macomb county board of commissionerscircuitcourt.macombgov.org/sites/default/files/content... ·...

119
FINAL AGENDA DATE/TIME: Tuesday, October 11, 2016 9 a.m. COMMITTEE: Infrastructure and Economic Development COMMITTEE CO-CHAIRS: Chair Carabelli / Chair Mijac COMMITTEE MEMBERS: Committee of the Whole LOCATION: Room 126, Oakland University / Anton Frankel Center, 20 S. Main Street Mount Clemens, MI 1. Call to Order 2. Pledge of Allegiance 3. Adoption of Agenda 4. Public Participation (5 minutes maximum per speaker, or longer at the discretion of the Chairperson, related only to issues on the agenda) 5. Macomb County Central Campus Update / Jeff Atkins, Plante Moran Cresa (page 1) 6. Award of Bid for the Resurfacing of Schoenherr Road from 8 to 11 Mile to Cipparrone (page 11) Contracting, Inc. / Corresponding Construction Contract with Cipparrone / Cost Share Agreement with the City of Warren / Department of Roads 7. Cost Share Agreement Outlining the Cost Participation Between Harrison Township and the (page 40) Department of Roads for the Reconstruction of Bayhaven Drive / Department of Roads 8. Cost Share Agreement Outlining the Cost Participation Between Harrison Township and the (page 48) Department of Roads for the Reconstruction of Riviera Street / Department of Roads 9. Cost Share Agreement Outlining the Cost Participation Between Shelby Township and the (page 56) Department of Roads for the Resurfacing of Various Residential Streets / Department of Roads 10. Cost Share Agreement Outlining the Cost Participation Between Shelby Township and the (page 64) Department of Roads for the Reconstruction of Robin's Nest / Department of Roads Macomb County Board of Commissioners Dave Flynn – Board Chair Kathy Tocco – Vice Chair Steve Marino – Sergeant-At-Arms District 1 – Andrey Duzyj District 2 – Marv Sauger District 3 – Veronica Klinefelt District 5 – Rob Mijac District 6 – Jim Carabelli District 7 – Don Brown District 8 – Kathy Vosburg District 9 – Fred Miller District 12 – Bob Smith District 13 – Joe Sabatini

Upload: others

Post on 20-Sep-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

FINAL AGENDA

DATE/TIME: Tuesday, October 11, 2016 9 a.m.

COMMITTEE: Infrastructure and Economic Development

COMMITTEE CO-CHAIRS: Chair Carabelli / Chair Mijac

COMMITTEE MEMBERS: Committee of the Whole

LOCATION: Room 126, Oakland University / Anton Frankel Center, 20 S. Main Street Mount Clemens, MI

1. Call to Order

2. Pledge of Allegiance

3. Adoption of Agenda

4. Public Participation (5 minutes maximum per speaker, or longer at the discretion of the Chairperson, related only to issues on the agenda)

5. Macomb County Central Campus Update / Jeff Atkins, Plante Moran Cresa (page 1)

6. Award of Bid for the Resurfacing of Schoenherr Road from 8 to 11 Mile to Cipparrone (page 11)

Contracting, Inc. / Corresponding Construction Contract with Cipparrone / Cost Share Agreement

with the City of Warren / Department of Roads

7. Cost Share Agreement Outlining the Cost Participation Between Harrison Township and the (page 40)

Department of Roads for the Reconstruction of Bayhaven Drive / Department of Roads

8. Cost Share Agreement Outlining the Cost Participation Between Harrison Township and the (page 48)

Department of Roads for the Reconstruction of Riviera Street / Department of Roads

9. Cost Share Agreement Outlining the Cost Participation Between Shelby Township and the (page 56)

Department of Roads for the Resurfacing of Various Residential Streets / Department of Roads

10. Cost Share Agreement Outlining the Cost Participation Between Shelby Township and the (page 64)

Department of Roads for the Reconstruction of Robin's Nest / Department of Roads

Macomb County Board of Commissioners Dave Flynn – Board Chair Kathy Tocco – Vice Chair Steve Marino – Sergeant-At-Arms

District 1 – Andrey Duzyj District 2 – Marv Sauger District 3 – Veronica Klinefelt District 5 – Rob Mijac District 6 – Jim Carabelli District 7 – Don Brown District 8 – Kathy Vosburg District 9 – Fred Miller District 12 – Bob Smith District 13 – Joe Sabatini

Page 2: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

FINAL AGENDA INFRASTRUCTURE AND ECONOMIC DEVELOPMENT COMMITTEE PAGE 2 OF 2

11. Agreement Between MDOT and Macomb County Outlining the Scope of Project and Costs (page 72)

for Concrete Pavement Repairs on Garfield Road from South of Millar to 17 Mile Road / Department

of Roads

12. Approve the MDOT Contract for the Legislative Earmark to Complete the M-53 Access (page 85)

Road Project at 33 Mile Road in Bruce Township / Department of Roads

13. Proposal for Design Engineering Services for the M-53 Access Road Project at McKay (page 97)

Road/33 Mile Road in Bruce Township

14. Department Budget Review - Public Works (page 106)

15. Department Budget Review - Department of Roads (page 108)

16. Department Budget Review - Michigan Works (page 113)

17. Receive and File:

a. Hayes Project Information Sheet / Department of Roads (page 115)

b. 26 Mile Project Information Sheet / Department of Roads (page 116)

c. 24 Mile Project Information Sheet / Department of Roads (page 117)

18. New Business

19. Public Participation (Five minutes maximum per speaker or longer at the discretion of the Chairperson)

20. Adjournment

###

Page 3: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

10/03/2016 Make Macomb Your Home 1

Macomb County Renovations

Monthly Progress Report

October 2016

7,936

Trade Hours worked last month 1 recordable safety incident

(Cut on hand working without glove. Did not follow 100% glove policy)

157,776

Trade Hours worked to date on the project since June 2015

SAFETY

Parking Structure

Trade hours to date: 34,952 Man hours = 4,369 Man Days Old County Building

Trade hours to date: 105,512 Man hours = 13,189 Man Days Administration Building

Trade hours to date: 17,176 Man hours = 2,147 Man Days Existing Structure Demolition

Trade hours to date: 136 Man hours = 17 Man Days

PROJECT INFORMATION

Project Title Macomb County Central Campus Renovations

Program Manager Plante Moran Cresa

Construction Manager Clark Construction

Architect (Project 1) Wakely Associates

Architect (Project 2) Partners in Architecture

Technology Designer Metro Technology Services

1

Page 4: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

10/03/2016 Make Macomb Your Home 2

PROGRAM BUDGET

MONTHLY PROGRESS

Parking Structure

Security cameras installed Control arms/card readers to be fully

operational

Punch list work continues

Old County Building

North stairwell finish drywall started

South stairwell demolition completed floors 13-5

Security cameras installed

Card readers installed

1 of 2 elevator cab interiors renovated

Administration Building

5th floor occupancy

6th floor doors, millwork, and flooring completed

6th floor furniture delivered

Bathroom accessories and EWCs installed

9th floor millwork in progress

9th floor carpet to be installed

4th floor demolition to begin

Existing Structure Demolition

Structure to be closed

Trades to mobilize on site

Electrical disconnects/demolition to be performed

Building demolition to begin

2

Page 5: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

10/03/2016 Make Macomb Your Home 3

SCHEDULE

New Parking Structure / Welcome Center

Punch List 95% complete Old County Building

Remodel 13 floors 95% complete

Reconstruct stairwells Complete by end of November 2016

Upgrades technology 95% complete

Install new furniture 95% complete

Move Friend of the Court from Circuit Court 6th Floor December 2016

Move Juvenile from N Rose Building December 2016

Move support staff December 2016 Administration Building

Remodel 5th floor for Prosecuting Attorney (PA) Complete/move-in 9/30/16

Remodel 6th floor for HR/LR & Equalization Complete/move-in 10/7/16

Renovate 9th floor for Board of Commissioners Complete at end of October 2016

Renovate 4th floor for PA October 2016 – January 2017

Renovate 7th floor for Planning & Economic Development November 2016 – February 2017

Renovate 3rd floor for PA January 2017 – May 2017 Circuit Court Building

Remodel 6th floor (two new court rooms) December 2016 – May 2017

Remodel 5th floor (two new court rooms) June 2017 – October 2017

Remodel half of 1st floor for new Jury room January 2017 – April 2017

Remodel half of 1st floor for Clerk (court functions) April 2017 – July 2017

Renovate basement level October 2017 – January 2018

Renovate four existing 4th floor court rooms October 2017 – December 2017

Renovate four existing 3rd floor court rooms December 2017 – February 2018

Renovate four existing 2nd floor court rooms February 2018 – April 2018 Talmer Building

Remodel 1st floor for Clerk (non-court functions) October 2016 – February 2017

Build drive-thru lane October 2016 – February 2017 Clemens Center

Renovate portion of building (old Rite Aid) for storage December 2016 – February 2017 Existing Parking Structure

Demolish old parking structure October 2016 – December 2016

Site Restoration Spring 2017

3

Page 6: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

10/03/2016 Make Macomb Your Home 4

CONNECT

ConnectTM is a web-based platform where all project data and documents are stored, shared and accessible online, with 24-hour access by Macomb County. This allows Macomb County to track the progress of the project in real-time, ensures that all parties are working off of the current documents (reducing the risk of errors), and minimizes communication costs and delays.

Parking Structure

Requests for Information: One hundred forty-one (141) RFIs have been issued to date for the project with zero (0) RFIs remaining open.

Submittals: One hundred thirty-four (134) submittal packages are currently in the system with zero (0) submittal packages remaining open.

Old County Building

Requests for Information: Three hundred thirty-eight (338) RFIs have been issued to date for the project with one (1) RFI remaining open.

Submittals: Two hundred eighty-seven (287) submittal packages are currently in the system with zero (0) submittal packages remaining open.

Administration Building

Requests for Information: One hundred four (104) RFIs have been issued to date for the project with three (3) RFIs remaining open.

Submittals: Sixty-one (61) submittal packages are currently in the system with two (2) submittal packages remaining open.

Existing Structure Demolition

Requests for Information: Five (5) RFIs have been issued to date for the project with two (2) RFIs remaining open.

Submittals: One (1) submittal package is currently in the system with zero (0) submittal packages remaining open.

Talmer Building

Requests for Information: Fifteen (15) RFI’s have been issued to date for the project with one (1) RFI remaining open.

Submittals: Thirty-eight (38) submittal packages are currently in the system with eight (8) submittal packages remaining open.

CRITIQUE

CritiqueTM is an experience-based tool that enables our project team to drastically reduce, if not eliminate, errors, omissions and risky elements of design before a project starts. It is deliverable based on years of systematic tracking from lessons learned on similar projects. Benefits include: reduction in owner change orders, efficient and smooth construction process as issues are caught in the planning phase, and reduction in warranty issues.

Old County Building

There has been one (1) Addendum issued and thirty-three (33) Bulletins Administration Building

There have been two (2) Addendums issued and twenty-two (22) Bulletins

4

Page 7: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

10/03/2016 Make Macomb Your Home 5

CLARITY ClarityTM is a Building Information Modeling (BIM) review process that enables Clark Construction Company to ensure, before construction starts, that MEP trade contractors will install their systems without interfering with each other. This results in a reduced number of Owner change orders, minimizes schedule delays as clashes are detected prior to mobilizing to complete the work, and overall smoother construction flow.

BIM coordination sign-off is complete for the Old County Building. The final BIM model will be included in the closeout documents for the project. It was agreed to do drawing coordination in lieu of BIM on the Administration, Circuit Court, Talmer and Clemens Buildings as a Valued Engineering item; this provided savings in both cost and schedule. This was accepted on all occupied buildings where construction was performed per floor. After demolition was completed a full scan of the floor was required to initiate the BIM process – adding a two-week delay to the schedule. There have been numerous clash detection meetings required to complete the BIM process. It was determined valuable to use at the Old County Building only.

CLOSER CloserTM is a structured process agreed upon early between Macomb County, Clark Construction Company, Partners in Architecture and Wakely Associates and all Subcontractors, on closing out the project within thirty (30) days of Substantial Completion. The result is prompt turnover and use of your new facility.

Parking Structure

Binders have been assembled and are ready to be approved by the architect

Few punch list items are remaining

Old County Building

Closeout document logs have been created and letters were issued to contractors. Closeout documents are being collected, we have received all required Operations & Maintenance documents.

Incomplete work lists are currently being worked on for all floors.

Punch List for Floor 12 has been issued to contractors

Administration Building

5th floor Punch List to be issued to contractors

6th floor Punch List to be performed

5

Page 8: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

10/03/2016 Make Macomb Your Home 6

TECHNOLOGY

TECHNOLOGY

Parking Structure

Access Control System installation completed Surveillance System installation completed

Old County Building

Low Voltage Cabling nearly complete

Low Voltage Cabling in the process of being terminated on the IT Closet side

Network Equipment, Wireless Network equipment and VoIP Phone installations scheduled to begin this month

Courtroom A/V installation is scheduled to begin this month

Surveillance System and Access Control System installation nearly complete

DocketCall (digital courtroom docket display) installation will begin as construction nears completion/is “dust-free”

Emergency Notification System will begin as construction nears completion/is “dust-free”

Administration Building

Low Voltage Cabling installation complete on Floors 5 and 6 and nearly complete on Floor 9

BOC Auditorium Audio/Video installation is in progress.

Network Equipment, Wireless Network and VoIP Phone installations are complete on Floor 5 and nearly complete on Floors 6 and 9

Surveillance System and Access Control System installation is nearly complete on Floors 5, 6 and 9

6

Page 9: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

10/03/2016 Make Macomb Your Home 7

PROGRESS PHOTOS

Security Cameras in place at the Old County Building Signage Installation at the Old County Building

Wireless Clocks installed at the Old County Building Stairwell Demolition at the Old County Building

7

Page 10: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

10/03/2016 Make Macomb Your Home 8

6th Floor Office at the Administration Building 6th Floor Administration Building

Vinyl Flooring 6th Floor Administration Building 6th Floor Administration Building

8

Page 11: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

10/03/2016 Make Macomb Your Home 9

6th Floor Reception Administration Building 6th Floor Reception Administration Building

Restroom Finishes Administration Building New Drinking Fountains Administration Building

9

Page 12: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

10/03/2016 Make Macomb Your Home 10

Temporary Fencing Installed for Parking Structure Demolition

10

Page 13: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

To: David Flynn, Board Chair

Macomb County Executive Mark A. Hackel

From: Pamela J. Lavers, Deputy County Executive

Date: September 26, 2016

Mark F. Deldin Deputy County Executive

RE: Agenda Item- Department of Roads, Bid Award and Contracts- Schoenherr

Attached you will find documentation and a resolution from Department of Roads Director, Robert Hoepfner, to approve the award of bid for the resurfacing of Schoenherr Road from 8 to 11 Mile to Cipparrone Contracting, Inc. at a cost of $3,288,155.44 and the corresponding construction contract with Cipparrone and cost share agreement with the City of Warren.

This contracts is necessary to begin a resurfacing project on Schoenherr Road.

The Executive Office respectfully submits this agenda item for the Commission's consideration and recommends approval of the award of bid and contracts as stated above.

PJL/smc

cc: Robert Hoepfner

11

Page 14: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

MACOMB COUNTY, MICHIGAN

RESOLUTION Resolution to:

Approve the award of bid for the resurfacing of Schoenherr Road from 8 to 11 Mile to Cipparrone Contracting, Inc. at a cost of $3,288,155.44 and the corresponding construction contract with Cipparrone and cost share agreement with the City of Warren.

Commissioners James Carabelli & Robert Mijac, Infrastructure/Economic Development Committee

Additional Background Information (If Needed):

Request approval of the award of bid for the resurfacing of Schoenherr Road from 8 to 11 Mile to Cipparrone Contracting, Inc. at a cost of $3,288, 155.44, and approval of the corresponding construction contract with Cipparrone for this project. Also request approval of the Cost Share Agreement with the City of Warren outlining the participation of costs for this project.

Committee Meeting Date

Infrastructure/ Econ Development 10/11/2016

12

Page 15: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

g~ ~ < . . 11,~,.,.0,.~

Mark A . Hackel M EMQRAN DUM County Executive

DATE: 09/22/2016

TO: Office of County Executive

FROM: Robert P. Hoepfner, Director of Roads

RE: REQUEST APPROVAL I ADOPTION OF

Award and Contracts - Schoenherr Road SUBJECT: Approval of the award of bid for the resurfacing of Schoenherr Road from 8 to 11 Mile to Cipparrone Contracting, Inc. at a cost of $3,288, 155.44, and approval of the corresponding construction contract with Cipparrone for this project. Also request approval of the Cost Share Agreement with the City of Warren outlining the participation of costs for this project.

PURPOSE I JUSTIFICATION:

Actions necessary to begin resurfacing project on Schoenherr Road

FISCAL IMPACT I FINANCING:

This project is budgeted in the 2016 FY Budget and carried over to the 2017 FY.

FACTS AND PROVISION I LEGAL REQUIREMENTS {If applicable):

Standard contractor and cost share agreement

IMPACT ON CURRENT SERVICES (PROJECTS):

Schoenherr Road is heavily traveled and in need of resurfacing in this area

13

Page 16: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

CONTRACT REVIEW ROUTING FORM November 2015 REV 4

•1 ~41et 1~ J!1111 ~ letle . . . ~···~•::r• . •

Department Leader: Department: I Date:

Robert P. Hoepfner Roads 09/22/2016 Contract Contact Person: Contact Phone Number: NOTE: Contracts are returned interoffice mail unless specified below:

Sue VanSteelandt (586) 463-0344 ISJ Call for Pick Up: # 58646303~

• . . • Contract Title: GRANT Return By Date:

Bid Award and Contracts - Schoenherr D AWARD 09/25/2016 IS] Funded

DEPARTMENT ROUTING & AUTHORIZATIONS NOTES:

...; c a.o (J) · ­Oro

D OES THIS INVOL VE TECHNICAL SUPPVRT R ELATED TO HARDWARE OR S OFTWARE? If No, Skip this step.

D Yes, Send to IT. Chief Information Officer review/approval is REQUIRED. 1- !:! - o s£ W=> z<t:

1.

......... D Approved with changes

D Rejected and Return to Requesting Department

RISK & CONTRACT MANAGEMENT·

~t:f Approved

D Approved with changes

D Rejected

RETURN TO

REQUESTING DEPARTMENT

2. FINANCE DEPARTMENT·

Approved

Approved with changes

D Rejected RETURN TO

RISK & CONTRACT MANAGEMENT

~ Approved tJ Approved with changes

D Rejected

_Jd-1(pproved

-ld'Boc Review Required

D Approved with changes

0 Rejected - R ETURN TO

Authorized Signature

R ISK & C ONTRACT MANAGEMENT --+~~~_:.:::___:::..__::_::::::=

Date

Date

~f SEP 2 2 201~~ E~ Jv; ~~isk Management & Safety

f.t&CEIVED

c. c: ~ s ;:-:. 2 !, 2016 Q)- L-1

E~ t::"C

"' Ql

rJ;JtcoMB COUNTY 0::

OADS

RECEIVED c.

-E ~tl SEP 2 2 2016 t::"C

"' Ql c.>

~ ~ CORPORATION COUNSEL

"C Ql > "iii (.) Ql .. a: c. -E c: "' Ql-

EXECUTIVE OFFICE

SEP 2 3 2016

! "RECEIVED Ql 0

14

Page 17: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

CONTRACT REVIEW ROUTING FORM November 2015 REV4

ORIGINATING DEPARTMENT INFORMATION Department Leader: Department: Date:

Robert P. Hoepfner Roads 09/22/2016 Contract Contact Person: Contact Phone Number: NOTE: Contracts are returned interoffice mail unless specified below:

Sue VanSteelandt (586) 463-0344 ISicau for Pick Up: # 5864630344

CONTACT INFORMATION Contract Title:

Bid Award and Contracts - Schoenherr Vendor Number (if known): Vendor Name:

Vendor ~Yes Disclosure IFAS

Form Attached: No (N/A)

Original Contract Amount: Amendment Amount: Total Amended Contract Amount: Funding Source- Org Key I Object- (If known):

$ 3,288,155.44 $ $ 3,288,155.44 Warren & DOR Contract Begin Date: Amendment Date: Contract End Date: Targeted Committee Date:

10/14/2016 12/31/2016 10/11/2016 Amendment Number: ~ntract: If Renewal or Amendment, what terms have changed (if any):

'- New '"" Renewal .,. Amendment

Contract Bid: If not bid out, please explain: Lowest Bid: If not lowest bid, please explain:

IS] Yes

D Na Bid Number: How many bidders responded?

102-2016 6 Contract Synopsis:

IS] Yes

D No

Winning bidder Macomb County Entity:

E ~~s- Explain: Cipparrone Contracting/Southfield, Ml

Request approval of the award of bid for the resurfacing of Schoenherr Road from 8 to 11 Mile to Cipparrone Contracting, Inc. at a cost of $3,288, 155.44, and approval of the corresponding construction contract with Cipparrone for th is project. Also request approval of the Cost Share Agreement with the City of Warren outlining the participation of costs for this project.

OTHER CONTRACT INFORMATION

D CONTRACT REQUIRES SIGNATURE OF COUNTY EXECUTIVE ONLY. DESIGNEE SIGNATURE WILL NOT BE ACCEPTED.

PLEASE CHECK APPROPRIATE ITEM BELOW (IF APPLICABLE):

D 1. A WARDING A CONTRACT OF $35,000 OR MORE FOR SERVICES, SUPPLIES, MATERIALS, EQUIPMENT OR REAL ESTATE.

IS] 2. A WARDING A CONTRACT OF $100,000 OR MORE FOR CONSTRUCTION.

D 3. AWARDING A CONTRACT MODIFICATION EXCEEDING 10% OF THE ORIGINAL APPROVED CONTRACT AMOUNT.

D 4. A WARDING A CONTRACT THAT EXCEEDS 5 YEARS IN LENGTH.

D 5. E MPLOYER PAID FRINGE BENEFITS.

D 6. C OLLECTIVE BARGAINING AGREEMENTS.

D 7. INTERGOVERNMENTAL A GREEMENTS AS DEFINED BY CHARTER SECTION 3.1.

15

Page 18: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

Contract ID: 102-2016 con

2016 Description:

Location: Schoenherr Rd 8 to11

Projects(s): 100,200,300,400,500,600,700,800

Rank Bidder

0 ENGINEER'S ESTIMATE

(08962) Cipparrone Contracting, Inc.

2 (05184) Cadillac Asphalt, L.L.C.

3 (00891) Florence Cement Company

4 (06903) Fiore Enterprises LLC

5 (05336) Major Cement Co.

6 (05231) Di Lisio Contracting, Inc.

Contract# 102-2016 con (Schoenherr Rd 8 toll) MERL: 5.3.5

Bid Comparison

Total Bid %Over Low

$3,680,923.54 11.94%

$3,288,155.44 0.00%

$3,507,535.42 6.67%

$3,528,960.94 7.32%

$3,684,453.54 12.05%

$3,792,786.94 15.34%

$4,015,619.94 22.12%

%Over Est.

0.00%

-10.67%

-4.71%

-4.12%

0.09%

3.03%

9.09%

Page 1 of 13

09/20/201611:44:15AM

16

Page 19: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

c NT ACT

SCHOENHERR ROAD FROM 8 MILE TO 11 MILE, WORK ORDER #1642

THIS AGREEMENT, made this day of , 2016, by and between the COUNTY OF MACOMB, State of Michigan, c/o DEPARTMENT OF ROADS, 117 South Groesbeck Highway, Mount Clemens, Ml 48043, hereinafter referred to as "MACOMB" and Cipparrone Contracting, Inc., 29200 SquthfieldRd, Suite 100, Southfield, Ml 48076, hereinafter referred to as "CONTRACTOR", outlines the terms agreed upon between these parties for the project titled above.

For and in consideration of the payment of $3,288, 155.44, CONTRACTOR hereby agrees to furnish and deliver all materials and perform all work and labor required to complete the following project:

SCHOENHERR RD- 8 Ml TO 11 Ml This project includes 22,100 square yards of milling existing pavement, 32,630 square yards of concrete pavement removal/replacement, 2,250 square feet of Sidewalk Ramp, ADA, Modified, 2,400 feet of curb and gutter removal/replacement and 3,600 ton of HMA, Modified placement including adjustments of all necessary storm and utility manholes.

Further, CONTRACTOR agrees to begin work within ten (1 0) days after receiving notice to proceed from MACOMB and to complete the project on or before (insert date), 2016.

MACOMB, in pursuance of the statute in such case made and provided, hereby agrees to pay to CONTRACTOR for all work done, the unit prices as submitted in the bid for this project by CONTRACTOR, which is incorporated by reference herein.

MACOMB further agrees to pay CONTRACTOR for such extra work as may be ordered by the Project Engineer, the prices of which may not be included in the original bid. The procedure and schedule of payment for extra work shall be as outlined in the current Michigan Department of Transportation Standard Specifications under "Payment For Extra Work".

CONTRACTOR shall complete all work in accordance with the plans and as outlined in the Bid Proposal for the project under the direct supervision and to the complete satisfaction of MACOMB.

IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the date set forth above. ·

Contract WO# 1642 Page 1

17

Page 20: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

WITNESS: MACOMB COUNTY:

Mark F. Deldin, Chief Deputy County Executive

WITNESS: Contractor Company Name

Signature of Authorized Agent

Printed Name and Title

Telephone Number/Email Address

Contract WO# 1642 Page 2

18

Page 21: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

MACOMB COUNTY BASED PREFERENCE

A local preference percentage credit from the following allowance table will be applied to the bid of any County-based Enterprise. This credit will be subtracted from the bid of the County-based Enterprise. In comparing bids, the bid of the County -based Enterprise after subtraction of the credit shall be considered the official bid. However, if the County-based Enterprise is awarded the Contract, the bid without the equalization percentage credit shall be the Contract price.

Contract Amount

Up to $50,000.00

$50,000.00 to $200,000.00

$200,000.00 and over

Local Preference Percentage

5

3

1

1. No business shall receive these credits unless it has been certified by the Purchasing Manager.

2. Any business who claims entitlement to any local preference credit shall disclose the records necessary to establish eligibility to the County.

3. After applying any local preference credits as provided above, the Contract shall be awarded to the lowest Responsible Bidder thus evaluated.

IN ORDER TO DETERMINE IF YOUR BUSINESS IS ENTITLED TO RECEIVE A LOCAL PREFERENCE PERCENT AGE CREDIT PLEASE ANSWER THE FOLLOWING QUESTIONS:

1. Is your business headquarters physically located within Macomb County, or has it been conducting business at a location with a permanent street address in the County of Macomb on an ongoing basis for not less than one taxable year prior to your bid or response to this Request for Proposal? YES __ NO _.X_

2. Has your business paid property taxes on real or personal property within the past year on property which is ordinarily needed to perform the proposed contract?

YES1_No __

3. Are at least 50 percent of your regular full-time employees based at the County location to perform the proposed contract? YES __ NO x_

4. Has your business been dealing for at least one year on a regular commercial basis in the kind of goods or services which are the subject of this bid or prXosal?

YES NO __

Drug Screening

To the extent not prohibited by law, all contracts for construction, repair, alteration, or rebuilding of a County building or other property shall include a provision requiring the contractor and any subcontractor providing services under the contract to conduct pre­hire screening for illegal drug use by their employees who provide services under the contract.

If applicable, is your business compliant with this requirement? YES _.l_ No __

25

19

Page 22: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

COUNTY OF MACOMB VENDOR DISCLOSURE FORM

The Macomb County ethics ordinance requires vendors of the County to complete and file a disclosure statement, the purpose of which is to disclose any financial relationships or other conflicts of interest that may exist between vendors and employees or elected officials (or their appointees) of the County. Once filed, the disclosure form does not need to be updated unless there is a change in circumstance that would cause the answer to any of the questions to change, at which time an amended disclosure form must be filed. Filing of the disclosure form is considered a condition of payment

Vendor Number (If Known):

Vendor Name: Vendor Phone Number:

C\P?ARRDNG; CO t-.1 1KI\Cil N~ ))J u J-48/4~4-3<6g<3

s~q;o:southtted Rd Sttlool City:Sotlii\f!eld I ~\: I z~~o1~ 1. Does the vendor currently employ a relative of any employee, elected official or appointee of an

elected official of Macomb County? Relative is defined as husband or wife, father or mother, son or daughter, brother or sister, uncle or aunt, first cousin, nephew or niece, great uncle or great aunt, grandfather or grandmother, grandson or granddaughter, father-in-law or mother-in-law, son­in-law or daughter-in-law, brother-in-law or sister-in-law, stepfather or stepmother, stepson or stepdaughter, stepbrother or stepsister, half-brother or half-sister, the parents or grandparents of the individual's fiancee.

DYES giNo If yes, please answer the following:

A Name of County employee or elected official (or appointee):

B. County Position!fitle:

C. County Department or Agency:

2. Does any employee or elected official of Macomb County have an interest in the vendor organization in any capacity, either compensated or non-compensated:

DYES ~NO If yes, please answer the following:

D director

D member

D officer

D employee

D partner

D contractor

D trustee

D beneficiary

A Name of County employee or elected official (or appointee):

B. County Position!fitle:

C. County Department or Agency:

D. Position/Title with Vendor:

26

20

Page 23: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

3. Does any current employee or elected official of Macomb County have legal or beneficial ownership of 10% or more of the outstanding stock of the vendor organization?

OvEs JZ!No If yes, please answer the following:

A. Name of County employee or elected official (or appointee):

B. County Position!Title:

C. County Department or Agency:

D. %of Ownership of Vendor Organization:

4. In the last five calendar years, has the vendor failed to perform or otherwise deliver on the terms of a contract or agreement with Macomb County, or any other public entity, including suspensions or debarments?

DYES [Zj NO

If yes, please provide further explanation:

I hereby certify that the information included on this form is complete, true and accurate to the best of my knowledge and belief. I understand that either myself or the organization to which this form applies may be subject to sanctions and/or penalties as set forth in the ethics ordinance if any information has been falsified or omitted.

Name (Plea e Print) Title

~ L ~: c!/?o/;b I Date

PLEASE RETURN THE COMPLETED FORM TO:

Macomb County Finance Department ATTN: Vendor Dis~losure

120 North Main, 2n Floor Mount Clemens, M I 48043

27

06/25/2013 Rev. 2 Page 2

21

Page 24: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

THE AMERICAN INSTITUTE OF ARCHITECTS

AlA Document A310

Bid Bond

KNOW ALL MEN BY THESE PRESENTS, that we Cipparrone Contracting, Inc. (Here Insert lull name and address or legal title of Contractor) 29200 Southfield Rd., Ste. 1 OO,Southfield, Ml 48076 as Principal, hereinafter called the Principal, and

Hudson Insurance Company (Here Insert lull name and address or legal title of Surety) 100 William Street, 5th Floor, New York, NY 10038

a corporation duly organized under the laws of the State of Delaware as Surety, hereinafter called the Surety, are held and firmly bound unto The Macomb County Department of Roads (Here Insert lull name and address or legal title of Owner)

117 S. Groesbeck Highway, Mt. Clemens, Ml 48043 as Obligee, hereinafter called the Obligee, In the sum of

Five Percent (5%) of Amount of Bid Dollars ( 5% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.

WHEREAS. the Principal has submitted a bid for

Schoenherr Road, 8 Mile to 11 Mile Pavement Surface Rehabilitation

NOW, THEREFORE, If the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished In the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, If the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified In said bid and such larger amount for which the Obligee may In good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void; otherwise to remain In full force and effect.

Signed and sealed this 20th

. /

day of September, 2016 Cipparrone Contracting, Inc.

(Seal)

"~~ Ct·rr-GqiWAI2..(TJUe) ,·ce- ~:c:~.~ Hudson Insurance Company

~~~ Kathleen M. Irelan {Title) Attorney-in-Fact

________________________ , ________________________________ ___ AlA DOCUMENT A310 • BID BOND • AlA@ t FEBRUARY 1970 ED • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.'i. AVE., N.W., WASHINGTON, D. C. 20006

@ Printed on Recycled Paper 9/93

22

Page 25: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

··~ !j,~,£,SS?,[:! BID BOND POWER OF ATTORNEY

KNOW ALL MEN BY THESE PRESENTS: That HUDSON INSURANCE COMPANY, a corporation of the State of Delaware, with offices at 100 William Street, New York, New York, 10038, has made, constituted and appointed, and by these presents, does make, constitute and appoint

Alnn P. Chnndlcr, Robert Trobcc, Jeffrey A. Chnndler, Kutbleen M.lrclun, Ian J. Donald, Susan L. Smnll of the State of Michigan

its t111e and lawful Al!orney(s)-in-Fnct, at New York City in the Stato ofNew York, each of them alone to hove full power to net without the other or others, to make, execute and deliver on its behalt~ ns Surety, bid bonds for any and all purposes.

Such bid bonds, when duly executed by said Attorney(s)-in-Fact, shall be binding upon said Company As fully and to the same extent as if signed by tile President of said Company under its cmporate seal attested by its Secretary.

:~~S::~ ...................... . Christopher T. Suarez, Executive Vice President

STATE OF NEW YORK COUNTY OF NEW YORK SS.

On the 23rd day of Mny , 20 _1_6 _before me personally came Christopher T. Suarez to me known, who being by me duly swom did depose and say that he Is an Executive Vice President of HUDSON INSURANCE COMPANY, t e Company described herein and which executed the above instrument, thnt he knows the sen\ of said Company, thai the sen\ affixed to snid instn1ment is the cor) rate seal of said Compnny, that It was so affixed by order of the Board of Dh·cctors of said Company, nnd that he signed his name thereto by like order.

Notury Public, Stnte of ew Yo No. OJ MU6067553 Qun\ified It\ Nassau County Commission Expires December 10, 2017

CERTIFICATION

THAT the original resolution, of which tl1c following is a true nnd correct copy, was duly adopted by unanimous written consent of the Board of Directors of Hudson Insurance Company doted July 27'\ 2007, and has not since been revoked, amended or modified;

"RESOLVED, that the President, the Executive Vice Presidetlts, the Senior Vice Presidents and the Vice Presidents shall have tbe authority and discretion, to nppoint such agent or agents, or ntlomcy or attomeys-in-fnct, for the purpose of carrying on this Company's surety \lusiness, and to empower such agent or agents, or attorney or attorneys-in-fact, to execute and deliver, under this Company's seal or otherwise, bonds obligations, and recognizances, whether made by this Company ns surety thereon or otherwise, indemnity contracts, contracts and certificates, and any and all other contrncts and undertaking mndo in the course of this Company's surety business, and rcnowuls, extensions, ngrccmcnls, Waivers, consents or stipulations regarding undertakings so made; and

FURTHER RESOVLED, thai the signature of any such Officer of the Company and the Company's scn\muy be affixed by facsimile to any power of nttorncy or certiticolion given for the exectltion of any bond, undertaking, recognizance, contrnct of indemnity or other written obligntion In the nnlurc thereof ot' related thereto, such &ignature nnd seal when so usod whether heretofore or hereafter, being hereby adopted by the Compnny ns the original signature of such officer and the original seal of the Compuny, to be valid and binding upon the Company with the same force nnd effect as though manually offi:tcd,"

THAT the obove nud foregoing is o full, true and correct copy of Power of Attomey lss,ued by snid Company, nnd of the whole of the original nnd that the snid Power of Attornoy is sti II ill full force nnd effect nnd hns not been revoked, and furthem1ore thot I he Resolution of !he Board of Directors, set forth In the said

P;.~~;~;~~ t.ton::~si:~:o~:t:: ::·:~undersigned und the scHI of snid Company this 20th ~orS!!J\1::' ~~. ''\ 1918 /.:

··~~.'!'t.~~··· By., ... . u., •• ,~~

Fom1 Bid 8 2010 (vI)

23

Page 26: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

AGREEMENT

This Agreement entered into this day of , 2016, by and between the Macomb County Department of Roads, hereinafter referred to as "COUNTY"; and the City of Warren, hereinafter referred to as "CITY".

WHEREAS, COUNTY initiated a road project to resurface Schoenherr Road within the CITY, and

WHEREAS, COUNTY has adopted policies relating to CITY's participation in primary road projects, and

WHEREAS, COUNTY has agreed with CITY to have the project engineered, constructed, inspected and placed in service, and

NOW, THEREFORE, in order to save public funds and expedite the project, COUNTY and CITY agree to carry out the project under a single contract according to the following terms and conditions:

1. The project termini are:

e Resurfacing of Schoenherr Road from 8 Mile to 11 Mile Road

2. The total project shall be defined as, but not necessarily include:

• Required material • Contract cost • Survey, engineering plans, testing and field staking • Labor and equipment rental charges • Overhead and fringe benefits • Right of way acquisition • Preliminary and construction engineering • Signing and pavement marking • Other labor, materials, etc. to provide a complete project

3. The following cost sharing proportions have been agreed to (Exhibit A):

• CITY share: Fifty percent (50%) of construction cost • COUNTY share: Fifty percent (50%) of construction cost and One

Hundred percent (1 00%) of all remaining costs

4. Funds provided by CITY shall be paid in full to COUNTY prior to the start of the design engineering work for the project.

Warren CSA Schoenherr 1

24

Page 27: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

5. COUNTY, upon completion of said project, will furnish CITY with a statement of actual costs of the project and will remit all collected monies exceeding the total cost of the project including overhead and fringe benefits or collect any additional monies necessary to meet the total cost of the project.

6. Overhead and fringe benefits applied shall be at a rate as determined on an annual basis. This rate is subject to change annually based upon actual costs incurred from the prior year and shall be applied to those costs incurred for that particular period.

7. CITY, COUNTY, the County of Macomb, their officers, agents, employees and consultants will be listed as additional insureds on the Contractor's insurance policy for general liability, automobile liability, excess coverage and worker's compensation.

8. COUNTY agrees to obtain authorization for additional expenditures beyond the limits of the Construction Contract from CITY prior to committal of same.

IN WITNESS WHEREOF, the parties hereto executed this Agreement on the date set forth above.

WITNESS MACOMB COUNTY

Mark F. Deldin, Chief Deputy County Executive

WITNESS (_~OFWARREN /

~ Jam~uts, Mayor

Warren CSA Schoenherr 2

25

Page 28: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

City of Warren Macomb County Dept of Roads

$1,825,000 $2,372,500

Please note that the Macomb County Department of Roads will require full payment of your cost share to be submitted at the time of the executing this agreement. Again, this is just an estimate and you will be responsible for your share of the actual costs incurred.

Warren CSA Schoenherr 3

26

Page 29: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

Bid Comparison

Contract ID: 102 - 2016 con

Description: 2016

Location:Schoenherr Rd 8 to11

Projects(s):100, 200, 300, 400, 500, 600, 700, 800

Rank Bidder Total Bid % Over Low % Over Est.

0 ENGINEER'S ESTIMATE $3,680,923.54 11.94% 0.00%

1 (08962) Cipparrone Contracting, Inc. $3,288,155.44 0.00% -10.67%

2 (05184) Cadillac Asphalt, L.L.C. $3,507,535.42 6.67% -4.71%

3 (00891) Florence Cement Company $3,528,960.94 7.32% -4.12%

4 (06903) Fiore Enterprises LLC $3,684,453.54 12.05% 0.09%

5 (05336) Major Cement Co. $3,792,786.94 15.34% 3.03%

6 (05231) Di Lisio Contracting, Inc. $4,015,619.94 22.12% 9.09%

Contract # 102 - 2016 con (Schoenherr Rd 8 to11)MERL: 5.3.5

09/20/2016 11:44:15 AM

Page 1 of 13

27

Page 30: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

(0) ENGINEER'S ESTIMATE (1) Cipparrone Contracting, Inc. (2) Cadillac Asphalt, L.L.C.Line Pay Item Code Quantity UnitsDescription Bid Price Total Bid Price Total Bid Price Total0001 2040020 2,400 Ft $10.00 $24,000.00 $9.00 $21,600.00 $9.02 $21,648.00

Curb and Gutter, Rem

0002 2040055 500 Syd $10.00 $5,000.00 $20.00 $10,000.00 $20.05 $10,025.00

Sidewalk, Rem

0003 3027031 1,350 Ton $25.00 $33,750.00 $34.00 $45,900.00 $34.09 $46,021.50

_ Aggregate Base Repair, Modified

0004 4030010 47 Ea $450.00 $21,150.00 $305.00 $14,335.00 $305.83 $14,374.01

Dr Structure Cover, Type B

0005 4030025 35 Ea $500.00 $17,500.00 $385.00 $13,475.00 $386.04 $13,511.40

Dr Structure Cover, Type D

0006 4030050 5 Ea $600.00 $3,000.00 $500.00 $2,500.00 $501.35 $2,506.75

Dr Structure Cover, Type K

0007 4030065 28 Ea $500.00 $14,000.00 $405.00 $11,340.00 $406.10 $11,370.80

Dr Structure Cover, Type Q

0008 4030280 109 Ft $200.00 $21,800.00 $150.00 $16,350.00 $150.41 $16,394.69

Dr Structure, Adj, Add Depth

0009 4030290 63 Ea $150.00 $9,450.00 $150.00 $9,450.00 $125.34 $7,896.42

Dr Structure, Cleaning

0010 4030390 63 Ea $300.00 $18,900.00 $500.00 $31,500.00 $501.35 $31,585.05

Dr Structure, Temp Lowering

0011 4037001 51 Ft $250.00 $12,750.00 $200.00 $10,200.00 $200.54 $10,227.54

_ Dr Structure, Adj, Add Depth, Modified

0012 4037050 132 Ea $175.00 $23,100.00 $575.00 $75,900.00 $576.56 $76,105.92

_ Dr Structure Cover, Adj, Case 1, Modified

0013 4037050 73 Ea $350.00 $25,550.00 $575.00 $41,975.00 $576.56 $42,088.88

_ Dr Structure Cover, Adj, Case 1, Modified

0014 4037050 121 Ea $350.00 $42,350.00 $275.00 $33,275.00 $275.74 $33,364.54

_ External Structure Wrap

0015 5010020 18,000 Ft $8.00 $144,000.00 $8.25 $148,500.00 $7.34 $132,120.00

Pavt Joint and Crack Repr, Det 7

0016 5010025 360 Ton $115.00 $41,400.00 $55.00 $19,800.00 $100.27 $36,097.20

Hand Patching

Contract # 102 - 2016 con (Schoenherr Rd 8 to11)MERL: 5.3.5

09/20/2016 11:44:15 AM

Page 2 of 13

28

Page 31: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

(0) ENGINEER'S ESTIMATE (1) Cipparrone Contracting, Inc. (2) Cadillac Asphalt, L.L.C.Line Pay Item Code Quantity UnitsDescription Bid Price Total Bid Price Total Bid Price Total0017 5017011 6,800 Syd $4.00 $27,200.00 $2.80 $19,040.00 $3.00 $20,400.00

_ Cold Milling Existing Pavement, 2 inch Deep

0018 5017011 15,300 Syd $4.00 $61,200.00 $3.10 $47,430.00 $4.00 $61,200.00

_ Cold Milling Existing Pavement, 3 inch Deep

0019 5017031 3,600 Ton $80.00 $288,000.00 $77.00 $277,200.00 $103.18 $371,448.00

_ HMA, 5E10, Modified

0020 6030030 33,050 Ea $5.50 $181,775.00 $4.50 $148,725.00 $4.51 $149,055.50

Lane Tie, Epoxy Anchored

0021 6037001 630 Ft $7.00 $4,410.00 $8.00 $5,040.00 $8.02 $5,052.60

_ Expansion Joint Filler, 1.0 inch x 8 inc h

0022 6037011 500 Syd $50.00 $25,000.00 $52.00 $26,000.00 $54.15 $27,075.00

_ Pavt Repr, Nonreinf Conc, 10 inch, Modified

0023 6037011 32,630 Syd $50.00 $1,631,500.00 $50.00 $1,631,500.00 $52.14 $1,701,328.20

_ Pavt Repr, Nonreinf Conc, 9 inch, Modified

0024 6037011 1,500 Syd $20.00 $30,000.00 $14.00 $21,000.00 $14.04 $21,060.00

_ Pavt Repr, Rem, Modified

0025 6037011 31,630 Syd $25.00 $790,750.00 $14.00 $442,820.00 $14.04 $444,085.20

_ Pavt Repr, Rem, Modified

0026 8020038 2,400 Ft $20.00 $48,000.00 $15.25 $36,600.00 $15.29 $36,696.00

Curb and Gutter, Conc, Det F4

0027 8030044 2,250 Sft $10.00 $22,500.00 $5.75 $12,937.50 $5.77 $12,982.50

Sidewalk, Conc, 4 inch

0028 8037010 2,250 Sft $15.00 $33,750.00 $17.00 $38,250.00 $17.05 $38,362.50

_ Sidewalk Ramp, ADA, Modified

0029 8110024 700 Ft $3.50 $2,450.00 $2.85 $1,995.00 $2.86 $2,002.00

Pavt Mrkg, Ovly Cold Plastic, 6 inch, Crosswalk

0030 8110045 282 Ft $15.00 $4,230.00 $12.20 $3,440.40 $12.23 $3,448.86

Pavt Mrkg, Ovly Cold Plastic, 24 inch, Stop Bar

0031 8110069 2 Ea $350.00 $700.00 $350.00 $700.00 $350.95 $701.90

Pavt Mrkg, Ovly Cold Plastic, Railroad Sym

0032 8110153 1,900 Ft $0.45 $855.00 $0.49 $931.00 $0.49 $931.00

Pavt Mrkg, Sprayable Thermopl, 4 inch, White

Contract # 102 - 2016 con (Schoenherr Rd 8 to11)MERL: 5.3.5

09/20/2016 11:44:15 AM

Page 3 of 13

29

Page 32: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

(0) ENGINEER'S ESTIMATE (1) Cipparrone Contracting, Inc. (2) Cadillac Asphalt, L.L.C.Line Pay Item Code Quantity UnitsDescription Bid Price Total Bid Price Total Bid Price Total0033 8110154 8,600 Ft $0.45 $3,870.00 $0.49 $4,214.00 $0.49 $4,214.00

Pavt Mrkg, Sprayable Thermopl, 4 inch, Yellow

0034 8120030 800 Ea $12.00 $9,600.00 $17.50 $14,000.00 $17.55 $14,040.00

Channelizing Device, 42 inch, Furn

0035 8120031 800 Ea $0.01 $8.00 $0.01 $8.00 $0.01 $8.00

Channelizing Device, 42 inch, Oper

0036 8120140 4 Ea $650.00 $2,600.00 $495.00 $1,980.00 $5,514.89 $22,059.56

Lighted Arrow, Type C, Furn

0037 8120141 4 Ea $0.01 $0.04 $0.01 $0.04 $0.01 $0.04

Lighted Arrow, Type C, Oper

0038 8120221 7,000 Ft $0.50 $3,500.00 $0.95 $6,650.00 $0.95 $6,650.00

Pavt Mrkg, Type NR, Paint, 4 inch, Yellow, Temp

0039 8120230 2,610 Ft $1.50 $3,915.00 $1.00 $2,610.00 $1.00 $2,610.00

Pavt Mrkg, Type NR, Tape, 4 inch, White, Temp

0040 8120231 730 Ft $1.50 $1,095.00 $1.00 $730.00 $1.00 $730.00

Pavt Mrkg, Type NR, Tape, 4 inch, Yellow, Temp

0041 8120240 730 Ft $1.50 $1,095.00 $1.30 $949.00 $1.25 $912.50

Pavt Mrkg, Type R, 4 inch, White, Temp

0042 8120241 730 Ft $1.50 $1,095.00 $1.30 $949.00 $1.25 $912.50

Pavt Mrkg, Type R, 4 inch, Yellow, Temp

0043 8120250 850 Ea $20.00 $17,000.00 $19.95 $16,957.50 $20.00 $17,000.00

Plastic Drum, High Intensity, Furn

0044 8120251 850 Ea $1.00 $850.00 $0.01 $8.50 $0.01 $8.50

Plastic Drum, High Intensity, Oper

0045 8120310 13 Ea $20.00 $260.00 $25.00 $325.00 $25.07 $325.91

Sign Cover

0046 8120350 1,550 Sft $4.00 $6,200.00 $4.00 $6,200.00 $10.53 $16,321.50

Sign, Type B, Temp, Prismatic, Furn

0047 8120351 1,550 Sft $0.01 $15.50 $0.01 $15.50 $0.01 $15.50

Sign, Type B, Temp, Prismatic, Oper

0048 8167011 1,700 Syd $10.00 $17,000.00 $5.50 $9,350.00 $10.03 $17,051.00

_ Turf Establishment, Modified

Contract # 102 - 2016 con (Schoenherr Rd 8 to11)MERL: 5.3.5

09/20/2016 11:44:15 AM

Page 4 of 13

30

Page 33: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

(0) ENGINEER'S ESTIMATE (1) Cipparrone Contracting, Inc. (2) Cadillac Asphalt, L.L.C.Line Pay Item Code Quantity UnitsDescription Bid Price Total Bid Price Total Bid Price Total0049 8210005 4 Ea $400.00 $1,600.00 $500.00 $2,000.00 $501.35 $2,005.40

Monument Box Adjust

0050 8237050 3 Ea $400.00 $1,200.00 $500.00 $1,500.00 $501.35 $1,504.05

_ Water Shutoff, Adj

Bid Totals: $3,680,923.54 $3,288,155.44 $3,507,535.42

Contract # 102 - 2016 con (Schoenherr Rd 8 to11)MERL: 5.3.5

09/20/2016 11:44:15 AM

Page 5 of 13

31

Page 34: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

(3) Florence Cement Company (4) Fiore Enterprises LLC (5) Major Cement Co.Line Pay Item Code Quantity UnitsDescription Bid Price Total Bid Price Total Bid Price Total0001 2040020 2,400 Ft $12.00 $28,800.00 $12.50 $30,000.00 $10.00 $24,000.00

Curb and Gutter, Rem

0002 2040055 500 Syd $15.00 $7,500.00 $12.00 $6,000.00 $15.00 $7,500.00

Sidewalk, Rem

0003 3027031 1,350 Ton $24.00 $32,400.00 $26.50 $35,775.00 $35.00 $47,250.00

_ Aggregate Base Repair, Modified

0004 4030010 47 Ea $320.00 $15,040.00 $425.00 $19,975.00 $400.00 $18,800.00

Dr Structure Cover, Type B

0005 4030025 35 Ea $420.00 $14,700.00 $550.00 $19,250.00 $500.00 $17,500.00

Dr Structure Cover, Type D

0006 4030050 5 Ea $500.00 $2,500.00 $590.00 $2,950.00 $550.00 $2,750.00

Dr Structure Cover, Type K

0007 4030065 28 Ea $410.00 $11,480.00 $425.00 $11,900.00 $400.00 $11,200.00

Dr Structure Cover, Type Q

0008 4030280 109 Ft $165.00 $17,985.00 $150.00 $16,350.00 $225.00 $24,525.00

Dr Structure, Adj, Add Depth

0009 4030290 63 Ea $160.00 $10,080.00 $120.00 $7,560.00 $114.00 $7,182.00

Dr Structure, Cleaning

0010 4030390 63 Ea $500.00 $31,500.00 $350.00 $22,050.00 $400.00 $25,200.00

Dr Structure, Temp Lowering

0011 4037001 51 Ft $200.00 $10,200.00 $175.00 $8,925.00 $275.00 $14,025.00

_ Dr Structure, Adj, Add Depth, Modified

0012 4037050 132 Ea $300.00 $39,600.00 $675.00 $89,100.00 $550.00 $72,600.00

_ Dr Structure Cover, Adj, Case 1, Modified

0013 4037050 73 Ea $650.00 $47,450.00 $675.00 $49,275.00 $550.00 $40,150.00

_ Dr Structure Cover, Adj, Case 1, Modified

0014 4037050 121 Ea $400.00 $48,400.00 $475.00 $57,475.00 $400.00 $48,400.00

_ External Structure Wrap

0015 5010020 18,000 Ft $5.20 $93,600.00 $8.40 $151,200.00 $8.25 $148,500.00

Pavt Joint and Crack Repr, Det 7

0016 5010025 360 Ton $137.50 $49,500.00 $56.00 $20,160.00 $55.00 $19,800.00

Hand Patching

Contract # 102 - 2016 con (Schoenherr Rd 8 to11)MERL: 5.3.5

09/20/2016 11:44:15 AM

Page 6 of 13

32

Page 35: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

(3) Florence Cement Company (4) Fiore Enterprises LLC (5) Major Cement Co.Line Pay Item Code Quantity UnitsDescription Bid Price Total Bid Price Total Bid Price Total0017 5017011 6,800 Syd $6.40 $43,520.00 $3.00 $20,400.00 $2.80 $19,040.00

_ Cold Milling Existing Pavement, 2 inch Deep

0018 5017011 15,300 Syd $5.05 $77,265.00 $3.25 $49,725.00 $3.10 $47,430.00

_ Cold Milling Existing Pavement, 3 inch Deep

0019 5017031 3,600 Ton $94.85 $341,460.00 $80.00 $288,000.00 $77.00 $277,200.00

_ HMA, 5E10, Modified

0020 6030030 33,050 Ea $6.40 $211,520.00 $5.00 $165,250.00 $5.00 $165,250.00

Lane Tie, Epoxy Anchored

0021 6037001 630 Ft $6.30 $3,969.00 $5.50 $3,465.00 $7.50 $4,725.00

_ Expansion Joint Filler, 1.0 inch x 8 inc h

0022 6037011 500 Syd $56.50 $28,250.00 $65.50 $32,750.00 $70.00 $35,000.00

_ Pavt Repr, Nonreinf Conc, 10 inch, Modified

0023 6037011 32,630 Syd $50.15 $1,636,394.50 $52.50 $1,713,075.00 $57.00 $1,859,910.00

_ Pavt Repr, Nonreinf Conc, 9 inch, Modified

0024 6037011 1,500 Syd $16.85 $25,275.00 $24.50 $36,750.00 $23.00 $34,500.00

_ Pavt Repr, Rem, Modified

0025 6037011 31,630 Syd $16.75 $529,802.50 $20.75 $656,322.50 $20.00 $632,600.00

_ Pavt Repr, Rem, Modified

0026 8020038 2,400 Ft $19.00 $45,600.00 $22.00 $52,800.00 $22.00 $52,800.00

Curb and Gutter, Conc, Det F4

0027 8030044 2,250 Sft $7.15 $16,087.50 $4.75 $10,687.50 $5.00 $11,250.00

Sidewalk, Conc, 4 inch

0028 8037010 2,250 Sft $11.75 $26,437.50 $13.50 $30,375.00 $12.50 $28,125.00

_ Sidewalk Ramp, ADA, Modified

0029 8110024 700 Ft $2.85 $1,995.00 $2.90 $2,030.00 $2.85 $1,995.00

Pavt Mrkg, Ovly Cold Plastic, 6 inch, Crosswalk

0030 8110045 282 Ft $12.20 $3,440.40 $12.40 $3,496.80 $12.20 $3,440.40

Pavt Mrkg, Ovly Cold Plastic, 24 inch, Stop Bar

0031 8110069 2 Ea $350.00 $700.00 $355.50 $711.00 $350.00 $700.00

Pavt Mrkg, Ovly Cold Plastic, Railroad Sym

0032 8110153 1,900 Ft $0.49 $931.00 $0.50 $950.00 $0.49 $931.00

Pavt Mrkg, Sprayable Thermopl, 4 inch, White

Contract # 102 - 2016 con (Schoenherr Rd 8 to11)MERL: 5.3.5

09/20/2016 11:44:15 AM

Page 7 of 13

33

Page 36: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

(3) Florence Cement Company (4) Fiore Enterprises LLC (5) Major Cement Co.Line Pay Item Code Quantity UnitsDescription Bid Price Total Bid Price Total Bid Price Total0033 8110154 8,600 Ft $0.49 $4,214.00 $0.50 $4,300.00 $0.49 $4,214.00

Pavt Mrkg, Sprayable Thermopl, 4 inch, Yellow

0034 8120030 800 Ea $17.50 $14,000.00 $17.80 $14,240.00 $17.50 $14,000.00

Channelizing Device, 42 inch, Furn

0035 8120031 800 Ea $0.01 $8.00 $0.01 $8.00 $0.01 $8.00

Channelizing Device, 42 inch, Oper

0036 8120140 4 Ea $495.00 $1,980.00 $505.00 $2,020.00 $495.00 $1,980.00

Lighted Arrow, Type C, Furn

0037 8120141 4 Ea $0.01 $0.04 $0.01 $0.04 $0.01 $0.04

Lighted Arrow, Type C, Oper

0038 8120221 7,000 Ft $0.95 $6,650.00 $1.00 $7,000.00 $0.95 $6,650.00

Pavt Mrkg, Type NR, Paint, 4 inch, Yellow, Temp

0039 8120230 2,610 Ft $2.00 $5,220.00 $1.00 $2,610.00 $2.00 $5,220.00

Pavt Mrkg, Type NR, Tape, 4 inch, White, Temp

0040 8120231 730 Ft $2.00 $1,460.00 $1.00 $730.00 $2.00 $1,460.00

Pavt Mrkg, Type NR, Tape, 4 inch, Yellow, Temp

0041 8120240 730 Ft $2.25 $1,642.50 $2.10 $1,533.00 $2.00 $1,460.00

Pavt Mrkg, Type R, 4 inch, White, Temp

0042 8120241 730 Ft $2.25 $1,642.50 $2.10 $1,533.00 $2.00 $1,460.00

Pavt Mrkg, Type R, 4 inch, Yellow, Temp

0043 8120250 850 Ea $19.95 $16,957.50 $20.25 $17,212.50 $19.95 $16,957.50

Plastic Drum, High Intensity, Furn

0044 8120251 850 Ea $0.01 $8.50 $0.01 $8.50 $0.01 $8.50

Plastic Drum, High Intensity, Oper

0045 8120310 13 Ea $25.00 $325.00 $25.40 $330.20 $25.00 $325.00

Sign Cover

0046 8120350 1,550 Sft $4.00 $6,200.00 $4.10 $6,355.00 $4.00 $6,200.00

Sign, Type B, Temp, Prismatic, Furn

0047 8120351 1,550 Sft $0.01 $15.50 $0.01 $15.50 $0.01 $15.50

Sign, Type B, Temp, Prismatic, Oper

0048 8167011 1,700 Syd $6.30 $10,710.00 $5.00 $8,500.00 $15.00 $25,500.00

_ Turf Establishment, Modified

Contract # 102 - 2016 con (Schoenherr Rd 8 to11)MERL: 5.3.5

09/20/2016 11:44:15 AM

Page 8 of 13

34

Page 37: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

(3) Florence Cement Company (4) Fiore Enterprises LLC (5) Major Cement Co.Line Pay Item Code Quantity UnitsDescription Bid Price Total Bid Price Total Bid Price Total0049 8210005 4 Ea $675.00 $2,700.00 $475.00 $1,900.00 $500.00 $2,000.00

Monument Box Adjust

0050 8237050 3 Ea $615.00 $1,845.00 $475.00 $1,425.00 $350.00 $1,050.00

_ Water Shutoff, Adj

Bid Totals: $3,528,960.94 $3,684,453.54 $3,792,786.94

Contract # 102 - 2016 con (Schoenherr Rd 8 to11)MERL: 5.3.5

09/20/2016 11:44:15 AM

Page 9 of 13

35

Page 38: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

(6) Di Lisio Contracting, Inc.Line Pay Item Code Quantity UnitsDescription Bid Price Total Bid Price Total Bid Price Total0001 2040020 2,400 Ft $20.00 $48,000.00 $0.00 $0.00

Curb and Gutter, Rem

0002 2040055 500 Syd $9.00 $4,500.00 $0.00 $0.00

Sidewalk, Rem

0003 3027031 1,350 Ton $25.00 $33,750.00 $0.00 $0.00

_ Aggregate Base Repair, Modified

0004 4030010 47 Ea $342.00 $16,074.00 $0.00 $0.00

Dr Structure Cover, Type B

0005 4030025 35 Ea $505.00 $17,675.00 $0.00 $0.00

Dr Structure Cover, Type D

0006 4030050 5 Ea $513.00 $2,565.00 $0.00 $0.00

Dr Structure Cover, Type K

0007 4030065 28 Ea $362.00 $10,136.00 $0.00 $0.00

Dr Structure Cover, Type Q

0008 4030280 109 Ft $300.00 $32,700.00 $0.00 $0.00

Dr Structure, Adj, Add Depth

0009 4030290 63 Ea $500.00 $31,500.00 $0.00 $0.00

Dr Structure, Cleaning

0010 4030390 63 Ea $500.00 $31,500.00 $0.00 $0.00

Dr Structure, Temp Lowering

0011 4037001 51 Ft $300.00 $15,300.00 $0.00 $0.00

_ Dr Structure, Adj, Add Depth, Modified

0012 4037050 132 Ea $300.00 $39,600.00 $0.00 $0.00

_ Dr Structure Cover, Adj, Case 1, Modified

0013 4037050 73 Ea $300.00 $21,900.00 $0.00 $0.00

_ Dr Structure Cover, Adj, Case 1, Modified

0014 4037050 121 Ea $300.00 $36,300.00 $0.00 $0.00

_ External Structure Wrap

0015 5010020 18,000 Ft $8.25 $148,500.00 $0.00 $0.00

Pavt Joint and Crack Repr, Det 7

0016 5010025 360 Ton $55.00 $19,800.00 $0.00 $0.00

Hand Patching

Contract # 102 - 2016 con (Schoenherr Rd 8 to11)MERL: 5.3.5

09/20/2016 11:44:15 AM

Page 10 of 13

36

Page 39: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

(6) Di Lisio Contracting, Inc.Line Pay Item Code Quantity UnitsDescription Bid Price Total Bid Price Total Bid Price Total0017 5017011 6,800 Syd $2.80 $19,040.00 $0.00 $0.00

_ Cold Milling Existing Pavement, 2 inch Deep

0018 5017011 15,300 Syd $3.10 $47,430.00 $0.00 $0.00

_ Cold Milling Existing Pavement, 3 inch Deep

0019 5017031 3,600 Ton $77.00 $277,200.00 $0.00 $0.00

_ HMA, 5E10, Modified

0020 6030030 33,050 Ea $5.70 $188,385.00 $0.00 $0.00

Lane Tie, Epoxy Anchored

0021 6037001 630 Ft $12.00 $7,560.00 $0.00 $0.00

_ Expansion Joint Filler, 1.0 inch x 8 inc h

0022 6037011 500 Syd $60.00 $30,000.00 $0.00 $0.00

_ Pavt Repr, Nonreinf Conc, 10 inch, Modified

0023 6037011 32,630 Syd $59.00 $1,925,170.00 $0.00 $0.00

_ Pavt Repr, Nonreinf Conc, 9 inch, Modified

0024 6037011 1,500 Syd $25.50 $38,250.00 $0.00 $0.00

_ Pavt Repr, Rem, Modified

0025 6037011 31,630 Syd $25.50 $806,565.00 $0.00 $0.00

_ Pavt Repr, Rem, Modified

0026 8020038 2,400 Ft $21.00 $50,400.00 $0.00 $0.00

Curb and Gutter, Conc, Det F4

0027 8030044 2,250 Sft $5.00 $11,250.00 $0.00 $0.00

Sidewalk, Conc, 4 inch

0028 8037010 2,250 Sft $8.50 $19,125.00 $0.00 $0.00

_ Sidewalk Ramp, ADA, Modified

0029 8110024 700 Ft $2.85 $1,995.00 $0.00 $0.00

Pavt Mrkg, Ovly Cold Plastic, 6 inch, Crosswalk

0030 8110045 282 Ft $12.20 $3,440.40 $0.00 $0.00

Pavt Mrkg, Ovly Cold Plastic, 24 inch, Stop Bar

0031 8110069 2 Ea $350.00 $700.00 $0.00 $0.00

Pavt Mrkg, Ovly Cold Plastic, Railroad Sym

0032 8110153 1,900 Ft $0.49 $931.00 $0.00 $0.00

Pavt Mrkg, Sprayable Thermopl, 4 inch, White

Contract # 102 - 2016 con (Schoenherr Rd 8 to11)MERL: 5.3.5

09/20/2016 11:44:15 AM

Page 11 of 13

37

Page 40: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

(6) Di Lisio Contracting, Inc.Line Pay Item Code Quantity UnitsDescription Bid Price Total Bid Price Total Bid Price Total0033 8110154 8,600 Ft $0.49 $4,214.00 $0.00 $0.00

Pavt Mrkg, Sprayable Thermopl, 4 inch, Yellow

0034 8120030 800 Ea $20.00 $16,000.00 $0.00 $0.00

Channelizing Device, 42 inch, Furn

0035 8120031 800 Ea $0.01 $8.00 $0.00 $0.00

Channelizing Device, 42 inch, Oper

0036 8120140 4 Ea $500.00 $2,000.00 $0.00 $0.00

Lighted Arrow, Type C, Furn

0037 8120141 4 Ea $0.01 $0.04 $0.00 $0.00

Lighted Arrow, Type C, Oper

0038 8120221 7,000 Ft $0.95 $6,650.00 $0.00 $0.00

Pavt Mrkg, Type NR, Paint, 4 inch, Yellow, Temp

0039 8120230 2,610 Ft $0.20 $522.00 $0.00 $0.00

Pavt Mrkg, Type NR, Tape, 4 inch, White, Temp

0040 8120231 730 Ft $0.95 $693.50 $0.00 $0.00

Pavt Mrkg, Type NR, Tape, 4 inch, Yellow, Temp

0041 8120240 730 Ft $0.95 $693.50 $0.00 $0.00

Pavt Mrkg, Type R, 4 inch, White, Temp

0042 8120241 730 Ft $0.95 $693.50 $0.00 $0.00

Pavt Mrkg, Type R, 4 inch, Yellow, Temp

0043 8120250 850 Ea $25.00 $21,250.00 $0.00 $0.00

Plastic Drum, High Intensity, Furn

0044 8120251 850 Ea $0.01 $8.50 $0.00 $0.00

Plastic Drum, High Intensity, Oper

0045 8120310 13 Ea $60.00 $780.00 $0.00 $0.00

Sign Cover

0046 8120350 1,550 Sft $5.00 $7,750.00 $0.00 $0.00

Sign, Type B, Temp, Prismatic, Furn

0047 8120351 1,550 Sft $0.01 $15.50 $0.00 $0.00

Sign, Type B, Temp, Prismatic, Oper

0048 8167011 1,700 Syd $8.00 $13,600.00 $0.00 $0.00

_ Turf Establishment, Modified

Contract # 102 - 2016 con (Schoenherr Rd 8 to11)MERL: 5.3.5

09/20/2016 11:44:15 AM

Page 12 of 13

38

Page 41: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

(6) Di Lisio Contracting, Inc.Line Pay Item Code Quantity UnitsDescription Bid Price Total Bid Price Total Bid Price Total0049 8210005 4 Ea $500.00 $2,000.00 $0.00 $0.00

Monument Box Adjust

0050 8237050 3 Ea $500.00 $1,500.00 $0.00 $0.00

_ Water Shutoff, Adj

Bid Totals: $4,015,619.94

Contract # 102 - 2016 con (Schoenherr Rd 8 to11)MERL: 5.3.5

09/20/2016 11:44:15 AM

Page 13 of 13

39

Page 42: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

To: David Flynn, Board Chair

Macomb County Executive Mark A. Hackel

From: Mark F. Deldin, Chief Deputy County Executive~ Date: September 22, 2016

Mark F. Deldin Deputy County Executive

RE: Agenda Item- Department of Roads, Cost Share Agreement- Bayhaven- Harrison Township

Attached you will find documentation and a resolution from Department of Roads Director,

Robert Hoepfner, to approve the cost share agreement between the Macomb County Department of Roads and Harrison Township for the reconstruction of Bayhaven Drive through a residential Special Assessment District establ ished by Harrison Townsh ip.

This agreement allows for improved roadway and safer travel for the community.

The Executive Office respectfully submits this agenda item for the Commission's consideration and recommends approval of the Cost Sharing Agreement as stated above.

MFD/smc

cc: Robert Hoepfner

40

Page 43: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

MACOMB COUNTY, MICHIGAN

RESOLUTION Resolution to:

Approve the Cost Share Agreement outlining the cost participation between Harrison Township and the Department of Roads for the reconstruction of Bayhaven Drive through a residential Special Assessment District established by Harrison Township .

Commissioners James Carabelli & Robert Mijac, Infrastructure/Economic Development Committee

Additional Background Information (If Needed):

Cost Share Agreement outlining the cost participation between Harrison Township and the Department of Roads for the reconstruction of Bayhaven Drive through a residential Special Assessment District established by Harrison Township. This cost share has been agreed upon in advance between the agencies and work is part of the budgeted Pavement Preservation Program, which was previously bid, awarded and approved by the Board.

Committee Meeting Date

lnfrastructure/Econ Development 10/11 /2016

41

Page 44: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

0 ~ -< . . if,c-..,.o,..~

MarkA. Hackel MEMORANDUM Cuunly Executive

DATE: 09/16/2016

TO: Office of County Executive

FROM: Robert P. Hoepfner, Director of Roads

RE: REQUEST APPROVAL I ADOPTION OF

Cost Share Agreement - Bayhaven - Harrison Twp SUBJECT: Cost Share Agreement outlining the cost participation between Harrison Township and the Department of Roads for the reconstruction of Bayhaven Drive through a residential Special Assessment District established by Harrison Township. This cost share has been agreed upon in advance between the agencies and work is part of the budgeted Pavement Preservation Program, which was previously bid, awarded and approved by the Board.

PURPOSE I JUSTIFICATION:

Agreement outlines the terms and estimated costs for this project

FISCAL IMPACT I FINANCING:

Project is budgeted in the 2016 Budget under Pavement Preservation Program

FACTS AND PROVISION I LEGAL REQUIREMENTS {If applicable):

Standard cost share agreement

IMPACT ON CURRENT SERVICES (PROJECTS):

Improved roadway and safer travel for community

42

Page 45: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

CONTRACT REVIEW ROUTING FORM November 2015 REV4

I)~ I~IHIII::II='!1~111l'll::ll~l·l~l::l1J~Il'IF!1II 1

Department Leader: Department: I Date:

Robert P. Hoepfner Roads 09/16/2016 Contract Contact Person : Contact Phone Number: NOTE: Contracts are returned interoffice mail unless specified below:

Sue VanSteelandt ( 586) 463-0344 ISJ Call for Pick Up: # 58646303~ 1)~11 • 1:11 • •

Contract Title: GRANT Return By Date:

Cost Share Agreement - Bayhaven - Harrison Twp 0 AWARD 09/23/2016

[S]Funded

DEPARTMENT ROUTING & AUTHORIZATIONS NOTES:

...; c a.o (]) ·.::; 0 ro

DOES THIS INVOLVE TECHNICAL SUPPORT RELATED TO HARDWARE OR SOFTWARE? If No, Skip this step.

D Yes, Send to IT. Chief Information Officer review/approval is REQUIRED. t: · ~ • ... • . . 0

,. s:E • ... • . . w ::> z<C • D Rejected and Return to Requesting

Department

1. RIS

~ Approved

D Approved with cha

D Rejected

Approved with changes

D Rejected RETURN TO

RISK & CONTRACT IVIM •I VMl:,C

W7 Approved

0 Approved with changes

D Rejected

RETURN TO

RISK & CONTRACT MANAGEMENT

4. OFFICE OF COUNTY EXECUTIVE-

....er:Approved

...rJ'Boc Review Required

D Approved with changes

0 Rejected - RETURN TO

Authorized Signature

c. - E c Ill <ll-ECIJ t"C Ill (I) c.> ~·~

"C (I) > 'iii (,)

(I)

cr:

(I) " cr:c.. c ~ <ll-ECIJ

~~~~~1~~ & Safety

EXECUTlVE OFFlCE

SEP 2 0 Z0\6

RISK & CONTRACT MANAGEMENT ---~=-="====---- _ _____.__~~;J.-~1 __ ---=' ro=---· _ 1 REG ElVED Date

43

Page 46: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

flJ~ 1 <

~•o"' M rkA. H•ck .. Coo 11E CONTRACT REVIEW ROUTING FORM November 2015

REV4

ORIGINATING DEPARTMENT INFORMATION Department Leader: Department: Date:

Robert P. Hoepfner Roads 09/16/2016 Contract Contact Person : Contact Phone Number: NOTE: Contracts are returned interoffice mail unless specified below:

Sue VanSteelandt (586) 463-0344 ISicau for Pick Up: # 5864630344

CONTACT INFORMATION Contract Title:

Cost Share Agreement - Bayhaven - Harrison Twp Vendor Number (if known): Vendor Name:

Vendor Disclosure

Form Attached: §Yes

IF AS

No(N/A)

Original Contract Amount: Amendment Amount: Total Amended Contract Amount: Funding Source- Org Key I Object- (If known):

$177,213.00 $ $ 177,213.00 Harrison Twp Contract Begin Date: Amendment Date: Contract End Date: Targeted Committee Date:

08/01/2016 10/31/2016 10/11/2016 ~ntract: If Renewal or Amendment, what terms have changed (if any) : Amendment Number:

New 1- award of bid and construction contract previously approved by BOC

Renewal ~ Amendment

Contract Bid:

ISJ Yes

D Na

Bid Number:

Contract Synopsis:

If not bid out, please explain :

How many bidders responded?

Lowest Bid: If not lowest bid , please explain:

rs:J Yes

D No

Winning bidder Macomb County Entity:

D Yes IS] No - Explain:

Cost Share Agreement outlining the cost participation between Harrison Township and the Department of Roads for the reconstruction of Bayhaven Drive through a residential Special Assessment District established by Harrison Township. This cost share has been agreed upon in advance between the agencies and work is part of the budgeted Pavement Preservation Program, which was previously bid, awarded and approved by the Board.

OTHER CONTRACT INFORMATION

D CONTRACT REQUIRES SIGNATURE OF COUNTY EXECUTIVE ONLY. DESIGNEE SIGNATURE WILL NOT BE ACCEPTED.

PLEASE CHECK APPROPRIATE ITEM BELOW (IF APPLICABLE):

0 1. AWARDING A CONTRACT OF $35,000 OR MORE FOR SERVICES, SUPPLIES, MATERIALS, EQUIPMENT OR REAL ESTATE.

D 2. AWARDING A CONTRACT OF $100,000 OR MORE FOR CONSTRUCTION.

D 3. AWARDING A CONTRACT MODIFICATION EXCEEDING 10% OF THE ORIGINAL APPROVED CONTRACT AMOUNT.

D 4. A WARDING A CONTRACT THAT EXCEEDS 5 YEARS IN LENGTH.

D 5. EMPLOYER PAID FRINGE BENEFITS.

D 6. C OLLECTIVE BARGAINING AGREEMENTS.

IS] 7. INTERGOVERNMENTAL AGREEMENTS AS DEFINED BY C HARTER SECTION 3.1 .

44

Page 47: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

AGREEMENT

This Agreement entered into this day of , 2016, by and between the Macomb County Department of Roads, hereinafter referred to as "COUNTY''; and Harrison Township, hereinafter referred to as "TOWNSHIP".

WHEREAS, TOWNSHIP initiated a project on a subdivision street within TOWNSHIP, and

WHEREAS, COUNTY has adopted policies relating to TOWNSHIP's participation on construction on residential streets, and

WHEREAS, COUNTY has agreed with TOWNSHIP to have the project engineered, constructed, inspected and placed in service, and

NOW, THEREFORE, COUNTY and TOWNSHIP agree to carry out this project under a single contract according to the following terms and conditions:

1. The project termini are:

• Bayhaven Drive from North River Road to End

2. The work for this project shall be defined as, but not necessarily include:

• Required material • Construction contract cost • Survey, engineering plans, testing and field staking • Overhead and fringe benefits • Right of way acquisition • Preliminary and construction engineering • Signing and pavement marking • Other labor, materials, etc. to provide a complete design for project

3. The following cost sharing proportions have been agreed to (Exhibit A):

• TOWNSHIP share: One Hundred Percent (100%) of all project costs

• COUNTY share: No cost participation

4. Funds provided by TOWNSHIP shall be paid in full to COUNTY prior to the start of the design engineering work for the project.

Harrison Bayhaven SAD 2016 1

45

Page 48: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

5. COUNTY, upon completion of said project, will furnish TOWNSHIP with a statement of actual costs of the project and will remit all collected monies exceeding the total cost of the project including overhead and fringe benefits or collect any additional monies necessary to meet the total cost of the pr~ect. '

6. Overhead and fringe benefits applied shall be at a rate as determined on an annual basis. This rate is subject to change annually based upon actual costs incurred from the prior year and shall be applied to those costs incurred for that particular period.

7. TOWNSHIP, COUNTY, the County of Macomb, their officers, agents, employees and consultants will be listed as additional insureds on the Contractor's insurance policy for general liability, automobile liability, excess coverage and worker's compensation.

8. COUNTY agrees to obtain authorization for additional expenditures beyond the limits of the Construction Contract from TOWNSHIP prior to committal of same.

IN WITNESS WHEREOF, the parties hereto executed this Agreement on the date set forth above.

WITNESS MACOMB COUNTY

Mark F. Deldin, Chief Deputy County Executive

WITNESS HARRISON TOWNSHIP

Kenneth J. Verkest, Supervisor

Harrison Bayhaven SAD 2016 2

46

Page 49: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

EXHIBIT A ESTIMATED COST

BAYHAVEN DRIVE - W0#1639

WORK ORDER DESCRIPTION AMOUNT SUFFIX

Preliminary Engineering - Survey A & Design 0

B/G Right of Way Costs 0

Construction Engineering & c Inspection (10%) $15,683

D Sign & Pavement Markings 0

E Construction Estimate 156,825

E Administration Fee (3%) 4,705

E Contingencies F Design Contract & Testing Costs M Signal Costs

Total Cost of Project $177,213

BREAKDOWN OF PARTICIPANT TOTALS

Harrison Township $177,213* $0 Macomb County Department of Roads

COST SHARE

N/A

N/A

100% TWP

N/A

100% TWP

100% TWP

*Please note that full payment will be due at the time of the execution and return of this agreement to the Department of Roads. Again, this is just an estimate and you will be responsible for your share of the actual costs incurred.

Harrison Bayhaven SAD 2016 3

47

Page 50: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

To: David Flynn, Board Chair

Macomb County Executive Mark A. Hackel

From: Mark F. Deldin, Chief Deputy County Executiv~

Date: September 21, 2016

Mark F. Deldin Deputy County Executive

RE: Agenda Item- Department of Roads, Cost Share Agreement- Riviera Street-Harrison Township

Attached you will find documentation and a resolution from Department of Roads Director, Robert Hoepfner, to approve the cost share agreement between the Macomb County Department of Roads and Harrison Township for the reconstruction of Riviera Street through a residential Special Assessment District established by Harrison Township.

This agreement allows for improved roadway and safer travel for community.

The Executive Office respectfully submits this agenda item for the Commission's consideration

and recommends approval of the Cost Sharing Agreement as stated above.

MFD/smc

cc: Robert Hoepfner

48

Page 51: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

MACOMB COUNTY, MICHIGAN ~~~~n•auid44~~~~~·~=·~·s•'t··•~f~~·~·-~;·,,.,,~~·-~~~

RESOLUTION Resolution to:

Approve the Cost Share Agreement outlining the cost participation between Harrison Township and the Department of Roads for the reconstruction of Riviera Street through a residential Special Assessment District established by Harrison Township.

Commissioners James Carabell i & Robert Mijac, Infrastructure/Economic Development Committee

Additional Background Information (If Needed):

Cost Share Agreement outlining the cost participation between Harrison Township and the Department of Roads for the reconstruction of Riviera Street through a residential Special Assessment District established by Harrison Township. This cost share has been agreed upon in advance between the agencies and work is part of the budgeted Pavement Preservation Program, which was previously bid, awarded and approved by the Board.

Committee Meeting Date

lnfrastructure/Econ Development 10/11 /2016

49

Page 52: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

s~ 'l < . . ..,,c:o,..,o ,.~

MarkA. Hackel M EMQRAN DUM County Executive

DATE: 09/16/2016

TO: Office of County Executive

FROM: Robert P. Hoepfner, Director of Roads

RE: REQUEST APPROVAL I ADOPTION OF

Cost Share Agreement - Riviera Street - Harrison Twp SUBJECT: Cost Share Agreement outlining the cost participation between Harrison Township and the Department of Roads for the reconstruction of Riviera Street through a residential Special Assessment District established by Harrison Township. This cost share has been agreed upon in advance between the agencies and work is part of the budgeted Pavement Preservation Program, which was previously bid, awarded and approved by the Board.

PURPOSE I JUSTIFICATION:

Agreement outlines the terms and estimated costs for this project

FISCAL IMPACT I FINANCING:

Project is budgeted in the 2016 Budget under Pavement Preservation Program

FACTS AND PROVISION I LEGAL REQUIREMENTS (If applicable):

Standard cost share agreement

IMPACT ON CURRENT SERVICES (PROJECTS):

Improved roadway and safer travel for community

50

Page 53: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

CONTRACT REVIEW ROUTING FORM November 2015 REV4

II :.t ICI I ~ F!11 II~ ICIIII :I ::lr!1 :.til . . • Department Leader: Department: I Date:

Robert P. Hoepfner Roads 09/16/2016 Contract Contact Person: Contact Phone Number: NOTE: Contracts are returned interoffice mail unless specified below:

Sue VanSteelandt ( 586) 463-0344 ISJ Call for Pick Up: # 58646303ij 11~ 1 • 1::11 :.t l'l F!1III I

Contract Title: GRANT Return By Date:

Cost Share Agreement - Riviera Street - Harrison Twp 0 AWARD 09/23/2016 IS] Funded

DEPARTMENT ROUTING & AUTHORIZATIONS NOTES:

..; c a.o QJ ·­Oro

D OES THIS INVOLVE TECHNICAL S UPPORT R ELATED TO H ARDWARE OR S OFTWARE? If No, Skip this step.

D Yes, Send to IT. Chief Information Officer review/approval is REQUIRED. 1- ~ - 0 s£ w :::> z<(

D Approved

0 Approved with changes

D Rejected and Return to Requesting Department Authorized Signature

1.

Iii

RISK & CONTRACT MANAGEMENT·

Approved

D Approved with cha

D Rejected

REQUESTING

Approved with changes

D Rejected RETURN TO

RISK & CONTRACT MANAGEMENT

~ Approved D Approved with changes

D Rejected

R ETURN TO

RISK & CONTRACT MANAGEM~E~N'.!_T--===e:~~~W=~~~~=

~proved J2rBOC Review Required

-~ [E~~~I¥'!E~ ! SEP 1 9 2016 llli "' ' a. •,:

9 -lq -I (p ~a&fid~tk Safety ----~--~--------

~-\~·llo Date

0. \, _? 1 f 2016 c ~ Ql-EUl

tJ.4coMB COUNTY ou

D~PT. OF ROADS

EXECUTIVE OFFICE

SEP 2 0 2016

RECEIVED

51

Page 54: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

CONTRACT REVIEW ROUTING FORM November 2015 REV4

ORIGINATING DEPARTMENT INFORMATION Department Leader: Department: Date:

Robert P. Hoepfner Roads 09/16/2016 Contract Contact Person : Contact Phone Number: NOTE: Contracts are returned interoffice mail unless specified below:

Sue VanSteelandt (586) 463-0344 ISJcau for Pick Up: # 5864630344

CONTACT INFORMATION Contract Title:

Cost Share Agreement - Riviera Street - Harrison Twp Vendor Number (if known): Vendor Name:

Vendor §Yes Disclosure IFAS

Form Attached: No (N/A)

Original Contract Amount: Amendment Amount: Total Amended Contract Amount: Funding Source- Org Key I Object- (If known):

$ 119,278.00 $ $ 119,278.00 Harrison Twp Contract Begin Date: Amendment Date: Contract End Date: Targeted Committee Date:

08/01/2016 10/31/2016 10/11/2016 ~ntract: If Renewal or Amendment, what terms have changed (if any): Amendment Number:

New ~ award of bid and construction contract previously approved by BOC

Renewal ~ Amendment

Contract Bid:

IS] Yes

D No

Bid Number:

Contract Synopsis:

If not bid out, please explain:

How many bidders responded?

Lowest Bid: If not lowest bid, please explain:

IS] Yes

D No

Winning bidder Macomb County Entity:

D Yes ~ No - Explain:

Cost Share Agreement outlining the cost participation between Harrison Township and the Department of Roads for the reconstruction of Riviera Street through a residential Special Assessment District established by Harrison Township. This cost share has been agreed upon in advance between the agencies and work is part of the budgeted Pavement Preservation Program, which was previously bid, awarded and approved by the Board.

OTHER CONTRACT INFORMATION

D CONTRACT REQUIRES SIGNATURE OF COUNTY EXECUTIVE ONLY. DESIGNEE SIGNATURE WILL NOT BE ACCEPTED.

PLEASE CHECK APPROPRIATE ITEM BELOW (IF APPLICABLE):

D 1. AWARDING A CONTRACT OF $35,000 OR MORE FOR SERVICES, SUPPLIES, MATERIALS, EQUIPMENT OR REAL ESTATE.

D 2. AWARDING A CONTRACT OF $100,000 OR MORE FOR CONSTRUCTION.

IJ 3. AWARDING A CONTRACT MODIFICATION EXCEEDING 10% OF THE ORIGINAL APPROVED CONTRACT AMOUNT.

D D D lSI

4. AWARDING A CONTRACT THAT EXCEEDS 5 YEARS IN LENGTH .

5. EMPLOYER PAID FRINGE BENEFITS.

6. C OLLECTIVE BARGAINING AGREEMENTS.

7. INTERGOVERNMENTAL A GREEMENTS AS DEFINED BY CHARTER SECTION 3.1.

52

Page 55: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

AGREEMENT

This Agreement entered into this __ day of , 2016, by and between the Macomb County Departm.ent of Roads, hereinafter referred to as "COUNTY''; and Harrison Township, hereinafter referred to as "TOWNSHIP".

WHEREAS, TOWNSHIP initiated a project on a subdivision street within TOWNSHIP, and

WHEREAS, COUNTY has adopted policies relating to TOWNSHIP's participation on construction on residential streets, and

WHEREAS, COUNTY has agreed with TOWNSHIP to have the project engineered, constructed, inspected and placed in service, and

NOW, THEREFORE, COUNTY and TOWNSHIP agree to carry out this project under a single contract according to the following terms and conditions:

1. The project termini are:

• Riviera Street from Jefferson Avenue to Lake St. Clair

2. The work for this project shall be defined as, but not necessarily include:

• Required material • Construction contract cost • Survey, engineering plans, testing and field staking • Overhead and fringe benefits • Right of way acquisition • Preliminary and construction engineering • Signing and pavement marking • Other labor, materials, etc. to provide a complete design for project

3. The following cost sharing proportions have been agreed to (Exhibit A):

• TOWNSHIP share: One Hundred Percent (1 00%) of all project costs

• COUNTY share: No cost participation

4. Funds provided by TOWNSHIP shall be paid in full to COUNTY prior to the start of the design engineering work for the project.

Harrison Riviera SAD 2016 1

53

Page 56: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

5. COUNTY, upon completion of said project, will furnish TOWNSHIP with a statement of actual costs of the project and will remit all collected monies exceeding the total cost of the project including overhead and fringe benefits or collect any additional monies necessary to meet the total cost of the project.

6. Overhead and fringe benefits applied shall be at a rate as determined on an annual basis. This rate is subject to change annually based upon actual costs incurred from the prior year and shall be applied to those costs incurred for that particular period.

7. TOWNSHIP, COUNTY, the County of Macomb, their officers, agents, employees and consultants will be listed as additional insureds on the Contractor's insurance policy for general liability, automobile liability, excess coverage and worker's compensation.

8. COUNTY agrees to obtain authorization for additional expenditures beyond the limits of the Construction Contract from TOWNSHIP prior to committal of same.

IN WITNESS WHEREOF, the parties hereto executed this Agreement on the date set forth above.

WITNESS MACOMB COUNTY

Mark F. Deldin, Chief Deputy County Executive

WITNESS HARRISON TOWNSHIP

Kenneth J. Verkest, Supervisor

Harrison Riviera SAD 2016 2

54

Page 57: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

EXHIBIT A ESTIMATED COST

RIVIERA STREET- W0#1638

WORK ORDER DESCRIPTION AMOUNT SUFFIX

Preliminary Engineering - Survey A & Design (10%) 0

B/G Right of Way Costs 0

Construction Engineering & c Inspection (10%) $10,556

D Sign & Pavement Markings 0

E Construction Estimate 105,555

E Administration Fee (3%) 3,167

E Contingencies F Design Contract & Testing Costs M Signal Costs

Total Cost of Project $119,278

BREAKDOWN OF PARTICIPANT TOTALS

Harrison Township $119,278* 0 Macomb County Department of Roads

COST SHARE

N/A

N/A

100% TWP

N/A

100% TWP

100% TWP

*Please note that full payment will be due at the time of the execution and return of this agreement to the Department of Roads. Again, this is just an estimate and you will be responsible for your share of the actual costs incurred.

Harrison Riviera SAD 2016 3

55

Page 58: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

To: David Flynn, Board Chair

Macomb County Executive Mark A. Hackel

From: Mark F. Deldin, Chief Deputy County Executive~ Date: September 21, 2016

Mark F. Deldin Deputy County Executive

RE: Agenda Item- Department of Roads, Cost Share Agreement- HMA projects- Shelby

Attached you will find documentation and a resolution from Department of Roads Director, Robert Hoepfner, to approve the cost share agreement between the Macomb County Department of Roads and Shelby Township for the resurfacing of various residential streets (Barclay, Betty, Woodall, Phillips, Cumberland).

This agreement allows for improved roadway and safer travel for community.

The Executive Office respectfully submits this agenda item for the Commission's consideration and recommends approval of the Cost Sharing Agreement as stated above.

MFD/smc

cc: Robert Hoepfner

56

Page 59: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

MACOMB COUNTY, MICHIGAN

rBii-ll!lll·lii~I'II·'·W~ifill=t.£!1.JMM#Iii!!J•1iil~

RESOLUTION Resolution to:

Approve the Cost Share Agreement outlining the cost participation between Shelby Township and the Department of Roads for the resurfacing of various residential streets (Barclay, Betty, Woodall, Phillips, Cumberland).

Commissioners James Carabelli & Robert Mijac, Infrastructure/Economic Development Committee

Additional Background Information (If Needed):

Cost Share Agreement outlining the cost participation between Shelby Township and the Department of Roads for the resurfacing of various residential streets (Barclay, Betty, Woodall, Phillips, Cumberland). This cost share has been agreed upon in advance between the agencies and work is part of the budgeted Pavement Preservation Program, which was previously bid, awarded and approved by the Board.

Committee Meeting Date

lnfrastructure/Econ Development 10/11/2016

57

Page 60: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

g~ ~ < . . it,~HIGP.~

MarkA. Hackel M EMQRAN DUM County Executive

DATE: 09/16/2016

TO: Office of County Executive

FROM: Robert P. Hoepfner, Director of Roads

RE: REQUEST APPROVAL I ADOPTION OF

Cost Share Agreement- HMA Projects - Shelby SUBJECT:

Cost Share Agreement outlining the cost participation between Shelby Township and the Department of Roads for the resurfacing of various residential streets (Barclay, Betty, Woodall, Phillips, Cumberland).

PURPOSE I JUSTIFICATION:

Agreement outlines the terms and estimated costs for this project

FISCAL IMPACT I FINANCING:

Project is budgeted in the 2016 Budget under Pavement Preservation Program

FACTS AND PROVISION I LEGAL REQUIREMENTS {If applicable):

Standard cost share agreement

IMPACT ON CURRENT SERVICES (PROJECTS) :

Improved roadway and safer travel for community

58

Page 61: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

':i < flJ~ ~ ........ M.ttkA . .._ckel Co ly(_o ....,. CONTRACT REVIEW ROUTING FORM November 2015

REV 4 . . I . .. .~ . Department Leader: Department: l Date:

Robert P. Hoepfner Roads 09/16/2016 Contract Contact Person: Contact Phone Number: NOTE: Contracts are returned interoffice mail unless specified below:

Sue VanSteelandt (586) 463-0344 ISJ Call for Pick Up: # 58646303~

• el~.lh''"'11ulre

Contract Title: GRANT Return By Date:

Cost Share Agreement- HMA projects - Shelby 0 AWARD 09/23/2016 IS] Funded

DEPARTMENT ROUTING & AUTHORIZATIONS NOTES:

+--' c fr .Q oro f- ·!:!

D OES THIS INVOLVE TECHNICAL S UPPORT R ELATED TO HARDWARE OR S OFTWARE? If No, Skip this step.

0 Yes, Send to IT. Chief Information Officer review/approval is REQUIRED.

- 0 • '••. -· s-s w::::> z<C

0 Approved with changes

0 Rejected and Return to Requesting Department

1. RISK & CONTRACT MANAGEMENT·

li::i Approved

D Approved with

D Rejected

h{ Approved

D Approved with changes

D Rejected

Authorized &gnature

ij~~~~~~fn) h SEP 1 9 2016 ~~~ ou

~\fliiD& Safety

C fl, I 1 ° 2016 a>-Ecn t:::-c <ll Q)

RETURN TO

RISK & CONTRACT MANAGEMENT q MAWMB COUNTY

_ L_' ~ -'--"'\ (o""'--~L~I...L..--.--ADE~. OF ROADS

~ Approved 0 Approved with changes

D Rejected

.erJ(pproved

l3"'"soc Review Required

D Approved with changes

0 Rejected - R ETURN TO

R ISK & C ONTRACT M ANAGEMENT ---+..,..,...,..,....,.-~,..,..,--,,.----

Date

Date

RECE!VED i:i

-E c: <ll

~~ SEP 1 9 2016 <ll Q) c..> Q) "iii

o ~ORPORATION COUNSEL

"C Q) > ·a; u Q) . •

a::: c.. - E c: <ll Q) -Ecn t::: <ll c.. Q) Cl

OFFICE

SEP 2 0 2016

RECEIVED

59

Page 62: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

CONTRACT REVIEW ROUTING FORM November 2015 REV4

ORIGINATING DEPARTMENT INFORMATION Department Leader: Department: Date:

Robert P. Hoepfner Roads 09/16/2016 Contract Contact Person: Contact Phone Number: NOTE: Contracts are returned interoffice mail unless specified below:

Sue VanSteelandt (586) 463-0344 ISJcau for Pick Up: # 5864630344 CONTACT INFORMATION

Contract Title:

Cost Share Agreement- HMA projects - Shelby Vendor Number (if known): Vendor Name:

Vendor Disclosure

Form Attached: §Yes

IF AS No (N/A)

Original Contract Amount: Amendment Amount: Total Amended Contract Amount: Funding Source- Org Key I Object- (If known):

$ 225,989.00 $ $ 225,989.00 Shelby/DOR Contract Begin Date: Amendment Date: Contract End Date: Targeted Committee Date:

08/01/2016 10/31/2016 10/11/2016 Amendment Number: ~ntract: If Renewal or Amendment, what terms have changed (if any) :

i- New award of bid and construction contract previously approved by BOC ~ Renewal ' Amendment

Contract Bid:

ISJ Yes

D No

Bid Number:

Contract Synopsis:

If not bid out, please explain:

How many bidders responded?

Lowest Bid: If not lowest bid, please explain:

liS] Yes

D No

Winning bidder Macomb County Entity:

D Yes IS] No - Explain:

Cost Share Agreement outlining the cost participation between Shelby Township and the Department of Roads for the resurfacing of various residential streets (Barclay, Betty, Woodall, Phillips, Cumberland). This cost share has been agreed upon in advance between the agencies and work is part of the budgeted Pavement Preservation Program, which was previously bid, awarded and approved by the Board.

OTHER CONTRACT INFORMATION

D CONTRACT REQUIRES SIGNATURE OF COUNTY EXECUTIVE ONLY. DESIGNEE SIGNATURE WILL NOT BE ACCEPTED.

PLEASE CHECK APPROPRIATE ITEM BELOW (IF APPLICABLE):

0 1. AWARDING A CONTRACT OF $35,000 OR MORE FOR SERVICES, SUPPLIES, MATERIALS, EQUIPMENT OR REAL ESTATE.

D 2. AWARDING A CONTRACT OF $100,000 OR MORE FOR CONSTRUCTION.

D 3. A WARDING A CONTRACT MODIFICATION EXCEEDING 10% OF THE ORIGINAL APPROVED CONTRACT AMOUNT.

0 4. A WARDING A CONTRACT THAT EXCEEDS 5 YEARS IN LENGTH.

D 5. E MPLOYER PAID FRINGE BENEFITS.

D 6. C OLLECTIVE BARGAINING AGREEMENTS.

IS] 7. INTERGOVERNMENTAL A GREEMENTS AS DEFINED BY C HARTER SECTION 3.1.

60

Page 63: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

AGREEMENT

This Agreement entered into this __ day of , 2016, by and between the Macomb County Department of Roads, hereinafter referred to as "COUNTY"; and Shelby Township, hereinafter referred to as "TOWNSHIP".

WHEREAS, TOWNSHIP initiated Hot Mix Asphalt projects within TOWNSHIP, and

WHEREAS, COUNTY has adopted policies relating to TOWNSHIP's participation on construction on residential streets, and

WHEREAS, COUNTY has agreed with TOWNSHIP to have the project engineered, constructed, inspected and placed in service, and

NOW, THEREFORE, COUNTY and TOWNSHIP agree to carry out this project under a single contract according to the following terms and conditions:

1. The project termini are:

• Barclay, Betty, Woodall, Phillips, Cumberland (various locations)

2. The work for this project shall be defined as, but not necessarily include:

• Required material • Construction contract cost • Survey, engineering plans, testing and field staking • Overhead and fringe benefits • Right of way acquisition • Preliminary and construction engineering • Signing and pavement marking • Other labor, materials, etc. to provide a complete design for project

3. The following cost sharing proportions have been agreed to (Exhibit A):

• TOWNSHIP share: One Hundred Percent (100%) of Construction Cost

• COUNTY share: One Hundred Percent (100%) of Construction Inspection/Engineering and Administration Costs

4. Funds provided by TOWNSHIP shall be paid in full to COUNTY prior to the start of the design engineering work for the project

ShelbyHMA 1

61

Page 64: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

5. COUNTY, upon completion of said project, will furnish TOWNSHIP with a statement of actual costs of the project and will remit all collected monies exceeding the total cost of the project including overhead and fringe benefits or collect any additional monies necessary to meet the total cost of the project.

6. Overhead and fringe benefits applied shall be at a rate as determined on an annual basis. This rate is subject to change annually based upon actual costs incurred from the prior year and shall be applied to those costs incurred for that particular period.

7. TOWNSHIP, COUNTY, the County of Macomb, their officers, agents, employees and consultants will be listed as additional insureds on the Contractor's insurance policy for general liability, automobile liability, excess coverage and worker's compensation.

8. COUNTY agrees to obtain authorization for additional expenditures beyond the limits of the Construction Contract from TOWNSHIP prior to committal of same.

IN WITNESS WHEREOF, the parties hereto executed this Agreement on the date set forth above.

WITNESS MACOMB COUNTY

eldin, Chief Deputy County Executive

WITNESS SHELBY TOWNSHIP

ShelbyHMA 2

62

Page 65: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

EXHIBIT A ESTIMATED COST

PROJECTS (W0#1633)

WORK ORDER DESCRIPTION AMOUNT SUFFIX

Preliminary Engineering - Survey A & Design 0

BIG Right of Way Costs 0

Construction Engineering & c Inspection ( 1 0%) $19,999

D Sign & Pavement Markings 0

E Construction Estimate $199,990

E Administration Fee (3%) 6,000

E Contingencies F Design Contract & Testing Costs M Signal Costs

Total Cost of Project $225,989

BREAKDOWN OF PARTICIPANT TOTALS

Shelby Township Macomb County Department of Roads

$199,990* $25,999

COST SHARE

N/A

N/A

100% COUNTY

N/A

100% TWP

100% COUNTY

*Please note that full payment will be due at the time of the execution and return of this agreement to the Department of Roads. Again, this is just an estimate and you will be responsible for your share of the actual costs incurred.

ShelbyHMA 3

63

Page 66: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

To: David Flynn, Board Chair

Macomb County Executive Mark A. Hackel

From: Mark F. Deldin, Chief Deputy County Executive ~ Date: September 21, 2016

Mark F. Deldin Deputy County Executive

RE: Agenda Item- Department of Roads, Cost Share Agreement- Robin's Nest- Shelby

Attached you will find documentation and a resolution from Department of Roads Director, Robert Hoepfner, to approve the cost share agreement between the Macomb County Department of Roads and Shelby Township for the reconstruction of Robin's Nest from 450 feet south to 350 feet north of Canary.

This agreement allows for improved roadway and safer travel for community.

The Executive Office respectfully submits this agenda item for the Commission's consideration and recommends approval of the Cost Sharing Agreement as stated above.

MFD/smc

cc: Robert Hoepfner

64

Page 67: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

MACOMB COUNTY, MICHIGAN

RESOLUTION Resolution to:

Approve the Cost Share Agreement outlining the cost participation between Shelby Township and the Department of Roads for the reconstruction of Robin's Nest from 450 feet south to 350 feet north of Canary

Commissioners James Carabelli & Robert Mijac, Infrastructure/Economic Development Committee

Additional Background Information (If Needed):

Cost Share Agreement outlining the cost participation between Shelby Township and the Department of Roads for the reconstruction of Robin's Nest from 450 feet south to 350 feet north of Canary. This cost share has been agreed upon in advance between the agencies and work is part of the budgeted Pavement Preservation Program, which was previously bid, awarded and approved by the Board.

Committee Meeting Date

I nfrastructu re/Econ Development 10/11/2016

65

Page 68: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

0 ~ -< . . it,~HIGP"

MarkA. Hackel MEMORANDUM County Executive

DATE: 09/16/2016

TO: Office of County Executive

FROM: Robert P. Hoepfner, Director of Roads

RE: REQUEST APPROVAL I ADOPTION OF

Cost Share Agreement- Robin's Nest- Shelby SUBJECT:

Cost Share Agreement outlining the cost participation between Shelby Township and the Department of Roads for the reconstruction of Robin's Nest from 450 feet south to 350 feet north of Canary.

PURPOSE I JUSTIFICATION:

Agreement outlines the terms and estimated costs for this project

FISCAL IMPACT I FINANCING:

This cost share has been agreed upon in advance between the agencies and work is part of the budgeted Pavement Preservation Program, which was previously bid, awarded and approved by the Board.

FACTS AND PROVISION I LEGAL REQU IREMENTS {If applicable):

Standard cost share agreement

IMPACT ON CURRENT SERVICES (PROJECTS):

Improved roadway and safer travel for community

66

Page 69: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

CONTRACT REVIEW ROUTING FORM November 2015 REV4

ll o4lCII~F!llll ~ l~IJ=I::."!1o411 1'J I=I~I·I~ I;I.IJ;:4 11J J!lllliJ ~ I

Department Leader: Department: I Date:

Robert P. Hoepfner Roads 09/16/2016 Contract Contact Person: Contact Phone Number: NOTE: Contracts are returned interoffice mail unless specified below:

Sue VanSteelandt ( 586) 463-0344 lSJ Call for Pick Up: # 58646303~

• IJ;:41'JJ!lllll

Contract Title: GRANT Return By Date:

Cost Share Agreement - Robin's Nest - Shelby 0 AWARD 09/23/2016 IS] Funded

DEPARTMENT ROUTING & AUTHORIZATIONS NOTES:

...; c a.o <lJ ·;::; 0 ro

DOES THIS INVOLVE TECHNICAL SUPPORT RELATED TO HARDWARE OR SOFTWARE? If No, Skip this step.

0 Yes, Send to IT. Chief Information Officer review/approval is REQUIRED.

~ ·~ •.... -· - 0 s.s w :J z <(

D Approved with changes

D Rejected and Return to Requesting Department

1. R1s

~ Approved D Approved with l"h <>•n""">"

D Rejected

Approved with changes

D Rejected RETURN TO

RISK & CONTRACT MANAGEMENT

~ Approved tJ Approved with changes

D Rejected

~roved ~ BOC Review Required

D Approved with changes

0 Reiected - R ETURN TO

R ISK & C ONTRACT MANAGEMENT

Authorized Signature

Date

Date

c. )tP 16 20!6 - E a3.£9 E(f)

MACOMB COUNTY Ql '(jj

o "'EPT. OF ROADS

RECEIVED c.

c ~ ~~ SEP 19 20 16 <ll Ql c.>

t3 ~ORPORATION COUNSEL

'0 Ql > '(jj (.)

Ql .. a:: c. - E c <ll Ql-E(f) t <ll c. Ql Cl

EXECUTIVE OFFICE

SEP 2 0 Z016

RECE\VED

67

Page 70: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

CONTRACT REVIEW ROUTING FORM November 2015 REV4

ORIGINATING DEPARTMENT INFORMATION Department Leader: Department: Date:

Robert P. Hoepfner Roads 09/16/2016 Contract Contact Person: Contact Phone Number: NOTE: Contracts are returned interoffice mail unless specified below:

Sue VanSteelandt (586) 463-0344 IS] cau for Pick Up: # 5864630344

CONTACT INFORMATION Contract Title:

Cost Share Agreement - Robin's Nest- Shelby Vendor Number (if known): Vendor Name:

Vendor §Yes Disclosure IFAS

Form Attached: No (N/A)

Original Contract Amount: Amendment Amount: Total Amended Contract Amount: Funding Source - Org Key I Object- (If known):

$274,050.00 $ $ 274,050.00 Shelby/DOR Contract Begin Date: Amendment Date: Contract End Date: Targeted Committee Date:

08/01/2016 10/31/2016 10/11/2016 ~ntract: If Renewal or Amendment, what terms have changed (if any): Amendment Number:

New = Renewal award of bid and construction contract previously approved by BOC

' Amendment

Contract Bid:

IS] Yes

0 No

Bid Number:

Contract Synopsis:

If not bid out, please explain:

How many bidders responded?

Lowest Bid: If not lowest bid, please explain:

IS] Yes

D No

Winning bidder Macomb County Entity:

D Yes IS] No- Explain:

Cost Share Agreement outlining the cost participation between Shelby Township and the Department of Roads for the reconstruction of Robin's Nest from 450 feet south to 350 feet north of Canary. This cost share has been agreed upon in advance between the agencies and work is part of the budgeted Pavement Preservation Program, which was previously bid, awarded and approved by the Board.

OTHER CONTRACT INFORMATION

D CONTRACT REQUIRES SIGNATURE OF COUNTY EXECUTIVE ONLY. DESIGNEE SIGNATURE WILL NOT BE ACCEPTED.

PLEASE CHECK APPROPRIATE ITEM BELOW (IF APPLICABLE):

0 1. AWARDING A CONTRACT OF $35,000 OR MORE FOR SERVICES, SUPPLIES, MATERIALS, EQUIPMENT OR REAL ESTATE.

D 2. AWARDING A CONTRACT OF $100,000 OR MORE FOR CONSTRUCTION.

D 3. A WARDING A CONTRACT MODIFICATION EXCEEDING 10% OF THE ORIGINAL APPROVED CONTRACT AMOUNT.

D D D lSI

4 . A WARDING A CONTRACT THAT EXCEEDS 5 YEARS IN LENGTH.

5. EMPLOYER PAID FRINGE BENEFITS.

6. C OLLECTIVE BARGAINING AGREEMENTS.

7. INTERGOVERNMENTAL A GREEMENTS AS DEFINED BY C HARTER SECTION 3.1.

68

Page 71: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

AGREEMENT

This Agreement entered into this ilctf\ day of 0C1tr£'ff: , 2016, by and between the Macomb County oe'partment of Roads, hereinafter referred to as "COUNTY"; and Shelby Township, hereinafter referred to as "TOWNSHIP".

WHEREAS, TOWNSHIP initiated a project in the Subdivision Reconstruction Program within TOWNSHIP, and

WHEREAS, COUNTY has adopted policies relating to TOWNSHIP's participation on construction on residential streets in this program, and

WHEREAS, COUNTY has agreed with TOWNSHIP to have the project engineered, constructed, inspected and placed in service, and

NOW, THEREFORE, COUNTY and TOWNSHIP agree to carry out this project under a single contract according to the following terms and conditions:

1. The project termini are:

• Robin's Nest from 450 feet south of Canary to 350 feet north of Canary

2. The work for this project shall be defined as, but not necessarily include:

• Required material • Construction contract cost • Survey, engineering plans, testing and field staking • Overhead and fringe benefits • Right of way acquisition • Preliminary and construction engineering • Signing and pavement marking • Other labor, materials, etc. to provide a complete design for project

3. The followillg cost sharing proportions have been agreed to (Exhibit A):

• TOWNSHIP share: Fifty Percent (50%) of all project costs

• COUNTY share: Fifty Percent (50%) of all project costs

4. Funds provided by TOWNSHIP shall be paid in full to COUNTY prior to the start of the design engineering work for the project.

Shelby Sub Recon 2016 1

69

Page 72: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

5. COUNTY, upon completion of said project, will furnish TOWNSHIP with a statement of actual costs of the project and will remit all collected monies exceeding the total cost of the project including overhead and fringe benefits or collect any additional monies necessary to meet the total cost of the project.

6. Overhead and fringe benefits applied shall be at a rate as determined on an annual basis. This rate is subject to change annually based upon actual costs incurred from the prior year and shall be applied to those costs incurred for that particular period.

7. TOWNSHIP, COUNTY, the County of Macomb, their officers, agents, employees and consultants will be listed as additional insureds on the Contractor's insurance policy for general liability, automobile liability, excess coverage and worker's compensation.

8. COUNTY agrees to obtain authorization for additional expenditures beyond the limits of the Construction Contract from TOWNSHIP prior to committal of same.

IN WITNESS WHEREOF, the parties hereto executed this Agreement on the date set forth above.

WITNESS

WITNESS

~~':C::::-c:~?~~~~··. __!f;LA _v lS r e- ~

_.-"

Shelby Sub Recon 2016

MACOMB COUNTY

Mark F. Deldin, Chief Deputy County Executive

Ridtlard Stathakis, Supervisor

2

70

Page 73: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

EXHIBIT A ESTIMATED COST

SUBDIVISION RECONSTRUCTION PROGRAM- ROBIN'S NEST- W0#1613

WORK ORDER DESCRIPTION AMOUNT SUFFIX

Preliminary Engineering - Survey A & Design (10%) 0

B/G Right of Way Costs 0

Construction Engineering & I" Inspection (1 0%) $24,252 v

D Sign & Pavement Markings 0

E Construction Estimate 242,523

E Administration Fee (3%) 7,275

E Contingencies F Design Contract & Testing Costs M Signal Costs

Total Cost of Project $274,050

BREAKDOWN OF PARTICIPANT TOTALS

Shelby Township Macomb County Department of Roads

$137,025* $137,025

COST SHARE

N/A

N/A

50% TWP; 50% COUNTY

N/A

50% TWP; 50% COUNTY

50% TWP; 50% COUNTY

*Please note that full payment will be due at the time of the execution and return of this agreement to the Department of Roads. Again, this is just an estimate and you will be responsible for your share of the actual costs incurred.

Shelby Sub Recon 2016 3

71

Page 74: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

To:

Macomb County Executive Mark A. Hackel

David Flynn, Board Chair

Mark F. Deldin, Chief Deputy County Executive ~ Date: September 22, 2016

From:

RE: Agenda Item- Department of Roads, MOOT Contract for Garfield Road

Mark F. Deldin Deputy County Executive

Attached you will find documentation and a resolution from Department of Roads Director, Robert Hoepfner, to approve the agreement between MDOT and Macomb County outlining the scope of project and costs for concrete pavement repairs on Garfield Road from south of Millar to 17 Mile Road at a cost of $1,040,100, with funding covering $851,300, leaving a balance for MCDR to pay of $188,800 (estimated costs).

Required approval and signature to MDOT contract will allow for improved quality and safety on this stretch of Garfield Road.

The Executive Office respectfully submits this agenda item for the Commission's consideration and recommends approval of the MDOT contract as stated above.

MFD/smc

cc: Robert Hoepfner

72

Page 75: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

MACOMB COUNTY, MICHIGAN ,..,.!'-"J"""-I!ftll!ll~"-'

RESOLUTION Resolution to:

Approve the agreement between MOOT and Macomb County outlining the scope of project and costs for concrete pavement repairs on Garfield Road from south of Millar to 17 Mile Road at a cost of $1,040,100, with funding covering $851,300, leaving a balance for MCDR to pay of $188,800 (estimated costs).

Commissioners James Carabelli & Robert Mijac, Infrastructure/Economic Development Committee

Additional Background Information (If Needed):

Agreement between MOOT and Macomb County outlining the scope of project and costs for concrete pavement repairs on Garfield Road from south of Millar to 17 Mile Road at a cost of $1 ,040, 100, with funding covering $851,300, leaving a balance for MCDR to pay of $188,800 (estimated costs). Budgeted under current fiscal year and carried over to next fiscal year for work to be completed.

Committee Meeting Date

lnfrastructure/Econ Development 10/11 /2016

73

Page 76: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

0 ~ -< . . it,C',_,aGP"

MarkA.Hackel MEMORANDUM County Executive

DATE: 09/15/2016

TO: Office of County Executive

FROM: Robert P. Hoepfner, Director of Roads

RE: REQUEST APPROVAL I ADOPTION OF

M DOT Contract - Garfield Road SUBJECT: Agreement between MOOT and Macomb County outlining the scope of project and costs for concrete pavement repairs on Garfield Road from south of Millar to 17 Mile Road at a cost of $1,040,100, with funding covering $851,300, leaving a balance for MCDR to pay of $188,800 (estimated costs). MOOT is currently bidding the project.

PURPOSE I JUSTIFICATION:

Agreement outlines the terms and estimated costs for this project

FISCAL IMPACT I FINANCING:

The project is budgeted in the current fiscal year and carried over to next fiscal year for work to continue.

FACTS AND PROVISION I LEGAL REQUIREMENTS {If applicable):

Standard MOOT agreement - revisions are not permitted

IMPACT ON CURRENT SERVICES (PROJECTS):

Improve quality and safety on this stretch of Garfield Road.

74

Page 77: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

CONTRACT REVIEW ROUTING FORM November 2015 REV4

eJ:ucu~r~••~~~~· . .. II·I~I:UJ :I I'I J~·IIe

Department Leader: Department: I Date:

Robert P. Hoepfner Roads 09/15/2016 Contract Contact Person: Contact Phone Number: NOTE: Contracts are returned interoffice mail unless specified below:

Sue VanSteelandt (586) 463-0344 ISJ Call for Pick Up: # 58646303~

·~ ~ ··~1. ... 1 ~ 1:1 .. eJ~I

Contract Title: GRANT Return By Date:

MOOT Contract- Garfield Road D AWARD 09/25/2016 IS] Funded

DEPARTMENT ROUTING & AUTHORIZATIONS NOTES:

-' c a.o <!) · ­Oro

D OES THIS INVOLVE TECHNICAL S UPPORT R ELATED TO /rlA RDWARE OR S OFTWARE? If No, Skip this step.

D Yes, Send to IT. Chief Information Officer review/approval is REQUIRED. 1- t! - 0 s£ w::::! z<(

D Approved

D Approved with changes

D Rejected and Return to Requesting Department

RISK & CONTRACT MANAGEMENT· 1 . .. Approved

D Approved with

D Rejected

Approved with changes

D Rejected RETURN TO

RISK & CONTRACT MANAGEMENT

IX! Approved

tJ Approved with changes

D Rejected

~proved J2(BOC Review Required

---------------------------------------0 Approved with changes

0 Rejected - R ETURN TO

R ISK & C ONTRACT M ANAGEMENT

Authorized Signature

& Safety

c..

~ ~ ~ r _ :- 201& t:::-o (1) Q) c.>

~ · \5-\ b MAbpMB COUNTY --~~~~~-------

Date

Date

Date

c.. ~~ SE P 19 2016 EUJ t:::-o (1) Q)

! · RPORATION COUNSEL Q)

"0

~ 'iii u

0::

Q) . . a:: c. - E c:: (1) a>-EUl t::: (1) c. Q)

0

OFFICE

SEP 2 0 2016

RECEIVED

75

Page 78: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

CONTRACT REVIEW ROUTING FORM November 2015 REV4

ORIGINATING DEPARTMENT INFORMATION Department Leader: Department: Date:

Robert P. Hoepfner Roads 09/15/2016 Contract Contact Person : Contact Phone Number: NOTE: Contracts are returned interoffice mail unless specified below:

Sue VanSteelandt (586) 463-0344 fSicau for Pick Up: # 5864630344

CONTACT INFORMATION Contract Title:

MOOT Contract- Garfield Road Vendor Number (if known): Vendor Name:

Vendor § Yes Disclosure IFAS

Form Attached: No (N/A)

Original Contract Amount: Amendment Amount: Total Amended Contract Amount: Funding Source- Org Key I Object- (If known) :

$ 1 ,040, 1 00.00 $ $ 1 ,040, 100.00 STU Funding/DOR Contract Begin Date: Amendment Date: Contract End Date: Targeted Committee Date:

10/15/2016 12/31/2016 10/11/2016 ~ntract: If Renewal or Amendment, what terms have changed {if any): '- New ~ Renewal ~ Amendment

Amendment Number:

Contract Bid: If not bid out, please explain: Lowest Bid: If not lowest bid , please explain:

D Yes IS] No

wi ll be bid by MOOT D Yes Not bid yet IS1 No

Bid Number: How many bidders responded? Winning bidder Macomb County Entity:

8 ~~s- Explain: Not bid yet Contract Synopsis:

Agreement between MOOT and Macomb County outlining the scope of project and costs for concrete pavement repairs on Garfield Road from south of Millar to 17 Mile Road at a cost of $1,040,100, with funding covering $851,300, leaving a balance for MCOR to pay of $188,800 (estimated costs). MOOT is currently bidding the project. The project is budgeted in the current fiscal year and carried over to next fiscal year for work to continue.

OTHER CONTRACT INFORMATION

D CONTRACT REQUIRES SIGNATURE OF COUNTY EXECUTIVE ONLY. D ESIGNEE SIGNATURE WILL NOT BE ACCEPTED.

PLEASE CHECK APPROPRIATE ITEM BELOW {IF APPLICABLE) :

0 1. AWARDING A CONTRACT OF $35,000 OR MORE FOR SERVICES, SUPPLIES, MATERIALS, EQUIPMENT OR REAL ESTATE.

IS) 2. AWARDING A CONTRACT OF $100,000 OR MORE FOR CONSTRUCTION.

D 3. AWARDING A CONTRACT MODIFICATION EXCEEDING 10% OF THE ORIGINAL APPROVED CONTRACT AMOUNT.

D D D D

4. AWARDING A CONTRACT THAT EXCEEDS 5 YEARS IN LENGTH.

5. EMPLOYER PAID FRINGE BENEFITS.

6. C OLLECTIVE BARGAINING AGREEMENTS.

7. INTERGOVERNMENTAL A GREEMENTS AS DEFINED BY C HARTER SECTION 3.1.

76

Page 79: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

STP DA Control Section Job Number Project Federal Item No. CFDANo.

Contract No.

PART I

STU 50458 127313A STP 1650(021) HK 1123 20.205 (Highway Research Planning & Construction) 16-5440

THIS CONTRACT, consisting of PART I and PART II (Standard Agreement Provisions), is made and entered into this date of , by and between the MICHIGAN DEPARTMENT OF TRANSPORTATION, hereinafter referred to as the "DEPARTMENT"; and the COUNTY OF MACOMB, MICHIGAN, hereinafter referred to as the "REQUESTING PARTY"; for the purpose of fixing the rights and obligations of the parties in agreeing to the following improvements, in Macomb County, Michigan, hereinafter referred to as the "PROJECT" and estimated in detail on EXHIBIT "I", dated August 10, 2016, attached hereto and made a part hereof:

Full-depth concrete pavement repair work along Garfield Road from Millar Road northerly to 17 Mile Road; including drainage structure adjustment, concrete curb replacement, and pavement marking work; and all together with necessary related work.

WITNESSETH:

WHEREAS, pursuant to Federal law, monies have been provided for the performance of certain improvements on public roads; and

WHEREAS, the reference "FHWA" in PART I and PART II refers to the United States Department of Transportation, Federal Highway Administration; and

WHEREAS, the PROJECT, or portions of the PROJECT, at the request of the REQUESTING PARTY, are being programmed with the FHW A, for implementation with the use of Federal Funds under the following Federal program(s) or funding:

SURFACE TRANSPORTATION PROGRAM

09/06/90 STP.FOR 8/10/16 1

77

Page 80: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

WHEREAS, the parties hereto have reached an understanding with each other regarding the performance of the PROJECT work and desire to set forth this understanding in the form of a written contract.

NOW, THEREFORE, in consideration ofthe premises and ofthe mutual undertakings of the parties and in conformity with applicable law, it is agreed:

1. The parties hereto shall undertake and complete the PROJECT in accordance with the terms of this contract.

2. The term "PROJECT COST", as herein used, is hereby defined as the cost ofthe physical construction necessary for the completion of the PROJECT, including any other costs incurred by the DEPARTMENT as a result of this contract, except for construction engineering and inspection.

No charges will be made by the DEPARTMENT to the PROJECT for any inspection work or construction engineering.

The costs incurred by the REQUESTING PARTY for preliminary engineering, construction engineering, construction materials testing, inspection, and right-of-way are excluded from the PROJECT COST as defined by this contract.

3. The DEPARTMENT is authorized by the REQUESTING PARTY to administer on behalf of the REQUESTING PARTY all phases of the PROJECT including advertising and awarding the construction contract for the PROJECT or portions of the PROJECT. Such administration shall be in accordance with PART II, Section II of this contract.

Any items of the PROJECT COST incurred by the DEPARTMENT may be charged to the PROJECT.

4. The REQUESTING PARTY, at no cost to the PROJECT or to the DEPARTMENT, shall:

A. Design or cause to be designed the plans for the PROJECT.

B. Appoint a project engineer who shall be in responsible charge of the PROJECT and ensure that the plans and specifications are followed.

C. Perform or cause to be performed the construction engineering, construction materials testing, and inspection services necessary for the completion of the PROJECT.

09/06/90 STP.FOR 8/10/16 2

78

Page 81: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

The REQUESTING PARTY will furnish the DEPARTMENT proposed timing sequences for trunkline signals that, if any, are being made part of the improvement. No timing adjustments shall be made by the REQUESTING PARTY at any trunkline intersection, without prior issuances by the DEPARTMENT of Standard Traffic Signal Timing Permits.

5. The PROJECT COST shall be met in part by contributions by the Federal Government. Federal Surface Transportation Funds shall be applied to the eligible items of the PROJECT COST at the established Federal participation ratio equal to 81.85 percent. The balance of the PROJECT COST, after deduction of Federal Funds, shall be charged to and paid by the REQUESTING PARTY in the manner and at the times hereinafter set forth.

Any items of PROJECT COST not reimbursed by Federal Funds will be the sole responsibility ofthe REQUESTING PARTY.

6. No working capital deposit will be required for this PROJECT.

In order to fulfill the obligations assumed by the REQUESTING PARTY under the provisions of this contract, the REQUESTING PARTY shall make prompt payments of its share of the PROJECT COST upon receipt of progress billings from the DEPARTMENT as herein provided. All payments will be made within 30 days of receipt of billings from the DEPARTMENT. Billings to the REQUESTING PARTY will be based upon the REQUESTING PARTY'S share of the actual costs incurred less Federal Funds earned as the PROJECT progresses.

7. Upon completion of construction of the PROJECT, the REQUESTING PARTY will promptly cause to be enacted and enforced such ordinances or regulations as may be necessary to prohibit parking in the roadway right-of-way throughout the limits of the PROJECT.

8. The performance of the entire PROJECT under this contract, whether Federally funded or not, will be subject to the provisions and requirements of PART II that are applicable to a Federally funded project.

In the event of any discrepancies between PART I and PART II of this contract, the provisions of PART I shall prevail.

Buy America Requirements (23 CFR 365.410) shall apply to the PROJECT and will be adhered to, as applicable, by the parties hereto.

9. The REQUESTING PARTY certifies that a) it is a person under the Natural Resources and Environmental Protection Act, MCL 324.20101 et seq., as amended, (NREPA) and is not aware of and has no reason to believe that the property is a facility as defined in the NREPA; b) the REQUESTING PARTY further certifies that it has completed the tasks required by MCL 324.20126 (3)(h); c) it conducted a visual inspection of property within the existing

09/06/90 STP.FOR 8/10/16 3

79

Page 82: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

right of way on which construction is to be performed to determine if any hazardous substances were present; and at sites on which historically were located businesses that involved hazardous substances, it performed a reasonable investigation to determine whether hazardous substances exist. This reasonable investigation should include, at a minimum, contact with local, state and federal environmental agencies to determine if the site has been identified a:s, or potentially as, a site containing hazardous substances; d) it did not cause or contribute to the release or threat of release of any hazardous substance found within the PROJECT limits.

The REQUESTING PARTY also certifies that, in addition to reporting the presence of any hazardous substances to the Department of Environmental Quality, it has advised the DEPARTMENT of the presence of any and all hazardous substances which the REQUESTING PARTY found within the PROJECT limits, as a result of performing the investigation and visual inspection required herein. The REQUESTING PARTY also certifies that it has been unable to identify any entity who may be liable for the cost of remediation. As a result, the REQUESTING PARTY has included all estimated costs of remediation of such hazardous substances in its estimated cost of construction of the PROJECT.

10. If, subsequent to execution of this contract, previously unknown hazardous substances are discovered within the PROJECT limits, which require environmental remediation pursuant to either state or federal law, the REQUESTING PARTY, in addition to reporting that fact to the Department of Environmental Quality, shall immediately notify the DEPARTMENT, both orally and in writing of such discovery. The DEPARTMENT shall consult with the REQUESTING PARTY to determine if it is willing to pay for the cost of remediation and, with the FHWA, to determine the eligibility, for reimbursement, of the remediation costs. The REQUESTING PARTY shall be charged for and shall pay all costs associated with such remediation, including all delay costs of the contractor for the PROJECT, in the event that remediation and delay costs are not deemed eligible by the FHW A. If the REQUESTING PARTY refuses to participate in the cost of remediation, the DEPARTMENT shall terminate the PROJECT. The parties agree that any costs or damages that the DEPARTMENT incurs as a result of such termination shall be considered a PROJECT COST.

11. If federal and/or state funds administered by the DEPARTMENT are used to pay the cost of remediating any hazardous substances discovered after the execution of this contract and if there is a reasonable likelihood of recovery, the REQUESTING PARTY, in cooperation with the Department of Environmental Quality and the DEPARTMENT, shall make a diligent effort to recover such costs from all other possible entities. If recovery is made, the DEPARTMENT shall be reimbursed from such recovery for the proportionate share of the amount paid by the FHWA and/or the DEPARTMENT and the DEPARTMENT shall credit such sums to the appropriate funding source.

09/06/90 STP.FOR 8/10/16 4

80

Page 83: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

12. The DEPARTMENT'S sole reason for entering into this contract is to enable the REQUESTING PARTY to obtain and use funds provided by the Federal Highway Administration pursuant to Title 23 of the United States Code.

Any and all approvals of, reviews of, and recommendations regarding contracts, agreements, permits, plans, specifications, or documents, of any nature, or any inspections of work by the DEPARTMENT or its agents pursuant to the terms of this contract are done to assist the REQUESTING PARTY in meeting program guidelines in order to qualify for available funds. Such approvals, reviews, inspections and recommendations by the DEPARTMENT or its agents shall not relieve the REQUESTING PARTY and the local agencies, as applicable, oftheir ultimate control and shall not be construed as a warranty of their propriety or that the DEPARTMENT or its agents is assuming any liability, control or jurisdiction.

The providing of recommendations or advice by the DEPARTMENT or its agents does not relieve the REQUESTING PARTY and the local agencies, as applicable of their exclusive jurisdiction of the highway and responsibility under MCL 691.1402 et seq., as amended.

When providing approvals, reviews and recommendations under this contract, the DEPARTMENT or its agents is performing a governmental function, as that term is defined in MCL 691.1401 et seq., as amended, which is incidental to the completion ofthe PROJECT.

13. The D EP AR TMENT, by executing this contract, and rendering services pursuant to this contract, has not and does not assume jurisdiction of the highway, described as the PROJECT for purposes of MCL 691.1402 et seq., as amended. Exclusive jurisdiction of such highway for the purposes of MCL 691.1402 et seq., as amended, rests with the REQUESTING PARTY and other local agencies having respective jurisdiction.

14. The REQUESTING PARTY shall approve all of the plans and specifications to be used on the PROJECT and shall be deemed to have approved all changes to the plans and specifications when put into effect. It is agreed that ultimate responsibility and control over the PROJECT rests with the REQUESTING PARTY and local agencies, as applicable.

15. The REQUESTING PARTY agrees that the costs reported to the DEPARTMENT for this contract will represent only those items that are properly chargeable in accordance with this contract. The REQUESTING PARTY also certifies that it has read the contract terms and has made itself aware of the applicable laws, regulations, and terms of this contract that apply to the reporting of costs incurred under the terms of this contract.

16. Each party to this contract will remain responsive for any and all claims arising out of its own acts and/or omissions during the performance of the contract, as provided by this contract or by law. In addition, this is not intended to increase or decrease either party's liability for or immunity from tort claims. This contract is also not intended to nor will it be interpreted as giving either party a right of indemnification, either by contract or by law, for claims arising out of the performance of this contract.

09/06/90 STP.FOR 8/10116 5

81

Page 84: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

The DEPARTMENT shall not be subject to any obligations or liabilities by contractors of the REQUESTING PARTY or their subcontractors or any other person not a party to this contract without its specific consent and notwithstanding its concurrence in or approval of the award of any contract or subcontract or the solicitation thereof.

It is expressly understood and agreed that the REQUESTING PARTY shall take no action or conduct which arises either directly or indirectly out of its obligations, responsibilities, and duties under this contract, which results in claims being asserted· against or judgments being imposed against the State of Michigan, the DEPARTMENT, and/or the Michigan State Transportation Commission.

In the event that the same occurs, for the purpose of this contract it will be considered as a breach of this contract thereby giving the State of Michigan, the DEPARTMENT, and/or the Michigan State Transportation Commission a right to seek and obtain any necessary relief or remedy, including but not by way of limitation, a judgment for money damages.

17. The parties shall promptly provide comprehensive assistance and cooperation in defending and resolving any claims brought against the DEPARTMENT by the contractor, vendors or suppliers as a result of the DEPARTMENT'S award of the construction contract for the PROJECT. Costs incurred by the DEPARTMENT in defending or resolving such claims shall be considered PROJECT COSTS.

18. The DEPARTMENT shall require the contractor who is awarded the contract for the construction of the PROJECT to provide insurance in the amounts specified and in accordance with the DEPARTMENT'S current Standard Specifications for Construction and to:

A. Maintain bodily injury and property damage insurance for the duration of the PROJECT.

B. Provide owner's protective liability insurance naming as insureds the State of Michigan, the Michigan State Transportation Commission, the DEPARTMENT and its officials, agents and employees, the REQUESTING PARTY and any other county, county road commission, or municipality in whose jurisdiction the PROJECT is located, and their employees, for the duration of the PROJECT and to provide, upon request, copies of certificates of insurance to the insureds. It is understood that the DEPARTMENT does not assume jurisdiction of the highway described as the PROJECT as a result of being named as an insured on the owner's protective liability insurance policy.

C. Comply with the requirements of notice of cancellation and reduction of insurance set forth in the current standard specifications for construction and to provide, upon request, copies of notices and reports prepared to those insured.

09/06/90 STP.FOR 8/10116 6

82

Page 85: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

19. This contract shall become binding on the parties hereto and of full force and effect upon the signing thereof by the duly authorized officials for the parties hereto and upon the adoption of the necessary resolutions approving said contract and authorizing the signatures thereto of the respective officials of the REQUESTING PARTY, a certified copy of which resolution shall be attached to this contract.

IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written.

COUNTY OF MACOMB

By __________________ ~---Title:

By ______________________ _ Title:

09/06/90 STP.FOR 8110116 7

MICHIGAN DEPARTMENT OF TRANSPORTATION

By ______________________ _ Department Director MDOT

83

Page 86: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

CONTRACTED WORK

Estimated Cost

EXHIBIT I

CONTROL SECTION JOB NUMBER PROJECT

ESTIMATED COST

STU 50458 127313A STP 1650(021)

COST PARTICIPATION

GRAND TOTAL ESTIMATED COST Less Federal Funds BALANCE (REQUESTING PARTY'S SHARE)

NO DEPOSIT

09/06/90 STP.FOR 8/10/16 8

August 10, 2016

$1,040,100

$1,040,100 $ 851,300 $ 188,800

84

Page 87: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

To: David Flynn, Board Chair

Macomb County Executive Mark A. Hackel

From: Pamela J. Lavers, Deputy County Executive

Date : September 28, 2016

RE: Agenda Item- MOOT Earmark Contract- M-53 & 33 Mile

Mark F. Deldin Deputy County Executive

Attached you will find documentation and a resolution from Department of Roads Director, Robert Hoepfner, to approve the MDOT contract for the Legislative Earmark to complete the M-53 access road project at 33 Mil Road in Bruce Township.

This contract is necessary to begin construction of this access road project from M-53 to 33 Mile Road.

The Executive Office respectfully submits this agenda item for the Commission's consideration and recommends approval ofthe MDOT Earmark contract as stated above.

PJL/smc

cc: Robert Hoepfner

85

Page 88: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

MACOMB COUNTY, MICHIGAN rd~l~!§.i&ij.J§§~~~~il~:•~·s·li•.i~~~~·~·-~;•!i•t;~~·-~f•!~

RESOLUTION Resolution to:

Approve the MOOT contract for the Legislative Earmark to complete the M-53 access road project at 33 Mile Road in Bruce Township.

Commissioners James Carabelli & Robert Mijac, Infrastructure/Economic Development Committee

Additional Background Information (If Needed):

The State will provide $-2,000,000 for this project, with Bruce Township covering $800,000 and DOR to cover $200,000 if necessary.

Preliminary engineering costs were budgeted for 2017 fiscal year; however, construction is not expected to begin until 2018.

Committee Meeting Date

Infrastructure/ Econ Development 10/11/2016

86

Page 89: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

0 MarkA.Hackel MEMORANDUM County Executive

DATE: 09/22/2016

TO: Office of County Executive

FROM: Robert P. Hoepfner, Director of Roads

RE: REQUEST APPROVAL I ADOPTION OF

MOOT Earmark Contract - M-53 & 33 Mile Road SUBJECT: Request approval of the MOOT contract for the Legislative Earmark to complete the M-53 access road project at 33 Mile Road in Bruce Township.

PURPOSE I JUSTIFICATION:

Actions necessary to begin construction of this access road project from M-53 to 33 Mile Road

FISCAL IMPACT I FINANCING:

The State will provide $2,000,000 for this project, with Bruce Township covering $800,000 and DOR to cover $200,000 if necessary. Preliminary engineering costs were budgeted for 2017 fiscal year; however, construction is not expected to begin until 2018.

FACTS AND PROVISION I LEGAL REQUIREMENTS (If applicable): Standard MOOT contract which cannot be revised

IMPACT ON CURRENT SERVICES (PROJECTS):

Creates an additional access to/from M-53 to 33 Mile Road

87

Page 90: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

i: ~ 1 <( . . 0 ~ ........

Mark A. Hackel cw"tr t_• lNt CONTRACT REVIEW ROUTING FORM November 2015

REV4

·~~ • lll~lelll ' • ' l l'l l:::ll~l·l~l::leJ~I I'I r!1llle

Department Leader: Department: I Date:

Robert P. Hoepfner Roads 09/23/2016 Contract Contact Person: Contact Phone Number: NOTE: Contracts are returned interoffice mail unless specified below:

Sue VanSteelandt (586) 463-0344 ISJ Call for Pick Up: # 58646303t • ·~~~~·~r!1lll •

Contract Title: GRANT Return By Date:

MOOT Earmark Contract - M-53 & 33 Mile DAWARD 09/26/2016 IS] Funded

DEPARTMENT ROUTING & AUTHORIZATIONS NOTES:

...; c a.o <IJ ·-Oro 1- .[::!

DOES THIS INVOLVE TECHNICAL SUPPORT RELATED TO HARDWARE OR SOFTWARE? If No, Skip this step.

D Yes, Send to IT. Chief Information Officer review/approval is REQUIRED.

-o s£ w :::J z-<

D Approved

0 Approved with changes

0 Rejected and Return to Requesting Department Authorized Signature

1. RISK & CONTRACT MANAGEMENT·

~Approved D Approved with changes

D Rejected

RETURN TO

REQUESTING DEPARTMENT

pproved

D Approved with changes

D Rejected RETURN TO

RISK & CONTRACT MANAGEMENT

[l Approved

b Approved with changes

D Rejected

!RETURN TO

RISK & CONTRACT MANAL:ot:~v;p~-~--=:~~~t;;:._~4_~~=::::::

.~proved ,Z" BOC Review Required

0.. "E~ ,~ii) ~ d 2 16 t::""C "'(])

-~ ........ ~...__3-=---~ \ _lo _ __.I.IM ........ ACtl,B COUNTY Date

""C (]) >

EXECUTIVE OFFICE

-~ .. S E P 2 8 2 016 a:: c. - E ~~ D Approved with changes

0 Rejected - R ETURN TO

R ISK & C ONTRACT MANAGEMENT

~ 'AECEIVED ~~---~"'-~""""f:s,ate,.....££..._-..!.1/).,=--- ~

88

Page 91: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

CONTRACT REVIEW ROUTING FORM November 2015 REV4

ORIGINATING DEPARTMENT INFORMATION Department Leader: Department: Date:

Robert P. Hoepfner Roads 09/23/2016 Contract Contact Person: Contact Phone Number: NOTE: Contracts are returned interoffice mail unless specified below:

Sue VanSteelandt (586) 463-0344 ISJcau for Pick Up: # 5864630344

CONTACT INFORMATION Contract Title:

MOOT Earmark Contract - M-53 & 33 Mile Vendor Number (if known): Vendor Name:

Vendor ~Yes Disclosure IFAS

Form Attached: No (N/A)

Original Contract Amount: Amendment Amount: Total Amended Contract Amount: Funding Source- Org Key I Object- (If known):

$ 2,000,000.00 $ $ 2,000,000.00 MOOT/Bruce Twp/DOR Contract Begin Date: Amendment Date: Contract End Date:

10/14/2016 12/31/2018 ~ntract: If Renewal or Amendment, what terms have changed (if any):

~ New :... Renewal

Amendment

Targeted Committee Date:

10/11/2016 Amendment Number:

Contract Bid: If not bid out, please explain: Lowest Bid: If not lowest bid, please explain:

D Yes IS] No

MOOT will bid this out IS] Yes

D No

Bid Number: How many bidders responded? Winning bidder Macomb County Entity:

DYes I:S] No - Explain:

Contract Synopsis:

Request approval of the MOOT contract for the Legislative Earmark to complete the M-53 access road project at 33 Mile Road in Bruce Township. The State will provide $2,000,000 for this project, with Bruce Township covering $800,000 and OOR to cover $200,000 if necessary.

Preliminary engineering costs were budgeted for 2017 fiscal year; however, construction is not expected to begin until 2018.

OTHER CONTRACT INFORMATION

D CONTRACT REQUIRES SIGNATURE OF COUNTY EXECUTIVE ONLY. DESIGNEE SIGNATURE WILL NOT BE ACCEPTED.

PLEASE CHECK APPROPRIATE ITEM BELOW (IF APPLICABLE):

D 1. AWARDING A CONTRACT OF $35,000 OR MORE FOR SERVICES, SUPPLIES, MATERIALS, EQUIPMENT OR REAL ESTATE.

IS] 2. AWARDING A CONTRACT OF $100,000 OR MORE FOR CONSTRUCTION.

D 3. AWARDING A CONTRACT MODIFICATION EXCEEDING 10% OF THE ORIGINAL APPROVED CONTRACT AMOUNT.

D D D D

4. AWARDING A CONTRACT THAT EXCEEDS 5 YEARS IN LENGTH.

5. EMPLOYER PAID FRINGE BENEFITS.

6. C OLLECTIVE BARGAINING AGREEMENTS.

7. INTERGOVERNMENTAL A GREEMENTS AS DEFINED BY CHARTER SECTION 3.1.

89

Page 92: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

CONTRACT NO. 2016-0484

MICHIGAN DEPARTMENT OF TRANSPORTATION

MACOMB COUNTY DEPARTMENT OF ROADS

CONTRACT

This Contract is made and entered into this date of by and between the Michigan Department of Transportation (MDOT), of 425 West Ottawa Street, P.O. Box 30050, Lansing, Michigan 48909, and the Macomb County Department of Roads (AGENCY) of 117 S. Groesbeck Highway, Mount Clemens, MI 48043-2183 in accordance with Article XVII, Section 120 and Article XX, Section 115 of Public Act 268 of 2016, Fiscal Year 2017 Omnibus Budget Appropriation Act, for the purpose of establishing the amount of the Legislative Earmark (EARMARK) to the AGENCY, and setting forth the services to be provided as a result of such earmark.

The EARMARK is to be expended on construction projects. MDOT IS responsible for administering these funds.

MDOT and the AGENCY recognize and affirm that the funds provided under this Contract shall not be used for any purpose other than those provided in Public Act 268 of2016, and as provided herein. It is intended for all work activities to be completed by December 31, 2017.

This Contract sets forth a grant from MDOT to the AGENCY for the completion of the M-53 Access Road project (PROJECT).

The Parties agree that:

The AGENCY will:

1. Undertake and complete the PROJECT in accordance with the terms and conditions of this Contract.

2. The PROJECT cost will be paid for by EARMARK funds. EARMARK funds will be applied to the PROJECT costs at a participation ratio of 1 00 percent up to an amount not to exceed Two Million Dollars ($2,000,000.00). The AGENCY will be responsible for all costs in excess of the funds shown above.

09/14116 1 EARMARKFund v lw

90

Page 93: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

3. The AGENCY must submit a Request for Payment Form (Exhibit A) prior to the start of the PROJECT and a Project Cost Reporting & Certification Form (Exhibit B) to MDOT upon completion of the PROJECT.

The AGENCY agrees that the costs reported to MDOT for this Contract will represent only those items that are properly chargeable in accordance with this Contract. The AGENCY also certifies that it has read the Contract terms and has made itself aware of the applicable laws, regulations, and terms of this Contract that apply to the reporting of costs incurred under the terms of this Contract.

4. Submit a copy of Exhibit B to MDOT for review and approval.

5. Certify that the PROJECT shall be in compliance with all applicable laws, ordinances, and codes of the United States, the State of Michigan, and the local government(s) in the area(s) in which the PROJECT is performed and obtain all permits, licenses, and other authorizations that are required for the performance ofthe PROJECT.

6. Ensure that any unspent above-mentioned funds at PROJECT completion are lapsed back to the EARMARK Fund.

7. For auditing processes, all records, including executed contracts, are to be maintained for three years from the date of the project completion date. MDOT, or its representative, may inspect, copy, or audit the Records at any reasonable time after giving reasonable notice.

8. If the construction of the PROJECT is to be contracted, certify that the contracting procedures followed in connection with the administration of the construction contract for the PROJECT were based on an open competitive bid process and that the construction contract for the PROJECT was publicly advertised and awarded on the basis of the lowest responsive and responsible bid in accordance with applicable State and local statutes, regulations, and ordinances. Selection of Consultants and subcontracts will be in conformance with the AGENCY's contracting process.

9. If the construction of the PROJECT is to be contracted, ensure the contractor who is awarded the contract for the construction of the PROJECT has the appropriate bonds/liability insurance.

MDOTwill:

10. Make payments on a milestone basis, with lump sum payments to be made upon the accomplishment of defined milestones, as set forth below, and will not exceed the maximum amount in Section 2.

09/14/16 2 EARMARKFund v lw

91

Page 94: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

I Milestones Receipt of Exhibit A (Initial Payment) $1,000,000.00 50% Evidence of Project Advertisement (Final Payment) $1,000,000.00 50% Total $2,000,000.00 100%

11. May conduct a follow-up review of work activity.

IT IS FURTHER AGREED THAT:

12. Public Act 533 of 2004 requires that payments under this Contract be processed by electronic funds transfer (EFT). The AGENCY is required to register to receive payments by EFT at the Contract & Payment Express website (www.cpexpress.state.mi.us).

13. Each party to this Contract will remain responsible for any claims arising out of the performance of this Contract, as provided by this Contract or by law.

This Contract is not intended to increase or decrease either party's liability for or immunity from tort claims.

This Contract is not intended to nor will it be interpreted as giving either party a right of indemnification, either by contract or by law, for claims arising out of the performance of this Contract.

MDOT will not be subject to any obligations or liabilities by contractors of the AGENCY or their subcontractors or any other person not a party to the Contract without its specific consent and notwithstanding its concurrence with or approval of the award of any contract or subcontract or the solicitation thereof.

14. The parties will consider the PROJECT to be complete when certified by the agency. This certification is not intended to nor does it relieve the AGENCY of any of its obligations and responsibilities herein.

15. This Contract will be in effect from the date of award through the estimated construction completion date on Exhibit A. All documented costs associated with this project are eligible for reimbursement, not to exceed the amount shown in Section 2 of this Contract.

16. Prior to expiration, the time for completion of performance under this Contract may be extended by MDOT upon written request and justification from the AGENCY. Upon approval and authorization by MDOT, a written time extension amendment will be prepared and issued by MDOT. Any such extension will not operate as a waiver by MDOT of any of its rights herein set forth.

09/14/16 3 EARMARK.Fund v lw

92

Page 95: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

17. In connection with the performance of SERVICES under this Contract, the AGENCY (hereinafter in Appendix A referred to as the "contractor") agrees to comply with the State of Michigan provisions for "Prohibition of Discrimination in State Contracts," as set forth in Appendix A, dated June 2011. This provision will be included in all subcontracts relating to this Contract.

18. This Contract may be terminated at such time as may be agreed upon by both parties or by either party giving thirty (30) days written notice to the other party. Furthermore, it may be modified at any time as agreed upon by both parties. In the event, the AGENCY terminates this Contract; it will make full repayment to MDOT.

19. Failure to submit all required forms and/or failure to comply with Contract terms may result in withholding of future Act 51 funds.

20. In case of any discrepancies between the body of this Contract and any exhibits hereto, the body of this Contract will govern.

09/14/16 4 EARMARKFund vlw

93

Page 96: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

21. This Contract will become binding on the parties and of full force and effect upon signing by the duly authorized representatives of the AGENCY and MDOT and upon adoption of a resolution approving said Contract and authorizing the signature(s) thereto of the respective representative(s) of the AGENCY, a certified copy of which resolution will be sent to MDOT with this Contract, as applicable.

MACOMB COUNTY DEPARTMENT OF ROADS

By: ____________________________ __ Title:

MICHIGAN DEPARTMENT OF TRANSPORTATION

By: ____________________________ __

Title: Department Director

09/14/16 5 EARMARK.Fund vlw

94

Page 97: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

APPENDIX A PROHIBITION OF DISCRIMINATION IN STATE CONTRACTS

In connection with the performance of work under this contract; the contractor agrees as follows:

1. In accordance with Public Act 453 of 1976 (Elliott-Larsen Civil Rights Act), the contractor shall not discriminate against an employee or applicant for employment with respect to hire, tenure, treatment, terms, conditions, or privileges of employment or a matter directly or indirectly related to employment because of race, color, religion, national origin, age, sex, height, weight, or marital status. A breach of this covenant will be regarded as a material breach of this contract. Further, in accordance with Public Act 220 of 1976 (Persons with Disabilities Civil Rights Act), as amended by Public Act 478 of 1980, the contractor shall not discriminate against any employee or applicant for employment with respect to hire, tenure, terms, conditions, or privileges of employment or a matter directly or indirectly related to employment because of a disability that is unrelated to the individual's ability to perform the duties of a particular job or position. A breach of the above covenants will be regarded as a material breach of this contract.

2. The contractor hereby agrees that any and all subcontracts to this contract, whereby a portion of the work set forth in this contract is to be performed, shall contain a covenant the same as hereinabove set forth in Section 1 of this Appendix.

3. The contractor will take affirmative action to ensure that applicants for employment and employees are treated without regard to their race, color, religion, national origin, age, sex, height, weight, marital status, or any disability that is unrelated to the individual's ability to perform the duties of a particular job or position. Such action shall· include, but not be limited to, the following: employment; treatment; upgrading; demotion or transfer; recruitment; advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship.

4. The contractor shall, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, national origin, age, sex, height, weight, marital status, or disability that is unrelated to the individual's ability to perform the duties of a particular job or position.

5. The contractor or its collective bargaining representative shall send to each labor union or representative of workers with which the contractor has a collective bargaining agreement or other contract or understanding a notice advising such labor union or workers' representative of the contractor's commitments under this Appendix.

6. The contractor shall comply with all relevant published rules, regulations, directives, and orders of the Michigan Civil Rights Commission that may be in effect prior to the taking of bids for any individual state project.

95

Page 98: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

7. The contractor shall furnish and file compliance reports within such time and upon such forms as provided by the Michigan Civil Rights Commission; said forms may also elicit information as to the practices, policies, program, and employment statistics of each subcontractor, as well as the contractor itself, and said contractor shall permit access to the contractor's books, records, and accounts by the Michigan Civil Rights Commission and/or its agent for the purposes of investigation to ascertain compliance under this contract and relevant rules, regulations, and orders of the Michigan Civil Rights Commission.

8. In the event that the Michigan Civil Rights Commission finds, after a hearing held pursuant to its rules, that a contractor has not complied with the contractual obligations under this contract, the Michigan Civil Rights Commission may, as a part of its order based upon such findings, certify said findings to the State Administrative Board of the State of Michigan, which State Administrative Board may order the cancellation of the contract found to have been violated and/or declare the contractor ineligible for future contracts with the state and its political and civil subdivisions, departments, and officers, including the governing boards of institutions of higher education, until the contractor complies with said order of the Michigan Civil Rights Commission. Notice of said declaration of future ineligibility may be given to any or all of the persons with whom the contractor is declared ineligible to contract as a contracting party in future contracts. In any case before the Michigan Civil Rights Commission in which cancellation of an existing contract is a possibility, the contracting agency shall be notified of such possible remedy and shall be given the option by the Michigan Civil Rights Commission to participate in such proceedings.

9. The contractor shall include or incorporate by reference, the provisions of the foregoing paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Michigan Civil Rights Commission; all subcontracts and purchase orders will also state that said provisions will be binding upon each subcontractor or supplier.

Revised June 2011

96

Page 99: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

To: David Flynn, Board Chai r

Macomb County Executive Mark A. Hackel

From : Pamela J. Lavers, Deputy Cou nt y Executive

Date: October 6, 2016

Mark F. Deldin Deputy County Executive

RE: Agenda Item - Department of Roads, Proposal for Design- M-53 Access Project

At tached you w ill fi nd documentation and a resolution from Department of Roads Director, Robert Hoepfner, t o approve the proposal for Design Engineering Services for the M-53 access road project at McKay Road/33 Mi le Road in Bruce Township.

Act ion is necessary t o begin constructio n of t his access road project f ro m M-53 t o 33 M ile Road.

The Executive Office respectfu lly submits th is agenda it em for the Commission's consideration and recommends approva l ofthe Proposal fo r Design-M-53 Access Project.

PJL/smc

cc: Robert Hoepfner

97

Page 100: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

0 ~ < . . 11,~ .... 0 ... ~

MarkA.Hackel MEMORANDUM County Executive

DATE: 10/03/2016

TO: Office of County Executive

FROM: Robert P. Hoepfner, Director of Roads

RE: REQUEST APPROVAL I ADOPTION OF

Proposal for Design - M-53 Access Road SUBJECT:

Request approval of the Proposal for Design Engineering Services for the M-53 access road project at McKay Road/33 Mile Road in Bruce Township.

PURPOSE I JUSTIFICATION:

Actions necessary to begin construction of this access road project from M-53 to 33 Mile Road

FISCAL IMPACT I FINANCING:

The State will provide $2,000,000 for this project, with Bruce Township covering $800,000 and DOR to cover $200,000 if necessary. This contract covers the design phase to be completed by Anderson, Eckstein & Westrick. The construction contract will be bid out in 2017. This project has been budgeted in the 2016-17 Construction Budget.

FACTS AND PROVISION I LEGAL REQUIREMENTS {If applicable):

IMPACT ON CURRENT SERVICES (PROJECTS):

Creates an additional access to/from M-53 to 33 Mile Road

98

Page 101: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

MACOMB COUNTY, MICHIGAN

RESOLUTION Resolution to:

Approve the Proposal for Design Engineering Services for the M-53 access road project at McKay Road/33 Mile Road in Bruce Township.

Commissioners James Carabelli & Robert Mijac, Infrastructure/Economic Development Committee

Additional Background Information (If Needed):

The State will provide $2,000,000 for this project, with Bruce Township covering $800,000 and DOR to cover $200,000 if necessary. This contract covers the design phase to be completed by Anderson, Eckstein & Westrick. The construction contract will be bid out in 2017. This project has been budgeted in the 2016-17 Construction Budget.

Committee Meeting Date

Infrastructure/ Econ Development 10/11 /2016

99

Page 102: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

CONTRACT REVIEW ROUTING FORM November 2015 REV4 .. 11::1:.'~1:••~·~•=-~•••~•:a•J:II'Ir~••l•

Department Leader: Department: I Date:

Robert P. Hoepfner Roads 10/03/2016 Contract Contact Person: Contact Phone Number: NOTE: Contracts are returned interoffice mail unless specified below:

Sue VanSteelandt (586) 463-0344 ISJ Call for Pick Up: # 58646303~ Ill m • :1111r~••1•

Contract Title: GRANT Return By Date:

Proposal for Design - M-53 Access Project 0 AWARD 10/04/2016 IS! Funded

NOTES: DEPARTMENT ROUTING & AUTHORIZATIONS

DOES THIS INVOLVE TECHNICAL SUPPORT RELATED TO HARDWARE OR SOFTWARE? If No, Skip this step.

D Yes, Send to IT. Chief Information Officer review/approval is REQUIRED.

D Approved with changes

0 Rejected and Return to Requesting Department Authorized Signature

~Approved D Approved with changes

D Rejected

RETURN TO

REQUESTING DEPARTMENT

Approved with changes

D Rejected RETURN TO

RISK & CONTRACT MANAGEMENT

~Approved tJ Approved with changes

D Rejected

~pproved /1::] BOC Review Required

D Approved with changes

0 Reiected - RETURN TO

RISK & CONTRACT MANAGEMENT

~~~G:~~~~~n ~ OC T 3 2016 !II Q) , ._ .

c.. > ~

t3"~ __ =--.L.._~.:....__ __ __JRis~ Management & Safety

v~~~~~~~~~~--\0·3-\6

DEPT. OF ROADS

~ECEIVED U5

OCT 0 3 2016

EXECUTIVE .., OFFICE ~ ·a; '

& c.OCT 0 3 2016 - E ~.s

- ~RECEIVED CJ{~_:__ __ !t_O--,on::~..:teiP"'----.... -'/---f"{2~_ !

100

Page 103: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

CONTRACT REVIEW ROUTING FORM November 2015 REV4

ORIGINATING DEPARTMENT INFORMATION Department Leader: Department: Date:

Robert P. Hoepfner Roads 10/03/2016 Contract Contact Person : Contact Phone Number: NOTE: Contracts are returned interoffice mail unless specified below:

Sue VanSteelandt (586) 463-0344 ISJcan for Pick Up: # 5864630344

CONTACT INFORMATION Contract Title:

Proposal for Design - M-53 Access Project Vendor Number (if known): Vendor Name:

Vendor ~Yes Disclosure IFAS

Form Attached: No (N/A)

Original Contract Amount: Amendment Amount: Total Amended Contract Amount: Funding Source - Org Key I Object- (If known) :

$117,181.75 $ $ 117,181.75 MOOT/Bruce Twp/DOR Contract Begin Date: Amendment Date: Contract End Date: Targeted Committee Date:

10/17/2016 12/31/2017 10/11/2016 ~ntract: If Renewal or Amendment, what terms have changed (if any) :

' New ""' Renewal 1- Amendment

Amendment Number:

Contract Bid: If not bid out, please explain: Lowest Bid: If not lowest bid , please explain:

D Yes fSJ No

D Yes IS] No

Bid Number: How many bidders responded? Winning bidder Macomb County Entity:

D Yes ~ No - Explain:

Contract Synopsis:

Request approval of the Proposal for Design Engineering Services for the M-53 access road project at McKay Road/33 Mile Road in Bruce Township. The State will provide $2,000,000 for this project, with Bruce Township covering $800,000 and DOR to cover $200,000 if necessary. This contract covers the design phase to be completed by Anderson, Eckstein & Westrick. The construction contract will be bid out in 2017. This project has been budgeted in the 2016-17 Construction Budget.

OTHER CONTRACT INFORMATION

D C ONTRACT REQUIRES SIGNATURE OF C OUNTY EXECUTIVE ONLY. DESIGNEE SIGNATURE WILL NOT BE ACCEPTED.

PLEASE CHECK APPROPRIATE ITEM BELOW (IF A PPLICABLE):

ISJ 1. AWARDING A CONTRACT OF $35,000 OR MORE FOR SERVICES, SUPPLIES, MATERIALS, EQUIPMENT OR REAL ESTATE.

D 2. AWARDING A CONTRACT OF $100,000 OR MORE FOR CONSTRUCTION.

D 3. A WARDING A CONTRACT MODIFICATION EXCEEDING 10% OF THE ORIGINAL APPROVED CONTRACT AMOUNT.

D D 0 D

4 . A WARDING A CONTRACT THAT EXCEEDS 5 YEARS IN LENGTH.

5. EMPLOYER PAID FRINGE BENEFITS.

6. C OLLECTIVE BARGAINING AGREEMENTS.

7. INTERGOVERNMENTAL A GREEMENTS AS DEFINED BY C HARTER SECTION 3.1 .

101

Page 104: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

ANDERSON, ECKSTEIN AND WESTRICK, INC. 51301 Schoenherr Road, Shelby Township, Michigan 48315

Civil Engineers • Surveyors • Architects 586-726-1234

September 13, 2016

Mr. Robert Hoepfner, PE Director of Roads Macomb County Department of Roads 117 South Groesbeck Highway Mount Clemens, Michigan48043

Reference: Proposal for Design Engineering Services McKay Road Extension to M-53 Bruce Township, Michigan AEW Project No. 0537-0019

Dear Mr. Hoepfner:

Thank you for providing Anderson, Eckstein and Westrick, Inc. (AEW) the opportunity to provide Professional Engineering Services for the above referenced project.

Understanding of the Project

The project consists of the extension of McKay Road from Thirty-three Mile, connecting to M-53. The proposed McKay Road extension will consist of two 12-foot wide lanes with 8-inch HMA on 8-inch aggregate base with 6-foot wide gravel shoulders. Also included are improvements to the McKay/Thirty-three Mile intersection with a round-about. Along with the above, new turn-arounds will be added to M-53 north and south of the proposed McKay Road/ M-53 intersection.

Based upon the discussion with MOOT, there will be a need to widen the bridge on northbound M-53 to accommodate the deceleration and shoulder.

We are waiting on a response from GLWA regarding the 48" valve vault and meter pit located in the southwest quadrant of the intersection. Based upon a review of design plans provided these vaults/chambers were design for an HS20 loading and traffic will only be over one corner of the 48" valve vault.

Services To Be Provided by AEW:

A. Topographic Survey 1. Collection of topographic data for the areas indicated on the attached google image.

B. Wetlands Delineation and Report.

C. Geotechnical Investigation and Report.

D. Preliminary Layouts and Meetings.

E. Site Engineering Plan Preparation 1. Paving and grading plans to include geometries, grades, and details for the proposed

pavement.

Fax 586-726-8780 Engineering Strong Communities www.aewinc.com

102

Page 105: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

Mr. Robert Hoepfner, PE Proposal for Design Engineering Services September 13, 2016 Page 2

2. Suggested Sheet Listing a) Cover Sheet b) Topography/Removal Plans c) Pavement Plans and Profiles d) Pavement Cross Sections and Details e) General Notes and Typical Details f) Signage Plan for M-53 g) Bridge widening plans h) Soil Erosion and Sedimentary Control Details

3. Two (2) meetings with MOOT and MCDR at approximate 30% and 90% completion for coordination purposes during the development of the plans.

4. Development of technical specification sections and construction quality control in accordance with MOOT and MCDR standards.

5. Plan submittals to Macomb County for soil erosion approval. Permitting fees will be confirmed, and thus are not included in this proposal.

F. Easement and Right-of-Way Preparation Documents This includes preparing legal descriptions for both Right-of-Way and easement documents along with setting irons for Right-of-Way acquisition. These services will be performed on an hourly basis with an estimated cost.

Services to be Performed by Others

Geotechnical investigation, material testing, easement acquisition, and wetland delineation is outside the scope of services which AEW provides. However, we can sub-consult these services and have included as an estimated cost.

Fee for Professional Services Provided

The lump sum fee for our services as described above for this project were invoiced as follows: Topographic Survey Wetlands Delineation Geotechnical Investigation · Preliminary Layouts and Meetings Site Engineering Plan Preparation Bridge Deck Extension Alternate: Easement and Right-of-Way Services

Total

$ 8,000.00 $ 1,720.00 $ 9,406.25 $ 9,355.50 $ 58,700.00 $ 20,000.00 $ 10,000.00

$117.181.75

This proposal does not include revisions to the plans due to changes in the project presented by the Owner or his representative once engineering work has begun.

All required application or permit fees are the responsibility of the Client.

103

Page 106: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

Mr. Robert Hoepfner, PE Proposal for Design Engineering Services September 13, 2016 Page 3

Basis of Payment

All services shall be as indicated above and will be invoiced monthly. All accounts past due are subject to a time price differential of one percent (1 %) per billing period with an annual rate of thirteen (13%) percent. Accounts are past due if not paid within twenty-eight (28) days of the invoice.

Other Terms of Service

Services provided by AEW under this contract will be performed in a manner consistent with that degree of care and skill ordinarily exercised by members of the same profession currently practicing under similar circumstances. Upon notice to AEW and by mutual agreement between the parties, AEW will correct those services not meeting such standard, without additional compensation.

If the Client fails to make payment when due or is otherwise in breach of this contract, AEW may suspend performance of services upon five (5) calendar days' notice to the Client. AEW shall have no liability whatsoever to the Client for any costs or damages as a result of such suspension caused by any breach of this contract by the Client.

No party to this agreement shall transfer, sublet, or assign any rights under or interest in this agreement (including but not limited to monies that are due or monies that may be due) without the prior written consent of the other party(s).

Execution of this Agreement

If this agreement meets your approval, please sign and date one copy and return it to our office. If you have any questions or if any modifications are required, please advise.

We thank you for the opportunity to work with you on this project.

Sincerely,

Anderson, Eckstein and Westrick, Inc.

/ , PE, EXW EO

M:\0537\0537 -0019\Gen\Letters\HoepfnerRCR160913.docx

Accepted By:

Signature

Printed Name, Title

Date

104

Page 107: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

EXHIBIT "A"

DISCOUNTED HOURLY CHARGE RATES

EMPLOYEE CLASSIFICATION HOURlY CHARGE RATE

PRINCIPAL ENGINEER I SURVEYOR I ARCHITECT

SENIOR PROJECT ENGINEER I SURVEYOR I ARCHITECT

LICENSED ENGINEER I SURVEYOR I ARCHITECT

GRADUATE ENGINEER I SURVEYOR I ARCHITECT

TEAM LEADER

ENGINEERING AIDE Ill

ENGINEERING AIDE II

ENGINEERING AIDE I

ENGINEERING AIDE TRAINEE

SE<;:;RETARIAL (Special Projects)

SURVEY FIELD (3 PERSON CREW)

SURVEY FIELD (2 PERSON CREW)

SURVEY FIELD (1 PERSON CREW)

CONFINED SPACE ENTRY CREW (2 PERSON)

CONFINED SPACE ENTRY (EACH ADDITIONAL PERSON)

DATA COLLECTOR (SURVEY CREW)

GPS SURVEY EQUIPMENT

EFFECTIVE JANUARY 2016 AND UPDATED ANNUALLY TO REFLECT CPl.

$ 148.00

135.00

122.00

100.00

100.00

84.00

75.00

67.00

49.00

41.00

202.00

169.00

132.00

195.00

65.00

28.00

70.00

105

Page 108: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

DEPARTMENT FUND FUNCTION441 - PUBLIC WORKS 101 - GENERAL FUND PUBLIC WORKS

MISSION STATEMENT:

To locate, establish, construct, finance, operate and maintain an extensive network of drains throughout Macomb County. To build sewers and water

supply systems and manage the Macomb County Wastewater Disposal District, and to supervise and operate the Chapaton and Martin retention basins.

2014

Actual

2015

Actual

2016

Amended

2017

Recommend

2018

Forecasted

2019

Forecasted

Revenues:Licenses & Permits 62,663$ 66,935$ 60,000$ 60,000$ 60,000$ 60,000$

Charges for Services 897,405 996,371 958,000 958,000 958,000 958,000

Reimbursements 2,377,702 1,218,602 2,746,149 2,576,164 2,685,071 2,738,267

Other Revenue 450 177 - - - -

Total Revenues 3,338,220 2,282,085 3,764,149 3,594,164 3,703,071 3,756,267

Expenditures:Full Time Wages 3,038,113 2,994,178 3,830,049 3,900,964 4,018,533 4,102,770

Part Time Wages 85,497 179,789 63,343 66,672 68,006 69,365

Overtime Wages 95,530 123,126 95,000 95,000 95,000 95,000

FICA/Medicare 245,855 252,481 305,113 310,492 319,427 325,810

Pension/Retiree Health Care 854,043 802,841 1,138,100 1,106,851 1,122,393 1,133,529

Employee Health/Dental/Life Ins 513,217 587,388 791,740 813,333 844,023 875,953

Workers Comp/Unemployment/Other 34,032 37,251 54,878 55,109 56,754 57,929

Supplies & Services 40,424 37,451 51,224 48,100 48,100 48,100

Conferences & Training - 1,042 5,000 5,000 5,000 5,000

Repairs & Maintenance 2,541 2,486 3,338 2,400 2,400 2,400

Vehicle Operations 55,154 35,889 62,240 53,000 53,000 53,000

Internal Services 202,328 209,412 242,618 215,757 219,192 222,398

Capital Outlay - - 260 - - -

Total Expenditures 5,166,734 5,263,334 6,642,903 6,672,678 6,851,828 6,991,254

Revenues Over (Under) Expenditures (1,828,514)$ (2,981,249)$ (2,878,754)$ (3,078,514)$ (3,148,757)$ (3,234,987)$

Audited

Year Ended December 31,

Budgeted

MACOMB COUNTY, MICHIGANGeneral Fund Detail by Category

106

Page 109: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

DEPARTMENT FUND FUNCTION441 - PUBLIC WORKS 101 - GENERAL FUND PUBLIC WORKS

MISSION STATEMENT:

To locate, establish, construct, finance, operate and maintain an extensive network of drains throughout Macomb County. To build sewers and water

supply systems and manage the Macomb County Wastewater Disposal District, and to supervise and operate the Chapaton and Martin retention basins.

Audited

Year Ended December 31,

Budgeted

MACOMB COUNTY, MICHIGANGeneral Fund Detail by Category

2014 2015 2016 2017 2018 2019

POSITION TYPE Actual Actual Amended Recommend Forecasted Forecasted

Administration:Managers & Supervisors 6.0 6.0 8.0 8.0 8.0 8.0

Professional Support 28.5 28.5 26.5 26.5 26.5 26.5

Clerical Staff 5.0 5.0 5.0 5.0 5.0 5.0

39.5 39.5 39.5 39.5 39.5 39.5

Pump Station:Managers & Supervisors 2.0 2.0 2.0 2.0 2.0 2.0

Professional Support 8.0 8.0 8.0 8.0 8.0 8.0

Clerical Staff 0.5 0.5 0.5 0.5 0.5 0.5

10.5 10.5 10.5 10.5 10.5 10.5

Wastewater Services Division:Managers & Supervisors 4.0 4.0 4.0 4.0 4.0 4.0

Professional Support 8.5 8.5 9.5 9.5 9.5 9.5

12.5 12.5 13.5 13.5 13.5 13.5

Total Position Count 62.5 62.5 63.5 63.5 63.5 63.5

EXPENDITURES BY SERVICEAdministration 3,462,977$ 3,424,883$ 4,035,814$ 4,146,514$ 4,257,115$ 4,344,205$

Pump Station 847,464 862,186 1,038,653 1,050,170 1,074,066 1,092,462

Wastewater Services Division 856,293 976,265 1,568,436 1,475,994 1,520,647 1,554,587

Total 5,166,734$ 5,263,334$ 6,642,903$ 6,672,678$ 6,851,828$ 6,991,254$

107

Page 110: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

MACOMB COUNTY, MICHIGANSpecial Revenue Fund Detail by Category

DEPARTMENT FUND FUNCTIONDEPARTMENT OF ROADS ROADS PUBLIC WORKS

MISSION STATEMENT:

The Macomb County Department of Roads is dedicated to providing the public with a quality county road system, with a focus on safety and convenience for

motorists and the community, environmental responsibility, and financial accountability.

Year ended September 30,

Budgeted

2014

Actual

2015

Actual

2016

Amended

2017

Recommend

2018

Forecasted

2019

Forecasted

Revenues: Licenses & Permits 599,164$ 871,721$ 753,700$ 811,200$ 811,200$ 811,200$

Intergovernmental 78,973,560 81,140,384 75,243,190 92,113,309 89,346,681 93,097,925

Charges for Services 2,563,770 2,181,342 2,510,000 2,511,500 2,511,500 2,511,500

Investment Income 138,516 186,181 143,622 195,769 122,953 102,788

Other Revenue 541,662 343,187 193,750 378,100 378,100 378,100

Total Revenues 82,816,672 84,722,815 78,844,262 96,009,878 93,170,434 96,901,513

Expenditures: Full Time Wages 10,861,136 12,870,942 13,553,553 14,714,601 15,007,909 15,308,067

Part Time Wages 89,475 50,338 100,000 100,000 100,000 100,000

Overtime Wages 2,165,276 1,628,064 1,870,400 1,936,400 1,975,000 2,014,500

FICA/Medicare 999,034 1,098,763 1,187,123 1,281,452 1,306,843 1,332,826

Pension/Retiree Health Care 9,006,994 9,048,301 9,714,649 10,719,768 10,936,707 11,155,441

Employee Health/Dental/Life Ins 2,791,267 2,958,400 3,147,000 3,367,100 3,501,184 3,641,231

Workers Comp/Unemployment/Other 83,185 238,206 127,500 137,000 142,000 142,000

Supplies & Services 1,184,291 1,254,080 1,854,918 2,093,102 2,141,705 2,141,705

Conferences & Training 45,834 73,512 135,520 155,845 155,145 155,145

Utilities 535,823 580,191 669,150 688,900 688,900 688,900

Repairs & Maintenance 302,720 321,526 574,900 535,400 535,400 535,400

Road Construction & Maintenance 38,674,675 44,129,791 50,326,751 63,699,436 53,517,850 53,517,850

Vehicle Operations 2,251,481 1,517,236 2,476,450 2,461,450 2,461,450 2,461,450

Contract Services 2,582,080 2,901,092 3,625,308 4,516,500 4,308,000 4,308,000

Capital Outlay 4,792,915 3,542,969 5,128,300 13,016,300 2,876,300 2,876,300

Total Expenditures 76,366,186 82,213,411 94,491,522 119,423,254 99,654,393 100,378,815

Revenues Over (Under) Expenditures 6,450,486 2,509,404 (15,647,260) (23,413,376) (6,483,959) (3,477,302)

Other Financing Sources (Uses): Transfers out-Trails (Investment Income) (123,545) (161,748) (143,622) (195,769) (122,953) (102,788)

Total Other Financing Sources (Uses): (123,545) (161,748) (143,622) (195,769) (122,953) (102,788)

Net Increase (Decrease) in Fund Balance 6,326,941 2,347,656 (15,790,882) (23,609,145) (6,606,912) (3,580,090)

Fund Balance, Beginning of Year 57,136,107 63,463,048 65,810,704 50,019,822 26,410,677 19,803,765

Fund Balance, End of Year 63,463,048$ 65,810,704$ 50,019,822$ 26,410,677$ 19,803,765$ 16,223,675$

POSITION TYPEManagers & Supervisors 33.0 34.0 35.0 35.0 35.0 35.0

Professional Support 185.0 199.0 201.0 213.0 213.0 213.0

Clerical Staff 18.0 18.0 17.0 17.0 17.0 17.0

236.0 251.0 253.0 265.0 265.0 265.0

Total Position Count 236.0 251.0 253.0 265.0 265.0 265.0

Audited

D - 40

108

Page 111: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

MACOMB COUNTY, MICHIGANSpecial Revenue Fund Detail by Category

DEPARTMENT FUND FUNCTIONDEPARTMENT OF ROADS ROADS PUBLIC WORKS

MISSION STATEMENT:

The Macomb County Department of Roads is dedicated to providing the public with a quality county road system, with a focus on safety and convenience for

motorists and the community, environmental responsibility, and financial accountability.

PROJECT LIMIT WORK2016 Road

ConstructionLOCAL:

2017 Local Bridge Inspection (Local) 75,000$

2017 Limestone Program (Gravel Roads) Countywide Limestone 1,170,000

2016 Pavement Preservation (Local) Countywide Capital Preventative Maintenance 1,500,000

2017 Subdivision Reconstruction Countywide Reconst sub streets 3,296,000

28 Mile Road Over North Branch of Clinton River Replace Bridge 3,250,000

31 Mile Road (carryover) Stony Creek Bridge Replacement 350,000

33 Mile Road at M-53 Intersection Improvement 200,000

Fairchild/Omo 24 Mile to 26 Mile Pave Gravel/Resurface 3,700,000

Hayes Road (carryover) N. of 25 Mile to Price Brook Drain Pave Gravel/Resurface 750,000

Mt. Vernon Road Over Stony Creek Replace Bridge 550,000

South Lakeshore Drive (carryover) Over Canal Replace Bridge 862,100

Sub-total 15,703,100

PRIMARY:

North Avenue M59 to 21 Mile Road Reconstruct and widen 5,000,000

Garfield Road Utica Road to 15 Mile Road Rehabilitate 1,100,000

Garfield Road S of Millar to 17 Mile Road Capital Preventative Maintenance 1,015,000

Mound Road (southbound) M-59 to 19 Mile Road Capital Preventative Maintenance 1,540,000

21 Mile Road Schoenherr to Garfield Rehabilitate 1,437,500

23 Mile road North Ave to Fairchild Reconstruct and widen 6,000,000

25 Mile Road at Romeo Plank Construct Roundabout 650,000

29 Mile Road Over Healy Brook Drain Replace Bridge 700,000

29 Mile Road Over Camp Brook Drain Replace Bridge 650,000

Shook Rd at Clinton-Harrison Drain Replace Bridge 1,865,000

Dequindre Road (Oakland County Project) Long Lake to Burning Bush Reconstruct and widen 1,100,000

Dequindre Road (Oakland County Project) Burning Bush to Utica Road Reconstruct and widen 842,600

Romeo Plank Rd North of 21 Mile to 23 Mile 300,000

Rural Pavement Preservation Program Countywide Resurface 324,000

Metropolitan Parkway Service Drive at Conrail Resurface 500,000

Schoenherr Road 15 Mile to Metro Parkway Rehabilitate 3,356,798

Schoenherr Road 8 Mile to 11 Mile Capital Preventative Maintenance 3,750,000

2016 Survey and Design Countywide 300,000

2017 Primary Pavement Preservation Program Countywide Capital Preventative Maintenance 1,500,000

2017 Primary Bridge Inspection Countywide 75,000

2017 MDOT Final Accounting Countywide 100,000

Sub-total 32,105,898

Reconstruct and widen roundabout

D - 41

109

Page 112: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

MACOMB COUNTY, MICHIGANSpecial Revenue Fund Detail by Category

DEPARTMENT FUND FUNCTIONDEPARTMENT OF ROADS ROADS PUBLIC WORKS

MISSION STATEMENT:

The Macomb County Department of Roads is dedicated to providing the public with a quality county road system, with a focus on safety and convenience for

motorists and the community, environmental responsibility, and financial accountability.

PROJECT LIMIT WORK2016 Road

ConstructionTRAFFIC:Soil Borings 23,000

Guardrail 225,000

LED Retrofit 225,000

Signal Modernizations 360,000

New Signals 120,000

2017 Traffic Operations Center Operations & Maintenance 2,375,000

CMAQ 2016 Communications Load Distribution 1,337,000

CMAQ 2016 Traffic Surveillance Cameras 426,000

CMAQ 2016 Wireless Interconnect 273,000

2016 Safety 6 Locations along Garfield, 12 Mile, 23 Mile 75,000

2016 Safety 7 Locations along Van Dyke, Schoenherr, Hayes, Chesterfield 64,000

2016 Safety 6 Locations along Harper, 14 Mile, 18 Mile, 19 Mile, 24 Mile 70,000

CMAQ 2017 Communications Load Distribution 174,000

CMAQ 2017 Traffic Surveillance Cameras 46,000

CMAQ 2017 Wireless Interconnect 36,000

2017 CMAQ Traffic Signal Optimization 623,000

2017 CMAQ Traffic Signal Upgrades 61,000

CMAQ 2017 Advance Traffic Management System Software 385,000

RCOC Signal Upgrade Dequindre & 25 Mile 50,000

Sub-total 6,948,000

MAINTENANCE SUB-TOTAL 8,942,438

TOTAL ROAD CONSTRUCTION AND MAINTENANCE 63,699,436$

19 Mile and Kelly

D - 42

110

Page 113: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

MACOMB COUNTY, MICHIGAN

2016 Full Time 2016 Full Time 2017 Full Time

Equivalent Equivalent Equivalent

Fund and Position Minimum Maximum Adopted Amended Adopted

Position Schedule by Department by TypeFor Funds with Fiscal Year Ending September 30, 2017

Supplemental Information Only

2016 Salary Range

Health Grant Fiscal Programs (cont.):Clerical Staff:

Computer Maintenance Clerk 30,302 34,631 3.0 3.0 3.0

Typist Clerk III 29,574 33,799 2.0 2.0 2.0

Account Clerk I/II 26,833 32,194 2.0 2.0 2.0

Typist Clerk I/II 26,189 30,667 3.0 3.0 3.0

56.0 58.0 58.0

Prosecuting Attorney Grants:Managers & Supervisors:

Victim Witness Coordinator 48,110 60,138 1.0 1.0 1.0

Professional Support:

Principal Trial Lawyer 74,624 101,499 2.0 2.0 2.0

Assistant IV 68,091 92,613 2.0 2.0 2.0

Assistant III 64,980 88,381 2.0 2.0 2.0

Investigator II 38,003 54,727 - 1.0 1.0

Investigator 36,940 53,977 4.0 3.0 3.0

Victim Witness Advocate 37,495 46,869 4.0 4.0 4.0

Victim Witness Advocate (PT) 19.15 23.94 /hr 0.5 0.5 0.5

Clerical Staff:

Senior Secretary 34,721 42,086 - 1.0 1.0

Typist Clerk IV 31,049 35,484 9.0 8.0 8.0

Typist Clerk IV (PT) 15.86 18.13 /hr 0.5 0.5 0.5

25.0 25.0 25.0

Department of Roads:Managers & Supervisors:

Director of Roads 117,045 130,050 1.0 1.0 1.0

Assistant Finance Director-Fiscal 85,384 106,730 1.0 1.0 1.0

Traffic Operations Director 81,842 102,302 1.0 1.0 1.0

Maintenance Supervisor 70,723 88,403 1.0 1.0 1.0

Fiscal Services Manager 70,723 88,403 1.0 1.0 1.0

Planning Director 68,704 85,880 1.0 1.0 1.0

Deputy County Highway Engineer 66,685 83,356 1.0 1.0 1.0

Development Manager 73,889 78,537 1.0 1.0 1.0

Permits/Local Road Engineer 68,551 73,193 1.0 1.0 1.0

Traffic Supervisor 69,578 72,196 1.0 1.0 1.0

Electrical Supervisor 63,033 68,859 1.0 1.0 1.0

Right of Way Agent 62,859 66,582 1.0 1.0 1.0

Mechanic Foreman 59,405 65,320 1.0 1.0 1.0

Electrical Assistant Foreman 57,207 63,033 2.0 2.0 2.0

Assistant Purchasing Director 50,230 62,787 1.0 1.0 1.0

Service Center 3 Foreman 57,406 62,625 1.0 1.0 1.0

Permits/Local Roads Inspection Manager 56,042 61,270 1.0 1.0 1.0

Service Center Foreman 53,920 59,148 3.0 3.0 3.0

Sign Shop Supervisor 53,920 59,148 1.0 1.0 1.0

Stock and Inventory Supervisor 53,920 59,148 1.0 1.0 1.0

Assistant Foreman 51,256 53,923 12.0 12.0 12.0

Professional Support:

Traffic Engineer 70,176 74,820 1.0 1.0 1.0

Civil Engineer 3 68,551 73,193 9.0 9.0 9.0

Community Relations/Park Coordinator 57,674 72,092 1.0 1.0 1.0

Service Partner 50,230 62,787 2.0 2.0 2.0

Fleet Specialist 47,519 59,399 1.0 1.0 1.0

Electrician A 48,797 58,874 8.0 8.0 8.0

Electrical Technician 46,463 58,164 2.0 2.0 2.0

Mechanic Leader 47,906 56,392 1.0 1.0 1.0

Information Systems Coordinator 51,816 56,082 1.0 1.0 1.0

Design Technician 44,692 55,584 2.0 2.0 2.0

APPENDIX - 20

111

cbrenn
Highlight
Page 114: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

MACOMB COUNTY, MICHIGAN

2016 Full Time 2016 Full Time 2017 Full Time

Equivalent Equivalent Equivalent

Fund and Position Minimum Maximum Adopted Amended Adopted

Position Schedule by Department by TypeFor Funds with Fiscal Year Ending September 30, 2017

Supplemental Information Only

2016 Salary Range

Department of Roads (cont.):Master Welder 47,015 55,501 2.0 2.0 2.0

Mechanic 46,675 55,162 12.0 12.0 12.0

Engineering Aide 3 43,030 53,923 8.0 8.0 9.0

Senior Traffic Technician 43,030 53,920 2.0 2.0 2.0

Stockroom Assistant 50,668 53,920 1.0 1.0 1.0

Service Center Administrative Assistant 47,284 52,533 1.0 1.0 1.0

Systems Technician 42,776 51,848 1.0 1.0 1.0

Account Specialist 3 38,870 51,128 1.0 1.0 1.0

Administrative Aide 39,920 49,901 1.0 1.0 1.0

Account Specialist 2 37,720 49,720 2.0 2.0 2.0

Engineering Aide 2 37,720 49,720 13.0 12.0 12.0

Records Technician 37,720 49,720 1.0 1.0 1.0

Traffic Technician 37,720 49,720 - 1.0 1.0

Right-of-way Technician 37,720 49,720 1.0 1.0 1.0

Traffic/Subdivisions Coordinator 37,720 49,720 1.0 1.0 1.0

Master Sign Artisan 37,552 48,776 1.0 1.0 1.0

Project Leader 37,552 48,776 7.0 7.0 7.0

Electrician B 37,298 48,521 5.0 5.0 5.0

Equipment Operator A 36,895 48,097 23.0 23.0 27.0

Account Specialist 1 33,876 47,969 2.0 2.0 2.0

Bldg Maint. Repair Person 35,091 47,672 1.0 1.0 1.0

Semi Truck Driver 35,600 46,803 4.0 4.0 4.0

Engineering Aide 1 28,945 46,783 7.0 7.0 7.0

Heavy Truck Driver 34,900 46,102 42.0 42.0 45.0

Mechanic Helper 30,306 45,996 1.0 1.0 1.0

Traffic Sign Artisian 34,434 45,699 1.0 1.0 1.0

Equipment Operator B 34,243 45,423 3.0 3.0 4.0

Highway Maintenance Person Leader 34,052 45,169 6.0 6.0 9.0

Stock Clerk 1 33,476 39,922 1.0 1.0 1.0

Highway Maintenance Person 25,990 38,719 21.0 21.0 21.0

Custodian 25,990 38,719 1.0 1.0 1.0

Coop-IT Technician 12.00 /hr 1.0 - -

Clerical Staff:

Department Secretary 31,981 46,783 5.0 5.0 5.0

Department Clerk 29,503 37,966 11.0 10.0 10.0

Typist Clerk 26,026 33,897 1.0 1.0 1.0

Stock Chaser 30,303 34,631 1.0 1.0 1.0

255.0 253.0 265.0

Sheriff Grants:Managers & Supervisors:

Lieutenant 76,508 81,478 1.0 1.0 1.0

Professional Support:

Sergeant 69,553 74,071 1.0 2.0 2.0

Sergeant-1 63,230 67,337 1.0 - -

Deputy 46,152 58,900 5.0 5.0 5.0

Clerical Staff:

Secretary 31,667 37,256 1.0 1.0 1.0

9.0 9.0 9.0

APPENDIX - 21

112

cbrenn
Highlight
cbrenn
Highlight
Page 115: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

DEPARTMENT886 - MICHIGAN WORKS

MISSION STATEMENT:

To provide specialized services designed to integrate adults and youth facing barriers to employment into the labor force through

customer-driven training and employment support services which will improve their quality of life and enhance their educational skills.

2014

Actual

2015

Actual

2016

Amended

2017

Recommend

2018

Forecasted

2019

Forecasted

Revenues:Charges for Services 3,518,702$ 3,450,613$ 3,975,944$ 4,429,255$ 4,429,255$ 4,429,255$

Total Revenues 3,518,702 3,450,613 3,975,944 4,429,255 4,429,255 4,429,255

Expenditures:Full Time Wages 2,069,443 2,074,171 2,308,202 2,550,696 2,550,696 2,550,696

Overtime Wages 16,329 18,890 - - - -

FICA/Medicare 157,471 158,007 176,027 194,654 194,654 194,654

Pension/Retiree Health Care 590,314 642,467 726,483 798,456 798,456 798,456

Employee Health/Dental/Life Ins 490,954 469,706 549,110 622,656 622,656 622,656

Workers Comp/Unemployment/Other 30,000 27,895 33,600 36,168 36,168 36,168

Supplies & Services 27,238 24,959 62,889 78,620 78,620 78,620

Conferences & Training 4,752 4,052 15,050 23,050 23,050 23,050

Internal Services 132,201 30,466 104,583 120,555 120,555 120,555

Capital Outlay - - - 4,400 4,400 4,400

Total Expenditures 3,518,702 3,450,613 3,975,944 4,429,255 4,429,255 4,429,255

Revenues Over (Under) Expenditures - - - - - -

Net Increase (Decrease) in Fund Balance - - - - - -

Fund Balance, Beginning of Year - - - - - -

Fund Balance, End of Year -$ -$ -$ -$ -$ -$

2014 2015 2016 2017 2018 2019

Actual Actual Amended Recommend Forecasted Forecasted

POSITION TYPE

Managers & Supervisors 4.0 4.0 3.0 3.0 3.0 3.0

Professional Support 43.0 41.0 43.0 43.0 43.0 43.0

Total Position Count 47.0 45.0 46.0 46.0 46.0 46.0

FUND

MACOMB COUNTY, MICHIGANSpecial Revenue Fund Detail by Category

FUNCTION

Audited

298/299 - MACOMB/ST. CLAIR TRAINING

Year Ended December 31,

Budgeted

HEALTH & WELFARE

D - 10

113

Page 116: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

MACOMB COUNTY, MICHIGAN

2016 Full Time 2016 Full Time 2017 Full Time

Equivalent Equivalent Equivalent

Fund and Position Minimum Maximum Adopted Amended Adopted

Position Schedule by Department by Type

2016 Salary Range

For Funds with Fiscal Year Ending December 31, 2017Supplemental Information Only

SPECIAL REVENUE FUNDS

Clerk - CPL:Clerical Staff:

Data Maintenance Clerk 30,302 34,631 2.0 2.0 2.0

2.0 2.0 2.0

Community Corrections:Tether Program:

Professional Support:

Jail Population Specialist 33,567 41,959 - 1.0 1.0

MARCH Coordinator 33,567 41,959 1.0 - -

Jail Population Specialist 17.15 21.43 /hr - - 0.5

1.0 1.0 1.5

Macomb Community Action:Block Grant:

Managers & Supervisors:

Program Manager 68,704 85,880 1.0 1.0 1.0

Professional Support:

Associate Planner 45,924 57,405 3.0 3.0 3.0

Michigan Rolls:

Clerical Staff:

Field Enrollment Worker (2 PT) 12.33 13.71 /hr 1.5 1.5 1.5

5.5 5.5 5.5

Emergency Management Grants:Professional Support:

Intelligence Analyst 53,032 66,290 1.0 1.0 1.0

Homeland Security Grant Manager 47,519 59,399 1.0 1.0 1.0

Homeland Security Planner 39,441 49,302 1.0 1.0 1.0

Homeland Security Planner (3 PT) 24.16 /hr 3.0 3.0 3.0

Administrative Aide (1 PT) 16.39 20.49 /hr 1.0 1.0 1.0

7.0 7.0 7.0

Michigan Works:Managers & Supervisors:

Director, M/SCETA 70,723 88,403 1.0 1.0 1.0

Service Center Supervisor 49,114 61,393 2.0 2.0 2.0

Professional Support:

Case Manager 41,786 52,233 40.0 43.0 43.0

43.0 46.0 46.0

MSUE Grants:Clerical Staff:

Account Clerk IV (3 PT) 16.02 18.85 /hr 0.75 0.75 0.75

Educator (1 PT) 14.64 18.69 /hr 0.2 0.2 0.2

0.95 0.95 0.95

Veteran's Affairs:Managers & Supervisors:

Chief Veteran Service Officer 53,010 66,263 1.0 1.0 1.0

Professional Support:

Veterans Services Officer II 34,721 42,086 1.0 1.0 1.0

Veterans Services Officer I 34,070 40,082 5.0 5.0 5.0

Clerical Staff:

Senior Secretary 34,721 42,086 - 1.0 1.0

Secretary 31,667 37,256 1.0 - -

Account Clerk III 31,049 35,484 1.0 1.0 1.0

Typist Clerk III 29,574 33,799 2.0 2.0 2.0

11.0 11.0 11.0

APPENDIX - 14

114

cbrenn
Highlight
cbrenn
Highlight
Page 117: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

PROJECT NAME:

TERMINI:

PROJECT:

PROJECT ENGINEER: TELEPHONE:MOBILE:

CONTRACTOR: TELEPHONE:

EMERGENCY CALLS:

PROJECT START DATE:

PROJECT COMPLETION DATE:

MCDOR WORK ORDER #:

REMARKS:

DISTRIBUTION:Bob Hoepfner MDOR Nightwatch

John Crumm Project Engineer: James Armbruster

Sue VanSteelandt Michigan State Police

Walter Schell DTE Company

Engineering Department Consumers Energy Company

Leo Ciavatta Board of Commissioners - All Districts

Permits Department Macomb County Sheriff Department

MDOR Traffic Department AAA Michigan Emergency Patrol

MDOR Sign Shop Macomb Daily

MDOR Switchboard United State Post Office

Service Centers 3, 1, 4 SEMCO Company

Clerk Office: Shelby Township/Macomb Township

Fire Dept.: Shelby Township/Macomb Township

Police Dept.: Shelby Township/Macomb Township

DPW: Shelby Township/Macomb Township/Washington Township

Contractor will maintain access to residential properties along the project.

MACOMB COUNTY DEPARTMENT OF ROADS

PROJECT INFORMATION SHEET

25 Mile to the Middle Branch of the Clinton River

0.6 Miles of HMA roadway paving of the existing gravel road. Work includes pavement removal, grading, drainage

improvements, concrete curb and gutter, and landscape restoration. The existing pavement adjacent to the Clinton River

Bridge will be milled and resurfaced.

James Armbruster (586) 469-7122

Teltow Contracting, Inc. (586) 727-1585

4678 Meldrum Road

Casco, MI 48064

Bernard Teltow (586) 727-1585

Road will be closed to through traffic

Hayes Road Paving

(586) 292-4634

Macomb County Department of Roads (586) 463-8671

Project consists of bituminous paving and ditch grading.

1601

November 4, 2016

September 14, 2016

gjv/10/6/2016

115

Page 118: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

PROJECT NAME:

TERMINI: 26 Mile - Mound to M-53, Washington Township

PROJECT:

PROJECT ENGINEER: TELEPHONE:MOBILE: 586-291-0060

CONTRACTOR: TELEPHONE:MOBILE:

EMERGENCY CALLS:

PROJECT START DATE:

PROJECT COMPLETION DATE:

RCMC WORK ORDER #:

REMARKS:

DISTRIBUTION:John Crumm Project Engineer: Robert Lee Blanchard, P.E.

Bob Hoepfner Michigan State Police

Sue VanSteelandt Detroit Edison Company

Walter Schell Consumers Energy Company

Leo Ciavatta Board of Commissioners - All Districts

George Melistas, Permits AAA Michigan Emergency Patrol

Lana Smith, Permits Macomb Daily

MCDOR Traffic Dept United States Post Office

MCDOR Sign Shop Med Star Ambulance

MCDOR Switchboard Washington Township

MCDOR Shelby Service Center Utica Schools

MCDOR Nightwatch SMART

Macomb County Sheriff Department

1617C

November 15, 2016

Traffic shall be maintained with intermittent flagging operations occurring. Local residents are

encouraged to plan for delays due to construction. We request your cooperation and patience.

810-499-8009

October 5, 2016

MACOMB COUNTY DEPARTMENT OF ROADS

PROJECT INFORMATION SHEET

26 Mlie, Washington Township

Cipparrone Contracting

This project includes 1.0 mi of concrete pavement, joint and crack repair, drainage

structure adjustments, concrete curb and gutter, on 26 Mile Road from Mound Road to M-

53, Macomb County.

Robert Lee Blanchard (586) 463-8671

248-424-3888

Robert Hallerman, P.E.

Macomb County Department of Roads (586) 463-8671

RLB

116

Page 119: Macomb County Board of Commissionerscircuitcourt.macombgov.org/sites/default/files/content... · 2010. 11. 16. · Security cameras installed Control arms/card readers to be fully

PROJECT NAME:

TERMINI: Dequinder to bike trail, Shelby Township

PROJECT:

PROJECT ENGINEER: TELEPHONE:MOBILE: 586-291-0060

CONTRACTOR: TELEPHONE:MOBILE:

EMERGENCY CALLS:

PROJECT START DATE:

PROJECT COMPLETION DATE:

RCMC WORK ORDER #:

REMARKS:

DISTRIBUTION:John Crumm Project Engineer: Robert Lee Blanchard, P.E.

Bob Hoepfner Michigan State Police

Sue VanSteelandt Detroit Edison Company

Walter Schell Consumers Energy Company

Leo Ciavatta Board of Commissioners - All Districts

George Melistas, Permits AAA Michigan Emergency Patrol

Lana Smith, Permits Macomb Daily

MCDOR Traffic Dept United States Post Office

MCDOR Sign Shop Med Star Ambulance

MCDOR Switchboard City of Utica

MCDOR Shelby Service Center Shelby Township

MCDOR Nightwatch Shelby Township Fire Dept.

Macomb County Sheriff Department Utica Schools

SMART

WO #1528

Rodney Schleben

Macomb County Department of Roads (586) 463-8671

MACOMB COUNTY DEPARTMENT OF ROADS

PROJECT INFORMATION SHEET

24 Mile Road , Shelby Township

Cadillac Asphalt

This project includes Hot Mix Asphalt (HMA) paving, Cold Milling of Existing Pavement,

Joint and Crack Repair, and restoration work on 24 Mile Road in Shelby Township.

Robert Lee Blanchard (586) 463-8671

248-942-2130

1630C

November 15, 2016

Through traffic shall be maintained with intermittent flagging operations occurring. Local residents are

encouraged to plan for delays due to construction. We request your cooperation and patience.

248-941-5484

October 4, 2016

RLB

117