HomeMy WebLinkAboutResolutions - 2009.08.12 - 9699MISCELLANEOUS RESOLUTION 109165 August 12, 2009
BY: General Government Committee, Christine A. Long, Chairperson
IN RE: ROAD COMMISSION FOR OAKLAND COUNTY — CONFIRMATION OF
CONTRACT FOR AUDIT SERVICES
To the Oakland County Board of Commissioners
Chairperson, Ladies and Gentlemen:
WHEREAS in accordance with the requirements of Section 27 of C IV, 1909 PA
283 (MCL 224.27), the Road Commission for Oakland County, pursuant to a
qualification-based, competitive process through issuance of a Request for Proposal
(RFP) has selected Plante & Moran, P.L.L.C., certified public accountants, to perform
annual audits: and
WHEREAS the Road Commission for Oakland County and Plante & Moran,
P.L.L.C., have negotiated an agreement for audit services; and
WHEREAS the above referred statute provides that a contract with a Certified
Public Accountant shall be confirmed by the County Board of Commissioners.
NOW, THEREFORE BE IT RESOLVED that the Oakland County Board of
Commissioners hereby confirms the Road Commission for Oakland County's selection
of, and contract with Plante & Moran, P.L.L.C. for audit services.
BE IT FURTHER RESOLVED that such audit shall be a public record and copies
shall be sent to the Oakland County Board of Commissioners, the Oakland County
Treasurer and the State Treasurer pursuant to MCL 224.27, Public Act 283 of 1909.
Chairperson, on behalf of the General Government Committee, I move adoption
of the foregoing resolution.
GENERAL GOVERNMENT COMMITTEE
\<:Th
GENERAL GOVERNMENT COMMITTEE
Motion carried unanimously on a roll cal vote with Hatchett absent.
COPY OF RESOLUTION ADOPTED BY THE BOARD
OF ROAD COMMISSIONERS, FOR THE COUNTY OF
OAKLAND, MICHIGAN UNDER THE DATE OF
JUN 1 1 2009
WHEREAS, this Board initiated a competitive process for its annual audit
services for the fiscal years ending September 30, 2009 through September 30, 2013
with the option of auditing subsequent years, through issuance of a Request for
Proposal (RFP); and solicited responses from several CPA firms, with the intent of
selecting a firm to perform its auditing services; and
WHEREAS, pursuant to said RFP, three proposals were submitted to the
Road Commission by CPA firms; and
WHEREAS, the Selection Committee has reviewed such submissions and
has submitted a report to the Board for its consideration; and
WHEREAS, the Selection Committee's report included its unanimous
recommendation for the Board to retain and appoint Plante & Moran, PLLC, to
provide the RCOC with these audit services.
NOW, THEREFORE, BE IT RESOLVED, that this Board hereby retains and
appoints Plante & Moran, PLLC, to provide the audit services for the RCOC's fiscal
years ending September 30, 2009 through September 30, 2013, with the option of
auditing subsequent years; and herby authorizes the Managing Director to enter into
a contract with Plante & Moran, PLLC, consistent with the terms of the competitive
process.
BE IT FURTHER RESOLVED, that in accordance with MCL 224.27, said
contract shall be submitted to the Oakland County Board of Commissioners for
confirmation.
I hereby certify that the above is a true and correct
copy of a resolution adopted by the Board Of Road
Commissioners for the County of Oakland, Michigan,
under date of JUN 1 1 2009
Deborah Mathews
Deputy Secretary/Clerk of the Board
RCOC —PLANTE & MORAN, P.L.L.C.
AUDIT OF RCOC RECORDS
FISCAL YEARS ENDING 09/30109 THROUGH 09130/2013
THIS AGREEMENT, dated the day of ,2009, by
and between the Road Commission for Oakland County ("RCOC"), a Michigan
Statutory Public Body Corporate with principal offices at 31001 Lahser Road,
Beverly Hills, Michigan 48025 and Plante & Moran, P.L.L.C. ("Consultant), a
Michigan Professional Limited Liability Corporation with principal offices at 27400
Northwestern Highway, Southfield, Michigan 48037, provides as follows:
WHEREAS, 1975 PA 199 compiled at MCI 224.26, et. seq., requires that
the RCOC contract with a certified public accountant for an annual public audit of
its financial records, accounts and procedures; and
WHEREAS, the RCOC on January 16, 2009 distributed a Request for
Proposals ("RFP") for Annual Audit Services for the fiscal years ending
September 30, 2009 through September 30, 2013 (the "Audit Services"); and
WHEREAS, Consultant in response to the RFP has submitted a proposal
(the Proposal") dated February 27, 2009; and
WHEREAS, the RCOC accepted Consultant's proposal on June 11, 2009.
NOW, THEREFORE, in consideration of the mutual covenants contained
herein, it is hereby agreed between the parties as follows:
1. SERVICES
Consultant shall provide Audit Services as set forth in the REP and
Proposal, and further defined in annual engagement letters provided by the
Consultant.
2. STANDARDS FOR SERVICES
The Audit Services shall meet the standards prescribed by the laws of the
State of Michigan and by its treasurer and by Federal Regulation including the
following, as applicable:
A. The standards for audit as required by 1909 PA 283 Chapter IV as
added by 1975 PA 1999 as amended, compiled at MCL 224.26, et
seq. Standards for this audit include the following:
Generally accepted auditing standards as set forth by the
American Institute of Certified Public Accountants and the
standards for financial audits set forth in the U.S. General
Accountability Office's Government Auditing Standards
(2007), and
B. The standards for audit as required by 1984 PA 431, as amended
by 1994 PA No. 301, compiled at MCL 18.1401, et seq. Standards
for this audit include the following:
Generally accepted auditing standards as set forth by the
American Institute of Certified Public Accountants, the
standards for financial audits set forth in the U.S. General
Accountability Office's Government Auditing Standards
(2007), the provisions of the Single Audit Act of 1984 (as
amended in 1996) and the provisions of U.S. Office of
Management and Budget (OMB) Circular A-133, Audits of
States, Local Governments, and Non-Profit Organizations,
Audits of State and Local Governments.
3. CONTRACT PRICE
For and in consideration of the Audit Services for the fiscal year ending
September 30, 2009 rendered by Consultant, the RCOC will pay Consultant on a
basis of hourly rates, an amount not to exceed $102,905, absent a significant
change in circumstances.
Except as noted in the attached letter from Brent 0. Bair (dated
June 1, 2009) and the attached response letter from Mark Chmielewski (dated
June 3, 2009), the fees for fiscal years ending September 30, 2010 through
September 30, 2013 shall be the September 30, 2009 audit amount as increased
by an amount not to exceed the United States Consumer Price Index-All Cities
inflation rate, absent a significant change in circumstance.
4. PAYMENT FOR SERVICES
The RCOC shall make payments to Consultant in accordance with the
following procedures and upon approval of the RCOC Finance Department
Director:
A. Progress payments may be made for amounts earned to date
representing hours worked, out of pocket expenses and at a
reasonable estimate of proportionate completion of Audit Services
for that audit.
B. Partial payments will be made upon submission of an invoice
accompanied by a statement of hours and rates applicable and an
itemized statement of out of pocket expenses accompanied by
receipts as appropriate. Payment will be made not more often than
once a month.
C. Payment will be made within 30 days of approval of an invoice.
5. TERMINATION
Either party may terminate this Agreement for substantial breach, failure,
default or omission, or for unsatisfactory performance. Notice of termination shall
be accomplished by giving written sixty (60) day notice by certified mail, including
the reason for the termination. The other party shall have sixty (60) days to
correct said breach, default, omission or unsatisfactory performance.
The RCOC may receive the work product produced by Consultant up to
the time of termination or request the records be made available to successor
auditors as set forth in Section 8 of this Agreement. The RCOC will pay
Consultant the costs incurred to produce the work satisfactorily performed
through termination in accordance with the provisions of this Agreement, subject
to the maximum payments set forth herein.
6. CHANGES — ADDITIONAL SERVICES
Should the Consultant be of the opinion that extra compensation will be
due it due to changed conditions, including a significant change in
circumstances, the Consultant shall notify the RCOC of its intention to make
claim for extra compensation.
The Consultant shall not claim extra compensation for work unless notice
is given and authorization to proceed is given by the RCOC. The filing of the
notice shall not be construed to establish the validity of the claim.
The Consultant may perform additional services beyond the scope of the
RFP and Proposal at additional compensation to be negotiated by the parties.
7. SUBCONTRACTING
No portion of the Audit Services shall be subcontracted, assigned, or
otherwise disposed of except with the prior written consent of the RCOC, such
consent to not be unreasonably withheld. Consent to sublet, assign or otherwise
dispose of any portion of the Audit Services shall not be construed to relieve
Consultant of any responsibility for the fulfillment of this Agreement.
8. RECORDS
In accordance with OMB Circular A-133, all working papers and reports
must be retained and made available for the agency with responsibility for audit
(or its designee) and/or the Government Accountability Office (GAO) (or other
authorized entities) during the audit and for a minimum period of three years after
issuance of the audit report.
Should Consultant be aware that the Federal awarding agency, pass-
through entity, or RCOC is contesting an audit finding, the Consultant shall
contact the parties contesting the audit finding for guidance prior to destruction of
the working papers and reports.
In addition, the Consultant shall respond to the reasonable inquiries of
successor auditors and allow successor auditors to review working papers
relating to matters of continuing accounting significance, after being paid for all
services satisfactorily previously rendered.
9. gORAP L. IA NCE WITH APPLICABLE LAWS AND REGULATIONS
The Consultant specifically agrees that it will comply with any and all
applicable State, Federal, and Local statutes, ordinances and regulations during
performance of the Audit Services and will require compliance of all
subconsultants.
Additionally, the Consultant shall comply with the following:
A. In accordance with Michigan 1976 PA 453 and with the
provisions of Appendix A attached hereto, the Consultant
hereto agrees not to discriminate against an employee or
applicant for employment with respect to hire, tenure, terms,
conditions or privileges of employment, because of race,
color, religion, national origin, age, sex, height, weight or
marital status. Further, in accordance with Michigan 1976
PA No. 220, as amended, the parties hereby agree not to
discriminate against an employee or applicant for
employment with respect to hire, tenure, terms, conditions or
privileges of employment, or a matter directly or indirectly
related to employment, because of a disability that is
unrelated to the individual's ability to perform the duties of a
particular job or position.
The Consultant further agrees that it will require all subconsultants
and subcontractors for this PROJECT comply with this provision.
B. During the performance of this CONTRACT, the CONSULTANT for
itself, its assignees, and successors in interest (hereinafter in
Appendix "B" referred to as the "contractor) agrees to comply with
the Civil Rights Act of 1964, being P.L. 88-352, 78 Stat. 241, as
amended, being Title 42 U.S.C. Sections 1971, 1975a — 1975d,
and 2000a — 2000h-6, and the Regulations of the United States
Department of Transportation (49 CFR Part 21) issued pursuant to
said Act, including Appendix 13," attached hereto and made a part
hereof.
C. The parties hereto further agree that they accept the FHWA's
Minority Business Enterprises/Women's Business Enterprises
(MBENVBE) Program with respect to the PROJECT and will abide
by the provisions set forth in Appendix "C" attached hereto and
made a part hereof, being an excerpt from Title 42 CFR Part 23,
more specifically 23.43(a)(1) and (2) thereof.
10. INDEMNIFICATION AND INSURANCE
The Consultant shall hold harmless, represent, defend and indemnify the
BOARD OF COUNTY ROAD COMMISSIONERS of Oakland County, the County
of Oakland, their officers and employees, against all third party claims for
damages to public or private property and/or for injuries to persons or for any
other third party claims to the extent such claims are the result of the negligent
performance or non-performance of the contracted work, whether during the
progress and/or after the completion thereof.
Further, the Consultant shall acquire and maintain statutory workers'
compensation insurance coverage, auto liability, comprehensive general liability
insurance coverage and professional liability insurance coverage. The limits and
deductible applicable to both comprehensive general liability and professional
liability shall be as described in the attached Exhibit A.
The CONSULTANT shall provide an endorsement to its comprehensive
general liability insurance and auto liability, including any excess and umbrella
insurance in the amounts set forth in Exhibit A, naming the Road Commission for
Oakland County, and the County of Oakland, as additional insureds.
All subconsultants shall be required to comply with the insurance
requirements set forth in this section.
Certificates of insurance for each policy, providing for 30 days notice to
the RCOC of cancellation, termination or material change, shall be provided to
the RCOC.
11. GOVERNMENT FUNCTION
It is the intention of the parties hereto that this Agreement shall not be
construed to waive the defense of governmental immunity possessed by the
RCOC.
12. THIRD PARTIES
It is the intent of the parties that this Agreement is not for the benefit of
any third party.
13. ENTIRE AGREEMENT
This Agreement and the Consultant's annual engagement letters set forth
the entire Agreement and understanding of the parties with respect to the
transaction contemplated by this Agreement.
14. SEVERABILITY
The invalidity of any portion of this Agreement shall not affect the
enforceability of the remaining portions of this Agreement, and in the event that
portions of this Agreement shall be declared invalid, this Agreement shall be
construed as if such invalidated portion had not been inserted.
15. EXECUTION
Upon execution of this Agreement by the parties hereto, same shall
become binding upon the parties hereto, until such time as all work contemplated
hereunder is complete, or until such time as this Agreement is terminated by
mutual consent of the parties hereto.
IN WITNESS WHEREOF, the parties hereto have set their hands and
seals by their duly authorized agents and representatives the day and year first
above written,
PLANTE & MORAN, P.L.L.C.,
a Michigan Professional Limited Liability
Corporation
By:
Mark E. Chmielewski
Its: , Partner
ROAD COMMISSION FOR OAKLAND COUNTY,
a Michigan Statutory Public Body Corporate
By: _
Brent 0. Bair
Its: Ivtanaaina Director
Each Occurrence:
Aggregate:
$2,000,000
$2,000,000
EXHIBIT A
LIABILITY AND INSURANCE REQUIREMENTS
The Consultant, prior to beginning work, shall file with the Road Commission for Oakland County copies
of completed certificates of insurance, as evidence that he carries adequate insurance, satisfactory to the
ROAD COMMISSION. Insurance coverage shall be provided in accordance with the following:
a, Worker's Compensation Insurance - To provide protection for the Consultant's employees, to the
statutory limits of the State of Michigan, and $1,000,000 employer's liability. The indemnification
obligation under this section, shall not be limited in any way by any limitation on the amount or type
of damages, compensation or benefits payable by or for the consultant under worker's disability
compensation coverage established by law.
b. Bodily Injury and Property Damage - To afford protection against all claims for damages to public
or private property. and injuries to persons arising out of and during the progress and to the
completion of the work, and with respect to product and completed operation for one year_ after
completion of the work.
Bodily Injury and Property Damage Other Than Automobile (Comprehensive General Liability
including contractual liability coverage) - The minimum limits of property damage and bodily
injury liability covering each contract shall be:
Single Limit: Bodily Injury and Property Damage Liability:
2. Bodily Injury Liability and Property Damage Automobiles (Comprehensive Auto Liability) -
The minimum limits of bodily injury liability and property damage liability shall be:
Single Limit, Bodily Injury and Property Damage Liability:
Each Occurrence $2,000,000
Such insurance shall include coverage for all owned, hired, and non-owned vehicles:
c. Professional Liability (Errors and Omissions) - To afford professional liability protection against all
claims arising out of the work. The minimum limits of professional liability shall be $5,000,000,
However. policies are subject to review by the Road Commission prior to beginning work.
L Excess and Umbrella Insurance - The consultant may substitute corresponding excess and/or
umbrella liability insurance for a portion of the above listed requirements in order to meet the
specified minimum limits of liability.
e. Notice - The Consultant shall not cancel, reduce, or non-renew the coverage of any insurance
required hy this Section without providing 30 day prior written notice to the Road Commission for
Oakland County. All such insurance lutist include an endorsement whereby the insurer shall agree to
notify the Road Commission for Oakland County inunediately of any reduction by the Consultant
The Consultant shall cease operations on the occurrence of any such cancellation or reduction, and
shall not resume operations until new insurance is in force. If the Consultant =not secure the
required insurance within 30 days, the Board reserves its right to terminate the contract.
f. Reports - The Consultant Or his insurance carrier shall report all claims received related to the Road
Commission. claims investigations made and disposition of claims to the County Highway Engineer.
APPENDIX A
PROHIBITION OF DISCRIMINATION IN STATE CONTRACTS
ID connection with the performance of wink under this contract, the contractor agrees as follows:
1. In accordance with Act No, 453, Public Acts of 1976, the contractor hereby agrees not to discriminate against an
employee or applicant for employment with respect to hire, tenure, terms, conditions, or privileges of employment, or
as a matter directly or indirectly related to employment, because of race, color, religion, national origin, age, sex,
height, weight, or marital status. Further, in accordance with Act No. 220, Public Acts of 1976 as amended by Act
No.478, Public Ads of 1980, the contractor hereby agrees not to discriminate against an employee or applicant for
employment with respect to hire, tenure, terms, conditions, or privileges of employment, or a matter directly or
indirectly related to employment, because of a handicap that is unrelated to the individual's ability to perform the duties
of a particular job or position. A breach of the above covenants shall be regarded as a material bleach of this contract
2. The contractor hereby agrees that any and all subcontracts to this contract, whereby a portion of the work set forth in
this contract is to be performed, shall contain a covenant the same as hereinabove set forth in Section 1 of this
Appendix
3. The contractor will take affirmative action to insure that applicants for employment and employees are treated
without regard to their race, color, religion, national origin, age, sex, height, weight, marital status or a handicap that is
unrelated to the individual's ability to perform the duties of a particular job or position Such action shall include, but
not be limited to, the following: employment, upgrading, demotion or transfer, recruitment advertising layoff or
termination; rates of pay or other forms of coniperienicar and selection for training, including apprmtioeship.
4. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state
that all qualified applicants will receive consideration for employment without regard to race, .color, religion, national
origin, age, sex, height, vieight, marital status or handicap that is unrelated to the individinds ability to perform the
duties of a particular job or position.
The contractor or his collective bargaining representative will send to each labor union or representative of workers
with which he has a collective bargaining agreement or other contract or understanding a notice advising the said
labor union or wodoorsi representative of the contractor's commitments under this appendix
6. The contractor will comply with all relevant published rules, regulations, directives, and orders of the Michigan Civil
Rights Commission which may be in effect prior to the taking of bids for any individual state project.
7. The contractor will furnish and file compliance reports within such time and upon such forms as provided by the
Michigan Civil Rights Conuninnon. said forms may also elicit information as to the practices, policies, programs, and
employment statistics of each subcontractor as well as the contractor himself, and said contractor will permit access to
his books, records, and accounts by the Michigan Civil Rights Commission and/or its agent, for purposes of
investigation to ascertain compliance with his contract and relevance with rules, regulations, and orders of the
Michigan Civil Rights Commission.
8. in the event that the Civil Rights Commission finds, after a hearing held pursuant to its rules, that a contractor has not
complied with the contractual obligations under this agreement, the Civil Rights Commission may, as part of its order
based upon such findings, certify said findings to the Administrative Board of the Slate of Michigan, which
Administrative Board may older the cancellation of the contract found to have been violated and/or declare the coigns...tor
ineligible for future contracts with the state and its political and civil subdivisions. deparonents, and officers, and including
the governing boards of institutions of higher education, until the contractor complies with said order of the Civil Rights
Commission_ Notice of said declaration of future ineligibility may be given to any or all of the persons with whom the
contractor is declared ineligible to contract as a contracting party in future contracts, in any case, before the Civil Rights
Commission in which cancellation of an existing contract is a possibility. the contracting agency shall be notified of such
possible remedy and shall be given the option by the Civil Rights Conunission to participate in such proceedings.
4. The contractor will include, or incorporate by reference, the provisions of the foregoing paragraphs (1) through (8) in
every subcontract or ollehase order unless exempted by the rules, regulations or orders of the Michigan Civil Rights
Commission, and will provide in every subcontract or pun:lose order that said provisions veil/ be binding upon each
subcontractor or seller.
-3 ,
(Rev. 03/92)
APPENDIX B
During the performance of this contract, the contractor, for itself, its assignees, and successors in interest
(hereinafter referred to as the "contractor") agrees as following:
Compliance with Re,ailations: The contractor shall comply with the regulations relative to
nondiscrimination in federally assisted programs of the Department of Transportation, Title 49, Code of
Federal Regulations, Part 27, as they may be amended from time to time (hereinafter referred to as the
Regulations), which are herein incorporated by reference and made a part of this contract,
2. Nondiscrimination: The contractor, with regard to the work performed by it during the contract, shall not
discriminate on the grounds of race, color, or natural origin in the selection and retention of
subcontractors, including procurements of materials and leases of equipment. The contractor shall not
participate either dimity or indirectly in the discrimination prohibited by Section 21.5 of the
Regulations, including employment practices when the contract covers a program set forth in Appendix
B of the Regulations.
Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations
either by competitive bidding or negotiation made by the contractor for work to be performed under a
subcontract, including procurements of materials or leases of equipment, each potential subcontractor or
supplier shall be notified by the contractor of the contractor's obligations under this contract and the
Regulations relative to nondiscrimination on the grounds of race, color, or national origin.
Information and Reports: The contractor shall provide all information and reports required by the
Regulations, or directives issued pursuant thereto, and shall permit access to its books, records, accounts,
other sources of information and its facilities, as may be determined by the Michigan Department of
Transportation or the Federal Highway Administration to be pertinent to ascertain compliance with such
Regulations or directives. Where any information required of a contractor is in the exclusive possession of
another who fails or refuses to furnish this information, the contractor shall so certify to the Michigan
Department of Transportation, or the Federal Highway Administration as appropriate, and shall set forth
what efforts is has made to obtain the information.
5. Sanctions for Noncompliance: In the event of the contractor's noncompliance with the nondiscrimination
provisions of this contract, the Michigan Department of Transportation shall impose such contract
sanctions as it or the Federal Highway Administration may determine to be appropriate, including, but
not limited to:
(a) Withholding of payments to the contractor under the contract until the contractor complies,
and/or
(b) Cancellation, termination, or suspension of the contract, in whole or in part,
6. Incorporation of Provisions: The contractor shall include the provisions of paragraphs 1 through 6 of
every subcontract, including procurements of materials and leases of equipment, unless exempt by the
Regulations or directives issued pursuant thereto. The contractor shall take such action with respect to any
subcontract or procurement as the Michigan Department of Transportation or the Federal Highway
Administration may direct as a means of enforcing such provisions including sanctions for non-compliance:
provided, however that in the event a contractor becomes involved in, or is threatened with, litigation with a
subcontractor or supplier as a result of such direction, the contractor may request the Michigan Department of
Transportation to enter into such litigation to protect the interests of the state, and, in addition, the contractor
may request the United States to enter into such litigation to protect the interest of the United States.
APPENDIX C
TO BE INCLUDED IN ALL FINANCIAL ASSISTANCE
AGREEMENTS WITH LOCAL AGENCIES
General Requirements for Recipients
Excerpts from USDOT Regulation
49 CFR, Part 23, Section 23.43
A. Policy: It is the policy of the Department that MBE as defined in 49 CFR, Part 23, shall have
the maximum opportunity to participate in the performance of contracts financed in whole or in
part with federal funds. Consequently, the MBE requirements of 49 CFR, Part 23, apply to this
contract.
B. MBE Obligation. The recipient or its contractor agrees to ensure that MBE as defined in 49
CFR, Part 23, has the maximum opportunity to participate in the performance of contracts and
suboontra.cts financed in whole or in part with federal finids provided under this agreement. In
this regard, all recipients or contractors shall take all necessary and reasonable steps in accordance
with 49 CFR, Part 23, to ensure that MBE has the maximum opportunity to compete for and
perform contracts. Recipients and their contractors shall not discriminate on the basis of race,
color, national origin, or sex in the award and performance of departmentally-assisted contracts.
C. K as a condition of assistance, the recipient has submitted and the department has approved a
minority business enterprise affirmative action program which the recipient agrees to carry out,
this program is incorporated into this financial assistance agreement by reference. This program
shall be treated as a legal obligation and failure to carry out its terms shall be treated as a violation
of this financial assistance agreement. Upon notification to this recipient of its failure to carry
out the approved program, the Department shall impose such sanctions as noted in 49 CFR, Part
23, Subpart E, which sanctions may include termination of the agreement or other measures
that may affect the ability of the recipient to obtain fiiture departmental, financial assistance.
D. The Department hereby advises each recipient, contractor, or subcontractor that failure to carry
out the requirements set forth in Section 23.43(a) 49 CFR, Part 23, shall constitute a breach of
contract, and after the notification of the USDOT, may result in termination of the agreement or
contract by the Department or such remedy as the Department deems appropriate.
Resolution #09165 August 12,2009
Moved by Middleton supported by Schwartz the resolutions (with fiscal notes attached) on the amended
Consent Agenda be adopted (with accompanying reports being accepted).
AYES: Burns, Coleman, Coulter, Douglas, Gershenson, Gingell, Gosselin, Greimel, Hatchett,
Jackson, Jacobsen, McGillivray, Middleton, Nash, Potter, Potts, Runestad, Schwartz, Scott,
Taub, Woodward, Zack. Bullard, (23)
NAYS: None. (0)
A sufficient majority having voted in favor, the resolutions (with fiscal notes attached) on the amended
Consent Agenda were adopted (with accompanying reports being accepted).
I HEREBY APPROVE THE F011601,RESO1UTION
STATE OF MICHIGAN)
COUNTY OF OAKLAND)
I, Ruth Johnson, Clerk of the County of Oakland, do hereby certify that the foregoing resolution is a true
and accurate copy of a resolution adopted by the Oakland County Board of Commissioners on August 12,
2009, with the original record thereof now remaining in my office.
In Testimony Whereof, I have hereunto set my hand and affixed the seal of the County of Oakland at
Pontiac, Michigan this 12th day of August, 2009.
Gale
Ruth Johnson, County Clerk