL: 28,531.74 ECONO PRIN ECONO PRINT INC 02/28/2017 59687 - 2 GEN ASSESSMENT NOTICES 75493 10312 DEXTER- PINCKNEY RD. 03/14/2017 N 566.90 PINCKNEY MI, 48169 / / 0.0000 N 0.00 03/09/2017 12:03 PM INVOICE APPROVAL BY INVOICE REPORT FOR CITY OF HOWELL Page: 9/27 User: CStanislawski EXP CHECK RUN DATES 03/14/2017 - 03/14/2017 DB: Howell BOTH JOURNALIZED AND UNJOURNALIZED OPEN AND PAID BANK CODE: GEN Vendor Code Vendor name Post Date Invoice Bank Invoice Description Ref # Address CK Run Date PO Hold Gross Amount City/State/Zip Disc. Date Disc. % Sep CK Discount Due Date 1099 Net Amount 03/14/2017 N 566.90 Open

GL NUMBER DESCRIPTION AMOUNT 101-247-900.000 PRINTING & PUBLISHING 566.90

VENDOR TOTAL: 566.90 FEDEX FEDEX 02/22/2017 5-715-51525 GEN BOND DOCUMENTS -PAT MCGOW 75394 PO BOX 371461 03/14/2017 N 17.37 PITTSBURGH PA, 15250-7461 / / 0.0000 N 0.00 03/14/2017 N 17.37 Open

GL NUMBER DESCRIPTION AMOUNT 494-516-967.000 PROJECT COSTS 17.37

VENDOR TOTAL: 17.37 FERGUSONS FERGUSON WATERWORKS #3386 02/20/2017 LINDA C/M GEN INTERNAL CREDIT FROM INVOICE # 2492 75412 P.O. BOX 802817 03/14/2017 N (25.20) CHICAGO IL, 60680-2817 / / 0.0000 N 0.00 03/14/2017 N (25.20) Open

GL NUMBER DESCRIPTION AMOUNT 591-536-775.000 MAINTENANCE SUPPLIES (25.20)

VENDOR TOTAL: (25.20) FIRST IMPR FIRST IMPRESSION PRINT & MARKETING 02/17/2017 66907 GEN BUSINESS CARDS , MITTS & SPITLER 75472 907 FOWLER ST 03/14/2017 N 211.09 HOWELL MI, 48843 / / 0.0000 N 0.00 03/14/2017 N 211.09 Open

GL NUMBER DESCRIPTION AMOUNT 101-301-727.000 OFFICE SUPPLIES 211.09

VENDOR TOTAL: 211.09 GRACON SER GRACON SERVICES INC 02/28/2017 11960 GEN GWAVA UPGRADE / RENEWAL 75417 03/14/2017 N 3,804.62 4265 OKEMOS RD, STE A OKEMOS MI, 48864-3285 / / 0.0000 N 0.00 03/14/2017 N 3,804.62 Open

GL NUMBER DESCRIPTION AMOUNT 101-228-822.001 NETWORK SUPPORT 3,804.62 03/09/2017 12:03 PM INVOICE APPROVAL BY INVOICE REPORT FOR CITY OF HOWELL Page: 10/27 User: CStanislawski EXP CHECK RUN DATES 03/14/2017 - 03/14/2017 DB: Howell BOTH JOURNALIZED AND UNJOURNALIZED OPEN AND PAID BANK CODE: GEN Vendor Code Vendor name Post Date Invoice Bank Invoice Description Ref # Address CK Run Date PO Hold Gross Amount City/State/Zip Disc. Date Disc. % Sep CK Discount Due Date 1099 Net Amount

VENDOR TOTAL: 3,804.62 GRAINGER GRAINGER 02/20/2017 9362825912 GEN WASH WATER TANK FLOAT - SWITCH 75462 DEPT 825552573 03/14/2017 N 14.09 PALATINE IL, 60038-0001 / / 0.0000 N 0.00 03/14/2017 N 14.09 Open

GL NUMBER DESCRIPTION AMOUNT 591-564-930.009 REPAIR & MAINT - EQUIPMENT 14.09

GRAINGER GRAINGER 02/17/2017 9363842270 GEN SWITCH PART FOR WASH WATER PANEL 75388 DEPT 825552573 03/14/2017 N 12.87 PALATINE IL, 60038-0001 / / 0.0000 N 0.00 03/14/2017 N 12.87 Open

GL NUMBER DESCRIPTION AMOUNT 591-564-930.009 REPAIR & MAINT - EQUIPMENT 12.87

GRAINGER GRAINGER 02/22/2017 9367786630 GEN CREDIT MEMO 75442 DEPT 825552573 03/14/2017 N (12.87) PALATINE IL, 60038-0001 / / 0.0000 N 0.00 03/14/2017 N (12.87) Open

GL NUMBER DESCRIPTION AMOUNT 591-564-930.009 REPAIR & MAINT - EQUIPMENT (12.87)

GRAINGER GRAINGER 02/22/2017 9367786648 GEN CREDIT MEMO SELECTOR SWITCH 75443 DEPT 825552573 03/14/2017 N (14.09) PALATINE IL, 60038-0001 / / 0.0000 N 0.00 03/14/2017 N (14.09) Open

GL NUMBER DESCRIPTION AMOUNT 591-564-930.009 REPAIR & MAINT - EQUIPMENT (14.09)

GRAINGER GRAINGER 02/23/2017 9369096822 GEN DUST COLLECTOR PARTS 75444 DEPT 825552573 03/14/2017 N 67.61 PALATINE IL, 60038-0001 / / 0.0000 N 0.00 03/14/2017 N 67.61 Open

GL NUMBER DESCRIPTION AMOUNT 591-564-930.009 REPAIR & MAINT - EQUIPMENT 67.61

VENDOR TOTAL: 67.61 03/09/2017 12:03 PM INVOICE APPROVAL BY INVOICE REPORT FOR CITY OF HOWELL Page: 11/27 User: CStanislawski EXP CHECK RUN DATES 03/14/2017 - 03/14/2017 DB: Howell BOTH JOURNALIZED AND UNJOURNALIZED OPEN AND PAID BANK CODE: GEN Vendor Code Vendor name Post Date Invoice Bank Invoice Description Ref # Address CK Run Date PO Hold Gross Amount City/State/Zip Disc. Date Disc. % Sep CK Discount Due Date 1099 Net Amount WESTERN LI GRAYMONT WESTERN LIME INC. 02/28/2017 88121 GEN DELIVERED 2-20 75463 DEPT CH 16910 03/14/2017 N 5,644.23 PALATINE IL, 60055-6910 / / 0.0000 N 0.00 03/14/2017 N 5,644.23 Open

GL NUMBER DESCRIPTION AMOUNT 591-564-775.005 MAINTENANCE SUPPLY - LIME 5,644.23

VENDOR TOTAL: 5,644.23 GRUNDYS AC GRUNDY'S ACE HARDWARE 02/23/2017 81505 GEN FILTERS 75445 1250 E GRAND RIVER 03/14/2017 N 14.28 HOWELL MI, 48843 / / 0.0000 N 0.00 03/14/2017 N 14.28 Open

GL NUMBER DESCRIPTION AMOUNT 101-276-931.000 BUILDING MAINTENANCE 14.28

GRUNDYS AC GRUNDY'S ACE HARDWARE 02/22/2017 81522 GEN MORTAR 75446 1250 E GRAND RIVER 03/14/2017 N 3.77 HOWELL MI, 48843 / / 0.0000 N 0.00 03/14/2017 N 3.77 Open

GL NUMBER DESCRIPTION AMOUNT 202-474-775.000 MAINTENANCE SUPPLIES 3.77

VENDOR TOTAL: 18.05 HOW GUN HOWELL GUN CLUB 02/20/2017 18 GEN RANGE DUES 75501 P.O.BOX 53 03/14/2017 N 1,150.00 HOWELL MI, 48844 / / 0.0000 N 0.00 03/14/2017 N 1,150.00 Open

GL NUMBER DESCRIPTION AMOUNT 101-301-887.001 GUN RANGE 1,150.00

VENDOR TOTAL: 1,150.00 HOW HARDW HOWELL HARDWARE 02/01/2017 84188 GEN FASTENERS FOR METERS 75379 1076 S MICHIGAN AVE 03/14/2017 N 60.27 HOWELL MI, 48843 / / 0.0000 N 0.00 02/28/2017 N 60.27 PD CK# 86051 02/24/2017

GL NUMBER DESCRIPTION AMOUNT 591-536-775.000 MAINTENANCE SUPPLIES 60.27 03/09/2017 12:03 PM INVOICE APPROVAL BY INVOICE REPORT FOR CITY OF HOWELL Page: 12/27 User: CStanislawski EXP CHECK RUN DATES 03/14/2017 - 03/14/2017 DB: Howell BOTH JOURNALIZED AND UNJOURNALIZED OPEN AND PAID BANK CODE: GEN Vendor Code Vendor name Post Date Invoice Bank Invoice Description Ref # Address CK Run Date PO Hold Gross Amount City/State/Zip Disc. Date Disc. % Sep CK Discount Due Date 1099 Net Amount

HOW HARDW HOWELL HARDWARE 02/14/2017 84223 GEN SUPPLIES 75381 1076 S MICHIGAN AVE 03/14/2017 N 3.98 HOWELL MI, 48843 / / 0.0000 N 0.00 02/28/2017 N 3.98 PD CK# 86051 02/24/2017

GL NUMBER DESCRIPTION AMOUNT 591-536-775.000 MAINTENANCE SUPPLIES 3.98

HOW HARDW HOWELL HARDWARE 02/23/2017 84725 GEN PARK GATE REPAIR 75382 1076 S MICHIGAN AVE 03/14/2017 N 2.54 HOWELL MI, 48843 / / 0.0000 N 0.00 03/14/2017 N 2.54 Open

GL NUMBER DESCRIPTION AMOUNT 101-751-930.000 REPAIR & MAINTENANCE 2.54

HOW HARDW HOWELL HARDWARE 02/23/2017 84746 GEN CHLORINE HEATER BRACKET 75384 1076 S MICHIGAN AVE 03/14/2017 N 9.79 HOWELL MI, 48843 / / 0.0000 N 0.00 03/14/2017 N 9.79 Open

GL NUMBER DESCRIPTION AMOUNT 590-564-930.007 REPAIR & MAINT - PLANT 9.79

HOW HARDW HOWELL HARDWARE 02/14/2017 84748 GEN DROP LIGHT REPAIR 75380 1076 S MICHIGAN AVE 03/14/2017 N 3.98 HOWELL MI, 48843 / / 0.0000 N 0.00 03/14/2017 N 3.98 Open

GL NUMBER DESCRIPTION AMOUNT 591-564-930.009 REPAIR & MAINT - EQUIPMENT 3.98

HOW HARDW HOWELL HARDWARE 02/23/2017 84756 GEN REPLACEMENT TOOLS 75383 1076 S MICHIGAN AVE 03/14/2017 N 37.98 HOWELL MI, 48843 / / 0.0000 N 0.00 03/14/2017 N 37.98 Open

GL NUMBER DESCRIPTION AMOUNT 591-536-740.004 OPERATING SUPPLIES / TOOLS 37.98

HOW HARDW HOWELL HARDWARE 02/28/2017 84958 GEN REDI MIX MORTAR - W CLINTON 75447 1076 S MICHIGAN AVE 03/14/2017 N 69.90 HOWELL MI, 48843 / / 0.0000 N 0.00 03/14/2017 N 69.90 03/09/2017 12:03 PM INVOICE APPROVAL BY INVOICE REPORT FOR CITY OF HOWELL Page: 13/27 User: CStanislawski EXP CHECK RUN DATES 03/14/2017 - 03/14/2017 DB: Howell BOTH JOURNALIZED AND UNJOURNALIZED OPEN AND PAID BANK CODE: GEN Vendor Code Vendor name Post Date Invoice Bank Invoice Description Ref # Address CK Run Date PO Hold Gross Amount City/State/Zip Disc. Date Disc. % Sep CK Discount Due Date 1099 Net Amount Open

GL NUMBER DESCRIPTION AMOUNT 590-536-775.000 MAINTENANCE SUPPLIES 69.90

VENDOR TOTAL: 188.44 USPS HOWELL POSTMASTER 03/01/2017 3-1-2017 GEN WATER SEWER BILLING 75393 325 S MICHIGAN 03/14/2017 N 348.00 HOWELL MI, 48843 / / 0.0000 Y 0.00 03/01/2017 N 348.00 PD CK# 86094 03/01/2017

GL NUMBER DESCRIPTION AMOUNT 590-536-730.000 POSTAGE 174.00 591-290-730.000 POSTAGE 174.00 348.00

VENDOR TOTAL: 348.00 HUBBELL HUBBELL ROTH & CLARK 02/28/2017 0150304 GEN SRS EVAL 75478 P O BOX 824 03/14/2017 N 3,145.52 BLOOMFIELD HILLS MI, 48303-0824 / / 0.0000 N 0.00 03/14/2017 N 3,145.52 Open

GL NUMBER DESCRIPTION AMOUNT 590-564-801.004 ENGINEERING SERVICES 3,145.52

HUBBELL HUBBELL ROTH & CLARK 02/28/2017 0150305 GEN 2016 WASTE WATER GENERATOR 75476 P O BOX 824 03/14/2017 N 2,357.99 BLOOMFIELD HILLS MI, 48303-0824 / / 0.0000 N 0.00 03/14/2017 N 2,357.99 Open

GL NUMBER DESCRIPTION AMOUNT 590-564-801.004 ENGINEERING SERVICES 2,357.99

HUBBELL HUBBELL ROTH & CLARK 02/28/2017 0150306 GEN SAW GRANT ADMIN 75477 P O BOX 824 03/14/2017 N 13,389.24 BLOOMFIELD HILLS MI, 48303-0824 / / 0.0000 N 0.00 03/14/2017 N 13,389.24 Open

GL NUMBER DESCRIPTION AMOUNT 590-536-801.004 ENGINEERING SERVICES 3,347.31 590-564-801.004 ENGINEERING SERVICES 3,347.31 202-538-801.004 ENGINEERING SERVICES 3,347.31 203-538-801.004 ENGINEERING SERVICES 3,347.31 03/09/2017 12:03 PM INVOICE APPROVAL BY INVOICE REPORT FOR CITY OF HOWELL Page: 14/27 User: CStanislawski EXP CHECK RUN DATES 03/14/2017 - 03/14/2017 DB: Howell BOTH JOURNALIZED AND UNJOURNALIZED OPEN AND PAID BANK CODE: GEN Vendor Code Vendor name Post Date Invoice Bank Invoice Description Ref # Address CK Run Date PO Hold Gross Amount City/State/Zip Disc. Date Disc. % Sep CK Discount Due Date 1099 Net Amount 13,389.24

HUBBELL HUBBELL ROTH & CLARK 02/28/2017 0150307 GEN CITY HALL WALL DOCUMENTATION 75486 P O BOX 824 03/14/2017 N 858.12 BLOOMFIELD HILLS MI, 48303-0824 / / 0.0000 N 0.00 03/14/2017 N 858.12 Open

GL NUMBER DESCRIPTION AMOUNT 489-516-967.000 PROJECT COSTS 858.12

HUBBELL HUBBELL ROTH & CLARK 02/28/2017 0150308 GEN GRAND RIVER WATER MAIN CE 75479 P O BOX 824 03/14/2017 N 181.44 BLOOMFIELD HILLS MI, 48303-0824 / / 0.0000 N 0.00 03/14/2017 N 181.44 Open

GL NUMBER DESCRIPTION AMOUNT 591-536-801.004 ENGINEERING SERVICES 181.44

HUBBELL HUBBELL ROTH & CLARK 02/28/2017 0150309 GEN GRAND RIVER WATER MAIN REPLACEMENT 75481 P O BOX 824 03/14/2017 N 257.80 BLOOMFIELD HILLS MI, 48303-0824 / / 0.0000 N 0.00 03/14/2017 N 257.80 Open

GL NUMBER DESCRIPTION AMOUNT 591-536-801.004 ENGINEERING SERVICES 257.80

HUBBELL HUBBELL ROTH & CLARK 02/28/2017 0150310 GEN 2016 PAVING 75475 P O BOX 824 03/14/2017 N 21.84 BLOOMFIELD HILLS MI, 48303-0824 / / 0.0000 N 0.00 03/14/2017 N 21.84 Open

GL NUMBER DESCRIPTION AMOUNT 202-463-967.015 STREET ASSET MANAGEMENT 10.92 203-463-967.015 STREET ASSET MANAGEMENT 10.92 21.84

HUBBELL HUBBELL ROTH & CLARK 02/28/2017 0150311 GEN 2017 PAVING 75482 P O BOX 824 03/14/2017 N 12,481.14 BLOOMFIELD HILLS MI, 48303-0824 / / 0.0000 N 0.00 03/14/2017 N 12,481.14 Open

GL NUMBER DESCRIPTION AMOUNT 202-458-967.000 PROJECT COSTS 3,744.34 488-539-967.000 PROJECT COSTS 3,744.34 488-548-967.000 PROJECT COSTS 4,992.46 03/09/2017 12:03 PM INVOICE APPROVAL BY INVOICE REPORT FOR CITY OF HOWELL Page: 15/27 User: CStanislawski EXP CHECK RUN DATES 03/14/2017 - 03/14/2017 DB: Howell BOTH JOURNALIZED AND UNJOURNALIZED OPEN AND PAID BANK CODE: GEN Vendor Code Vendor name Post Date Invoice Bank Invoice Description Ref # Address CK Run Date PO Hold Gross Amount City/State/Zip Disc. Date Disc. % Sep CK Discount Due Date 1099 Net Amount

12,481.14

HUBBELL HUBBELL ROTH & CLARK 02/28/2017 0150312/150320 GEN PARKING LOT #4 75484 P O BOX 824 03/14/2017 N 2,864.37 BLOOMFIELD HILLS MI, 48303-0824 / / 0.0000 N 0.00 03/14/2017 N 2,864.37 Open

GL NUMBER DESCRIPTION AMOUNT 494-516-967.000 PROJECT COSTS 1,861.84 494-548-967.000 PROJECT COSTS 572.87 494-539-967.000 PROJECT COSTS 429.66 2,864.37

HUBBELL HUBBELL ROTH & CLARK 02/28/2017 0150316 GEN LOOP RD STUDIES 75485 P O BOX 824 03/14/2017 N 1,527.76 BLOOMFIELD HILLS MI, 48303-0824 / / 0.0000 N 0.00 03/14/2017 N 1,527.76 Open

GL NUMBER DESCRIPTION AMOUNT 101-447-801.004 ENGINEERING SERVICES 1,527.76

HUBBELL HUBBELL ROTH & CLARK 02/28/2017 0150321-150325 GEN LOT #2 75502 P O BOX 824 03/14/2017 N 4,351.56 BLOOMFIELD HILLS MI, 48303-0824 / / 0.0000 N 0.00 03/14/2017 N 4,351.56 Open

GL NUMBER DESCRIPTION AMOUNT 494-518-967.000 PROJECT COSTS 4,351.56

VENDOR TOTAL: 41,436.78 IMAGE ONE IMAGE ONE 02/28/2017 378169 GEN PRINTER CONTRACT 75492 13201 CAPITAL 03/14/2017 N 468.82 OAK PARK MI, 48237 / / 0.0000 N 0.00 03/14/2017 N 468.82 Open

GL NUMBER DESCRIPTION AMOUNT 101-172-727.000 OFFICE SUPPLIES 31.08 101-191-727.000 OFFICE SUPPLIES 155.84 101-301-727.000 OFFICE SUPPLIES 198.86 591-564-727.000 OFFICE SUPPLIES 35.48 590-564-727.000 OFFICE SUPPLIES 38.41 641-441-727.000 OFFICE SUPPLIES 9.15 468.82 03/09/2017 12:03 PM INVOICE APPROVAL BY INVOICE REPORT FOR CITY OF HOWELL Page: 16/27 User: CStanislawski EXP CHECK RUN DATES 03/14/2017 - 03/14/2017 DB: Howell BOTH JOURNALIZED AND UNJOURNALIZED OPEN AND PAID BANK CODE: GEN Vendor Code Vendor name Post Date Invoice Bank Invoice Description Ref # Address CK Run Date PO Hold Gross Amount City/State/Zip Disc. Date Disc. % Sep CK Discount Due Date 1099 Net Amount

VENDOR TOTAL: 468.82 IRON MT IRON MOUNTAIN 02/17/2017 NMX4649 GEN DOCUMENT SHREDDING 75473 P.O. BOX 27128 03/14/2017 N 108.10 NEW YORK NY, 10087-7128 / / 0.0000 N 0.00 03/14/2017 N 108.10 Open

GL NUMBER DESCRIPTION AMOUNT 101-215-930.010 RECORDS MAINTENANCE 108.10

VENDOR TOTAL: 108.10 J.J.KELLER J.J. KELLER & ASSOCIATES, INC 02/16/2017 9101632412 GEN TRAINING 75450 P.O. BOX 6609 03/14/2017 N 2,100.00 CAROL STREAM IL, 60197-6609 / / 0.0000 N 0.00 03/14/2017 N 2,100.00 Open

GL NUMBER DESCRIPTION AMOUNT 590-536-957.000 EDUCATION / TRAINING 240.00 641-441-957.000 EDUCATION / TRAINING 610.00 591-536-957.000 EDUCATION / TRAINING 450.00 590-564-957.000 EDUCATION / TRAINING 400.00 591-564-957.000 EDUCATION / TRAINING 400.00 2,100.00

VENDOR TOTAL: 2,100.00 KENNEDY IN KENNEDY INDUSTRIES INC 02/20/2017 575291 GEN WASH WATER TANK FLOAT REPAIR 75411 P O BOX 930079 03/14/2017 N 72.84 WIXOM MI, 48393 / / 0.0000 N 0.00 03/14/2017 N 72.84 Open

GL NUMBER DESCRIPTION AMOUNT 591-564-930.009 REPAIR & MAINT - EQUIPMENT 72.84

VENDOR TOTAL: 72.84 KROGER KROGER-COLUMBUS CUSTOMER CHARGES 03/01/2017 167243 GEN SUPPLIES 75432 MICHIGAN CUSTOMER CHARGES 03/14/2017 N 62.37 3444 SOLUTIONS CENTER CHICAGO IL, 60677-3004 / / 0.0000 N 0.00 03/14/2017 N 62.37 Open

GL NUMBER DESCRIPTION AMOUNT 590-564-740.000 OPERATING SUPPLIES 8.28 03/09/2017 12:03 PM INVOICE APPROVAL BY INVOICE REPORT FOR CITY OF HOWELL Page: 17/27 User: CStanislawski EXP CHECK RUN DATES 03/14/2017 - 03/14/2017 DB: Howell BOTH JOURNALIZED AND UNJOURNALIZED OPEN AND PAID BANK CODE: GEN Vendor Code Vendor name Post Date Invoice Bank Invoice Description Ref # Address CK Run Date PO Hold Gross Amount City/State/Zip Disc. Date Disc. % Sep CK Discount Due Date 1099 Net Amount 591-564-775.000 MAINTENANCE SUPPLIES 19.85 641-441-775.000 MAINTENANCE SUPPLIES 34.24 62.37

VENDOR TOTAL: 62.37 LASHBROOKS LASHBROOK SEPTIC SERVICE 02/16/2017 A-34539 GEN PORT A JOHN RENTAL 75451 4895 CURDY RD 03/14/2017 N 490.00 HOWELL MI, 48855 / / 0.0000 N 0.00 03/14/2017 Y 490.00 Open

GL NUMBER DESCRIPTION AMOUNT 101-751-942.001 PORTA JOHN RENTALS 490.00

VENDOR TOTAL: 490.00 HOMETOWN LIVINGSTON COUNTY PRESS & ARGUS 02/13/2017 0006820806 GEN COUNCIL PROCEEDINGS 2-13-2017 75460 P.O. BOX 773964 03/14/2017 N 60.00 3964 SOLUTIONS CENTER CHICAGO IL, 60677-3009 / / 0.0000 N 0.00 03/14/2017 N 60.00 Open

GL NUMBER DESCRIPTION AMOUNT 101-101-900.000 PRINTING & PUBLISHING 60.00

VENDOR TOTAL: 60.00 LIV CNTY R LIVINGSTON COUNTY ROAD COMMISSION 02/28/2017 5393 GEN SALT 75430 3535 GRAND OAKS DR. 03/14/2017 N 15,306.35 HOWELL MI, 48843 / / 0.0000 N 0.00 03/14/2017 N 15,306.35 Open

GL NUMBER DESCRIPTION AMOUNT 101-265-740.018 OPER SUPP/LANDSCAPING 206.52 101-286-740.018 OPER SUPP/LANDSCAPING 667.22 101-444-740.000 OPERATING SUPPLIES 47.66 101-751-775.006 MAINTENANCE SUPPLIES / PARKS 103.26 202-478-740.007 OPERATING SUPP/SALT/SAND/CHL 7,514.17 203-478-740.007 OPERATING SUPP/SALT/SAND/CHL 6,767.52 15,306.35

VENDOR TOTAL: 15,306.35 LIV CO LIVINGSTON COUNTY TREASURER 03/03/2017 2017 GEN 645 ASSOC LLC 75495 200 E GRAND RIVER 03/14/2017 N 11,773.72 HOWELL MI, 48843 / / 0.0000 N 0.00 03/09/2017 12:03 PM INVOICE APPROVAL BY INVOICE REPORT FOR CITY OF HOWELL Page: 18/27 User: CStanislawski EXP CHECK RUN DATES 03/14/2017 - 03/14/2017 DB: Howell BOTH JOURNALIZED AND UNJOURNALIZED OPEN AND PAID BANK CODE: GEN Vendor Code Vendor name Post Date Invoice Bank Invoice Description Ref # Address CK Run Date PO Hold Gross Amount City/State/Zip Disc. Date Disc. % Sep CK Discount Due Date 1099 Net Amount 03/14/2017 N 11,773.72 Open

GL NUMBER DESCRIPTION AMOUNT 101-899-964.002 MI TAX TRIBUNAL REFUNDS 10,705.18 101-899-964.003 ADMIN FEE REFUND 262.85 226-899-964.002 MI TAX TRIBUNAL REFUNDS 805.69 11,773.72

VENDOR TOTAL: 11,773.72 LOWES HOME LOWE'S HOME CENTERS INC 02/28/2017 910416 GEN SUPPLIES 75428 P O BOX 530954 03/14/2017 N 24.66 ATLANTA GA, 30353-0954 / / 0.0000 N 0.00 03/14/2017 N 24.66 Open

GL NUMBER DESCRIPTION AMOUNT 640-441-775.000 MAINTENANCE SUPPLIES 24.66

LOWES HOME LOWE'S HOME CENTERS INC 02/28/2017 925114 GEN BATHROOMS AND PICNIC TABLES 75429 P O BOX 530954 03/14/2017 N 305.72 ATLANTA GA, 30353-0954 / / 0.0000 N 0.00 03/14/2017 N 305.72 Open

GL NUMBER DESCRIPTION AMOUNT 101-751-775.006 MAINTENANCE SUPPLIES / PARKS 305.72

LOWES HOME LOWE'S HOME CENTERS INC 02/28/2017 925408 GEN PARK GATE REPAIRS 75415 P O BOX 530954 03/14/2017 N 22.40 ATLANTA GA, 30353-0954 / / 0.0000 N 0.00 03/14/2017 N 22.40 Open

GL NUMBER DESCRIPTION AMOUNT 101-751-930.000 REPAIR & MAINTENANCE 22.40

LOWES HOME LOWE'S HOME CENTERS INC 02/28/2017 925432 GEN SUPPLIES 75416 P O BOX 530954 03/14/2017 N 76.55 ATLANTA GA, 30353-0954 / / 0.0000 N 0.00 03/14/2017 N 76.55 Open

GL NUMBER DESCRIPTION AMOUNT 590-564-930.007 REPAIR & MAINT - PLANT 76.55

LOWES HOME LOWE'S HOME CENTERS INC 02/28/2017 925445 GEN LIGHT BULBS 75413 P O BOX 530954 03/14/2017 N 75.80 ATLANTA GA, 30353-0954 / / 0.0000 N 0.00 03/09/2017 12:03 PM INVOICE APPROVAL BY INVOICE REPORT FOR CITY OF HOWELL Page: 19/27 User: CStanislawski EXP CHECK RUN DATES 03/14/2017 - 03/14/2017 DB: Howell BOTH JOURNALIZED AND UNJOURNALIZED OPEN AND PAID BANK CODE: GEN Vendor Code Vendor name Post Date Invoice Bank Invoice Description Ref # Address CK Run Date PO Hold Gross Amount City/State/Zip Disc. Date Disc. % Sep CK Discount Due Date 1099 Net Amount 03/14/2017 N 75.80 Open

GL NUMBER DESCRIPTION AMOUNT 101-265-775.000 MAINTENANCE SUPPLIES 75.80

LOWES HOME LOWE'S HOME CENTERS INC 02/28/2017 925529 GEN LIGHT BULBS 75414 P O BOX 530954 03/14/2017 N 60.75 ATLANTA GA, 30353-0954 / / 0.0000 N 0.00 03/14/2017 N 60.75 Open

GL NUMBER DESCRIPTION AMOUNT 101-265-775.000 MAINTENANCE SUPPLIES 60.75

VENDOR TOTAL: 565.88 MI ASSN PC MICHIGAN ASSOC OF CHIEFS OF POLICE 02/22/2017 200002404 GEN ENHANCING CLERICAL - SPITLER 75390 3474 ALAIEDON PKWY:STE 600 03/14/2017 N 150.00 OKEMOS MI, 48864 / / 0.0000 Y 0.00 02/28/2017 N 150.00 PD CK# 86069 02/24/2017

GL NUMBER DESCRIPTION AMOUNT 101-301-957.000 EDUCATION / TRAINING 150.00

VENDOR TOTAL: 150.00 MI STATE U MICHIGAN STATE UNIVERSITY 02/22/2017 1666-2017-005 GEN STAFF & COMMAND - DUNN 75404 655 AUDITORIUM RD. ROOM 550 03/14/2017 N 3,500.00 EAST LANSING MI, 48824 / / 0.0000 N 0.00 03/14/2017 N 3,500.00 Open

GL NUMBER DESCRIPTION AMOUNT 101-301-957.000 EDUCATION / TRAINING 3,500.00

VENDOR TOTAL: 3,500.00 MILLER CAN MILLER CANFIELD PADDOCK & STONE 02/22/2017 PFM#1672 GEN PROFESSIONAL SERVICES 75405 P.O. DRAWER 640348 03/14/2017 N 18,500.00 DETROIT MI, 48264-0348 / / 0.0000 N 0.00 03/14/2017 Y 18,500.00 Open

GL NUMBER DESCRIPTION AMOUNT 494-516-998.000 BOND ISSUANCE COSTS 18,500.00

VENDOR TOTAL: 18,500.00 03/09/2017 12:03 PM INVOICE APPROVAL BY INVOICE REPORT FOR CITY OF HOWELL Page: 20/27 User: CStanislawski EXP CHECK RUN DATES 03/14/2017 - 03/14/2017 DB: Howell BOTH JOURNALIZED AND UNJOURNALIZED OPEN AND PAID BANK CODE: GEN Vendor Code Vendor name Post Date Invoice Bank Invoice Description Ref # Address CK Run Date PO Hold Gross Amount City/State/Zip Disc. Date Disc. % Sep CK Discount Due Date 1099 Net Amount NORTH EAST NORTH EASTERN UNIFORMS & EQUIPMENT 02/22/2017 6632 GEN UNIFORM - BURKE 75403 900 WEST NORTH AVE 03/14/2017 N 134.24 PITTSBURGH PA, 15233 / / 0.0000 N 0.00 03/14/2017 N 134.24 Open

GL NUMBER DESCRIPTION AMOUNT 101-301-741.000 UNIFORMS/CLOTHING ALLOWANCE 134.24

NORTH EAST NORTH EASTERN UNIFORMS & EQUIPMENT 02/23/2017 6646 GEN UNIFORM - MILLER 75496 900 WEST NORTH AVE 03/14/2017 N 72.50 PITTSBURGH PA, 15233 / / 0.0000 N 0.00 03/14/2017 N 72.50 Open

GL NUMBER DESCRIPTION AMOUNT 101-301-741.000 UNIFORMS/CLOTHING ALLOWANCE 72.50

VENDOR TOTAL: 206.74 OFFICE DEP OFFICE DEPOT 02/20/2017 901296649002 GEN OFFICE SUPPLIES 75425 P O BOX 633211 03/14/2017 N 10.79 CINCINNATI OH, 45263-3211 / / 0.0000 N 0.00 03/14/2017 N 10.79 Open

GL NUMBER DESCRIPTION AMOUNT 101-301-727.000 OFFICE SUPPLIES 10.79

OFFICE DEP OFFICE DEPOT 02/17/2017 901940263001 GEN OFFICE SUPPLIES 75408 P O BOX 633211 03/14/2017 N 128.19 CINCINNATI OH, 45263-3211 / / 0.0000 N 0.00 03/14/2017 N 128.19 Open

GL NUMBER DESCRIPTION AMOUNT 641-441-727.000 OFFICE SUPPLIES 128.19

OFFICE DEP OFFICE DEPOT 02/23/2017 901972249001 GEN OFFICE SUPPLIES 75386 P O BOX 633211 03/14/2017 N 367.11 CINCINNATI OH, 45263-3211 / / 0.0000 N 0.00 03/14/2017 N 367.11 Open

GL NUMBER DESCRIPTION AMOUNT 101-191-727.000 OFFICE SUPPLIES 9.36 641-441-727.000 OFFICE SUPPLIES 37.85 101-301-727.000 OFFICE SUPPLIES 65.00 101-172-727.000 OFFICE SUPPLIES 15.00 101-101-727.000 OFFICE SUPPLIES 45.00 03/09/2017 12:03 PM INVOICE APPROVAL BY INVOICE REPORT FOR CITY OF HOWELL Page: 21/27 User: CStanislawski EXP CHECK RUN DATES 03/14/2017 - 03/14/2017 DB: Howell BOTH JOURNALIZED AND UNJOURNALIZED OPEN AND PAID BANK CODE: GEN Vendor Code Vendor name Post Date Invoice Bank Invoice Description Ref # Address CK Run Date PO Hold Gross Amount City/State/Zip Disc. Date Disc. % Sep CK Discount Due Date 1099 Net Amount 590-536-727.000 OFFICE SUPPLIES 20.50 591-290-727.000 OFFICE SUPPLIES 20.50 641-441-727.000 OFFICE SUPPLIES 65.00 101-191-727.000 OFFICE SUPPLIES 88.90 367.11

OFFICE DEP OFFICE DEPOT 02/17/2017 906178085001 GEN DPW OFFICE SUPPLIES 75409 P O BOX 633211 03/14/2017 N 68.31 CINCINNATI OH, 45263-3211 / / 0.0000 N 0.00 03/14/2017 N 68.31 Open

GL NUMBER DESCRIPTION AMOUNT 641-441-727.000 OFFICE SUPPLIES 68.31

OFFICE DEP OFFICE DEPOT 02/16/2017 906495097001 GEN OFFICE SUPPLIES 75387 P O BOX 633211 03/14/2017 N 133.97 CINCINNATI OH, 45263-3211 / / 0.0000 N 0.00 03/14/2017 N 133.97 Open

GL NUMBER DESCRIPTION AMOUNT 101-301-727.000 OFFICE SUPPLIES 133.97

OFFICE DEP OFFICE DEPOT 02/28/2017 906495281001 GEN FLASH DRIVES 75424 P O BOX 633211 03/14/2017 N 45.60 CINCINNATI OH, 45263-3211 / / 0.0000 N 0.00 03/14/2017 N 45.60 Open

GL NUMBER DESCRIPTION AMOUNT 101-301-727.000 OFFICE SUPPLIES 45.60

OFFICE DEP OFFICE DEPOT 02/28/2017 906839186001 GEN OFFICE SUPPLIES 75426 P O BOX 633211 03/14/2017 N 129.16 CINCINNATI OH, 45263-3211 / / 0.0000 N 0.00 03/14/2017 N 129.16 Open

GL NUMBER DESCRIPTION AMOUNT 591-564-727.000 OFFICE SUPPLIES 71.77 591-564-740.004 OPERATING SUPPLIES / TOOLS 23.90 590-564-740.000 OPERATING SUPPLIES 33.49 129.16

OFFICE DEP OFFICE DEPOT 02/22/2017 908095608001 GEN OFFICE SUPPLIES 75427 P O BOX 633211 03/14/2017 N 60.52 CINCINNATI OH, 45263-3211 / / 0.0000 N 0.00 03/14/2017 N 60.52 03/09/2017 12:03 PM INVOICE APPROVAL BY INVOICE REPORT FOR CITY OF HOWELL Page: 22/27 User: CStanislawski EXP CHECK RUN DATES 03/14/2017 - 03/14/2017 DB: Howell BOTH JOURNALIZED AND UNJOURNALIZED OPEN AND PAID BANK CODE: GEN Vendor Code Vendor name Post Date Invoice Bank Invoice Description Ref # Address CK Run Date PO Hold Gross Amount City/State/Zip Disc. Date Disc. % Sep CK Discount Due Date 1099 Net Amount Open

GL NUMBER DESCRIPTION AMOUNT 101-301-727.000 OFFICE SUPPLIES 60.52

OFFICE DEP OFFICE DEPOT 02/28/2017 909182857001 GEN SUPPLIES 75494 P O BOX 633211 03/14/2017 N 76.20 CINCINNATI OH, 45263-3211 / / 0.0000 N 0.00 03/14/2017 N 76.20 Open

GL NUMBER DESCRIPTION AMOUNT 101-191-727.000 OFFICE SUPPLIES 32.60 101-191-900.004 PRINTING BUDGET 43.60 76.20

VENDOR TOTAL: 1,019.85 PAYROLL PAYROLL FUND 02/24/2017 03-07-2017 GEN PAYROLL 3-4-2017 75466 03/14/2017 N 137,862.49 , / / 0.0000 N 0.00 03/07/2017 N 137,862.49 PD CK# 86097 03/08/2017

GL NUMBER DESCRIPTION AMOUNT 101-000-001.002 PAYROLL CHECKING 137,862.49

VENDOR TOTAL: 137,862.49 REHMANN RO REHMANN ROBSON 02/28/2017 RR369862 GEN GRANT COMPLIANCE 75418 SAGINAW OFFICE 03/14/2017 N 1,104.49 5800 GRATIOT RD STE 201 SAGINAW MI, 48605-2025 / / 0.0000 N 0.00 03/14/2017 N 1,104.49 Open

GL NUMBER DESCRIPTION AMOUNT 101-191-807.000 AUDITOR 1,104.49

VENDOR TOTAL: 1,104.49 RELIABLE F RELIABLE FLEET SERVICES, INC. 02/28/2017 28497 GEN #28 OIL PAN REPLACEMENT 75449 P.O. BOX 2085 03/14/2017 N 1,015.42 3600 W GRAND RIVER HOWELL MI, 48844-2085 / / 0.0000 N 0.00 03/14/2017 N 1,015.42 Open

GL NUMBER DESCRIPTION AMOUNT 03/09/2017 12:03 PM INVOICE APPROVAL BY INVOICE REPORT FOR CITY OF HOWELL Page: 23/27 User: CStanislawski EXP CHECK RUN DATES 03/14/2017 - 03/14/2017 DB: Howell BOTH JOURNALIZED AND UNJOURNALIZED OPEN AND PAID BANK CODE: GEN Vendor Code Vendor name Post Date Invoice Bank Invoice Description Ref # Address CK Run Date PO Hold Gross Amount City/State/Zip Disc. Date Disc. % Sep CK Discount Due Date 1099 Net Amount 640-441-930.006 REPAIR & MAINT. VEHICLES 1,015.42

RELIABLE F RELIABLE FLEET SERVICES, INC. 02/28/2017 28498 GEN #28 REPAIRS 75448 P.O. BOX 2085 03/14/2017 N 4,792.85 3600 W GRAND RIVER HOWELL MI, 48844-2085 / / 0.0000 N 0.00 03/14/2017 N 4,792.85 Open

GL NUMBER DESCRIPTION AMOUNT 640-441-930.006 REPAIR & MAINT. VEHICLES 4,792.85

VENDOR TOTAL: 5,808.27 SLC METER SLC METER,L.L.C. 02/28/2017 247856 GEN REPROGRAM READERS 75453 595 BRADFORD 03/14/2017 N 82.80 PONTIAC MI, 48341 / / 0.0000 N 0.00 03/14/2017 N 82.80 Open

GL NUMBER DESCRIPTION AMOUNT 590-536-980.003 EQUIP / AUTOMATIC READ SYSTEM 41.40 591-536-980.003 EQUIP / AUTOMATIC READ SYSTEM 41.40 82.80

SLC METER SLC METER,L.L.C. 02/28/2017 247859 GEN CABLES FOR READERS 75452 595 BRADFORD 03/14/2017 N 631.08 PONTIAC MI, 48341 / / 0.0000 N 0.00 03/14/2017 N 631.08 Open

GL NUMBER DESCRIPTION AMOUNT 590-536-980.003 EQUIP / AUTOMATIC READ SYSTEM 315.54 591-536-980.003 EQUIP / AUTOMATIC READ SYSTEM 315.54 631.08

VENDOR TOTAL: 713.88 STANDARD P STANDARD & POOR'S 02/01/2017 11323544 GEN RATINGS REVIEW 75402 2542 COLLECTION CENTER 03/14/2017 N 11,000.00 CHICAGO IL, 60693 / / 0.0000 Y 0.00 03/14/2017 N 11,000.00 Open

GL NUMBER DESCRIPTION AMOUNT 494-516-998.000 BOND ISSUANCE COSTS 11,000.00

VENDOR TOTAL: 11,000.00 03/09/2017 12:03 PM INVOICE APPROVAL BY INVOICE REPORT FOR CITY OF HOWELL Page: 24/27 User: CStanislawski EXP CHECK RUN DATES 03/14/2017 - 03/14/2017 DB: Howell BOTH JOURNALIZED AND UNJOURNALIZED OPEN AND PAID BANK CODE: GEN Vendor Code Vendor name Post Date Invoice Bank Invoice Description Ref # Address CK Run Date PO Hold Gross Amount City/State/Zip Disc. Date Disc. % Sep CK Discount Due Date 1099 Net Amount DEQ STATE OF MICHIGAN 02/23/2017 1917541-9980146 GEN WATER INFRASTRUCTURE CONF 75389 MDEQ, CASHIER'S OFFICE OEA REGISTRA 03/14/2017 N 75.00 P.O. BOX 30657 LANSING MI, 48909-8157 / / 0.0000 Y 0.00 02/28/2017 N 75.00 PD CK# 86083 02/24/2017

GL NUMBER DESCRIPTION AMOUNT 591-564-957.000 EDUCATION / TRAINING 75.00

VENDOR TOTAL: 75.00 LARA STATE OF MICHIGAN 02/17/2017 BLR400086 GEN MICHIGAN BOILER INSPECTION 75410 LARA, BUREAU OF CONSTRUCTION CODES 03/14/2017 N 250.00 P.O. BOX 30255 LANSING MI, 48909 / / 0.0000 Y 0.00 03/14/2017 N 250.00 Open

GL NUMBER DESCRIPTION AMOUNT 101-265-930.003 REP & MAINT - BOILER / AIR 250.00

VENDOR TOTAL: 250.00 THE BKNY M THE BANK OF NEW YORK MELLON, N.A. 02/20/2017 1166-MFA GEN DWRF LOANS PH 1 PRJ # 7258-01 75398 ATTN:POOLED FINANCE UNIT- ROBERT FE 03/14/2017 N 168,083.84 10161 CENTURION PARKWAY N JACKSONVILLE FL, 32256 / / 0.0000 Y 0.00 03/14/2017 N 168,083.84 Open

GL NUMBER DESCRIPTION AMOUNT 591-906-991.000 PRINCIPAL 140,000.00 591-906-995.000 INTEREST 28,083.84 168,083.84

THE BKNY M THE BANK OF NEW YORK MELLON, N.A. 02/20/2017 1166-MFA GEN DWRF LOANS PH II, PROF # 7268-01 75399 ATTN:POOLED FINANCE UNIT- ROBERT FE 03/14/2017 N 153,162.20 10161 CENTURION PARKWAY N JACKSONVILLE FL, 32256 / / 0.0000 Y 0.00 03/14/2017 N 153,162.20 Open

GL NUMBER DESCRIPTION AMOUNT 591-906-991.000 PRINCIPAL 125,000.00 591-906-995.000 INTEREST 28,162.20 153,162.20

THE BKNY M THE BANK OF NEW YORK MELLON, N.A. 02/20/2017 1166-MFA GEN DWRF LOAN III, PRJ 7269-01 03/09/2017 12:03 PM INVOICE APPROVAL BY INVOICE REPORT FOR CITY OF HOWELL Page: 25/27 User: CStanislawski EXP CHECK RUN DATES 03/14/2017 - 03/14/2017 DB: Howell BOTH JOURNALIZED AND UNJOURNALIZED OPEN AND PAID BANK CODE: GEN Vendor Code Vendor name Post Date Invoice Bank Invoice Description Ref # Address CK Run Date PO Hold Gross Amount City/State/Zip Disc. Date Disc. % Sep CK Discount Due Date 1099 Net Amount 75400 ATTN:POOLED FINANCE UNIT- JOANNE GU 03/14/2017 N 74,992.05 10161 CENTURION PARKWAY N JACKSONVILLE FL, 32256 / / 0.0000 N 0.00 03/14/2017 N 74,992.05 Open

GL NUMBER DESCRIPTION AMOUNT 591-906-991.000 PRINCIPAL 60,000.00 591-906-995.000 INTEREST 14,992.05 74,992.05

VENDOR TOTAL: 396,238.09 TRACTOR-IA TRACTOR SUPPLY COMPANY 02/07/2017 300391360 GEN GATE (CITY PARK) 75385 DEPT 30- 1200170486 03/14/2017 N 125.97 P.O. BOX 78004 PHOENIX AZ, 85062-8004 / / 0.0000 N 0.00 03/14/2017 N 125.97 Open

GL NUMBER DESCRIPTION AMOUNT 101-751-930.000 REPAIR & MAINTENANCE 125.97

VENDOR TOTAL: 125.97 US BNK-970 US BANK 02/28/2017 4558342 GEN ROAD PHASE III BONDS 75456 CM-9690 03/14/2017 N 100.00 P.O. BOX 70870 SAINT PAUL MN, 55170-9690 / / 0.0000 Y 0.00 03/14/2017 N 100.00 Open

GL NUMBER DESCRIPTION AMOUNT 380-906-996.000 PAYING AGENT FEES 100.00

US BNK-970 US BANK 02/24/2017 4558453 GEN ROAD PH II, PARKING LOT #1 75503 CM-9690 03/14/2017 N 500.00 P.O. BOX 70870 SAINT PAUL MN, 55170-9690 / / 0.0000 Y 0.00 03/14/2017 N 500.00 Open

GL NUMBER DESCRIPTION AMOUNT 380-907-996.000 PAYING AGENT FEES 500.00

US BNK-970 US BANK 02/24/2017 4564003 GEN N PARKING LOT 75465 CM-9690 03/14/2017 N 500.00 P.O. BOX 70870 SAINT PAUL MN, 55170-9690 / / 0.0000 Y 0.00 03/09/2017 12:03 PM INVOICE APPROVAL BY INVOICE REPORT FOR CITY OF HOWELL Page: 26/27 User: CStanislawski EXP CHECK RUN DATES 03/14/2017 - 03/14/2017 DB: Howell BOTH JOURNALIZED AND UNJOURNALIZED OPEN AND PAID BANK CODE: GEN Vendor Code Vendor name Post Date Invoice Bank Invoice Description Ref # Address CK Run Date PO Hold Gross Amount City/State/Zip Disc. Date Disc. % Sep CK Discount Due Date 1099 Net Amount 03/14/2017 N 500.00 Open

GL NUMBER DESCRIPTION AMOUNT 494-516-998.000 BOND ISSUANCE COSTS 500.00

VENDOR TOTAL: 1,100.00 VERIZON WI VERIZON WIRELESS 02/28/2017 9781008032 GEN CELLULAR COMMUNICATIONS 75488 P O BOX 15062 03/14/2017 N 475.23 ALBANY NY, 12212-5062 / / 0.0000 N 0.00 03/14/2017 N 475.23 Open

GL NUMBER DESCRIPTION AMOUNT 101-172-850.000 COMMUNICATIONS - TELEPHONES 53.25 641-441-850.000 COMMUNICATIONS - TELEPHONES 33.30 640-441-850.000 COMMUNICATIONS - TELEPHONES 73.26 590-564-850.000 COMMUNICATIONS - TELEPHONES 43.30 641-441-850.000 COMMUNICATIONS - TELEPHONES 58.50 591-564-850.000 COMMUNICATIONS - TELEPHONES 43.30 101-276-850.005 COMMUNICATIONS - CELL PHONES 31.95 101-228-850.005 COMMUNICATIONS - CELL PHONES 53.25 101-722-850.005 COMMUNICATIONS - CELL PHONES 33.30 101-722-850.005 COMMUNICATIONS - CELL PHONES 51.82 475.23

VERIZON WI VERIZON WIRELESS 02/28/2017 9781008033 GEN CELLULAR COMMUNICATIONS 75489 P O BOX 15062 03/14/2017 N 596.88 ALBANY NY, 12212-5062 / / 0.0000 N 0.00 03/14/2017 N 596.88 Open

GL NUMBER DESCRIPTION AMOUNT 101-301-850.000 COMMUNICATIONS - TELEPHONES 596.88

VERIZON WI VERIZON WIRELESS 02/28/2017 9781008034 GEN CELLULAR COMMUNICATIONS 75490 P O BOX 15062 03/14/2017 N 386.99 ALBANY NY, 12212-5062 / / 0.0000 N 0.00 03/14/2017 N 386.99 Open

GL NUMBER DESCRIPTION AMOUNT 641-441-850.000 COMMUNICATIONS - TELEPHONES 386.99

VENDOR TOTAL: 1,459.10 VSP VSP 03/01/2017 MARCH2017 GEN MARCH 2017 VISION - ACTIVE EMPLOYEE 75395 03/14/2017 N 1,072.62 P.O. BOX 742788 03/09/2017 12:03 PM INVOICE APPROVAL BY INVOICE REPORT FOR CITY OF HOWELL Page: 27/27 User: CStanislawski EXP CHECK RUN DATES 03/14/2017 - 03/14/2017 DB: Howell BOTH JOURNALIZED AND UNJOURNALIZED OPEN AND PAID BANK CODE: GEN Vendor Code Vendor name Post Date Invoice Bank Invoice Description Ref # Address CK Run Date PO Hold Gross Amount City/State/Zip Disc. Date Disc. % Sep CK Discount Due Date 1099 Net Amount LOS ANGELES CA, 90074-2788 / / 0.0000 N 0.00 03/01/2017 N 1,072.62 PD CK# 86095 03/01/2017

GL NUMBER DESCRIPTION AMOUNT 101-000-081.001 DUE FROM REC AUTHORITY 71.05 101-290-714.000 EMPLOYEE MEDICAL INSURANCE 1,001.57 1,072.62

VSP VSP 03/01/2017 MARCH2017/RET GEN MARCH 2017 VISION INSURANCE FOR RET 75396 03/14/2017 N 177.08 P.O. BOX 742788 LOS ANGELES CA, 90074-2788 / / 0.0000 N 0.00 03/01/2017 N 177.08 PD CK# 86095 03/01/2017

GL NUMBER DESCRIPTION AMOUNT 101-000-083.001 DF FORMER EMPLOYEE/HLTH INS 177.08

VENDOR TOTAL: 1,249.70 VWR INT VWR INTERNATIONAL LLC 02/22/2017 8047730453 GEN LAB SUPPLIES 75454 P O BOX 640169 03/14/2017 N 213.99 PITTSBURGH PA, 15264-0169 / / 0.0000 N 0.00 03/14/2017 N 213.99 Open

GL NUMBER DESCRIPTION AMOUNT 591-564-775.003 LABORATORY SUPPLIES 213.99

VENDOR TOTAL: 213.99 PERF/BONDS W.M. BYE & COMPANY LLC 03/01/2017 16007 GEN INSPECTION FEES AND ESCROW, CHARGED 75464 8300 DWYER RD 03/14/2017 N 2,025.00 HOWELL MI, 48855 / / 0.0000 Y 0.00 03/14/2017 N 2,025.00 Open

GL NUMBER DESCRIPTION AMOUNT 101-000-283.000 DEV ESCROW 2,000.00 641-441-671.000 MISCELLANEOUS REVENUES 25.00 2,025.00

VENDOR TOTAL: 2,025.00

TOTAL - ALL VENDORS: 785,168.55 NOTES

Grand Opening Celebration Livingston Dental Center You are cordially invited to join us Thursday, March 16, 2017, 4-6:30 p.m. Dedication Ceremony 4:00 - 4:30 p.m. Kate Lawrence & Dennis Dolan, Commissioners, Livingston County Dianne McCormick, Health Officer, Livingston County Health Department Michael Miller, Regional Chief Mission Officer, Saint Joseph Mercy Health System Dr. Gregory Heintschel, President & Chief Servant Officer, My Community Dental Centers Open House & Facility Tours 4:30 - 6:30 p.m. 1335 Byron Road, Ho well, Michigan 48843