View the PDF version Google Docs PDF Viewer
LO 26-07 CO)
a CITY OF
wm MUSKEGON
Agenda Item Review Form
Muskegon City Commission
Commission Meeting Date: January 27, 2026 Title: Pedestrian Warning System on Port City Blvd
Submitted by: Joel Brookens, Engineer, Dan Department: DPW- Engineering
VanderHeide, Public Works Director
Brief Summary:
Staff is requesting authorization to approve a contract with Strain Electric in the amount of $58,850.00
for installation of a rectangular rapid flashing beacon (RRFB) on Port City Blvd at the crosswalk near
ADAC Automotive.
Detailed Summary & Background:
Bids were solicited for a construction project to replace the existing pedestrian warning system at the
crosswalk near ADAC Automotive on Port City Boulevard. ADAC has expressed growing safety
concerns for a number of years, supported by documentation of "close calls" and a high number of
staff crossings throughout the day including during dark hours. Staff from multiple departments met
with ADAC, and agreed that the existing system was failing and out of date. Modern pedestrian
warning systems are known as Rectangular Rapid Flashing Beacons, or RRFBs, and include
pedestrian-activated lights in advance and at the crossing location. Engineering staff designed an
RRFB system for the crosswalk and solicited bids for the installation. Two bids were received. Strain
Electric bid $58,850.00 and J. Ranck Electric bid $86,640.37. Staff recommends award to Strain
Electric, the low bidder, based on past experiences with positive results.
While this item was not anticipated in this year's budget the Major Streets fund carries a balance that
can cover this relatively small expense, and staff feels that with dozens of employees using this
crossing daily that this upgraded warning system is a compelling need. The major street fund budget
will be reforcast accordingly.
Goal/Action Item:
Is this a repeat item?:
Explain what change has been made fo justify bringing it back to Commission:
Amount Requested: Budgeted Item:
$58,850.00 Yes No |x| N/A
Fund(s) or Account(s): Budget Amendment Needed:
Major Streets (202) Yes x | No N/A
Recommended Motion:
Move to authorize staff to enter into a contract with Strain Electric in the amount of $58,850.00 for
installation of a rectangular rapid flashing beacon (RRFB) on Port City Blvd at the crosswalk near
ADAC Automotive.
Approvals: Name the Policy/Ordinance Followed:
Immediate Division
Head
Information
Technology
Other Division Heads
Communication
Legal Review
H‘NSOLIdG
“dA78 ALD 140d 0g0z
“GANA ALIS LYOd
HAV ONLLVAY 2 1081
|V‘AuHaNOS VSL|ODANIaUC ‘SLON “VSWaLHI GOS3WTiINaVL1l4u T3dSWNiI8V¥M LNS“MOVH1d
J}ELE CTRIC
RIAL INDUSTRIAL NAIM EPLAY
Strain Electric is thrilled for the opportunity to quote this work. Strain has worked with many local
municipalities over the last 30+ years installing and maintaining traffic signals and other related public
safety equipment.
Some examples of projects that we have recently completed include:
e Installing RRFB at 7 locations in the City of Grand Rapids (2024)
e Installing RRFB at 14 locations in the City of Grand Rapids (2025/26)
e Installing Solar powered radar feedback signs at 7 different locations throughout Hudsonville
Public School district (2024)
e Installing RRFB for Cityside Middle School in the City of Zeeland (2025)
e Traffic signal installation for the City of Wyoming in front of new Corewell Health which included
800’+ of horizontal directional drilling (2025)
Our plan to complete the proposed work involves utilizing a vactor truck to safely locate underground
utilities and excavate the concrete foundations. We will use a horizontal directional drill to install
conduits to each advanced warning beacon as well as each RRFB, this will help reduce the earth
disturbance as well. At the completion of our ground work, topsoil, grass seed and straw matting will be
place to restore and damaged turf. The RRFB assemblies will assembled in our shop and safely
transported to site for installation. From there, all necessary wiring will be installed and terminated and
be tested onsite for proper function.
Our team is made up of many key individuals who work together to complete these projects. Martin
Mankins is a licensed electrician and our underground foreman who specializes in installing foundations
and conduit. Dakotah Huska is our directional drill foreman with years of experience installing HDPE
conduit. Evan Mierendorf is a licensed electrician and our aboveground foreman. He specializes in
installing traffic signals and similar items, as well as troubleshooting RRFB equipment. As well as many
other employees who are very experienced in this type of work.
Cole Dochod
Project Manager
616-307-9608
616.453.2108 = 1701 Steele Ave. SW, Grand Rapids, MI 49507 = www.strainelectric.com
an eattal annortunitv emnlover
CITY OF
A
USKEGO
mA
NOTICE TO BIDDERS
REQUEST FOR QUALIFICATION/PROPOSAL (RFP)
PROJECT NAME: Port City Blvd RRFB
DATE OF ISSUANCE: December 19, 2025
PRE-BID
INQUIRY SUBMISSION DATE: Friday, January 9, 2026 (4:00 PM)
DATE PROPOSAL DUE: Thursday, January 15, 2026 (2:00 PM)
ISSUING OFFICE: City of Muskegon
Department of Public Works
Engineering Department
1350 Keating Ave.
Muskegon, MI 49442
Tel. (231) 724-4100
PROPOSAL & AWARD
The undersigned having become thoroughly familiar with and understanding of all the
proposal documents attached hereto, agrees to provide the services as specified herein,
for the total fees as stipulated herein, subject to negotiation.
| hereby state that all of the information I have provided is true, accurate and complete. |
hereby state that I have authority to submit this proposal which will become a binding
contract if accepted by the City of Muskegon.
I hereby state that I have read, understand and agree to be bound by all of the terms of
this proposal document.
Firm Name _ Strain Electric Co.
Address 1701 Steele Ave SW
Grand Rapids, Ml 49507
Telephone No, 616-453-2108
E-Mail cole@strainelectric.com
Signature Cole Dechod Title Project Manager
Print Name Cole Dochod Date 1/15/2025
LOCAL PREFERENCE POLICY
The City Commission may give local preference on purchases and contractors to local
businesses. Ifa contractor or business is located within the city limits of the City of
Muskegon, a bid may be accepted at or within 2% of the lowest non-local bid. A
contractor or business located within the County of Muskegon, a bid may be accepted at
or within 1% ofthe lowest non-local bid.
Any contractor electing to pay prevailing wage to its employees may be granted an
additional 1% allowance, up to a maximum of 3%. Prevailing wage will be paid
according to the newest wage determination published by the U.S, Federal Government
and agreed upon before awarding a contract. Contractor will be required to sign an
affidavit ensuring proper payment to employees.
CITY RESPONSIBILITIES
The City of Muskegon will provide information as to the City’s requirements for the
project and make available pertinent information which may be useful in the project
work,
The City will designate a person to act as the City’s Project Manager with respect to the
work to be performed. Such person will have the authority to transmit instructions,
receive information, interpret and define the City’s policies and decisions with respect to
elements pertinent to the project.
The City will examine all studies, reports, estimates, proposal, and other documents
prepared by the firm and render in writing, if necessary, decisions pertinent thereto within
a reasonable time.
The City will direct the consultant in writing to begin the work on each phase of the
project upon receipt of written evidence from the firm of the appropriateness of such
action.
The City will direct the firm in writing to furnish any special services, sub-consultants
and/or extra work that may be required on the project upon receipt of written evidence
from the firm detailing as to cost, time schedule, and reason for such special service or
extra work.
SPECIFIC PROJECT INFORMATION
BACKGROUND
Near 2050 Port City Blvd, ADAC operates facilities on both sides of the road. ADAC
staff are then required to walk across the road several times though out a day. Due to
safety concerns at this cross walk, the City is wanting to install rectangular rapid flashing
beacon (RRFB) at this location.
Attached is a basic site plan of the proposed location and approximate layout along with a
Special Provision for RRFB and the MDOT typical. Quantities are shown for information
5
Describe, in narrative form, your technical plan for accomplishing the work. Explain the
choice of methodology, including its strengths and weaknesses. Provide a time line
indicating in a bar chart display each event, task and decision point in your work plan.
PROJECT STAFFING
Include the number of professional personnel by skills and qualifications that will be
employed in the work. Indicate where the individual personnel will be physically located
during the time they are engaged in the work. Indicate which of the individual personnel
you consider key to the successful completion of the project and include their resumes.
ADDITIONAL INFORMATION
The firm may also include any additional information and/or comments believed to be
pertinent but not specifically requested elsewhere in the document.
EVALUATION
All proposals received shall be subject to an evaluation by representatives of the City.
The following factors will be considered in making the selection:
EXPERIENCE
Evaluation will include the firm’s applicable experience and the assigned team’s
experience on similar projects within the last 5-years.
STAFFING
Evaluations will be assessed on the experience, qualifications and skills of personnel that
will be available for the project work. Indicate which of the individual managers and
technicians you consider key to the success of the project and include their resumes.
BID PROPOSAL UNIT COST PRICES
Cost will play a large part in choosing the firm the City of Muskegon selects to enter an
agreement with for services.
TENTATIVE SCHEDULE FOR AWARD
Issue RFP December 19, 2025
Pre-Proposal Inquiry Due Date January 9, 2026 (4:00 PM)
Pre-Proposal Inquiry Response Date: January 12, 2026
Proposal Due Date January 15, 2026 (2:00 PM)
Professional Liability Insurance covering all performances from the beginning of
the consultant's services on a "claims made basis" and shall maintain coverage
from commencement of this contract until six (6) months following completion of
the consultant's work with limits of liability not less than $500,000 per claim,
Additional Insured: Commercial General Liability and Motor Vehicle Liability
Insurance, as described above, shall include an endorsement stating the following
shall be "Additional Insured": The CITY OF MUSKEGON, all elected and
appointed officials, all employees and volunteers, all boards, commissions and/or
authorities and board members, including employees and volunteers thereof.
Cancellation Notice: Workers' Compensation Insurance, General Liability
Insurance, Motor Vehicle Liability Insurance, and Professional Liability
Insurance, as described above, shall include an endorsement stating the following:
"It is understood and agreed that Thirty (30) Days Advance Written Notice of
Cancellation, Non-Renewal, Reduction and/or Material Change shall be sent to:
CITY OF MUSKEGON ENGINEERING DEPARTMENT.
Proof of Insurance Coverage: The Consultant shall provide the City at the time
the contracts are returned by him for execution, certificates and policies as listed
below:
1. Two (2) copies of Certificate of Insurance for Workers' Compensation
Insurance
2. Two (2) copies of Certificate of Insurance for Commercial General Liability
Insurance
3. Two (2) copies of Certificate of Insurance for Vehicle Liability Insurance
4, Two (2) copies of Certificate of Insurance for Professional Liability Insurance
5. Ifso requested, certified copies of all policies mentioned above will be
furnished.
If any of the above coverage expires during the term of this contract, the
Consultant shall deliver renewal certificates and/or policies to the City at least ten
(10) days prior to the expiration date.
COST PROPOSAL
TOTAL BID AMOUNT = $ $58,850.00
AGREEMENT
THIS AGREEMENT, made this 27 _dayof__January___, 2026* by the City of Muskegon
And between Srea IN Eves
ce Comper y {ic
{a corporation organized and existing under the laws of the state of MICHIGAN];
or [a partnership consisting of ];
or [an individual trading as |;
Hereinafter called the “Contractor”, and the CITY OF MUSKEGON, MICHIGAN:
WITNESSETH, that the Contractor and the City of Muskegon, for the consideration stated herein, mutually
agree as follows:
ARTICLE 1. Statement of Work. The Contractor shall furnish all supervision, technical personnel, labor,
materials, machinery, tools, equipment, and services, including utility and transportation services, and
perform and complete all work required for the construction of the improvements embraced in this Contract,
NAMELY:
Installing RRFB along Port City Blvd as described within the RFP issued December 19, 2025; within city limits of the
City of Muskegon, Muskegon County.
and required supplemental work for the completion of this Project, all in strict accordance with the Contract,
including all Addenda.
ARTICLE 2. The Contract Price. The City of Muskegon will pay the Contractor for the performance of
this Contract and the completion of the work covered therein an amount in current funds not to exceed
$ 58,850.00
ARTICLE 3. Contract. The executed contract shall consist of, but not be limited to, the following:
RFP Issued December 19, 2025 and Construction plan sheet
This Agreement, together with other documents enumerated in this Article 3, which said other documents
are as fully part of the Contract as if attached hereto or repeated herein, form the Contract between the
parties hereto.
In the event any provision in any component part of this Contract conflicts with any provision of any other
component part, the Contractor shall contact the City immediately in writing for a determination,
interpretation and/or clarification of conflicting parts and priority of same. Said determination from the
City shall be in writing and shall become an Addendum to this Contract
*Date contract awarded by the City Commission
IN WITNESS WHEREOF, the parties hereto have caused this AGREEMENT to be executed in
SIGNED, SEALED AND DELIVERED IN THREE (3) ORIGINAL COUNTERPARTS
ATTEST: Michael Dowis Praveck Analyst CONTRACTOR
Signature nature
hme Seywere. LORE. Vayo 667
Printed Name and Title
hn, CITY OF MUSKEGON
Shnda
Signature
tb 4yor Signature - b)
City Clerk Signature
(SEAL)
CERTIFICATION (if applicable)
L¢Sy MES Sou ULF , certify that I am the ee Dirrrpeit 6 the Corporation
named as the Contractor herein;
That ¢ deme Sb 2 , who signed this Agreement on behalf of the Contractor, was then
Lremestev Mawes4c of said Corporation;
That said Agreement was duly signed for and in behalf of said Corporation by authority of its governing body, and is
within the scope of its corporate powers.
(CORPORATE SEAL) Sones Swetz, Lrenege Mawatsre_
Printed Name and Title
Sign up for City of Muskegon Emails