View the PDF version Google Docs PDF Viewer
CITY OF MUSKEGON CITY COMMISSION MEETING MARCH 10, 2009 CITY COMMISSION CHAMBERS @ 5:30 P.M. AGENDA CALL TO ORDER: PRAYER: PLEDGE OF ALLEGIANCE: ROLL CALL: HONORS AND AWARDS: A. Outstanding Citizenship Awards. INTRODUCTIONS/PRESENTATION: CONSENT AGENDA: A. Approval of Minutes. CITY CLERK B. 2009/2010 Goals. CITY MANAGER C. Control System Software Configuration to Terminal Services. WATER FILTRATION D. Contract Extension Agreement – One Year Street Sweeping Contract for 2009. PUBLIC WORKS E. Memorandum of Understanding – Muskegon Public Schools. PUBLIC SAFETY F. Contractual Agreement – Michigan Department of State. PUBLIC SAFETY G. Liquor License Transfer Request for Kwik-Way Mart, 45 E. Muskegon Avenue. CITY CLERK H. Gaming License Request – West Michigan Veterans, Inc. CITY CLERK I. Engineering Services (Design & Inspection) for Smith Ryerson Park. ENGINEERING J. Amend the Uniform Agreement with Arrow Uniform. PUBLIC WORKS K. Grant Applications for Safety Funds. ENGINEERING L. Maintenance Agreement with Trane for City Hall Chiller. ENGINEERING M. Consideration of Bids for Hackley Avenue, Hudson to Seaway. ENGINEERING N. Consideration of Bids for Wood Street, Isabella to Apple. ENGINEERING PUBLIC HEARINGS: A. Recommendation for Annual Renewal of Liquor Licenses. CITY CLERK COMMUNICATIONS: CITY MANAGER’S REPORT: UNFINISHED BUSINESS: NEW BUSINESS: A. Approval of the 2009-2010 Action Plan. COMMUNITY & NEIGHBORHOOD SERVICES B. 2009-2010 CDBG/HOME and City Preliminary Decision. COMMUNITY & NEIGHBORHOOD SERVICES C. Seasonal and Temporary Services Provider Contract. CIVIL SERVICE D. Padlock Ordinance – 287 McLaughlin. CITY MANAGER E. 2009-2010 Healthcare Program. FINANCE ANY OTHER BUSINESS: PUBLIC PARTICIPATION: Reminder: Individuals who would like to address the City Commission shall do the following: Fill out a request to speak form attached to the agenda or located in the back of the room. Submit the form to the City Clerk. Be recognized by the Chair. Step forward to the microphone. State name and address. Limit of 3 minutes to address the Commission. (Speaker representing a group may be allowed 10 minutes if previously registered with City Clerk.) CLOSED SESSION: ADJOURNMENT: ADA POLICY: The City of Muskegon will provide necessary auxiliary aids and services to individuals who want to attend the meeting upon twenty four hour notice to the City of Muskegon. Please contact Ann Marie Becker, City Clerk, 933 Terrace Street, Muskegon, MI 49440 or by calling (231) 724-6705 or TDD: (231) 724-4172. Date: March 10, 2009 To: Honorable Mayor and City Commissioners From: Ann Marie Becker, City Clerk RE: Approval of Minutes SUMMARY OF REQUEST: To approve the minutes of the Regular Commission Meeting that was held on Tuesday, February 24th, and the Goal Setting Session that was held on Wednesday, February 25th. FINANCIAL IMPACT: None. BUDGET ACTION REQUIRED: None. STAFF RECOMMENDATION: Approval of the minutes. CITY OF MUSKEGON CITY COMMISSION MEETING FEBRUARY 24, 2009 CITY COMMISSION CHAMBERS @ 5:30 P.M. MINUTES The Regular Commission Meeting of the City of Muskegon was held at City Hall, 933 Terrace Street, Muskegon, Michigan at 5:30 p.m., Tuesday, February 24, 2009. Mayor Warmington opened the meeting with a prayer from Vice Mayor Gawron after which the Commission and public recited the Pledge of Allegiance to the Flag. ROLL CALL FOR THE REGULAR COMMISSION MEETING: Present: Mayor Stephen Warmington, Vice Mayor Stephen Gawron, Commissioners Chris Carter, Clara Shepherd, Lawrence Spataro, Sue Wierengo, and Steve Wisneski, City Manager Bryon Mazade, City Attorney John Schrier, and City Clerk Ann Marie Becker. 2009-15 HONORS AND AWARDS: A. Honorary Ambassador Awards. Public Safety Director Tony Kleibecker presented certificates to Robert Sharlow, Donald Vandonkelaar, and Brian Brown for their assistance to a citizen who was involved in a car accident. 2009-16 CONSENT AGENDA: A. Approval of Minutes. CITY CLERK SUMMARY OF REQUEST: To approve minutes for the February 9th Commission Worksession, and the February 10th Regular Commission Meeting. FINANCIAL IMPACT: None. BUDGET ACTION REQUIRED: None. STAFF RECOMMENDATION: Approval of the minutes. B. Fireworks Display Permit for the Shrine Circus. CITY CLERK SUMMARY OF REQUEST: Jordan Productions, Inc. is requesting approval of a fireworks display permit for February 27th and 28th at the L. C. Walker Arena. Fire Marshall Metcalf has reviewed the request and recommends approval contingent on inspection of the fireworks. FINANCIAL IMPACT: None. BUDGET ACTION REQUIRED: None. STAFF RECOMMENDATION: Approval contingent on inspection of the fireworks and approval of the insurance. C. Upgrade of Verint Software for Security Camera System. WATER FILTRATION SUMMARY OF REQUEST: To accept the proposal by Camtronics, the proprietary vendor, to update and upgrade the Water Filtration Plant security video monitoring and archiving software. FINANCIAL IMPACT: $11,832.14. BUDGET ACTION REQUIRED: None, this project is included in the 2009 Filtration Plant budget. STAFF RECOMMENDATION: Staff recommends the Mayor and City Commission approve this software upgrade and update by Camtronics at a cost of $11,832.14. D. Seasonal and Temporary Services Provider Contract. CIVIL SERVICE SUMMARY OF REQUEST: Approval to negotiate a contract for 2009-2011 seasonal and temporary employment services with GoodTemps Temporary Staffing Services. Request for proposal solicitation resulted in five proposals, due on January 13, 2009, at 2:00 p.m. Proposals were received from: Beacon Professional Staffing, Inc., 230 N. River, Suite B, Holland, MI GoodTemps Temporary Staffing Services, 765 W. Norton, Muskegon, MI Kelly Services, Inc., 5916 S. Harvey, Muskegon, MI MANPOWER, 20 W. Muskegon, Muskegon, MI Staffing Inc. – Muskegon, 1635 W. Sherman, Muskegon, MI A committee consisting of managers and users reviewed proposals and interviewed Manpower representatives. While the low bidder, Manpower declined contracting for the positions of Beach Maintenance Worker, Lifeguard, Marina Aide, and Playground Leader but rather proposed to subcontract for these positions. On February 18, 2009, they notified the City of their inability to obtain an agreement with their intended subcontractor. GoodTemps Temporary Staffing Services has been the City’s seasonal and temporary employment services provider for the past four years. The Company performed excellently during their contract and was outstanding in terms of flexibility, responsiveness, hiring and orientation process, reporting, and commitment to equal employment opportunity. GoodTemps remains fully prepared to handle all of the City’s seasonal and temporary staffing needs. FINANCIAL IMPACT: The 2009 projected seasonal and temporary services cost is approximately $700,000. BUDGET ACTION REQUIRED: The 2009 budget allowed for the financial resources. STAFF RECOMMENDATION: Staff recommends and requests approval to negotiate the 2009-2011 seasonal and temporary services contract with GoodTemps Temporary Staffing Services, contingent upon working out agreement terms acceptable to the City Manager and City Attorney. COMMITTEE RECOMMENDATION: The committee unanimously recommends granting approval to negotiate the 2009-2011 seasonal and temporary services contract with GoodTemps Temporary Staffing Services. Motion by Vice Mayor Gawron, second by Commissioner Wierengo to approve the Consent Agenda as read. ROLL VOTE: Ayes: Gawron, Shepherd, Spataro, Warmington, Wierengo, Wisneski, and Carter Nays: None MOTION PASSES 2009-17 PUBLIC HEARINGS: A. 2009 – 2010 Community Development Block Grant/HOME Funding. COMMUNITY & NEIGHBORHOOD SERVICES SUMMARY OF REQUEST: To conduct a Public Hearing concerning the 2009-2010 CDBG/HOME funding that the City anticipates to receive from the U. S. Department of Housing and Urban Development department next fiscal year starting June 1, 2009. The Public Hearing is to obtain comments from the public in reference to the 2009-2010 CDBG/HOME allocation funding which is designated to be $984,207 and $290,049 respectively, excluding any program income and reprogrammed funding. In keeping with the City’s 2005-2010 Consolidated Plan, the establish objectives for the City of Muskegon are the areas of housing, blight elimination, public service support, infrastructure upgrading and economic development. The Commission has been given the recommendations of both the administration and the Citizen District Council along with last year’s recommendations and the final allocations. The Commission will be asked to make their preliminary decision on what items should be funded at the March 10, 2009, meeting and their final allocation decision at the March 24, 2009, City Commission meeting. FINANCIAL IMPACT: The 2009-2010 allocations will be based on the City Commission final decision. BUDGET ACTION REQUIRED: None at this time. STAFF RECOMMENDATION: To conduct the Public Hearing and gather comments from the public. COMMITTEE RECOMMENDATION: The Citizen’s District Council recommendations are included with the recommendations submitted by the administration. The public hearing opened to hear and consider any comments from the public. Comments were heard from Tim Burgess, 6336 S. Walker Rd., Fruitport, Executive Director of Neighborhood Investment Corp.; Dan Bonner, 1652 Nelson, Managing Attorney of Legal Aid of Western Michigan; Ron Robles, 147 W. Norton, Community enCompass; Dick Butler, Executive Director of Muskegon County Habitat for Humanity; and Dwana Thompson, Muskegon Affirmative Action Director. Motion by Vice Mayor Gawron, second by Commissioner Shepherd to close the public hearing. ROLL VOTE: Ayes: Shepherd, Spataro, Warmington, Wierengo, Wisneski, Carter, and Gawron Nays: None MOTION PASSES 2009-18 UNFINISHED BUSINESS: A. Concurrence with the Housing Board of Appeals Notice and Order to Demolish 254 Amity. PUBLIC SAFETY SUMMARY OF REQUEST: This is to request that the City Commission concur with the findings of the Housing Board of Appeals that the structure located at 254 Amity Avenue (Area 11) is unsafe, substandard, a public nuisance and that it be demolished within 30 days. It is further requested that administration be directed to obtain bids for the demolition of the structure and that the Mayor and City Clerk be authorized and directed to execute a contract for demolition with the lowest responsible bidder. FINANCIAL IMPACT: CDBG Funds. BUDGET ACTION REQUIRED: None. STAFF RECOMMENDATION: To concur with the Housing Board of Appeals decision to demolish. Motion by Commissioner Carter, second by Commissioner Shepherd to table to the June 9th meeting with the stipulation that Mrs. Brewster has secured financing and that permits are pulled to begin work on the project. ROLL VOTE: Ayes: Spataro, Warmington, Wierengo, Wisneski, Carter, Gawron, and Shepherd Nays: None MOTION PASSES 2009-19 NEW BUSINESS: A. Concurrence with the Housing Board of Appeals Notice and Order to Demolish the Following. PUBLIC SAFETY 1126 Kenneth Street (Area 11) 2125 Bluffton Avenue SUMMARY OF REQUEST: This is to request that the City Commission concur with the findings of the Housing Board of Appeals that the structures are unsafe, substandard, a public nuisance and that they be demolished within 30 days. It is further requested that administration be directed to obtain bids for the demolition of the structures and that the Mayor and City Clerk be authorized and directed to execute a contract for demolition with the lowest responsible bidder. FINANCIAL IMPACT: CDBG Funds. BUDGET ACTION REQUIRED: None. STAFF RECOMMENDATION: To concur with the Housing Board of Appeals decision to demolish. Motion by Commissioner Spataro, second by Vice Mayor Gawron to concur with the Housing Board of Appeals notice and order to demolish 1126 Kenneth Street and 2125 Bluffton Avenue. ROLL VOTE: Ayes: Warmington, Wierengo, Wisneski, Gawron, Shepherd, and Spataro Nays: None Absent: Carter (stepped out of the room) MOTION PASSES ANY OTHER BUSINESS: Various items were discussed. PUBLIC PARTICIPATION: Comments were heard. ADJOURNMENT: The City Commission Meeting adjourned at 6:38 p.m. Respectfully submitted, Ann Marie Becker, MMC City Clerk AGENDA ITEM NO. ________________ CITY COMMISSION MEETING _________________________ TO: Honorable Mayor and City Commissioners FROM: Bryon L. Mazade, City Manager DATE: February 25, 2009 RE: 2009/2010 Goals SUMMARY OF REQUEST: To approve the proposed 2009/2010 City goals as discussed at the City Commission goal setting session on February 19, 2009. FINANCIAL IMPACT: Varies, depending on each goal. BUDGET ACTION REQUIRED: None. STAFF RECOMMENDATION: To approve the attached list of proposed goals. COMMITTEE RECOMMENDATION: None. pb\AGENDA\2009-2010 COMMISSION GOALS 022509 Date: March 10, 2009 To: Honorable Mayor and City Commission From: Water Filtration Plant RE: Control system software configuration to terminal services SUMMARY OF REQUEST: To enter into agreement with our consultant, Tetra Tech, for programming and software configuration for terminal services at the Water Filtration Plant. FINANCIAL IMPACT: The cost for this service is: $9,800.00. BUDGET ACTION REQUIRED: None. This project is included in the 2009 budget. STAFF RECOMMENDATION: Staff recommends the Mayor and Commission endorse the proposal from Tetra Tech for programming and software configuration for terminal services at the Water Filtration Plant. MEMORANDUM 2/25/09 TO: M. AL-SHATEL, DEPUTY DIRECTOR FROM: R. VENEKLASEN, WATER FILTRATION RE: COMPUTER HARDWARE UPGRADE TO TERMINAL SERVICES BACKGROUND The Water Filtration Plant embarked on the Instrumentation and Control project in 1992. This project included many plant and field devices but most importantly included the installation of a software driven control system through the use of programmable logic controllers (PLC’s) and personal computers (PC’s). The software program selected for the plant operation was “Wonderware”. We continue to use Wonderware for the plants water treatment operation. There has been one addition, the 1997 Multi-Purpose Building, and one overall change, the 2004 Improvements Project, at the plant since 1992. The original control system and software were planned to accommodate this change and addition without fundamental additions or adaptations and remains essentially unchanged since 1992. TERMINAL SERVICES For the past year we have been considering the change from distributed control stations to terminal services. This effort was in conjunction with the City’s IT Department and our consultant, Tetra Tech. The intent of this change is to enhance reliability, reduce equipment maintenance and labor, and reduce equipment replacement costs in the future. Terminal services is a shift from personal PC’s to “dummy” terminal interfaces that will access the existing file server where the Wonderware control system will reside. The file server is a more stable platform and is many times more reliable than a PC. This change will also ease software configuration and system changes and reduce associated costs in the future. RECOMMENDATION The change to terminal services was budgeted and includes the cost for software configuration, purchase of the terminal interfaces, and the software license changes. The purchase of the terminals and software licenses are separate items and will be addressed as such. It is my recommendation that the City enter into agreement with Tetra Tech for programming and software configuration to install terminal services at the Water Filtration Plant. AGENDA ITEM NO._____________ CITY COMMISSION MEETING ___________________ TO: Honorable Mayor and City Commission FROM: Department of Public Works DATE: March 10, 2009 SUBJECT: Contract Extension Agreement-1 year Street Sweeping Contract for 2009 SUMMARY OF REQUEST: To enter into 1 year contractual agreement with TRI-US SERVICES, INC. to provide street sweeping services for 2009. FINANCIAL IMPACT: $148,981.60 cost for 1 year contract. Funds to cover all expenses are budgeted. Trunkline expenses are reimbursed by State funding. BUDGET ACTION REQUIRED: None; monies appropriated in Highway and State trunkline budgets STAFF RECOMMENDATION: Approve request to contract out service for 1-year extension as specified in previous contract. To: Honorable Mayor and City Commission From: Bob Kuhn, Director of Public Works Date: 3/4/2009 Re: Street Sweeping Extension-2009 The Department of Public Works is requesting permission to exercise its contractual option (per the 2006-8 contract) to enter into 1-year contractual agreement with TRI- US SERVICES, INC, to provide street sweeping services for 2009. TRI-US SERVICES, INC., 78 Ball Creek NW, Kent City. Mi has been our sole street sweeping contractor from 1997 to present. During the course of those years they have provided excellent service to our community and its residents. They also have been the low bidder in each of the 3 previous bids (1997/1998/1999- 2002/2003/2004 and 2006/2007/2008) and have either held their price or added a slight increase each time an extension (2000/2001/2005) has been approved. 1997 thru 1999 contract 3 year totals TRI-US SERVICES, INC. bid $104,130.76 x 3 years $312,392.28 SANI-SWEEP, INC. bid $123,867.76 x 3 years $371,603.28 2002 thru 2004 contract 3 year totals TRI-US SERVICES, INC bid $113,662.24 x 3 years $340,986.72 SANI-SWEEP, INC. bid $156,879.56 x 3 years $470,638.68 2006 thru 2008 contract 3 year totals TRI-US SERVICES, INC, bid $148,981.60 x 3 years $446,944.80 SANI-SWEEP, INC. bid $203,602.40 x 3 years $610,807.20 TRI-US SERVICES, INC. 1 year totals 2000 contract extension $104,130.76 x 1 year-(held price) $104.130.76 2001 contract extension $107,775.33 x 1 year-(3.5% fuel surcharge) $107,775.33 2005 contract extension $137,866.40 x 1 year-(fuel/operating costs) $137,866.40 1 At this time staff is proposing to enter into a 1 year contract extension with TRI-US SERVICES, INC and they have submitted the following proposal: 2009 contract extension ----City of Muskegon Roadways------------ $128,527.20 State of Michigan (MDOT) Roadways--$ 20,454.40 TOTAL $148,981.60 TRI-US SERVICES, INC. has held their 2006-8 contract price of $148,981.60 for the proposed 2009 contract extension. They continue to provide us with excellent customer service and meet all of our special request needs with little or no prior notice. They will continue to sweep the city roadways 4 times during the period from April 1st to October 15th as stipulated in the previous 2006-08 contract. Therefore, at this time, staff is recommending to the Commission to approve the request to enter into agreement with TRI-US SERVICES, INC. 2 City Commission Meeting Tuesday March 10, 2009 TO: Honorable Mayor and City Commissioners FROM: Anthony L. Kleibecker, Director of Public Safety DATE: January 3, 2007 SUBJECT: Memorandum of Understanding-Muskegon Public Schools ________________________________________________________________________ Summary of Request: The Director of Public Safety is requesting approval to sign a Memorandum of Understanding with the Muskegon Public Schools for a Safe Schools/Healthy Students Project. This is a collaborative effort between the Muskegon Public Schools, Muskegon County Community Mental Health, the Family Division of the 14th Circuit Court, the State of Michigan Department of Human Services and our police department. By signing this agreement, the department agrees to assist the school district in providing leadership, support and resources to achieve the project priority of implementing a community-wide plan designed to create safe school environments. Financial Impact: None Budget Action Required: None Staff Recommendation: Approval of the agreement. City Commission Meeting Tuesday March 10, 2009 TO: Honorable Mayor and City Commissioners FROM: Anthony L. Kleibecker, Director of Public Safety DATE: January 3, 2007 SUBJECT: Contractual Agreement-Michigan Department of State ________________________________________________________________________ Summary of Request: The Director of Public Safety is requesting approval to enter into an agreement with the Michigan Department of State whereby the Department of State will provide driver, vehicle, and related information to the city. The purpose for entering into this agreement is to assist code enforcers with obtaining accurate information to meet district court requirements when completing civil infraction citations. Financial Impact: None Budget Action Required: None Staff Recommendation: Approval of the agreement. Date: March 10, 2009 To: Honorable Mayor and City Commissioners From: Ann Marie Becker, City Clerk RE: Liquor License Transfer Request Kwik-Way Mart 45 E. Muskegon Avenue SUMMARY OF REQUEST: The Liquor Control Commission is seeking local recommendation on a request from Almajeed, Inc., to transfer ownership of the 2008 SDD and SDM Licensed Business located at 45 E. Muskegon Avenue from Betak Enterprises III, Inc. FINANCIAL IMPACT: None. BUDGET ACTION REQUIRED: None. STAFF RECOMMENDATION: All departments are recommending approval. Date: March 10, 2009 To: Honorable Mayor and City Commissioners From: Ann Marie Becker, City Clerk RE: Gaming License Request SUMMARY OF REQUEST: West Michigan Veterans, Inc. is requesting a resolution recognizing them as a non-profit organization operating in the City for the purpose of obtaining a Gaming License. They have been recognized as a 501(c)(3) organization by the State. FINANCIAL IMPACT: None BUDGET ACTION REQUIRED: None STAFF RECOMMENDATION: Approval Date: March 10, 2009 To: Honorable Mayor and City Commissioners From: Engineering RE: Engineering Services (Design & Inspection) for: Smith Ryerson Park SUMMARY OF REQUEST: Authorize staff to enter into an engineering services agreement with Sidock Group out of Muskegon to provided design and construction management to improve/upgrade Smith Ryerson Park as required by the MDNR’s grant for a not to exceed fee of $49,438.50. Sidock is being recommended after review and evaluation of proposals from eleven qualified consulting firms. While all proposals were worthy, staff’s recommendation focused on experience of the project team on similar projects; reasonableness of the proposed fee and associated hours; scope of services to be provided as well statement of understanding. FINANCIAL IMPACT: $49,438.50 plus an additional 5% of in-house project management. BUDGET ACTION REQUIRED: None at this time as this project was budgeted for in the 2009 CIP. STAFF RECOMMENDATION: Authorize staff to enter into engineering services agreement with Sidock Group. COMMITTEE RECOMMENDATION: B238 SMITH RYERSON PARK REDEVELOPMENT Proposals evaluation ENGINEERING FIRM Fee Hours 1 HOOKER DEJONG $34,965.00 453 2 TEAM ELMER'S ENGINEERING $47,420.00 651 3 SIDOCK GROUP $49,438.50 994 4 PARADIGM DESIGN $56,140.00 687 5 PROGRESSIVE AE $59,193.00 641 6 DAN VOS CONSTRUCTION CO. $61,405.00 699 7 WESTSHORE CONSULTING $62,005.00 860 8 PREIN & NEW OF $72,165.00 1148 9 FLEIS & VANDENBRINK $72,800.00 729 10 SITE DESIGNS SOLUTIONS $75,081.00 1076 11 MC SMITH & ASSOCIATES $77,978.00 773 Ave $60,780.95 791.91 Date: March 10, 2009 To: Honorable Mayor and City Commissioners From: DPW RE: Amend the Uniform Agreement with Arrow Uniform SUMMARY OF REQUEST: Authorize staff to amend the contract with Arrow Uniform to suspend the cleaning service they provide for the shop towels and mats for the period between March 11, 2009 until February 28, 2010, and to extend their contract for the aforementioned services until the end of December 2012 instead of August of 2012. This amendment is necessary to accommodate a previous contract with Model Coverall. FINANCIAL IMPACT: Minimal; the shop towels and mats are just changing from Arrow Uniform to Model Coverall for most of 2009 to satisfy previous contract on the advice of the City attorney. BUDGET ACTION REQUIRED: None at this time. STAFF RECOMMENDATION: Authorize staff to amend the contract with Arrow Uniform. COMMITTEE RECOMMENDATION: RELEASE and SETTLEMENT AGREEMENT Model Coverall Service, Inc. (“Model”) hereby releases the City of Muskegon (“City”) of all claims in connection with its Partnering Rental Service Agreements, signed 06/09/04, 08/24/05, and 08/10/06 (“Agreements”) and enters into a settlement of its alleged breach of contract claims against the City. Model, its members, directors, employees, representatives, personal representatives, heirs, successors and assigns, do hereby fully and unconditionally release, hold harmless and forever discharge the City and all of its employees for all rights, claims, demands and actions, costs, fees and expenses, legal and equitable, known or unknown, that Model now has or may have against the City and specifically, Model hereby releases, holds harmless and forever discharges the City from any and all claims arising from or related to the Agreements. This release specifically contemplates a waiver of the 120-day termination notice provision contained in the Agreements. In consideration for this release, the receipt and adequacy of which is hereby acknowledged, the City of Muskegon agrees to the following: The City will accept service and render payment to Model for providing the following through February 28, 2010: Weekly: Mat Cy Med, 5 Units at $3.15/Unit for a total of $15.75 per week. Mat Cy Runner, 7 Units at $5.25/Unit for a total of $36.75 per week Shop Towels, 100 Units at $.08/Unit for a total of $8.00 per week. Energy charge: $4.00 per week TOTAL: $64.50/week In addition, every other week: Mat Cy Med, 3 Units at $4.50/Unit for a total of $13.50. TOTAL: $78.00/week The Addendum to Lease Agreement “Buyout of Special Merchandise” provision, signed 11-30- 04, remains in effect through February 28, 2010. THIS IS A FULL AND FINAL SETTLEMENT OF ALL CLAIMS BY MODEL COVERALL SERVICE, INC. AND VOLUNTARILY MADE. Dated:________________ By:_______________________________ Jeremy Wirtz Model Coverall Service, Inc. Dated:________________ By:_______________________________ Bryon Mazade City of Muskegon -1- ADDENDUM TO SERVICE AGREEMENT For consideration, the adequacy of which is hereby acknowledged, the City of Muskegon and Arrow Uniform Company hereby agree to amend the Service Agreement signed by the parties on October 20, 2008 (“Agreement”). Delivery of all shop towels and mats included on the Agreement are to begin March 1, 2010 at the prices specified in the Agreement. All costs associated with the provision of shop towels and mats are excluded prior to March 1, 2010. The termination date for delivery of shop towels and mats only shall be extended to December 31, 2012. The prices specified in the Agreement shall remain in effect during this extended period. No other provisions of the Agreement are affected by this Addendum. __________________________________ Signature of Authorized Representative Arrow Uniform __________________________________ Printed Name and Title/Position Date __________________________________ Signature of Authorized Representative City of Muskegon __________________________________ Printed Name and Title/Position Date Date: March 10, 2009 To: Honorable Mayor and City Commission From: Engineering RE: Grant Applications for Safety Funds SUMMARY OF REQUEST: Authorize staff to submit the following projects for possible Safety Funds in 2010: 1- Intersection of Laketon & Henry to improve skid resistance at $200,000 total cost of which $50,000 is local match. 2- Upgrade the traffic signals to box span on Laketon @ Hoyt, Getty & Roberts for an estimated total cost of $240,000 of which $60,000 is the local match. FINANCIAL IMPACT: A local match of $110,000 (25%) will be required for all projects and will be budgeted for in 2010. BUDGET ACTION REQUIRED: None at this time; should either or both be approved for grants, they will be listed in the 2010 budget. STAFF RECOMMENDATION: Authorize staff to submit the application(s). COMMITTEE RECOMMENDATION: Date: March 13, 2009 To: Honorable Mayor and City Commissioners From: Engineering RE: Maintenance agreement Trane for City Hall Chiller SUMMARY OF REQUEST: Authorization staff to enter into a five (5) years service agreement with Trane starting May 1st 2009 and ending April 30 2014 to perform scheduled maintenance such as annual maintenance, operating inspection, oil analysis, condenser wash and vibration analysis on the chiller at City hall. The five year fees structure is: First year $2,197; second year $2,263; third year $2,263; fourth year 2,330 and the fifth year $2,330.00 for a total contract price of $11,383. Trane is being recommended since they are the soul source for the brand of chiller at City hall. FINANCIAL IMPACT: The total value of the contract of $11,383.00. BUDGET ACTION REQUIRED: None at this time. STAFF RECOMMENDATION: Authorize staff to enter into a five year maintenance contract with Trane starting May 1st 2009 and ending April 30th of 2014. COMMITTEE RECOMMENDATION: Date: March 10, 2009 To: Honorable Mayor and City Commissioners From: Engineering RE: Consideration of Bids for: Hackley Ave., Hudson to Seaway Dr. (H-1560 & W-712) SUMMARY OF REQUEST: Award the Wood Street project, H-1560 & W-712, to Felco Contractors out of Muskegon since they were the lowest responsible bidder with a total bid price of $240,235.50 (see attached bid tabulation). FINANCIAL IMPACT: The construction cost of $240,235.50 plus engineering cost which is estimated at an additional 15%. BUDGET ACTION REQUIRED: None STAFF RECOMMENDATION: Award the contract to Felco Contractors. COMMITTEE RECOMMENDATION: 1 OF 3 H-1560 - HACKLEY AVE., HUDSON ST. TO SEAWAY DR BID TABULATION - 03/03/09 CONTRACTOR WADEL STABILIZATION, INC THOMPSON BROS., INC. BRENNER EXCAVATING JACKSON-MERKEY MILBOCKER & SONS MCCORMICK SAND INC. LEES TRENCHING SERVICE ADDRESS ENGINEER'S 2500 N. OCEANA DR. 388 W. MCMILLAN RD. 2841 132ND AVE. 555 W. WESTERN AVE. 1256 29TH ST. 5430 RUSSELL RD. 1201 76TH ST. CITY/ST/ZIP ESTIMATE HART, MI 49420 TWIN LAKE, MI 49445 HOPKINS, MI 49328 MUSKEGON, MI 49441 ALLEGAN, MI 49010 TWIN LAKE, MI 49457 BYRON CENTER, MI 49315 ITEM OF WORK UNIT QTY UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE 1 ADJUST CATCH BASIN CASTING EACH 3 $450.00 $ 1,350.00 $ 250.00 $ 750.00 $ 300.00 $ 900.00 $ 390.00 $ 1,170.00 $ 275.00 $ 825.00 $ 450.00 $ 1,350.00 $ 450.00 $ 1,350.00 $ 400.00 $ 1,200.00 2 ADJUST MH CASTING EACH 10 $450.00 $ 4,500.00 $ 400.00 $ 4,000.00 $ 300.00 $ 3,000.00 $ 390.00 $ 3,900.00 $ 345.00 $ 3,450.00 $ 450.00 $ 4,500.00 $ 450.00 $ 4,500.00 $ 400.00 $ 4,000.00 3 AGGREGATE BASE 22A C.I.P. SQ.YD. 2220 $6.00 $ 13,320.00 $ 8.00 $ 17,760.00 $ 2.80 $ 6,216.00 $ 5.00 $ 11,100.00 $ 6.50 $ 14,430.00 $ 5.80 $ 12,876.00 $ 3.90 $ 8,658.00 $ 5.25 $ 11,655.00 4 AGGREGATE PREPARATORY WORK STA. 15.9 $500.00 $ 7,950.00 $ 550.00 $ 8,745.00 $ 475.00 $ 7,552.50 $ 68.50 $ 1,089.15 $ 800.00 $ 12,720.00 $ 800.00 $ 12,720.00 $ 670.00 $ 10,653.00 $ 500.00 $ 7,950.00 5 BENDS D.C.I. 8" 45º M.J. EACH 26 $325.00 $ 8,450.00 $ 292.00 $ 7,592.00 $ 380.00 $ 9,880.00 $ 275.00 $ 7,150.00 $ 300.00 $ 7,800.00 $ 260.00 $ 6,760.00 $ 359.00 $ 9,334.00 $ 330.00 $ 8,580.00 6 BIT. LEVELING MIX 3C @ 220#/SQ.YD. TON 635 $60.00 $ 38,100.00 $ 66.95 $ 42,513.25 $ 67.00 $ 42,545.00 $ 71.00 $ 45,085.00 $ 71.50 $ 45,402.50 $ 66.95 $ 42,513.25 $ 67.00 $ 42,545.00 $ 75.00 $ 47,625.00 7 BIT. TOP MIX 4C @ 220#/SQ.YD. TON 635 $65.00 $ 41,275.00 $ 71.55 $ 45,434.25 $ 71.50 $ 45,402.50 $ 75.50 $ 47,942.50 $ 75.50 $ 47,942.50 $ 71.55 $ 45,434.25 $ 72.00 $ 45,720.00 $ 78.25 $ 49,688.75 8 CONCRETE SIDEWALK 4" SQ.FT. 871 $3.00 $ 2,613.00 $ 3.00 $ 2,613.00 $ 2.35 $ 2,046.85 $ 3.10 $ 2,700.10 $ 3.75 $ 3,266.25 $ 2.87 $ 2,499.77 $ 3.20 $ 2,787.20 $ 5.25 $ 4,572.75 9 CORP. STOP 1" MUELLER #15000 OR EQUAL EACH 11 $200.00 $ 2,200.00 $ 400.00 $ 4,400.00 $ 130.00 $ 1,430.00 $ 183.00 $ 2,013.00 $ 200.00 $ 2,200.00 $ 300.00 $ 3,300.00 $ 250.00 $ 2,750.00 $ 185.00 $ 2,035.00 10 CROSS D.C.I. 8"x 8" M.J. EACH 2 $500.00 $ 1,000.00 $ 595.00 $ 1,190.00 $ 700.00 $ 1,400.00 $ 560.00 $ 1,120.00 $ 625.00 $ 1,250.00 $ 600.00 $ 1,200.00 $ 734.00 $ 1,468.00 $ 615.00 $ 1,230.00 11 CURB STOP I" W / BOX MUELLER #15150 OR EQUAL EACH 8 $200.00 $ 1,600.00 $ 300.00 $ 2,400.00 $ 200.00 $ 1,600.00 $ 251.00 $ 2,008.00 $ 280.00 $ 2,240.00 $ 400.00 $ 3,200.00 $ 335.00 $ 2,680.00 $ 260.00 $ 2,080.00 12 EROSION CONTROL, INLET PROTECTION, FABRIC DROP EACH 11 $90.00 $ 990.00 $ 125.00 $ 1,375.00 $ 50.00 $ 550.00 $ 98.00 $ 1,078.00 $ 115.00 $ 1,265.00 $ 97.00 $ 1,067.00 $ 44.00 $ 484.00 $ 120.00 $ 1,320.00 13 HYDRANT STD. EACH 4 $1,750.00 $ 7,000.00 $ 2,300.00 $ 9,200.00 $ 2,000.00 $ 8,000.00 $ 2,358.00 $ 9,432.00 $ 1,910.00 $ 7,640.00 $ 2,030.00 $ 8,120.00 $ 1,956.00 $ 7,824.00 $ 2,005.00 $ 8,020.00 14 MANHOLE CASTING E.J.#1045 OR EQUAL EACH 9 $500.00 $ 4,500.00 $ 580.00 $ 5,220.00 $ 600.00 $ 5,400.00 $ 564.00 $ 5,076.00 $ 305.00 $ 2,745.00 $ 322.00 $ 2,898.00 $ 414.00 $ 3,726.00 $ 420.00 $ 3,780.00 15 PAVMT. MARK. OVERLAY, COLD PLASTIC (LT. TURN ARROW) EACH 3 $100.00 $ 300.00 $ 125.00 $ 375.00 $ 125.00 $ 375.00 $ 132.00 $ 396.00 $ 135.00 $ 405.00 $ 125.00 $ 375.00 $ 125.00 $ 375.00 $ 135.00 $ 405.00 16 PAVMT. MARK. OVERLAY, COLD PLASTIC (ONLY) EACH 3 $100.00 $ 300.00 $ 135.00 $ 405.00 $ 135.00 $ 405.00 $ 143.00 $ 429.00 $ 145.00 $ 435.00 $ 150.00 $ 450.00 $ 135.00 $ 405.00 $ 145.00 $ 435.00 17 PAVMT. MARK. OVERLAY, COLD PLASTIC 18" STOP BAR LIN.FT. 66 $5.00 $ 330.00 $ 8.50 $ 561.00 $ 8.50 $ 561.00 $ 9.00 $ 594.00 $ 9.00 $ 594.00 $ 2.00 $ 132.00 $ 8.50 $ 561.00 $ 9.00 $ 594.00 18 PAVMT. MARKING WATERBORNE 4" WHITE EACH 300 $0.50 $ 150.00 $ 1.05 $ 315.00 $ 1.04 $ 312.00 $ 1.10 $ 330.00 $ 1.10 $ 330.00 $ 0.95 $ 285.00 $ 1.05 $ 315.00 $ 1.10 $ 330.00 19 PAVMT. MARKING WATERBORNE 4" YELLOW LIN.FT. 981 $0.50 $ 490.50 $ 1.05 $ 1,030.05 $ 1.04 $ 1,020.24 $ 1.10 $ 1,079.10 $ 1.10 $ 1,079.10 $ 0.95 $ 931.95 $ 1.05 $ 1,030.05 $ 1.10 $ 1,079.10 20 REDUCERS 8" TO 4" D.C.I. M.J. EACH 2 $320.00 $ 640.00 $ 250.00 $ 500.00 $ 265.00 $ 530.00 $ 225.00 $ 450.00 $ 250.00 $ 500.00 $ 210.00 $ 420.00 $ 311.00 $ 622.00 $ 275.00 $ 550.00 21 REDUCERS 8" TO 6" D.C.I. M.J. EACH 4 $350.00 $ 1,400.00 $ 252.00 $ 1,008.00 $ 280.00 $ 1,120.00 $ 234.00 $ 936.00 $ 250.00 $ 1,000.00 $ 220.00 $ 880.00 $ 320.00 $ 1,280.00 $ 285.00 $ 1,140.00 22 REMOVING BIT SURFACE SQ.YD. 5778 $2.50 $ 14,445.00 $ 2.00 $ 11,556.00 $ 2.00 $ 11,556.00 $ 1.25 $ 7,222.50 $ 0.60 $ 3,466.80 $ 3.00 $ 17,334.00 $ 1.16 $ 6,702.48 $ 2.60 $ 15,022.80 23 SAND REFILL CU.YD. 1056 $7.00 $ 7,392.00 $ 12.00 $ 12,672.00 $ 9.50 $ 10,032.00 $ 8.00 $ 8,448.00 $ 5.80 $ 6,124.80 $ 9.80 $ 10,348.80 $ 5.00 $ 5,280.00 $ 7.00 $ 7,392.00 24 SLEEVE LONG 6" D.C.I. M.J. EACH 2 $350.00 $ 700.00 $ 750.00 $ 1,500.00 $ 270.00 $ 540.00 $ 202.00 $ 404.00 $ 250.00 $ 500.00 $ 1,300.00 $ 2,600.00 $ 507.00 $ 1,014.00 $ 955.00 $ 1,910.00 25 SLEEVES LONG 4" D.C.I. M.J. EACH 2 $350.00 $ 700.00 $ 750.00 $ 1,500.00 $ 220.00 $ 440.00 $ 165.00 $ 330.00 $ 170.00 $ 340.00 $ 1,340.00 $ 2,680.00 $ 437.00 $ 874.00 $ 785.00 $ 1,570.00 26 SLEEVES LONG 8" D.C.I. M.J. EACH 9 $350.00 $ 3,150.00 $ 750.00 $ 6,750.00 $ 330.00 $ 2,970.00 $ 279.00 $ 2,511.00 $ 305.00 $ 2,745.00 $ 1,440.00 $ 12,960.00 $ 550.00 $ 4,950.00 $ 1,155.00 $ 10,395.00 27 TEE D.C.I. 8" x 8" x 8" M.J. EACH 3 $435.00 $ 1,305.00 $ 445.00 $ 1,335.00 $ 500.00 $ 1,500.00 $ 410.00 $ 1,230.00 $ 435.00 $ 1,305.00 $ 360.00 $ 1,080.00 $ 546.00 $ 1,638.00 $ 485.00 $ 1,455.00 28 TEE D.C.I. 8"X8"X6" M.J. EACH 4 $435.00 $ 1,740.00 $ 420.00 $ 1,680.00 $ 450.00 $ 1,800.00 $ 385.00 $ 1,540.00 $ 415.00 $ 1,660.00 $ 380.00 $ 1,520.00 $ 521.00 $ 2,084.00 $ 435.00 $ 1,740.00 29 TRAFFIC CONTROL LUMP 1 $15,000.00 $ 15,000.00 $ 11,500.00 $ 11,500.00 $ 96,033.00 $ 96,033.00 $ 15,000.00 $ 15,000.00 $ 6,650.00 $ 6,650.00 $ 27,000.00 $ 27,000.00 $ 18,634.00 $ 18,634.00 $ 9,425.00 $ 9,425.00 30 TRENCH REPAIR SPECIAL LIN. FT. 159 $40.00 $ 6,360.00 $ 75.00 $ 11,925.00 $ 9.50 $ 1,510.50 $ 88.50 $ 14,071.50 $ 32.00 $ 5,088.00 $ 33.00 $ 5,247.00 $ 32.00 $ 5,088.00 $ 43.00 $ 6,837.00 31 VALVE 6" GATE M.J. W/BOX EACH 4 $650.00 $ 2,600.00 $ 975.00 $ 3,900.00 $ 800.00 $ 3,200.00 $ 860.00 $ 3,440.00 $ 705.00 $ 2,820.00 $ 740.00 $ 2,960.00 $ 893.00 $ 3,572.00 $ 730.00 $ 2,920.00 32 VALVE 8" GATE M.J. W/BOX EACH 11 $800.00 $ 8,800.00 $ 1,250.00 $ 13,750.00 $ 1,000.00 $ 11,000.00 $ 1,178.00 $ 12,958.00 $ 890.00 $ 9,790.00 $ 970.00 $ 10,670.00 $ 1,169.00 $ 12,859.00 $ 1,000.00 $ 11,000.00 33 WATER METER PIT COMPLETE EACH 3 $600.00 $ 1,800.00 $ 500.00 $ 1,500.00 $ 700.00 $ 2,100.00 $ 544.00 $ 1,632.00 $ 530.00 $ 1,590.00 $ 800.00 $ 2,400.00 $ 595.00 $ 1,785.00 $ 640.00 $ 1,920.00 34 WATER SERVICE 1" TYPE "K" COPPER LIN. FT. 260 $25.00 $ 6,500.00 $ 10.00 $ 2,600.00 $ 12.60 $ 3,276.00 $ 10.30 $ 2,678.00 $ 28.00 $ 7,280.00 $ 17.00 $ 4,420.00 $ 11.00 $ 2,860.00 $ 17.75 $ 4,615.00 35 WATERMAIN 4" D.C.I. CL. 52 LIN.FT. 8 $50.00 $ 400.00 $ 39.00 $ 312.00 $ 24.00 $ 192.00 $ 39.00 $ 312.00 $ 38.00 $ 304.00 $ 60.00 $ 480.00 $ 30.00 $ 240.00 $ 36.65 $ 293.20 36 WATERMAIN 6" D.C.I. CL. 52 LIN. FT. 85 $35.00 $ 2,975.00 $ 31.00 $ 2,635.00 $ 23.00 $ 1,955.00 $ 27.40 $ 2,329.00 $ 40.00 $ 3,400.00 $ 60.00 $ 5,100.00 $ 32.00 $ 2,720.00 $ 33.70 $ 2,864.50 37 WATERMAIN 8" D.C.I. CL. 52 LIN. FT. 1772 $35.00 $ 62,020.00 $ 32.90 $ 58,298.80 $ 26.00 $ 46,072.00 $ 30.90 $ 54,754.80 $ 40.10 $ 71,057.20 $ 36.00 $ 63,792.00 $ 40.00 $ 70,880.00 $ 39.10 $ 69,285.20 TOTAL $ 274,345.50 $ 300,800.35 CALC ERR $ 334,422.59 $ 273,938.65 $ 281,640.15 $ 322,504.02 $ 290,247.73 $ 306,914.30 2 OF 3 H-1560 - HACKLEY AVE., HUDSON ST. TO SEAWAY DR BID TABULATION - 03/03/09 CONTRACTOR KAMMINGA & ROODVOETSLODESTAR CONSTRUCTION NAGEL CONSTRUCTION SCHIPPERS EXCAVATING BULTEMA BROTHERS WYOMING EXCAVATORS FELCO CONTRACTORS ADDRESS ENGINEER'S 3435 BROADMOOR SE 333 NORTH PARK NW PO BOX 10 9829 LAKE MICHIGAN DR 7744 S. DIVISION AVE. 9580 3 MILE RD 874 PULASKI AVE. CITY/ST/ZIP ESTIMATE GRAND RAPIDS, MI 49512 GRAND RAPIDS, MI 49544 MOLINE, MI 49335-0010 WEST OLIVE, MI 49460 GRAND RAPIDS, MI 49548 ADA, MI 49301 MUSKEGON, MI 49441 ITEM OF WORK UNIT QTY UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE 1 ADJUST CATCH BASIN CASTING EACH 3 $450.00 $ 1,350.00 $ 300.00 $ 900.00 $ 350.00 $ 1,050.00 $ 125.00 $ 375.00 $ 350.00 $ 1,050.00 $ 515.00 $ 1,545.00 $ 627.00 $ 1,881.00 $ 250.00 $ 750.00 2 ADJUST MH CASTING EACH 10 $450.00 $ 4,500.00 $ 400.00 $ 4,000.00 $ 350.00 $ 3,500.00 $ 250.00 $ 2,500.00 $ 350.00 $ 3,500.00 $ 515.00 $ 5,150.00 $ 737.00 $ 7,370.00 $ 250.00 $ 2,500.00 3 AGGREGATE BASE 22A C.I.P. SQ.YD. 2220 $6.00 $ 13,320.00 $ 6.00 $ 13,320.00 $ 9.00 $ 19,980.00 $ 6.90 $ 15,318.00 $ 8.85 $ 19,647.00 $ 7.10 $ 15,762.00 $ 8.00 $ 17,760.00 $ 4.90 $ 10,878.00 4 AGGREGATE PREPARATORY WORK STA. 15.9 $500.00 $ 7,950.00 $ 200.00 $ 3,180.00 $ 900.00 $ 14,310.00 $ 400.00 $ 6,360.00 $ 450.00 $ 7,155.00 $ 1,073.20 $ 17,063.88 $ 770.00 $ 12,243.00 $ 155.00 $ 2,464.50 5 BENDS D.C.I. 8" 45º M.J. EACH 26 $325.00 $ 8,450.00 $ 375.00 $ 9,750.00 $ 350.00 $ 9,100.00 $ 300.00 $ 7,800.00 $ 300.00 $ 7,800.00 $ 300.00 $ 7,800.00 $ 518.50 $ 13,481.00 $ 185.00 $ 4,810.00 6 BIT. LEVELING MIX 3C @ 220#/SQ.YD. TON 635 $60.00 $ 38,100.00 $ 66.95 $ 42,513.25 $ 68.00 $ 43,180.00 $ 67.00 $ 42,545.00 $ 68.50 $ 43,497.50 $ 66.95 $ 42,513.25 $ 74.00 $ 46,990.00 $ 72.00 $ 45,720.00 7 BIT. TOP MIX 4C @ 220#/SQ.YD. TON 635 $65.00 $ 41,275.00 $ 71.55 $ 45,434.25 $ 72.00 $ 45,720.00 $ 71.60 $ 45,466.00 $ 80.00 $ 50,800.00 $ 71.55 $ 45,434.25 $ 79.00 $ 50,165.00 $ 76.00 $ 48,260.00 8 CONCRETE SIDEWALK 4" SQ.FT. 871 $3.00 $ 2,613.00 $ 3.00 $ 2,613.00 $ 2.50 $ 2,177.50 $ 3.00 $ 2,613.00 $ 2.50 $ 2,177.50 $ 3.56 $ 3,100.76 $ 3.50 $ 3,048.50 $ 3.00 $ 2,613.00 9 CORP. STOP 1" MUELLER #15000 OR EQUAL EACH 11 $200.00 $ 2,200.00 $ 230.00 $ 2,530.00 $ 175.00 $ 1,925.00 $ 100.00 $ 1,100.00 $ 165.00 $ 1,815.00 $ 116.70 $ 1,283.70 $ 200.00 $ 2,200.00 $ 110.00 $ 1,210.00 10 CROSS D.C.I. 8"x 8" M.J. EACH 2 $500.00 $ 1,000.00 $ 650.00 $ 1,300.00 $ 825.00 $ 1,650.00 $ 515.00 $ 1,030.00 $ 650.00 $ 1,300.00 $ 547.60 $ 1,095.20 $ 808.50 $ 1,617.00 $ 375.00 $ 750.00 11 CURB STOP I" W / BOX MUELLER #15150 OR EQUAL EACH 8 $200.00 $ 1,600.00 $ 300.00 $ 2,400.00 $ 250.00 $ 2,000.00 $ 190.00 $ 1,520.00 $ 280.00 $ 2,240.00 $ 377.10 $ 3,016.80 $ 282.00 $ 2,256.00 $ 145.00 $ 1,160.00 12 EROSION CONTROL, INLET PROTECTION, FABRIC DROP EACH 11 $90.00 $ 990.00 $ 100.00 $ 1,100.00 $ 125.00 $ 1,375.00 $ 85.00 $ 935.00 $ 75.00 $ 825.00 $ 126.50 $ 1,391.50 $ 115.50 $ 1,270.50 $ 250.00 $ 2,750.00 13 HYDRANT STD. EACH 4 $1,750.00 $ 7,000.00 $ 1,650.00 $ 6,600.00 $ 2,000.00 $ 8,000.00 $ 2,200.00 $ 8,800.00 $ 1,850.00 $ 7,400.00 $ 2,259.00 $ 9,036.00 $ 2,123.00 $ 8,492.00 $ 2,300.00 $ 9,200.00 14 MANHOLE CASTING E.J.#1045 OR EQUAL EACH 9 $500.00 $ 4,500.00 $ 250.00 $ 2,250.00 $ 625.00 $ 5,625.00 $ 400.00 $ 3,600.00 $ 500.00 $ 4,500.00 $ 624.00 $ 5,616.00 $ 286.00 $ 2,574.00 $ 500.00 $ 4,500.00 15 PAVMT. MARK. OVERLAY, COLD PLASTIC (LT. TURN ARROW) EACH 3 $100.00 $ 300.00 $ 125.00 $ 375.00 $ 130.00 $ 390.00 $ 125.00 $ 375.00 $ 135.00 $ 405.00 $ 125.00 $ 375.00 $ 137.50 $ 412.50 $ 375.00 $ 1,125.00 16 PAVMT. MARK. OVERLAY, COLD PLASTIC (ONLY) EACH 3 $100.00 $ 300.00 $ 135.00 $ 405.00 $ 140.00 $ 420.00 $ 135.00 $ 405.00 $ 145.00 $ 435.00 $ 135.00 $ 405.00 $ 148.50 $ 445.50 $ 375.00 $ 1,125.00 17 PAVMT. MARK. OVERLAY, COLD PLASTIC 18" STOP BAR LIN.FT. 66 $5.00 $ 330.00 $ 8.50 $ 561.00 $ 9.00 $ 594.00 $ 8.50 $ 561.00 $ 9.00 $ 594.00 $ 8.50 $ 561.00 $ 9.50 $ 627.00 $ 10.00 $ 660.00 18 PAVMT. MARKING WATERBORNE 4" WHITE EACH 300 $0.50 $ 150.00 $ 1.04 $ 312.00 $ 1.10 $ 330.00 $ 1.05 $ 315.00 $ 1.10 $ 330.00 $ 1.04 $ 312.00 $ 1.50 $ 450.00 $ 2.00 $ 600.00 19 PAVMT. MARKING WATERBORNE 4" YELLOW LIN.FT. 981 $0.50 $ 490.50 $ 1.04 $ 1,020.24 $ 1.10 $ 1,079.10 $ 1.00 $ 981.00 $ 1.10 $ 1,079.10 $ 1.04 $ 1,020.24 $ 1.50 $ 1,471.50 $ 2.00 $ 1,962.00 20 REDUCERS 8" TO 4" D.C.I. M.J. EACH 2 $320.00 $ 640.00 $ 275.00 $ 550.00 $ 300.00 $ 600.00 $ 200.00 $ 400.00 $ 250.00 $ 500.00 $ 214.00 $ 428.00 $ 377.00 $ 754.00 $ 175.00 $ 350.00 21 REDUCERS 8" TO 6" D.C.I. M.J. EACH 4 $350.00 $ 1,400.00 $ 280.00 $ 1,120.00 $ 300.00 $ 1,200.00 $ 230.00 $ 920.00 $ 260.00 $ 1,040.00 $ 223.00 $ 892.00 $ 392.00 $ 1,568.00 $ 175.00 $ 700.00 22 REMOVING BIT SURFACE SQ.YD. 5778 $2.50 $ 14,445.00 $ 2.25 $ 13,000.50 $ 1.25 $ 7,222.50 $ 1.00 $ 5,778.00 $ 2.00 $ 11,556.00 $ 1.31 $ 7,569.18 $ 2.50 $ 14,445.00 $ 1.00 $ 5,778.00 23 SAND REFILL CU.YD. 1056 $7.00 $ 7,392.00 $ 9.00 $ 9,504.00 $ 16.50 $ 17,424.00 $ 6.50 $ 6,864.00 $ 6.00 $ 6,336.00 $ 10.43 $ 11,014.08 $ 6.50 $ 6,864.00 $ 6.00 $ 6,336.00 24 SLEEVE LONG 6" D.C.I. M.J. EACH 2 $350.00 $ 700.00 $ 650.00 $ 1,300.00 $ 1,450.00 $ 2,900.00 $ 390.00 $ 780.00 $ 340.00 $ 680.00 $ 567.00 $ 1,134.00 $ 879.00 $ 1,758.00 $ 305.00 $ 610.00 25 SLEEVES LONG 4" D.C.I. M.J. EACH 2 $350.00 $ 700.00 $ 600.00 $ 1,200.00 $ 1,375.00 $ 2,750.00 $ 310.00 $ 620.00 $ 300.00 $ 600.00 $ 524.00 $ 1,048.00 $ 827.50 $ 1,655.00 $ 275.00 $ 550.00 26 SLEEVES LONG 8" D.C.I. M.J. EACH 9 $350.00 $ 3,150.00 $ 700.00 $ 6,300.00 $ 1,550.00 $ 13,950.00 $ 520.00 $ 4,680.00 $ 400.00 $ 3,600.00 $ 625.00 $ 5,625.00 $ 1,562.00 $ 14,058.00 $ 375.00 $ 3,375.00 27 TEE D.C.I. 8" x 8" x 8" M.J. EACH 3 $435.00 $ 1,305.00 $ 465.00 $ 1,395.00 $ 450.00 $ 1,350.00 $ 325.00 $ 975.00 $ 450.00 $ 1,350.00 $ 430.00 $ 1,290.00 $ 556.50 $ 1,669.50 $ 475.00 $ 1,425.00 28 TEE D.C.I. 8"X8"X6" M.J. EACH 4 $435.00 $ 1,740.00 $ 450.00 $ 1,800.00 $ 425.00 $ 1,700.00 $ 305.00 $ 1,220.00 $ 425.00 $ 1,700.00 $ 399.00 $ 1,596.00 $ 522.00 $ 2,088.00 $ 450.00 $ 1,800.00 29 TRAFFIC CONTROL LUMP 1 $15,000.00 $ 15,000.00 $ 10,000.00 $ 10,000.00 $ 9,000.00 $ 9,000.00 $ 8,000.00 $ 8,000.00 $ 12,000.00 $ 12,000.00 $ 8,200.00 $ 8,200.00 $ 8,800.00 $ 8,800.00 $ 9,000.00 $ 9,000.00 30 TRENCH REPAIR SPECIAL LIN. FT. 159 $40.00 $ 6,360.00 $ 30.00 $ 4,770.00 $ 125.00 $ 19,875.00 $ 16.00 $ 2,544.00 $ 30.00 $ 4,770.00 $ 34.95 $ 5,557.05 $ 77.00 $ 12,243.00 $ 25.00 $ 3,975.00 31 VALVE 6" GATE M.J. W/BOX EACH 4 $650.00 $ 2,600.00 $ 800.00 $ 3,200.00 $ 675.00 $ 2,700.00 $ 700.00 $ 2,800.00 $ 750.00 $ 3,000.00 $ 923.00 $ 3,692.00 $ 799.50 $ 3,198.00 $ 725.00 $ 2,900.00 32 VALVE 8" GATE M.J. W/BOX EACH 11 $800.00 $ 8,800.00 $ 825.00 $ 9,075.00 $ 900.00 $ 9,900.00 $ 900.00 $ 9,900.00 $ 1,000.00 $ 11,000.00 $ 1,178.00 $ 12,958.00 $ 1,014.50 $ 11,159.50 $ 870.00 $ 9,570.00 33 WATER METER PIT COMPLETE EACH 3 $600.00 $ 1,800.00 $ 2,000.00 $ 6,000.00 $ 1,000.00 $ 3,000.00 $ 500.00 $ 1,500.00 $ 880.00 $ 2,640.00 $ 529.00 $ 1,587.00 $ 1,664.50 $ 4,993.50 $ 500.00 $ 1,500.00 34 WATER SERVICE 1" TYPE "K" COPPER LIN. FT. 260 $25.00 $ 6,500.00 $ 36.00 $ 9,360.00 $ 35.00 $ 9,100.00 $ 16.00 $ 4,160.00 $ 14.00 $ 3,640.00 $ 10.65 $ 2,769.00 $ 36.50 $ 9,490.00 $ 9.00 $ 2,340.00 35 WATERMAIN 4" D.C.I. CL. 52 LIN.FT. 8 $50.00 $ 400.00 $ 45.00 $ 360.00 $ 135.00 $ 1,080.00 $ 60.00 $ 480.00 $ 33.00 $ 264.00 $ 55.85 $ 446.80 $ 79.00 $ 632.00 $ 28.00 $ 224.00 36 WATERMAIN 6" D.C.I. CL. 52 LIN. FT. 85 $35.00 $ 2,975.00 $ 38.00 $ 3,230.00 $ 90.00 $ 7,650.00 $ 35.00 $ 2,975.00 $ 34.00 $ 2,890.00 $ 29.59 $ 2,515.15 $ 65.00 $ 5,525.00 $ 29.00 $ 2,465.00 37 WATERMAIN 8" D.C.I. CL. 52 LIN. FT. 1772 $35.00 $ 62,020.00 $ 40.00 $ 70,880.00 $ 65.00 $ 115,180.00 $ 50.00 $ 88,600.00 $ 38.00 $ 67,336.00 $ 36.26 $ 64,252.72 $ 58.50 $ 103,662.00 $ 25.00 $ 44,300.00 TOTAL $ 274,345.50 $ 293,608.24 $ 388,987.10 $ 285,795.00 $ 291,452.10 $ 295,055.56 $ 379,317.00 $ 240,235.50 3 OF 3 H-1560 - HACKLEY AVE., HUDSON ST. TO SEAWAY DR BID TABULATION - 03/03/09 CONTRACTOR RON MEYER & ASSOC. EXC C & D HUGHES HALLACK CONTRACTING DAN HOE EXCAVATING JACK DYKSTRA EXC ADDRESS ENGINEER'S 1357 76TH AVE. 3097 LANSING RD. 4223 W POLK RD 13664 ROCKY'S RD. 3677 3 MILE CITY/ST/ZIP ESTIMATE ZEELAND, MI 49464 CHARLOTTE, MI 48113 HART, MI 49420 HOLLAND, MI 49424 GRAND RAPIDS, MI 49435 ITEM OF WORK UNIT QTY UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE 1 ADJUST CATCH BASIN CASTING EACH 3 $450.00 $ 1,350.00 $ 125.00 $ 375.00 $ 600.00 $ 1,800.00 $ 250.00 $ 750.00 $ 400.00 $ 1,200.00 $ 400.00 $ 1,200.00 2 ADJUST MH CASTING EACH 10 $450.00 $ 4,500.00 $ 375.00 $ 3,750.00 $ 600.00 $ 6,000.00 $ 250.00 $ 2,500.00 $ 450.00 $ 4,500.00 $ 405.00 $ 4,050.00 3 AGGREGATE BASE 22A C.I.P. SQ.YD. 2220 $6.00 $ 13,320.00 $ 3.90 $ 8,658.00 $ 5.00 $ 11,100.00 $ 7.00 $ 15,540.00 $ 6.50 $ 14,430.00 $ 6.25 $ 13,875.00 4 AGGREGATE PREPARATORY WORK STA. 15.9 $500.00 $ 7,950.00 $ 500.00 $ 7,950.00 $ 350.00 $ 5,565.00 $ 350.00 $ 5,565.00 $ 265.00 $ 4,213.50 $ 500.00 $ 7,950.00 5 BENDS D.C.I. 8" 45º M.J. EACH 26 $325.00 $ 8,450.00 $ 305.00 $ 7,930.00 $ 250.00 $ 6,500.00 $ 375.00 $ 9,750.00 $ 375.00 $ 9,750.00 $ 245.00 $ 6,370.00 6 BIT. LEVELING MIX 3C @ 220#/SQ.YD. TON 635 $60.00 $ 38,100.00 $ 71.42 $ 45,351.70 $ 71.42 $ 45,351.70 $ 66.95 $ 42,513.25 $ 75.00 $ 47,625.00 $ 67.00 $ 42,545.00 7 BIT. TOP MIX 4C @ 220#/SQ.YD. TON 635 $65.00 $ 41,275.00 $ 74.40 $ 47,244.00 $ 74.40 $ 47,244.00 $ 71.55 $ 45,434.25 $ 75.00 $ 47,625.00 $ 72.00 $ 45,720.00 8 CONCRETE SIDEWALK 4" SQ.FT. 871 $3.00 $ 2,613.00 $ 2.41 $ 2,099.11 $ 2.25 $ 1,959.75 $ 2.50 $ 2,177.50 $ 5.00 $ 4,355.00 $ 3.40 $ 2,961.40 9 CORP. STOP 1" MUELLER #15000 OR EQUAL EACH 11 $200.00 $ 2,200.00 $ 125.00 $ 1,375.00 $ 200.00 $ 2,200.00 $ 83.00 $ 913.00 $ 250.00 $ 2,750.00 $ 95.00 $ 1,045.00 10 CROSS D.C.I. 8"x 8" M.J. EACH 2 $500.00 $ 1,000.00 $ 1,265.00 $ 2,530.00 $ 400.00 $ 800.00 $ 730.00 $ 1,460.00 $ 575.00 $ 1,150.00 $ 480.00 $ 960.00 11 CURB STOP I" W / BOX MUELLER #15150 OR EQUAL EACH 8 $200.00 $ 1,600.00 $ 237.00 $ 1,896.00 $ 1,000.00 $ 8,000.00 $ 200.00 $ 1,600.00 $ 350.00 $ 2,800.00 $ 165.00 $ 1,320.00 12 EROSION CONTROL, INLET PROTECTION, FABRIC DROP EACH 11 $90.00 $ 990.00 $ 80.00 $ 880.00 $ 100.00 $ 1,100.00 $ 75.00 $ 825.00 $ 200.00 $ 2,200.00 $ 100.00 $ 1,100.00 13 HYDRANT STD. EACH 4 $1,750.00 $ 7,000.00 $ 1,600.00 $ 6,400.00 $ 2,300.00 $ 9,200.00 $ 3,000.00 $ 12,000.00 $ 2,100.00 $ 8,400.00 $ 1,745.00 $ 6,980.00 14 MANHOLE CASTING E.J.#1045 OR EQUAL EACH 9 $500.00 $ 4,500.00 $ 525.00 $ 4,725.00 $ 700.00 $ 6,300.00 $ 400.00 $ 3,600.00 $ 575.00 $ 5,175.00 $ 300.00 $ 2,700.00 15 PAVMT. MARK. OVERLAY, COLD PLASTIC (LT. TURN ARROW) EACH 3 $100.00 $ 300.00 $ 125.00 $ 375.00 $ 125.00 $ 375.00 $ 125.00 $ 375.00 $ 150.00 $ 450.00 $ 125.00 $ 375.00 16 PAVMT. MARK. OVERLAY, COLD PLASTIC (ONLY) EACH 3 $100.00 $ 300.00 $ 135.00 $ 405.00 $ 135.00 $ 405.00 $ 135.00 $ 405.00 $ 150.00 $ 450.00 $ 135.00 $ 405.00 17 PAVMT. MARK. OVERLAY, COLD PLASTIC 18" STOP BAR LIN.FT. 66 $5.00 $ 330.00 $ 8.50 $ 561.00 $ 8.50 $ 561.00 $ 8.50 $ 561.00 $ 9.00 $ 594.00 $ 8.50 $ 561.00 18 PAVMT. MARKING WATERBORNE 4" WHITE EACH 300 $0.50 $ 150.00 $ 1.04 $ 312.00 $ 1.04 $ 312.00 $ 1.04 $ 312.00 $ 1.10 $ 330.00 $ 1.10 $ 330.00 19 PAVMT. MARKING WATERBORNE 4" YELLOW LIN.FT. 981 $0.50 $ 490.50 $ 1.04 $ 1,020.24 $ 1.04 $ 1,020.24 $ 1.04 $ 1,020.24 $ 1.10 $ 1,079.10 $ 1.10 $ 1,079.10 20 REDUCERS 8" TO 4" D.C.I. M.J. EACH 2 $320.00 $ 640.00 $ 420.00 $ 840.00 $ 250.00 $ 500.00 $ 350.00 $ 700.00 $ 475.00 $ 950.00 $ 190.00 $ 380.00 21 REDUCERS 8" TO 6" D.C.I. M.J. EACH 4 $350.00 $ 1,400.00 $ 405.00 $ 1,620.00 $ 300.00 $ 1,200.00 $ 350.00 $ 1,400.00 $ 475.00 $ 1,900.00 $ 235.00 $ 940.00 22 REMOVING BIT SURFACE SQ.YD. 5778 $2.50 $ 14,445.00 $ 2.32 $ 13,404.96 $ 2.00 $ 11,556.00 $ 1.50 $ 8,667.00 $ 2.00 $ 11,556.00 $ 2.00 $ 11,556.00 23 SAND REFILL CU.YD. 1056 $7.00 $ 7,392.00 $ 0.50 $ 528.00 $ 9.00 $ 9,504.00 $ 4.00 $ 4,224.00 $ 11.00 $ 11,616.00 $ 10.75 $ 11,352.00 24 SLEEVE LONG 6" D.C.I. M.J. EACH 2 $350.00 $ 700.00 $ 835.00 $ 1,670.00 $ 200.00 $ 400.00 $ 410.00 $ 820.00 $ 350.00 $ 700.00 $ 400.00 $ 800.00 25 SLEEVES LONG 4" D.C.I. M.J. EACH 2 $350.00 $ 700.00 $ 610.00 $ 1,220.00 $ 150.00 $ 300.00 $ 400.00 $ 800.00 $ 350.00 $ 700.00 $ 360.00 $ 720.00 26 SLEEVES LONG 8" D.C.I. M.J. EACH 9 $350.00 $ 3,150.00 $ 900.00 $ 8,100.00 $ 200.00 $ 1,800.00 $ 490.00 $ 4,410.00 $ 425.00 $ 3,825.00 $ 445.00 $ 4,005.00 27 TEE D.C.I. 8" x 8" x 8" M.J. EACH 3 $435.00 $ 1,305.00 $ 635.00 $ 1,905.00 $ 550.00 $ 1,650.00 $ 470.00 $ 1,410.00 $ 525.00 $ 1,575.00 $ 355.00 $ 1,065.00 28 TEE D.C.I. 8"X8"X6" M.J. EACH 4 $435.00 $ 1,740.00 $ 620.00 $ 2,480.00 $ 350.00 $ 1,400.00 $ 460.00 $ 1,840.00 $ 500.00 $ 2,000.00 $ 330.00 $ 1,320.00 29 TRAFFIC CONTROL LUMP 1 $15,000.00 $ 15,000.00 $ 24,269.50 $ 24,269.50 $ 10,000.00 $ 10,000.00 $ 9,750.00 $ 9,750.00 $ 9,000.00 $ 9,000.00 $ 8,000.00 $ 8,000.00 30 TRENCH REPAIR SPECIAL LIN. FT. 159 $40.00 $ 6,360.00 $ 30.00 $ 4,770.00 $ 40.00 $ 6,360.00 $ 20.00 $ 3,180.00 $ 32.00 $ 5,088.00 $ 50.00 $ 7,950.00 31 VALVE 6" GATE M.J. W/BOX EACH 4 $650.00 $ 2,600.00 $ 635.00 $ 2,540.00 $ 800.00 $ 3,200.00 $ 640.00 $ 2,560.00 $ 925.00 $ 3,700.00 $ 655.00 $ 2,620.00 32 VALVE 8" GATE M.J. W/BOX EACH 11 $800.00 $ 8,800.00 $ 805.00 $ 8,855.00 $ 1,000.00 $ 11,000.00 $ 800.00 $ 8,800.00 $ 1,050.00 $ 11,550.00 $ 905.00 $ 9,955.00 33 WATER METER PIT COMPLETE EACH 3 $600.00 $ 1,800.00 $ 465.00 $ 1,395.00 $ 2,500.00 $ 7,500.00 $ 500.00 $ 1,500.00 $ 725.00 $ 2,175.00 $ 470.00 $ 1,410.00 34 WATER SERVICE 1" TYPE "K" COPPER LIN. FT. 260 $25.00 $ 6,500.00 $ 21.00 $ 5,460.00 $ 50.00 $ 13,000.00 $ 18.00 $ 4,680.00 $ 19.00 $ 4,940.00 $ 17.75 $ 4,615.00 35 WATERMAIN 4" D.C.I. CL. 52 LIN.FT. 8 $50.00 $ 400.00 $ 61.50 $ 492.00 $ 62.00 $ 496.00 $ 30.00 $ 240.00 $ 68.00 $ 544.00 $ 42.00 $ 336.00 36 WATERMAIN 6" D.C.I. CL. 52 LIN. FT. 85 $35.00 $ 2,975.00 $ 38.00 $ 3,230.00 $ 68.00 $ 5,780.00 $ 30.00 $ 2,550.00 $ 25.00 $ 2,125.00 $ 32.30 $ 2,745.50 37 WATERMAIN 8" D.C.I. CL. 52 LIN. FT. 1772 $35.00 $ 62,020.00 $ 35.65 $ 63,171.80 $ 70.00 $ 124,040.00 $ 32.90 $ 58,298.80 $ 50.00 $ 88,600.00 $ 33.80 $ 59,893.60 TOTAL $ 274,345.50 $ 289,788.31 $ 365,479.69 $ 263,131.04 $ 321,620.60 $ 271,189.60 Date: March 10, 2009 To: Honorable Mayor and City Commissioners From: Engineering RE: Consideration of Bids for: Wood Street, Isabella to Apple (H-1651 & W- 716) SUMMARY OF REQUEST: Award the Wood Street project, H-1651 & W-716, to Felco Contractors out of Muskegon since they were the lowest responsible bidder with a total bid price of $116,954 (see attached bid tabulation). FINANCIAL IMPACT: The construction cost of $116,954 plus engineering cost which is estimated at an additional 15%. BUDGET ACTION REQUIRED: None at this, however, the first quarter forecast for 2009 will be modified to add the cost for the watermain replacement. STAFF RECOMMENDATION: Award the contract to Felco Contractors. COMMITTEE RECOMMENDATION: 1 OF 3 H-1651 WOOD STREET, ISABELLA AVE. TO APPLE AVE. BID TABULATION - 03/03/09 CONTRACTOR WADEL STABILIZATION, INC. BRENNER EXCAVATING JACKSON-MERKEY MILBOCKER & SONS MCCORMICK SAND INC. KAMMINGA & ROODVOETS ADDRESS ENGINEER'S 2500 N. OCEANA DR. 2841 132ND AVE. 555 W. WESTERN AVE. 1256 29TH ST. 5430 RUSSELL RD. 3435 BROADMOOR SE CITY/ST/ZIP ESTIMATE HART, MI 49420 HOPKINS, MI 49328 MUSKEGON, MI 49441 ALLEGAN, MI 49010 TWIN LAKE, MI 49457 GRAND RAPIDS, MI 49512 ITEM OF WORK UNIT QTY UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE 1 BEND 45° 8" D.I. M.J. EACH 6 $325.00 $ 1,950.00 $ 292.00 $ 1,752.00 $ 275.00 $ 1,650.00 $ 300.00 $ 1,800.00 $ 260.00 $ 1,560.00 $ 359.00 $ 2,154.00 $ 300.00 $ 1,800.00 2 CORP. STOP 1" MUELLER #15000 OR EQUAL EACH 12 $210.00 $ 2,520.00 $ 400.00 $ 4,800.00 $ 184.00 $ 2,208.00 $ 200.00 $ 2,400.00 $ 290.00 $ 3,480.00 $ 292.00 $ 3,504.00 $ 200.00 $ 2,400.00 3 CUT AND CAP 6” WATERMAIN EACH 1 $400.00 $ 400.00 $ 650.00 $ 650.00 $ 122.00 $ 122.00 $ 250.00 $ 250.00 $ 100.00 $ 100.00 $ 300.00 $ 300.00 $ 500.00 $ 500.00 4 DR STRUCTURE, COVER, ADJUST EACH 5 $425.00 $ 2,125.00 $ 400.00 $ 2,000.00 $ 472.00 $ 2,360.00 $ 365.00 $ 1,825.00 $ 412.00 $ 2,060.00 $ 450.00 $ 2,250.00 $ 400.00 $ 2,000.00 5 DR STRUCTURE, RECONSTRUCT FT. 3 $210.00 $ 630.00 $ 500.00 $ 1,500.00 $ 362.00 $ 1,086.00 $ 145.00 $ 435.00 $ 200.00 $ 600.00 $ 200.00 $ 600.00 $ 150.00 $ 450.00 6 EROSION CONTROL, INLET PROTECTION, FABRIC DROP EACH 6 $140.00 $ 840.00 $ 120.00 $ 720.00 $ 98.00 $ 588.00 $ 100.00 $ 600.00 $ 97.00 $ 582.00 $ 44.00 $ 264.00 $ 150.00 $ 900.00 7 HMA, 2C Ton 5 $75.00 $ 375.00 $ 70.00 $ 350.00 $ 74.00 $ 370.00 $ 75.00 $ 375.00 $ 70.00 $ 350.00 $ 70.00 $ 350.00 $ 70.00 $ 350.00 8 HMA, 4C Ton 400 $66.50 $ 26,600.00 $ 74.56 $ 29,824.00 $ 79.00 $ 31,600.00 $ 83.00 $ 33,200.00 $ 74.56 $ 29,824.00 $ 74.60 $ 29,840.00 $ 74.56 $ 29,824.00 9 HMA SURFACE, REM S.Y. 2155 $3.50 $ 7,542.50 $ 5.50 $ 11,852.50 $ 1.60 $ 3,448.00 $ 0.90 $ 1,939.50 $ 1.90 $ 4,094.50 $ 1.60 $ 3,448.00 $ 3.00 $ 6,465.00 10 HYDRANT STANDARD EACH 2 $1,200.00 $ 2,400.00 $ 2,650.00 $ 5,300.00 $ 2,365.00 $ 4,730.00 $ 1,910.00 $ 3,820.00 $ 2,030.00 $ 4,060.00 $ 1,956.00 $ 3,912.00 $ 1,600.00 $ 3,200.00 11 MAINTENANCE GRAVEL, LM C.Y. 100 $20.00 $ 2,000.00 $ 25.00 $ 2,500.00 $ 5.00 $ 500.00 $ 8.00 $ 800.00 $ 15.00 $ 1,500.00 $ 10.00 $ 1,000.00 $ 6.00 $ 600.00 12 MH CASTING EAST JORDAN #1045 OR EQUAL EACH 5 $410.00 $ 2,050.00 $ 710.00 $ 3,550.00 $ 565.00 $ 2,825.00 $ 305.00 $ 1,525.00 $ 700.00 $ 3,500.00 $ 331.00 $ 1,655.00 $ 300.00 $ 1,500.00 13 PAVT. MRKG, OVERLAY COLD PLASTIC SYMBOL, ONLY EACH 1 $120.00 $ 120.00 $ 165.00 $ 165.00 $ 175.00 $ 175.00 $ 145.00 $ 145.00 $ 165.00 $ 165.00 $ 165.00 $ 165.00 $ 165.00 $ 165.00 14 PAVT. MRKG, OVERLAY COLD PLASTIC SYMBOL, ARROWEACH 1 $100.00 $ 100.00 $ 155.00 $ 155.00 $ 164.00 $ 164.00 $ 135.00 $ 135.00 $ 155.00 $ 155.00 $ 155.00 $ 155.00 $ 155.00 $ 155.00 15 PAVT. MRKG, WATERBORNE, 4" WHITE LIN. FT. 100 $1.30 $ 130.00 $ 1.00 $ 100.00 $ 1.00 $ 100.00 $ 1.10 $ 110.00 $ 0.97 $ 97.00 $ 1.00 $ 100.00 $ 0.97 $ 97.00 16 PAVT. MRKG, WATERBORNE, 4" YELLOW LIN. FT. 450 $1.00 $ 450.00 $ 1.00 $ 450.00 $ 1.00 $ 450.00 $ 1.10 $ 495.00 $ 0.97 $ 436.50 $ 1.00 $ 450.00 $ 0.97 $ 436.50 17 REDUCER 8" X 6" D.I. M.J. EACH 1 $400.00 $ 400.00 $ 252.00 $ 252.00 $ 234.00 $ 234.00 $ 260.00 $ 260.00 $ 210.00 $ 210.00 $ 320.00 $ 320.00 $ 300.00 $ 300.00 18 SIDEWALK RAMP, DETECTABLE WARNING, RETRO SQ.FT. 175 $7.00 $ 1,225.00 $ 8.50 $ 1,487.50 $ 7.30 $ 1,277.50 $ 55.00 $ 9,625.00 $ 30.00 $ 5,250.00 $ 12.00 $ 2,100.00 $ 40.00 $ 7,000.00 19 SLEEVE, 8" D.I. MJ. LONG EACH 5 $500.00 $ 2,500.00 $ 750.00 $ 3,750.00 $ 280.00 $ 1,400.00 $ 310.00 $ 1,550.00 $ 1,400.00 $ 7,000.00 $ 556.00 $ 2,780.00 $ 500.00 $ 2,500.00 20 TEE 8" X 8" X 8" D.I. M.J. EACH 2 $500.00 $ 1,000.00 $ 450.00 $ 900.00 $ 412.00 $ 824.00 $ 400.00 $ 800.00 $ 360.00 $ 720.00 $ 546.00 $ 1,092.00 $ 475.00 $ 950.00 21 TEE 8" X 8" X 6" D.I. M.J. EACH 2 $400.00 $ 800.00 $ 420.00 $ 840.00 $ 386.00 $ 772.00 $ 415.00 $ 830.00 $ 350.00 $ 700.00 $ 521.00 $ 1,042.00 $ 450.00 $ 900.00 22 TRAFFIC CONTROL LUMP 1 $6,000.00 $ 6,000.00 $ 5,500.00 $ 5,500.00 $ 11,925.00 $ 11,925.00 $ 3,775.00 $ 3,775.00 $18,500.00 $ 18,500.00 $ 7,415.00 $ 7,415.00 $ 8,500.00 $ 8,500.00 23 TRENCH REPAIR MAJOR STREET - TYPE III LIN. FT. 730 $30.00 $ 21,900.00 $ 72.30 $ 52,779.00 $ 35.00 $ 25,550.00 $ 40.00 $ 29,200.00 $ 37.00 $ 27,010.00 $ 32.00 $ 23,360.00 $ 36.00 $ 26,280.00 24 TRENCH REPAIR SPECIAL LIN. FT. 25 $36.00 $ 900.00 $ 57.50 $ 1,437.50 $ 38.00 $ 950.00 $ 151.00 $ 3,775.00 $ 46.00 $ 1,150.00 $ 40.00 $ 1,000.00 $ 30.00 $ 750.00 25 VALVE GATE 6" M.J. W/BOX EACH 2 $750.00 $ 1,500.00 $ 1,150.00 $ 2,300.00 $ 862.00 $ 1,724.00 $ 710.00 $ 1,420.00 $ 750.00 $ 1,500.00 $ 893.00 $ 1,786.00 $ 750.00 $ 1,500.00 26 VALVE GATE 8" M.J. W/BOX EACH 4 $900.00 $ 3,600.00 $ 1,350.00 $ 5,400.00 $ 1,182.00 $ 4,728.00 $ 890.00 $ 3,560.00 $ 970.00 $ 3,880.00 $ 1,169.00 $ 4,676.00 $ 900.00 $ 3,600.00 27 WATER SERVICE 1" TYPE "K" COPPER LIN. FT. 134 $20.00 $ 2,680.00 $ 10.00 $ 1,340.00 $ 10.50 $ 1,407.00 $ 28.00 $ 3,752.00 $ 28.00 $ 3,752.00 $ 11.00 $ 1,474.00 $ 40.00 $ 5,360.00 28 WATERMAIN 6" D.I. CL 52 LIN. FT. 44 $40.00 $ 1,760.00 $ 45.00 $ 1,980.00 $ 30.25 $ 1,331.00 $ 40.00 $ 1,760.00 $ 40.00 $ 1,760.00 $ 32.00 $ 1,408.00 $ 43.00 $ 1,892.00 29 WATERMAIN 8" D.I. CL 52 LIN. FT. 690 $40.00 $ 27,600.00 $ 35.90 $ 24,771.00 $ 32.00 $ 22,080.00 $ 43.00 $ 29,670.00 $ 35.00 $ 24,150.00 $ 36.00 $ 24,840.00 $ 44.00 $ 30,360.00 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - TOTAL $ 122,097.50 CALC ERR $ 168,405.50 $ 126,578.50 $ 139,831.50 $ 148,146.00 $ 123,440.00 $ 140,734.50 2 OF 3 H-1651 WOOD STREET, ISABELLA AVE. TO APPLE AVE. BID TABULATION - 03/03/09 CONTRACTOR LODESTAR CONSTRUCTION NAGEL CONSTRUCTION SCHIPPERS EXCAVATING BULTEMA BROTHERS WYOMING EXCAVATORS RON MEYER & ASSOC. EXC. ADDRESS ENGINEER'S 333 NORTH PARK NW PO BOX 10 9829 LAKE MICHIGAN DR 7744 S. DIVISION AVE. 9580 3 MILE RD 1357 76TH AVE. CITY/ST/ZIP ESTIMATE GRAND RAPIDS, MI 49544 MOLINE, MI 49335-0010 WEST OLIVE, MI 49460 GRAND RAPIDS, MI 49548 ADA, MI 49301 ZEELAND, MI 49464 ITEM OF WORK UNIT QTY UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE 1 BEND 45° 8" D.I. M.J. EACH 6 $325.00 $ 1,950.00 $ 400.00 $ 2,400.00 $ 265.00 $ 1,590.00 $ 300.00 $ 1,800.00 $ 354.35 $ 2,126.10 $ 447.00 $ 2,682.00 $ 305.00 $ 1,830.00 2 CORP. STOP 1" MUELLER #15000 OR EQUAL EACH 12 $210.00 $ 2,520.00 $ 200.00 $ 2,400.00 $ 100.00 $ 1,200.00 $ 170.00 $ 2,040.00 $ 131.14 $ 1,573.68 $ 200.50 $ 2,406.00 $ 125.00 $ 1,500.00 3 CUT AND CAP 6” WATERMAIN EACH 1 $400.00 $ 400.00 $ 350.00 $ 350.00 $ 400.00 $ 400.00 $ 1,000.00 $ 1,000.00 $ 229.56 $ 229.56 $ 287.50 $ 287.50 $ 250.00 $ 250.00 4 DR STRUCTURE, COVER, ADJUST EACH 5 $425.00 $ 2,125.00 $ 400.00 $ 2,000.00 $ 250.00 $ 1,250.00 $ 350.00 $ 1,750.00 $ 374.66 $ 1,873.30 $ 737.00 $ 3,685.00 $ 125.00 $ 625.00 5 DR STRUCTURE, RECONSTRUCT FT. 3 $210.00 $ 630.00 $ 50.00 $ 150.00 $ 150.00 $ 450.00 $ 500.00 $ 1,500.00 $ 527.29 $ 1,581.87 $ 737.00 $ 2,211.00 $ 250.00 $ 750.00 6 EROSION CONTROL, INLET PROTECTION, FABRIC DROP EACH 6 $140.00 $ 840.00 $ 135.00 $ 810.00 $ 75.00 $ 450.00 $ 100.00 $ 600.00 $ 131.53 $ 789.18 $ 115.50 $ 693.00 $ 60.00 $ 360.00 7 HMA, 2C Ton 5 $75.00 $ 375.00 $ 80.00 $ 400.00 $ 70.00 $ 350.00 $ 81.00 $ 405.00 $ 110.00 $ 550.00 $ 77.00 $ 385.00 $ 70.00 $ 350.00 8 HMA, 4C Ton 400 $66.50 $ 26,600.00 $ 100.00 $ 40,000.00 $ 75.00 $ 30,000.00 $ 86.00 $ 34,400.00 $ 75.00 $ 30,000.00 $ 82.50 $ 33,000.00 $ 75.00 $ 30,000.00 9 HMA SURFACE, REM S.Y. 2155 $3.50 $ 7,542.50 $ 2.00 $ 4,310.00 $ 2.00 $ 4,310.00 $ 2.00 $ 4,310.00 $ 2.73 $ 5,883.15 $ 3.00 $ 6,465.00 $ 4.00 $ 8,620.00 10 HYDRANT STANDARD EACH 2 $1,200.00 $ 2,400.00 $ 2,500.00 $ 5,000.00 $ 2,250.00 $ 4,500.00 $ 1,850.00 $ 3,700.00 $ 2,372.00 $ 4,744.00 $ 2,062.50 $ 4,125.00 $ 1,600.00 $ 3,200.00 11 MAINTENANCE GRAVEL, LM C.Y. 100 $20.00 $ 2,000.00 $ 25.00 $ 2,500.00 $ 5.00 $ 500.00 $ 20.00 $ 2,000.00 $ 6.71 $ 671.00 $ 22.00 $ 2,200.00 $ 20.00 $ 2,000.00 12 MH CASTING EAST JORDAN #1045 OR EQUAL EACH 5 $410.00 $ 2,050.00 $ 625.00 $ 3,125.00 $ 425.00 $ 2,125.00 $ 500.00 $ 2,500.00 $ 392.79 $ 1,963.95 $ 313.50 $ 1,567.50 $ 550.00 $ 2,750.00 13 PAVT. MRKG, OVERLAY COLD PLASTIC SYMBOL, ONLY EACH 1 $120.00 $ 120.00 $ 170.00 $ 170.00 $ 165.00 $ 165.00 $ 150.00 $ 150.00 $ 90.00 $ 90.00 $ 181.50 $ 181.50 $ 165.00 $ 165.00 14 PAVT. MRKG, OVERLAY COLD PLASTIC SYMBOL, ARROWEACH 1 $100.00 $ 100.00 $ 160.00 $ 160.00 $ 155.00 $ 155.00 $ 140.00 $ 140.00 $ 85.00 $ 85.00 $ 170.50 $ 170.50 $ 165.00 $ 165.00 15 PAVT. MRKG, WATERBORNE, 4" WHITE LIN. FT. 100 $1.30 $ 130.00 $ 1.00 $ 100.00 $ 0.97 $ 97.00 $ 2.00 $ 200.00 $ 0.21 $ 21.00 $ 1.50 $ 150.00 $ 1.00 $ 100.00 16 PAVT. MRKG, WATERBORNE, 4" YELLOW LIN. FT. 450 $1.00 $ 450.00 $ 1.00 $ 450.00 $ 1.00 $ 450.00 $ 2.00 $ 900.00 $ 0.95 $ 427.50 $ 1.50 $ 675.00 $ 1.00 $ 450.00 17 REDUCER 8" X 6" D.I. M.J. EACH 1 $400.00 $ 400.00 $ 200.00 $ 200.00 $ 330.00 $ 330.00 $ 260.00 $ 260.00 $ 59.67 $ 59.67 $ 381.00 $ 381.00 $ 405.00 $ 405.00 18 SIDEWALK RAMP, DETECTABLE WARNING, RETRO SQ.FT. 175 $7.00 $ 1,225.00 $ 10.00 $ 1,750.00 $ 7.00 $ 1,225.00 $ 35.00 $ 6,125.00 $ 6.92 $ 1,211.00 $ 11.00 $ 1,925.00 $ 7.50 $ 1,312.50 19 SLEEVE, 8" D.I. MJ. LONG EACH 5 $500.00 $ 2,500.00 $ 1,550.00 $ 7,750.00 $ 610.00 $ 3,050.00 $ 400.00 $ 2,000.00 $ 660.39 $ 3,301.95 $ 1,317.00 $ 6,585.00 $ 900.00 $ 4,500.00 20 TEE 8" X 8" X 8" D.I. M.J. EACH 2 $500.00 $ 1,000.00 $ 425.00 $ 850.00 $ 355.00 $ 710.00 $ 450.00 $ 900.00 $ 509.59 $ 1,019.18 $ 586.50 $ 1,173.00 $ 635.00 $ 1,270.00 21 TEE 8" X 8" X 6" D.I. M.J. EACH 2 $400.00 $ 800.00 $ 425.00 $ 850.00 $ 300.00 $ 600.00 $ 425.00 $ 850.00 $ 473.84 $ 947.68 $ 552.50 $ 1,105.00 $ 620.00 $ 1,240.00 22 TRAFFIC CONTROL LUMP 1 $6,000.00 $ 6,000.00 $ 5,350.00 $ 5,350.00 $ 3,600.00 $ 3,600.00 $ 7,000.00 $ 7,000.00 $ 3,596.00 $ 3,596.00 $ 3,960.00 $ 3,960.00 $ 8,596.00 $ 8,596.00 23 TRENCH REPAIR MAJOR STREET - TYPE III LIN. FT. 730 $30.00 $ 21,900.00 $ 40.00 $ 29,200.00 $ 39.00 $ 28,470.00 $ 38.00 $ 27,740.00 $ 43.00 $ 31,390.00 $ 60.00 $ 43,800.00 $ 26.33 $ 19,220.90 24 TRENCH REPAIR SPECIAL LIN. FT. 25 $36.00 $ 900.00 $ 125.00 $ 3,125.00 $ 20.00 $ 500.00 $ 36.00 $ 900.00 $ 54.09 $ 1,352.25 $ 62.00 $ 1,550.00 $ 38.80 $ 970.00 25 VALVE GATE 6" M.J. W/BOX EACH 2 $750.00 $ 1,500.00 $ 850.00 $ 1,700.00 $ 710.00 $ 1,420.00 $ 750.00 $ 1,500.00 $ 902.78 $ 1,805.56 $ 868.00 $ 1,736.00 $ 635.00 $ 1,270.00 26 VALVE GATE 8" M.J. W/BOX EACH 4 $900.00 $ 3,600.00 $ 1,000.00 $ 4,000.00 $ 890.00 $ 3,560.00 $ 1,000.00 $ 4,000.00 $ 1,154.66 $ 4,618.64 $ 1,174.00 $ 4,696.00 $ 805.00 $ 3,220.00 27 WATER SERVICE 1" TYPE "K" COPPER LIN. FT. 134 $20.00 $ 2,680.00 $ 45.00 $ 6,030.00 $ 21.00 $ 2,814.00 $ 14.00 $ 1,876.00 $ 14.47 $ 1,938.98 $ 65.50 $ 8,777.00 $ 21.00 $ 2,814.00 28 WATERMAIN 6" D.I. CL 52 LIN. FT. 44 $40.00 $ 1,760.00 $ 50.00 $ 2,200.00 $ 42.00 $ 1,848.00 $ 37.00 $ 1,628.00 $ 31.15 $ 1,370.60 $ 63.00 $ 2,772.00 $ 38.00 $ 1,672.00 29 WATERMAIN 8" D.I. CL 52 LIN. FT. 690 $40.00 $ 27,600.00 $ 50.00 $ 34,500.00 $ 49.00 $ 33,810.00 $ 39.00 $ 26,910.00 $ 40.00 $ 27,600.00 $ 62.50 $ 43,125.00 $ 31.15 $ 21,493.50 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - TOTAL $122,097.50 $ 161,830.00 $ 129,929.00 $ 139,084.00 $ 132,820.80 $ 182,469.00 CALC ERR $ 121,098.90 3 OF 3 H-1651 WOOD STREET, ISABELLA AVE. TO APPLE AVE. BID TABULATION - 03/03/09 CONTRACTOR C & D HUGHES LEES TRENCHING SERVICE FELCO CONTRACTORS ALLACK CONTRACTING, INC DAN HOE EXCAVATING ADDRESS ENGINEER'S 3097 LANSING RD. 1201 76TH ST. 874 PULASKI AVE. 4223 W. POLK RD. 13664 ROCKY'S RD. CITY/ST/ZIP ESTIMATE CHARLOTTE, MI 48113 BYRON CENTER, MI 49315 MUSKEGON, MI 49441 HART, MI 49420 HOLLAND, MI 49424 ITEM OF WORK UNIT QTY UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE 1 BEND 45° 8" D.I. M.J. EACH 6 $325.00 $ 1,950.00 $ 250.00 $ 1,500.00 $ 330.00 $ 1,980.00 $ 225.00 $ 1,350.00 $ 375.00 $ 2,250.00 $ 475.00 $ 2,850.00 2 CORP. STOP 1" MUELLER #15000 OR EQUAL EACH 12 $210.00 $ 2,520.00 $ 600.00 $ 7,200.00 $ 185.00 $ 2,220.00 $ 130.00 $ 1,560.00 $ 83.00 $ 996.00 $ 250.00 $ 3,000.00 3 CUT AND CAP 6” WATERMAIN EACH 1 $400.00 $ 400.00 $ 500.00 $ 500.00 $ 250.00 $ 250.00 $ 375.00 $ 375.00 $ 200.00 $ 200.00 $ 950.00 $ 950.00 4 DR STRUCTURE, COVER, ADJUST EACH 5 $425.00 $ 2,125.00 $ 950.00 $ 4,750.00 $ 400.00 $ 2,000.00 $ 325.00 $ 1,625.00 $ 250.00 $ 1,250.00 $ 300.00 $ 1,500.00 5 DR STRUCTURE, RECONSTRUCT FT. 3 $210.00 $ 630.00 $ 425.00 $ 1,275.00 $ 225.00 $ 675.00 $ 120.00 $ 360.00 $ 150.00 $ 450.00 $ 200.00 $ 600.00 6 EROSION CONTROL, INLET PROTECTION, FABRIC DROP EACH 6 $140.00 $ 840.00 $ 100.00 $ 600.00 $ 120.00 $ 720.00 $ 310.00 $ 1,860.00 $ 75.00 $ 450.00 $ 200.00 $ 1,200.00 7 HMA, 2C Ton 5 $75.00 $ 375.00 $ 70.00 $ 350.00 $ 80.00 $ 400.00 $ 75.00 $ 375.00 $ 70.00 $ 350.00 $ 80.00 $ 400.00 8 HMA, 4C Ton 400 $66.50 $ 26,600.00 $ 74.56 $ 29,824.00 $ 78.50 $ 31,400.00 $ 76.00 $ 30,400.00 $ 74.56 $ 29,824.00 $ 75.00 $ 30,000.00 9 HMA SURFACE, REM S.Y. 2155 $3.50 $ 7,542.50 $ 7.00 $ 15,085.00 $ 2.20 $ 4,741.00 $ 2.00 $ 4,310.00 $ 2.50 $ 5,387.50 $ 2.00 $ 4,310.00 10 HYDRANT STANDARD EACH 2 $1,200.00 $ 2,400.00 $ 2,300.00 $ 4,600.00 $ 2,005.00 $ 4,010.00 $ 2,300.00 $ 4,600.00 $ 3,000.00 $ 6,000.00 $ 3,000.00 $ 6,000.00 11 MAINTENANCE GRAVEL, LM C.Y. 100 $20.00 $ 2,000.00 $ 12.00 $ 1,200.00 $ 25.00 $ 2,500.00 $ 22.00 $ 2,200.00 $ 15.00 $ 1,500.00 $ 20.00 $ 2,000.00 12 MH CASTING EAST JORDAN #1045 OR EQUAL EACH 5 $410.00 $ 2,050.00 $ 850.00 $ 4,250.00 $ 420.00 $ 2,100.00 $ 500.00 $ 2,500.00 $ 400.00 $ 2,000.00 $ 575.00 $ 2,875.00 13 PAVT. MRKG, OVERLAY COLD PLASTIC SYMBOL, ONLY EACH 1 $120.00 $ 120.00 $ 165.00 $ 165.00 $ 175.00 $ 175.00 $ 375.00 $ 375.00 $ 165.00 $ 165.00 $ 175.00 $ 175.00 14 PAVT. MRKG, OVERLAY COLD PLASTIC SYMBOL, ARROWEACH 1 $100.00 $ 100.00 $ 155.00 $ 155.00 $ 165.00 $ 165.00 $ 375.00 $ 375.00 $ 165.00 $ 165.00 $ 175.00 $ 175.00 15 PAVT. MRKG, WATERBORNE, 4" WHITE LIN. FT. 100 $1.30 $ 130.00 $ 0.97 $ 97.00 $ 1.05 $ 105.00 $ 2.00 $ 200.00 $ 0.97 $ 97.00 $ 1.00 $ 100.00 16 PAVT. MRKG, WATERBORNE, 4" YELLOW LIN. FT. 450 $1.00 $ 450.00 $ 0.97 $ 436.50 $ 1.05 $ 472.50 $ 2.00 $ 900.00 $ 0.97 $ 436.50 $ 1.00 $ 450.00 17 REDUCER 8" X 6" D.I. M.J. EACH 1 $400.00 $ 400.00 $ 250.00 $ 250.00 $ 285.00 $ 285.00 $ 175.00 $ 175.00 $ 350.00 $ 350.00 $ 460.00 $ 460.00 18 SIDEWALK RAMP, DETECTABLE WARNING, RETRO SQ.FT. 175 $7.00 $ 1,225.00 $ 9.50 $ 1,662.50 $ 19.00 $ 3,325.00 $ 25.00 $ 4,375.00 $ 7.00 $ 1,225.00 $ 35.00 $ 6,125.00 19 SLEEVE, 8" D.I. MJ. LONG EACH 5 $500.00 $ 2,500.00 $ 250.00 $ 1,250.00 $ 1,155.00 $ 5,775.00 $ 175.00 $ 875.00 $ 490.00 $ 2,450.00 $ 425.00 $ 2,125.00 20 TEE 8" X 8" X 8" D.I. M.J. EACH 2 $500.00 $ 1,000.00 $ 600.00 $ 1,200.00 $ 485.00 $ 970.00 $ 475.00 $ 950.00 $ 470.00 $ 940.00 $ 525.00 $ 1,050.00 21 TEE 8" X 8" X 6" D.I. M.J. EACH 2 $400.00 $ 800.00 $ 350.00 $ 700.00 $ 435.00 $ 870.00 $ 450.00 $ 900.00 $ 460.00 $ 920.00 $ 500.00 $ 1,000.00 22 TRAFFIC CONTROL LUMP 1 $6,000.00 $ 6,000.00 $ 10,000.00 $ 10,000.00 $ 4,755.00 $ 4,755.00 $ 4,000.00 $ 4,000.00 $ 4,000.00 $ 4,000.00 $ 5,000.00 $ 5,000.00 23 TRENCH REPAIR MAJOR STREET - TYPE III LIN. FT. 730 $30.00 $ 21,900.00 $ 115.00 $ 83,950.00 $ 48.00 $ 35,040.00 $ 38.00 $ 27,740.00 $ 37.80 $ 27,594.00 $ 50.00 $ 36,500.00 24 TRENCH REPAIR SPECIAL LIN. FT. 25 $36.00 $ 900.00 $ 125.00 $ 3,125.00 $ 30.00 $ 750.00 $ 70.00 $ 1,750.00 $ 15.00 $ 375.00 $ 75.00 $ 1,875.00 25 VALVE GATE 6" M.J. W/BOX EACH 2 $750.00 $ 1,500.00 $ 950.00 $ 1,900.00 $ 730.00 $ 1,460.00 $ 725.00 $ 1,450.00 $ 640.00 $ 1,280.00 $ 925.00 $ 1,850.00 26 VALVE GATE 8" M.J. W/BOX EACH 4 $900.00 $ 3,600.00 $ 1,200.00 $ 4,800.00 $ 1,000.00 $ 4,000.00 $ 950.00 $ 3,800.00 $ 800.00 $ 3,200.00 $ 1,050.00 $ 4,200.00 27 WATER SERVICE 1" TYPE "K" COPPER LIN. FT. 134 $20.00 $ 2,680.00 $ 50.00 $ 6,700.00 $ 15.00 $ 2,010.00 $ 9.00 $ 1,206.00 $ 25.00 $ 3,350.00 $ 22.00 $ 2,948.00 28 WATERMAIN 6" D.I. CL 52 LIN. FT. 44 $40.00 $ 1,760.00 $ 61.00 $ 2,684.00 $ 32.00 $ 1,408.00 $ 27.00 $ 1,188.00 $ 30.00 $ 1,320.00 $ 45.00 $ 1,980.00 29 WATERMAIN 8" D.I. CL 52 LIN. FT. 690 $40.00 $ 27,600.00 $ 71.00 $ 48,990.00 $ 38.00 $ 26,220.00 $ 22.00 $ 15,180.00 $ 32.90 $ 22,701.00 $ 50.00 $ 34,500.00 TOTAL $ 122,097.50 $ 239,199.00 $ 140,781.50 $ 116,954.00 $ 121,226.00 $ 156,198.00 Date: March 10, 2009 To: Honorable Mayor and City Commissioners From: Ann Marie Becker, City Clerk RE: Recommendation for Annual Renewal of Liquor Licenses SUMMARY OF REQUEST: To adopt a resolution recommending non- renewal of those liquor license establishments who are in violation of Section 50-146 and 50-147 of the Code of Ordinances for the City of Muskegon. These establishments have been found to be in non- compliance with the City Code of Ordinances and renewal of their liquor licenses should not be recommended by the City Commission. If any of these establishments come into compliance by March 23, 2009, they will be removed from this resolution, and recommendation for their renewal will be forwarded to the Liquor Control Commission. FINANCIAL IMPACT: None. BUDGET ACTION REQUIRED: None. STAFF RECOMMENDATION: Adoption of the resolution. RESOLUTION RECOMMENDING STATE WITHHOLD RENEWAL OF LIQUOR LICENSES FOR CODE VIOLATIONS Resolution No. 2009- THE CITY COMMISSION OF THE CITY OF MUSKEGON DO RESOLVE, that whereas, the attached business establishments in the City of Muskegon have liquor licenses and are found to be in violation of Article V, Section 50-146 and 50-147 of the Code of Ordinances of the City of Muskegon: AND WHEREAS, a hearing was held on March 10, 2009, before the City Commission to allow such licensees an opportunity to refute the determination of the City Commission that such establishments are in non-compliance with the City Code of Ordinances and renewal of their liquor licenses should not be recommended by the City Commission; and WHEREAS, an affidavit of mailing of Notices of Hearing and Notification of Non- Compliance to City Standards to the licensees has been filed; NOW, THEREFORE, BE IT RESOLVED, that the City Commission of the City of Muskegon hereby recommends that these liquor licenses not be approved for renewal, and a copy of this Resolution be sent to the State Liquor Control Commission. If any of these establishments come into compliance before March 23, 2009, they will be removed from this Resolution. Approved and adopted this 10th day of March, 2009. AYES: NAYS: ABSENT: By:_________________________________ Ann Marie Becker, MMC City Clerk Occupancy Property Liquor License Holder Name Address Application Certificate Taxes Police Registered Income Tax Captain Jack's Bar & Grill 1601 Beach X X X X X Charity Lodge (Elks) 149 Ottawa X X X X X City Café 413-415 W Western X X X Clay Ave. Cellars 611 W. Cllay X X X X X Cuti's Sports Bar & Grill 677 W. Laketon X X X X Express Mart 1992 S Getty X X X X H & J Dollar Party 939 E. Laketon X X X Lake Express 1918 Lakeshore X X X X X Lakeshore Tavern 1963 Lakeshore X X X X Musk. Aerie #668 (Eagles) 625 W Western X X X X X Muskegon Family Foods 1157 Third X X X X X Muskegon Rec. Club 1763 Lakeshore X X X X X Old Clover Bar 817 Forest X X X X Racquets 446 W Western X X X X X Sardine Room 2536 Henry X X X X X Someplace Else III 1508 W Sherman X X X X X Tipsy Toad 609 W Western X X X X X Wesco Inc 1075 W Laketon X X X X X Westside Inn 1635 Beidler X X X X X AGENDA ITEM NO. ________________ CITY COMMISSION MEETING _________________________ TO: Honorable Mayor and City Commissioners FROM: Bryon L. Mazade, City Manager DATE: February 23, 2009 RE: Padlock Ordinance – 287 McLaughlin SUMMARY OF REQUEST: To approve initiating the process to consider padlocking the residence at 287 McLaughlin, pursuant to City Ordinance 26-263 (Padlock Ordinance) and the request of the City’s Public Safety Director. It is also requested that the City Commission delegate the responsibility for the hearing required by city ordinance to a hearing officer and that the City Manager be authorized to appoint such hearing officer. FINANCIAL IMPACT: Costs associated with holding the hearing required by city ordinance. BUDGET ACTION REQUIRED: None. STAFF RECOMMENDATION: To approve initiation of the process to consider padlocking the residence at 287 McLaughlin, delegate the hearing requirement to a hearing officer, and authorize the City Manager to appoint the hearing officer. COMMITTEE RECOMMENDATION: None. pb\AGENDA\PADLOCK ORDNC 287 MCLAUGHLIN 022309 Date: March 10, 2009 To: Honorable Mayor and City Commissioners From: Finance Director RE: 2009-2010 Healthcare Program SUMMARY OF REQUEST: It is time to renew the City's healthcare coverage for the 2009-10 plan year. Healthcare costs continue to rise. Renewal rates for the City's current healthcare program initially came in at $930.99/employee/month, 11.5% higher than the current rate ($835.19). After going through a bid process and exploring alternatives, staff recommends renewing coverage through Priority Health, but making several program changes to control costs as described in the attached memorandum. FINANCIAL IMPACT: Current year cost of the healthcare program is $2,365,258. Renewing the program “as is” would cost $2,636,564 in the coming year. With implementation of the proposed changes, we estimate annualized costs to be $2,392,554. BUDGET ACTION REQUIRED: None at this time. Employee and retiree healthcare costs are included in the 2009 budget. STAFF RECOMMENDATION: Authorize staff to execute documents with Priority Health implementing the changes outlined in the attached memorandum. COMMITTEE RECOMMENDATION: None. 1 Finance Administration Memo To: City Commission City Manager From: Finance Director Date: March 3, 2009 Re: 2009-10 Healthcare Program Healthcare costs for active and retired city employees are second only to salaries and wages as a cost component of city operations. Controlling these costs is essential to managing the city’s budget, particularly as we face unprecedented national and state financial crises and a very uncertain future. Over the last several months staff has worked with our healthcare consultant (Julie Balgooyen) to ensure that the healthcare program for the coming year is cost- effective while maintaining quality benefit levels. This has entailed the following: 1. Thorough review of historic claims data to better understand the relationship between the premiums the city pays and the actual costs of benefits provided. 2. RFP process to meet bidding requirements of PA 106 and to assess what programs (other than Priority Health) might be cost-effective solutions for the city; and 3. Solicitation of ideas from healthcare experts to make the city’s program more cost-effective. From this process, I can report the following: Page 1 C:\Documents and Settings\Paul\Desktop\MEMO - CITY COMMISSION 2009 HEALTHCARE RENEWAL.docx 1. The City’s current healthcare program for active employees (fully-insured community-rated HMO through Priority Health) is likely the best option available at this time. Priority Health provided access to several years’ detailed claims data as well as confidential profit/loss information for our account. From reviewing this information, I am satisfied that the ratio of premiums to clams/costs is reasonable and that there are no large sums of money that the city could save by self-insuring. Further, the community-rated aspect of the program provides a degree of protection against large claims and poor experience. 2. This conclusion was more or less confirmed by the RFP results. We received proposals as follows: Provider Actives Retirees Priority Health (Current Program Setup w/o Fully-Insured Self-Funded Modifications) Priority Health (Current Program Setup w/ Fully-Insured Self-Funded Modifications) BCBS of Michigan (Not Able to Mimic Current Plan Self-Funded Self-Funded – i.e. Retirees Only Self- funded) Physicians Care ASR Self-Funded Self-Funded United Healthcare Declined to Quote Declined to Quote MERS Declined to Quote Declined to Quote Detail underlying each proposal received is provided in the attached report. Suffice it to say that none of the proposals exhibited savings or other justification to move away from the current program. 3. Staff, however, is proposing several modifications to the current Priority Health program that will allow us to better control costs now and in the future: a. Adoption of Priority’s “co-pay alignment” program. This program sets service co-pays at levels recommended by Priority to encourage cost- Page 2 effective service utilization. Adopting co-pay alignment will impact employees as follows: Co-pay Current Proposed Comment Physicians Office $15 $15 No Change Specialist Office Visit $15 $30 Hospital Emergency Room $50 (waived $100 (waived City has very poor if admitted) if admitted) emergency room utilization experience Urgent Care Center $25 $45 City has very poor urgent care utilization experience Advanced Imaging (CT, MRI) $0 $150 City experience has been about 3 per year. We propose reimbursing up to 5 per year. Prescription Drugs $15 Generic $10 Generic 70% of City prescription activity $30 Brand $40 Brand is generic; this change should positively impact most employees Mail Order Pharmacy $30 Generic $20 Generic Same as above $60 Brand $80 Brand 90 Days 90 Days b. Implementation of an HRA (Health Reimbursement Account) feature. Under this program, the city establishes self-insured deductibles of $1,000 individual/$2,000 family. This lowers the HMO premium Page 3 significantly, but entails the City assuming utilization risk for the deductible amounts. Experience shows that in most cases HRA deductibles save the employer money. For the initial year (2009), it is proposed that the city pay the entire $1,000/$2,000 deductible meaning there is no impact on employees. Starting in 2010, it is proposed that employees electing not to participate in a wellness program (see d below) pay the first $250 of the deductible amount. The city will pay the full deductible for employees who do participate in formal wellness initiatives. c. Implementation of a flex-spending account (FSA) program through Priority Health. The city has had an internally-administered FSA for many years. About 25 employees currently participate. FSA’s allow participants to pay for eligible medical expenses with “pre-tax” dollars, thereby achieving significant savings. With higher co-pays and deductibles, we want to encourage more FSA participation. Moving FSA administration to Priority will help us in this regard: i. Most common reimbursable costs (e.g. doctor’s office and Rx co-pays) will be automatically reimbursed to participants without need for paperwork. One common complaint about the current FSA setup is the paperwork required. ii. If FSA participation increases as expected, it will be difficult for existing staff to handle the increased workload. d. As noted, starting in 2010 we intend to have in place a formal wellness program through Priority Health. This program will encourage and, in some cases, require employees to work toward healthy lifestyles and behaviors (regular check-ups, smoking cessation, etc.). Participation in the program will be voluntary but integrated in a way that provides financial incentive to participate. The net result of all of the above can be summarized as follows: • We are comfortable that, in broad terms, the current structure of the City’s active employee healthcare program is cost-effective. Yet the program is still very costly. For 2008-09, the program cost $835.19/employee/month ($2,365,258/year); without modification, continuation of the program for 2009- 10 would cost $930.99/employee/month ($2,636,564), an 11.5% increase. • We are proposing changes that include introducing a certain amount of self- insured risk. After implementation of the benefit changes described above and, assuming a conservative 60% utilization of the self-insured HRA Page 4 deductible, the city’s total costs for 2009-10 will be $2,392,554. Utilization rate under 60% will mean lower costs for the city and vice-versa. The intent is to bring this item to the City Commission at the March 9, 2009 work session. Prior to that time we will meet with union leadership and employees to discuss the proposed changes. Thank you. Page 5 Page 6 of 26 Page 7 of 26 Page 8 of 26
Sign up for City of Muskegon Emails