...

APPROVED

by user

on
Category: Documents
15

views

Report

Comments

Description

Transcript

APPROVED
APPROVED
December 15, 2009
Michigan State
Administrative Board
Lansing, Michigan
December 1, 2009
A regular meeting of the State Administrative Board was held in the Lake Superior Room,
1st Floor, Michigan Library and Historical Center, on Tuesday, December 1, 2009, at 11:00
a.m.
Present:
John Wernet, Legal Counsel, representing Jennifer M. Granholm,
Chairperson
Walt Herzig, Chief of Staff, representing John D. Cherry, Jr., Lt. Governor
Brian DeBano, Chief of Staff, representing Terri Lynn Land, Secretary of
State
Patrick F. Isom, Assistant Attorney General, representing Michael A. Cox,
Attorney General
Mary G. MacDowell, Director, Financial Services Bureau, representing Robert
J. Kleine, State Treasurer
Rick Floria, Budget Director, representing Michael P. Flanagan,
Superintendent of Public Instruction
Leon Hank, Chief Administrative Officer, representing Kirk T. Steudle, Director,
Department of Transportation
Sherry Bond, Secretary
Others Present:
Ron Farnum, Department of Attorney General; James Burris, Sergio Paneque,
Janet Rouse, Department of Management and Budget; Jean Ingersoll, Department
of Transportation; Joe Fielek, Department of Treasury; James Bliss, Dickinson,
Wright, PLLC
1.
CALL TO ORDER:
Mr. Wernet called the meeting to order and led the Pledge of Allegiance to the Flag.
2.
READING OF MINUTES OF PRECEDING MEETING AND APPROVAL
THEREOF:
Ms. MacDowell moved that the minutes of the special meeting of November 10,
2009, the special meeting of November 12, 2009, and the regular meeting of
November 17, 2009, be approved and adopted. The motion was supported by Mr.
DeBano and unanimously approved.
3.
HEARING OF CITIZENS ON MATTERS FALLING UNDER JURISDICTION OF THE
BOARD:
NONE
4.
COMMUNICATIONS:
None
5.
UNFINISHED BUSINESS:
NONE
6.
NEW BUSINESS:
Retention and Disposal Schedules:
GENERAL SCHEDULE #30, Local Government Information Technology, 12/1/2009
WAYNE COUNTY, Office of Chief Executive Officer, 12/1/2009
Mr. Hank moved to approve the retention and disposal schedules. The motion was
supported by Mr. Herzig and unanimously approved.
7.
REPORTS AND RECOMMENDATIONS OF COMMITTEES:
(Please see the following pages)
APPROVED
December 1, 2009
Michigan State
Administrative Board
COMMITTEE REPORT TO THE
STATE ADMINISTRATIVE BOARD
______________________________________________________________________
The Honorable Jennifer M. Granholm, Governor
and
Members of the State Administrative Board
A regular meeting of the Building Committee was held at 11:00 a.m.
on November 24, 2009. Those present being:
Chairperson: Mary G. MacDowell, representing
State Treasurer Kleine
Approved _____________________
Member:
Corina Andorfer, representing
Governor Granholm
Approved _____________________
Member:
Walt Herzig, representing
Lt. Governor Cherry
Approved _____________________
Others:
Iris Lopez, Department of Attorney General; Sherry Bond, James
Burris, Cindy Collins, Janet Rouse, Department of Management and
Budget
______________________________________________________________________
The Building Committee regular agenda was presented.
Following discussion, Mr. Herzig moved that the regular agenda be
recommended to the State Administrative Board for approval. Supported
by Ms. Andorfer, the motion was unanimously adopted.
Ms. MacDowell adjourned the meeting.
11/20/09 11:30 FINAL
AGENDA
BUILDING COMMITTEE / STATE ADMINISTRATIVE BOARD
November 24, 2009 / December 1, 2009
11:00 A.M. Lake Superior Room 1st Floor
Michigan Library and Historical Center
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
This agenda is for general informational purposes only. At its discretion, the Building
Committee may revise this agenda and may take up other issues at the meeting.
AWARD OF CONSTRUCTION CONTRACT
1. DEPARTMENT OF STATE POLICE, LANSING – Michigan State Police
Headquarters - Audio/Video Systems
File No. 551/08017.DCS - Index No. 76502
Low Responsive Bidder: AVI Systems, Inc., Kentwood; $681,463.00
Purpose/Business Case
The purpose of this contract is to install closed circuit security cameras, video/audio
building, and audio/sound paging systems within the new State Police Headquarters.
These building systems are necessary for State Police as part of the approved
$6,000,000 Lease allowance for furniture, fixtures, and equipment (FF&E) approved by
the State Administrative Board on August 7, 2007, Lease #11319.
Benefit
The State will benefit by implementing required security and video/audio systems to
support the Michigan Intelligence Operation Center (MIOC) and State Police functions.
Funding
100% paid out of Lessor's $6,000,000 FF&E allowance as previously approved.
Commitment
The contract cost is fixed based on competitive bids. The amount of the contract is
within the authorized budget.
Risk
Failure to approve this contract will result in State Police not obtaining the required
building systems to perform operations.
Zip Code
48933
AWARD OF CONTRACT FOR PROFESSIONAL SERVICES
2. DEPARTMENT OF MILITARY AND VETERANS AFFAIRS, GRAYLING – Camp
Grayling Annual Training Site – Combined Arms Collective Training Facility
File No. 511/10016.CAK - Index No. 21000
Recommended Responsive Proposal: Paradigm Design, Grand Rapids;
$964,037.66
1
11/20/09 11:30 FINAL
Purpose/Business Case
The purpose of this contract is to provide professional architectural and/or engineering
design services to obtain contract documents for construction of a combined arms
collective training facility at Camp Grayling. The training center will consist of 20 to 29
buildings to be used to train soldiers in urban operations.
Benefit
The State will benefit from this contract by having professionally prepared contract
documents for the competitive construction bidding process.
Funding Source
100% Federal Funding
Commitment
The contract cost is fixed based on a competitive selection process. The amount of the
contract is within the authorized budget.
Risk Assessment
Failure to approve this contract will result in the State not obtaining the documents
necessary for competitive bidding and the potential loss of Federal funding for this predeployment training facility.
Zip Code
49738
REVISIONS TO CONSTRUCTION CONTRACTS
3. DEPARTMENT OF ENVIRONMENTAL QUALITY, MASON – Americhem
Corporation Site – Free Product Recovery and Soil Vapor Extraction System
Installation
File No. 761/07139.RRD - Index No. 44801
Job Site Services, Inc., Bay City; CCO No. 7, Incr. $94,896.00
Purpose/Business Case
The purpose of this change order is to modify the flow lines, manifolds, drain fields,
piping and operation and maintenance (O&M) of the existing free product recovery
system. This site is still contaminated and requires more cleanup activities. It’s
anticipated that the treatment system will continue to operate until the soil and
groundwater meet cleanup standards.
Benefit
The State will benefit by improving the effectiveness of the recovery system in
preventing spread of contamination and abating environmental hazard.
Funding Source
100% Environmental Bond Fund
Commitment
The change order costs are fixed actual costs provided by the construction contractor in
response to a bulletin provided by the PSC. The amount of the contract is within the
authorized budget.
2
11/20/09 11:30 FINAL
Risk Assessment
Failure to approve this change order may result in operating a non-efficient system,
therefore risk harming the public and the environment and violating environmental
regulations.
Zip Code
48854
4. DEPARTMENT OF ENVIRONMENTAL QUALITY, BALDWIN – Wash King
Laundry Site – O &M Groundwater and Soil Vapor Extraction Treatment System
File No. 761/06037.RRD - Index No. 44081
Lakeshore Environmental, Inc., Grand Haven; CCO No. 5, Incr. $262,560.00
Purpose/Business Case
The purpose of this change order is to provide additional operation and maintenance
(O&M) services of the groundwater treatment and soil vapor extraction (SVE) systems
and remedial action optimization as required by the United States Environmental
Protection Agency (USEPA). The contractor provides maintenance, sampling, and
reporting to comply with the environmental regulations.
Benefit
The State will benefit by improving the effectiveness of the recovery system in abating
the environmental hazards to protect the public and the environment.
Funding Source
90% Federal-Environmental Protection Fund; 10% State-Environmental Protection
Bond
Commitment
The change order costs are fixed actual costs provided by the construction contractor in
response to a bulletin provided by the PSC. The amount of the contract is within the
authorized budget.
Risk Assessment
Failure to approve this change order may result in operating a non-efficient system,
therefore risk harming the public and the environment and violating environmental
regulations.
Zip Code
49304
LEASE FOR PRIVATE PROPERTY
5. DEPARTMENT OF STATE, BELLEVILLE – Renewal Lease #10670 with Belle
Plaza Shopping Center, Inc., a Michigan Corporation, 901 Ridgewood Road,
Bloomfield Hills, Michigan 48304, as Lessor, and the State of Michigan by the
Department of Management and Budget for the Department of State, as Lessee,
for 3,493 square feet of office space located at 795 Sumpter Road, Belleville,
Michigan 48111. The Lease is effective upon obtaining State Administrative
Board approval and required signatures. The annual per square foot rental rate
for this space beginning December 1, 2009, is $11.82 ($3,440 per month). This
rate does not include utilities, janitorial service, trash removal,
telecommunications system or alarm system monitoring. This Lease contains
3
11/20/09 11:30 FINAL
one five-year renewal option with an annual per square foot rental rate of $12.84
($3,737 per month). This Lease contains a Standard cancellation clause with 90days notice. The Attorney General has approved this Lease as to legal form.
Purpose/Business Case
This space has been utilized by the Department as a branch office since 1999 and
continues to meet their operational needs.
Benefit
Renewal of this lease allows the Department to remain at their current location and
avoid relocation costs. The rental rate is below the current market rate for comparable
space.
Funding Source
33.9% General Fund; 66.1% Restricted Funds - 1.2% Auto Repair Facilities Fees; 4.1%
Driver Fees; 0.3% Expedient Service Fees; 4.1% Parking Ticket Court Fines; 56.4%
Transportation Administration Collection Fund
Commitment Level
Five years with one five-year renewal option; however, this Lease contains a Standard
cancellation clause with 90-days notice.
Risk Assessment
Non-approval of this Lease will hinder the Department from continuing to provide
uninterrupted service and could possibly bring about increased costs if they are forced
to relocate.
Zip Code
48111
ADDENDUM TO LEASE FOR PRIVATE PROPERTY
6. DEPARTMENT OF ENVIRONMENTAL QUALITY, GAYLORD - Addendum #1 to
Lease #10706 approved by the State Administrative Board on July 6, 1999, Item
#8, between Norman C. Van Wormer and subsequently assigned to Dedrick
Investment, LLC, a Limited Liability Company, 3946 Traxler Court, Bay City,
Michigan 48706, as Lessor, and the State of Michigan by the Department of
Management and Budget for the Department of Environmental Quality, as
Lessee, for 15,000 square feet of space located at 2100 West M-32, Gaylord,
Michigan 49735. This Addendum provides for reducing the rental rate for the
initial 10-year term, adding two years and reducing the rental rate for the first
renewal option, modifying the begin and end dates of the second renewal option.
The first renewal option is exercised upon execution of this Addendum. This
Addendum is effective upon obtaining State Administrative Board approval and
required signatures and continues to the termination date of the Lease, or any
extension. The annual per square foot rental rate for this space beginning
November 1, 2009, is $12.00 ($15,000 per month). This Addendum contains one
renewal option with an annual per square foot rental rate of $12.32 ($15,400 per
month). This Lease contains a Standard cancellation clause with 90-days notice.
The Attorney General has approved this Addendum as to legal form.
4
11/20/09 11:30 FINAL
Purpose/Business Case
This Addendum will allow a reduction in rent and extend the existing renewal option for
two years and upgrade the base year for real estate tax adjustments. This location
continues to meet the operational needs of the Department.
Benefit
This Addendum will allow the Department to realize an estimated savings of $10,000
per year based on a reduced rental rate and updating the real estate tax base used for
computing the annual adjustments. The rental rate is within the market rate.
Source of Funds
100% General Fund
Commitment Level
Seven years plus a five-year renewal option; however, this Lease contains a Standard
cancellation clause with 90-days notice.
Risk Assessment
Non-approval of this Addendum will hinder the Department from continuing to provide
uninterrupted service, could possibly bring about increased costs if they are forced to
relocate, and they would not realize a cost savings.
Zip Code
49735
7. DEPARTMENT OF STATE POLICE, GAYLORD - Addendum #1 to Lease
#10777 approved by the State Administrative Board on February 15, 2000, Item
#15, between Hayes and Bentz, Ent., LLC, a Michigan Limited Liability Company,
119 Fairview, Gaylord, Michigan 49735, as Lessor, and the State of Michigan by
the Department of Management and Budget for the Department of State Police,
as Lessee, for 5,200 square feet of space located at 123 Fairview, Gaylord,
Michigan 49735. This Addendum provides for extending the lease term two years
and reducing the rental rate. This Addendum is effective upon obtaining State
Administrative Board approval and required signatures and continues to the
termination date of the Lease, or any extension. The annual per square foot
rental rate for this space beginning March 10, 2010, is $9.23 ($4,000 per month).
This Lease contains a Standard cancellation clause with 90-days notice. The
Attorney General has conditionally approved this Addendum as to legal form and
those conditions have been met.
Purpose/Business Case
The space is utilized by the Department and continues to meet their operational needs.
Benefit
This Addendum allows the Department to remain in the current location for an additional
two years with a rental reduction of 3.75% and avoid relocation costs. The rental rate is
within the current market rate.
Source of Funds
100% General Fund
Commitment Level
Two years; however, this Lease contains a Standard cancellation clause with 90-days
notice.
5
11/20/09 11:30 FINAL
Risk Assessment
Non-approval of this Addendum will hinder the Department from continuing to provide
uninterrupted service while realizing a costs savings and could bring about increased
costs if they are required to relocate.
Zip Code
49735
8. DEPARTMENT OF ENERGY, LABOR AND ECONOMIC GROWTH,
IRONWOOD - Addendum #1 to Lease #11275 approved by the State
Administrative Board on April 11, 2007, Item #4, between Western Upper
Peninsula Manpower Consortium, A Consortium of Counties, 100 West
Cloverland Drive, Ironwood, Michigan 49938, as Lessor, and the State of
Michigan by the Department of Management and Budget for the Department of
Energy, Labor and Economic Growth, as Lessee, for 80 square feet of space
located at 100 West Cloverland Drive, Ironwood, Michigan 49938. This
Addendum provides for extending the lease term three years and increasing the
space by 48 square feet for a revised total of 128 square feet. This Addendum is
effective upon obtaining State Administrative Board approval and required
signatures and continues to the termination date of the Lease, or any extension.
The annual per square foot rental rate for this space beginning January 1, 2010,
is $12.19 ($1,560 per year). This Lease contains a Standard cancellation clause
with 90-days notice. The Attorney General has approved this Addendum as to
legal form.
Purpose/Business Case
The space is utilized by the Department of Energy, Labor & Economic Growth for its
Michigan Rehabilitation Services counselor. This is in conjunction with the co-location
initiative with the Michigan Works! Agencies.
Benefit
This Addendum allows the Department to remain at the current location for an additional
three years and continue with the co-location initiative.
Source of Funds
100% Federal Funds
Commitment Level
Three years; however, this Lease contains a Standard cancellation clause with 90-days
notice.
Risk Assessment
Non-approval of this Addendum will hinder the Department from continuing to provide
uninterrupted service and meeting the co-location initiative with the Michigan Works!
Agency.
Zip Code
49938
6
11/20/09 11:30 FINAL
LEASE FOR PRIVATE PROPERTY
9. DEPARTMENT OF HUMAN SERVICES, PONTIAC – New Lease #11367 with
North Bay Drywall, Inc. Profit Sharing Plan and Trust, Charles R. Stephens,
Trustee, A Trust, P.O. Box 750007, Petaluma, California 94975, as Lessor, and
the State of Michigan by the Department of Management and Budget for the
Department of Human Services, as Lessee, for 47,200 square feet of office
space located at 51111 Woodward Avenue, Pontiac, Michigan 48342. The
Lease is effective upon obtaining State Administrative Board approval and
required signatures. The annual per square foot rental rate for this space
beginning March 1, 2010, or upon substantial completion, is $17.25 ($67,850.00
per month). Effective March 1, 2010 through February 28, 2011 rent is provided
for free. The annual per square foot rental rate will resume after the rent free
period. This is a full service Lease. This Lease contains two five-year renewal
options with an annual per square foot rental rate of $20.00 ($78,666.67 per
month). This Lease contains a Standard cancellation clause with 90-days notice.
The Attorney General has approved this Lease as to legal form. This Lease
meets the criteria requiring approval of the Joint Capital Outlay Subcommittee of
the Legislature. The Subcommittee approved this Lease on November 12, 2009.
Purpose/Business Case
This is a relocation to a larger office as the current building is no longer able to provide
adequate or safe customer service for the Oakland County Children and Family
Services, Foster Care Program. DHS received funding to hire forty new foster care
workers which will more adequately manage the State’s foster care caseload in Oakland
County.
Benefit
This new Lease provides for a much larger, more efficient space at a cost lower than
our current space. Based on the fifteen proposals received, we were able to secure a
very cost effective deal for the State of Michigan which includes the first year rent free.
The rental rate is below the current market rate for comparable space.
Funding Source
55% General Fund; 45% Federal Funds
Commitment Level
Eleven years with two five-year options; however, this Lease contains a Standard
cancellation clause with 90-days notice.
Risk Assessment
Non-approval of this Lease will hinder the Department from housing additional foster
care staff which will result in continued foster care issues with the oversized caseloads.
Also, savings would not be realized as a result of not relocating to this new location.
Zip Code
48342
7
---------Ms. MacDowell presented the Building Committee Report for the regular
meeting of November 24, 2009. After review of the foregoing Building
Committee Report, Ms. MacDowell moved that the Report covering the regular
meeting of November 24, 2009, be approved and adopted. The motion was
supported by Mr. Herzig and unanimously approved.
APPROVED
December 1, 2009
Michigan State
Administrative Board
COMMITTEE REPORT TO THE
STATE ADMINISTRATIVE BOARD
_______________________________________________________________________
The Honorable Jennifer M. Granholm, Governor
and
Members of the State Administrative Board
A regular meeting of the Finance and Claims Committee was held at
11:00 a.m. on November 24, 2009. Those present being:
Chairperson:
Mary G. MacDowell, representing
State Treasurer Kleine
Approved ______________________
Member:
Corina Andorfer, representing
Governor Granholm
Approved ______________________
Member:
Iris Lopez, representing
Attorney General Cox
Approved ______________________
Others:
Sherry Bond, James Burris, Janet Rouse, Department of Management
and Budget
_______________________________________________________________________
The Finance and Claims Committee regular agenda and Recovery Act agenda
were presented.
Following discussion, Ms. Lopez moved that the regular agenda and
Recovery Act agenda be recommended to the State Administrative Board for
approval. The motion was supported by Ms. Andorfer and unanimously
adopted.
Ms. MacDowell adjourned the meeting.
A G E N D A
FINANCE AND CLAIMS COMMITTEE
November 24, 2009, 11:00 a.m.
Lake Superior Room
1st Floor, Michigan Library
and Historical Center
11/20/09 11:15 version
STATE ADMINISTRATIVE BOARD
December 1, 2009, 11:00 a.m.
Lake Superior Room
1st Floor, Michigan Library
and Historical Center
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
This agenda is for general informational purposes only.
At its discretion the Finance and Claims Committee may revise
this agenda and may take up other issues at the meeting.
SECTION I - AGENCY SUBMITTED – NEW CONTRACTS
1.
DEPARTMENT OF HUMAN SERVICES
1)
Branch-HillsdaleSt. Joseph DCH
Hillsdale, MI
NOT TO EXCEED
$
73,500.00 Total
FY10-12 100% Federal Funds
Two-year, ten-month contract
for parent education services
2)
Branch-Hillsdale-St. Joseph
Community Health Agency
Coldwater, MI
NOT TO EXCEED
$
25,308.00 Total
FY10-12 100% Federal Funds
Two-year, ten-month contract
for Strong Families Safe
Children Coordination services
SECTION II – AGENCY SUBMITTED - CONTRACT CHANGES
2.
DEPARTMENT OF ENERGY, LABOR, AND ECONOMIC GROWTH
1)
Thomas E. Woods
Lansing, MI
$
15,000.00 Amendment
$
39,900.00 New Total
FY10 100% Restricted Funds
Tribunal Fees and
Corporations & Securities Fees
Additional funds for the
contract for this Hearing
Officer to assist the Michigan
Tax Tribunal in hearing Small
Claims cases and Appeals
SECTION III – AGENCY SUBMITTED - NEW GRANTS
3.
4.
DEPARTMENT OF AGRICULTURE
1)
Various Grantees
(Listing on File)
$
205,000.00 Total
FY10-11 100% Restricted Funds
Consumer and Industry Food
Safety Education Fund
In-State services for consumer
and industry food safety
education
2)
Various Grantees
(Listing on File)
$
60,000.00 Total
FY10 45% Federal Funds
USDA Natural Resources
Conservation Service
55% Restricted Funds
Freshwater Protection Funds
In-State services for
Conservation Technical
Assistance Initiative
3)
Michigan Turfgrass
Foundation
Lansing, MI
$
30,000.00 Total
FY10 100% Restricted Funds
Freshwater Protection Fund
In-State services to protect
groundwater from nitrogen
fertilizer and pesticides
DEPARTMENT OF COMMUNITY HEALTH
1)
Thunder Bay Community Health
Service
Hillman, MI
2
$
101,856.00 Total
FY10 50% Federal Funds
50% Local Funds
Eleven-month grant to provide
funding for the establishment
of a preventive dental center
within an exiting child and
adolescent health center
5.
DEPARTMENT OF ENERGY, LABOR & ECONOMIC GROWTH
1)
2)
3)
4)
Statewide Michigan Public
And Private Colleges and
Universities
(Listing on file)
$ 4,041,658.00 Total
FY10-11 100% General Funds
Statewide Michigan Public
And Private Colleges and
Universities
(Listing on file)
$ 1,124,082.00 Total
FY10-11 100% General Funds
Statewide Michigan Public
And Private Colleges and
Universities
(Listing on file)
$
300,200.00 Total
FY10-11 100% General Funds
Bureau of Construction Codes
2010 Survey &
Remonumentation Grants
(Listing on file)
$ 5,300,000.00 Total
FY10 100% Restricted Funds
3
(Higher Education Appropriations Bill)
Two-year additional grant
funding award to the Grantees
for the Select Student Support
Services (4S) program
(Higher Education Appropriations Bill)
Two-year additional grant
funding award to the Grantees
for the Michigan College/
University Partnership (MICUP)
program
(Higher Education Appropriations Bill)
Two-year additional grant
funding award to the Grantees
for the Morris Hood Jr.,
Educator Development (MHED)
program
Remonumentation Fund 2002 PA 700
The grants offered are intended
to provide survey,
monumentation and
remonumentation of the Public
Land Survey corners and other
activities in accordance with
the 1990 Public Act 345 and the
County Plan, as approved by the
State Grant Director
6.
DEPARTMENT OF ENVIRONMENTAL QUALITY
1)
City of Grand Haven
Grand Haven, MI
$
200,000.00 Total
FY10-11 100% Restricted Funds
Clean Michigan Initiative Funds
Two-year Brownfield
Redevelopment Grant to conduct
environmental response and
remediation activities that
protect the public health, the
environment, and assist in
redevelopment of brownfields
2)
7.
Various Local Health Dept.
(Listing on file)
$ 2,726,563.00 Total
FY10 15% Federal Funds
85% Restricted Funds
See bid tab for list of funds
These are annual one-year
Grants to Local Health
Departments for a variety of
programs: Non-community
Drinking Water, Long-Term
Drinking Water Monitoring,
Great Lakes Beach Monitoring,
Swimming Pools, Septage, and
Campgrounds
DEPARTMENT OF HUMAN SERVICES
1)
Elderlaw of Michigan
Lansing, MI
$
373,085.00 Total
FY10-12 100% Federal Funds
Two-year, seven-month grant to
assist the elderly in Food
Assistance applications
2)
Various
(Listing on file)
$
208,145.00 Total
FY10-11 10% General Funds
90% Federal Funds
One-year, two-month grant to
promote greater accountability
among juveniles in the juvenile
justice system - Northern
Michigan
4
7.
DEPARTMENT OF HUMAN SERVICES continued
3)
8.
$
916,821.00 Total
FY10-11 10% General Funds
90% Federal Funds
One-year grant to promote
greater accountability among
juveniles in the juvenile
justice system
DEPARTMENT OF STATE
1)
9.
Various
(Listing on file)
Michigan Association of
County Clerks
Ludington, MI
NOT TO EXCEED
$
50,000.00 Total
FY10 100% Restricted Funds
See bid tab for list of funds
Grant funds to provide notary
education and training for
county clerks and their staff
DEPARTMENT OF STATE POLICE
1)
Various Grantees
(Listing on file)
$ 2,363,367.00 Total
FY10 100% Restricted Funds
Michigan Justice Training Fund
Grants to provide in-service
training for eligible justice
agencies
SECTION IV – AGENCY SUBMITTED - GRANT CHANGES
10.
DEPARTMENT OF COMMUNITY HEALTH
1)
Wayne State University
Detroit, MI
$
102,180.00 Amendment
$ 2,174,882.00 New Total
FY10 85.25% Federal Funds
3.31% State Restricted Funds
See bid tab for list of funds
10.02% Fees & Other Funds
1.42% Local Funds
Additional funds for a one-year
grant agreement to provide
funding for various community
health projects
5
10.
DEPARTMENT OF COMMUNITY HEALTH continued
2)
Children’s Hospital of
Michigan
Detroit, MI
$
44,683.00 Amendment
$ 1,854,377.00 New Total
FY10 9% Federal Funds
9% State General Funds
82% State Restricted Funds
See bid tab for list of funds
Additional funds for a one-year
grant agreement to provide
funding for various community
health projects
3)
Michigan State University
East Lansing, MI
$
327,647.00 Amendment
$ 5,785,443.00 New Total
FY10 70% Federal Funds
10.1% State General Funds
2.5% State Restricted Funds
See bid tab for list of funds
1.6% Fees Other State Funds
15.8% Local Funds
Additional funds for a one-year
grant agreement to provide
funding for various community
health projects
4)
Southeastern Michigan Health
Association
Detroit, MI
$
200,192.00 Amendment
$ 16,232,114.00 New Total
FY10 77.8% Federal Funds
3.6% State General Funds
15.7% State Restricted Funds
See bid tab for list of funds
2.9% Fees Other State Funds
Additional funds for a one-year
grant agreement to provide
funding for various community
health projects
6
10.
DEPARTMENT OF COMMUNITY HEALTH continued
5)
Neighborhood Service
Organization
Detroit, MI
$
72,270.00 Amendment
$ 1,524,970.00 New Total
FY10 32% Federal Funds
7% State General Funds
61% State Restricted Funds
See bid tab for list of funds
Additional funds for a one-year
grant agreement to provide
funding for various community
health projects
6)
Regents of the University of
Michigan
Ann Arbor, MI
$
380,282.00 Amendment
$ 7,426,552.00 New Total
FY10 60.2% Federal Funds
0.3% Federal ARRA Funds
(There was no change in ARRA funds)
2.8% State General Funds
7.5% State Restricted Funds
See bid tab for list of funds
1.4% Fees Other State Funds
27.8% Local Funds
Additional funds for a one-year
grant agreement to provide
funding for various community
health projects
11.
DEPARTMENT OF ENERGY, LABOR & ECONOMIC GROWTH
1)
Statewide Workforce
Development Boards
(Listing on file)
$ 70,019,100.00 Amendment
$ 73,093,682.00 New Total
FY10 100% Federal Funds
(92.1% Temporary Assistance for
Needy Families (TANF) and 7.9%
Workforce Investment Act (WIA)
Additional federal formula
funding to be provided to the
Grantees to operate the Jobs,
Education and Training (JET)
program for individuals
receiving public assistance to
enable them to reduce or
eliminate the need for public
assistance
7
SECTION V - DMB SUBMITTED - NEW CONTRACTS
12.
13.
DEPARTMENT OF COMMUNITY HEALTH
1)
Health Management
Systems, Inc.
New York, NY
$ 12,000,000.00 (3 years)
FY10-13 50% Federal 50% GF
071I9200241 Medicaid Third
Party Liability Recovery
Services
2)
MPRO
Farmington Hills, MI
$ 7,451,400.00 (3 years)
FY10-13 68.4% Federal Funds
31.6% General Funds
071I9200277 Hospital
Admissions Review &
Certification
DEPARTMENT OF MANAGEMENT AND BUDGET
1)
Blue Care Network of Michigan $ 16,200,000.00 (1 year)
Southfield, MI
FY10-11 100% Restricted Funds
Michigan Public Schools Retirement
Trust Fund
071I9200287
MPSERS
Health Alliance Plan of
Michigan
Detroit, MI
$ 16,200,000.00 (1 year)
FY10-11 100% Restricted Funds
Michigan Public Schools Retirement
Trust Fund
071I9200287
MPSERS
Priority Health
Grand Rapids, MI
HMO Services for
HMO Services for
$ 16,200,000.00 (1 year)
FY10-11 100% Restricted Funds
Michigan Public Schools Retirement
Trust Fund
071I9200287
MPSERS
8
HMO Services for
14.
DEPARTMENT OF TRANSPORTATION
1)
Syntech Products Corporation
Toledo, OH
$
831,270.00 (3 years)
FY10-13 100% Restricted Fund
State Trunkline Fund
071I9200288 Calcium Magnesium
Acetate
Cryotech Deicing Technology
Fort Madison, IA
$ 2,176,779.06 (3 years)
FY10-13 100% Restricted Fund
State Trunkline Fund
071I9200288 Calcium Magnesium
Acetate
SECTION VI - DMB SUBMITTED – CONTRACT CHANGES
15.
DEPARTMENT OF HUMAN SERVICES
1)
16.
Iron Mountain Records
Management
Warren, MI
$
550,000.00 Amendment
$ 3,533,592.00 New Total
FY10-11 33% General Funds
67% Federal Funds
071B5200098 Additional funding
for a one-year option to the
contract for Records Storage
and Retrieval Services-Wayne
County
DEPARTMENT OF INFORMATION TECHNOLOGY
1)
Sun Microsystems, Inc.
Southfield, MI
$ 1,349,849.00 Amendment
$ 4,468,585.00 New Total
FY10 100% Revolving Funds
See bid tab for list of funds
071B7200081 Additional funding
for Server Backup Services for
the Data Operations Center
9
16.
DEPARTMENT OF INFORMATION TECHNOLOGY continued
Various RE:START Vendors
Amendment(s) to existing
contract(s) for Short-term
Staff Augmentation for
Information Technology for
various departments
2)
Data-Core Systems
(Janaki Rani Karthalla)
Bloomfield Hills, MI
3)
E-Com, Inc.
(Mahidar Vallapareddy)
Garden City, MI
10
NOT TO EXCEED
$
141,856.00 Amendment
$
297,856.00 New Total
FY10 100% General Funds
071B9200037 Additional funding
for a one-year option to the
contract for a Senior
Programmer Analyst to assist
the Department of Corrections
with the continuation of
programming services for
completing modifications to
Department of Corrections
Offender Management Network
Information system, which is
Client Services application,
developed using the
PowerBuilder development tool
NOT TO EXCEED
$
156,240.00 Amendment
$
328,880.00 New Total
FY10 100% General Funds
071B9200038 Additional funding
for a one-year option to the
contract for a Senior
Programmer Analyst to assist
the Department of Corrections
with the continuation of
programming services for
completing modifications to
Department of Corrections
Offender Management Network
Information system, which is
Client Services application,
developed using the
PowerBuilder development tool
16.
17.
DEPARTMENT OF INFORMATION TECHNOLOGY continued
4)
Questa Technology, Inc.
(Srikanth Komanduri)
Pennisuken, NJ
NOT TO EXCEED
$
160,208.00 Amendment
$
336,008.00 New Total
FY10 100% General Funds
071B9200039 Additional Funding
for a one-year option to the
contract for a Senior
Programmer Analyst to assist
the Department of Corrections
with the continuation of
programming for Offender
Management Network Information
System enhancements
5)
TekSystems
(Scott Larson)
Grand Rapids, MI
$
144,832.00 Amendment
$
264,912.00 Amendment
FY10 33% General Funds
67% Federal Funds
071B9200070 Additional funding
for a one-year option to the
contract for a Security Analyst
to assist the Department of
Information Technology with the
implementation and
operationalization of the
Enterprise Security
Information/Event Management
System for the State of
Michigan in response to
regulatory requirements and
audit finding
DEPARTMENT OF MANAGEMENT AND BUDGET
1)
Wheels, Inc.
Des Plaines, IL
$ 65,300,000.00 Amendment
$305,714,622.00 New Total
FY11-12 100% Restricted
Motor Transport Funds
071B5200359 Rate Reduction and
Additional funding for a twoyear option to the contract for
Vehicle Travel Services
11
18.
DEPARTMENT OF TREASURY
1)
Grant Thornton LLP,
Southfield, MI
$
375,000.00 Amendment
$
750,000.00 New Total
FY10-11 100% Restricted Funds
State Services Fee Fund
071B8200291 Additional funds
for Financial Consulting
Services for the Michigan
Gaming Control Board
SECTION VII - RELEASE OF FUNDS TO WORK ORDER
SECTION VIII - REVISION TO WORK ORDER
SECTION IX - CLAIMS - PERSONAL PROPERTY LOSS
19.
DEPARTMENT OF COMMUNITY HEALTH
1)
Ellen Kaczorowski
$ 27.55
The claimant (09-SAB-157) requests $27.55 reimbursement for
her radio headset lost while under control of the Department.
The Committee recommends approval for this claim.
2)
$129.99
Stephen Lenich
The claimant (09-SAB-156) requests $129.99 reimbursement for
his Nintendo DS lost while under control of the Department.
The Committee recommends approval for this claim.
20.
DEPARTMENT OF NATURAL RESOURCES
1)
Gregory Costante
$250.00
The claimant (09-SAB-144) requests $250.00 reimbursement for
damage to his trailer when a tree fell on it. The Committee
recommends approval of this claim.
2)
Patrick Hodges
$100.00
The claimant (09-SAB-109) requests $100.00 reimbursement for
damage to his vehicle from a building during a windstorm. The
Committee recommends approval of this claim.
12
20.
DEPARTMENT OF NATURAL RESOURCES continued
3)
Brenda Martinez
$100.00
The claimant (09-SAB-131) requests $100.00 reimbursement for
damage to her vehicle from a rock thrown by a lawnmower
operated by a State employee. The Committee recommends
approval of this claim.
4)
Richard Peldo
$736.00
The claimant (09-SAB-145) requests $736.00 reimbursement for
damage to his vehicle when an employee mowing the lawn
showered his car with stones. The Committee recommends
approval of this claim.
5)
Progressive Michigan Ins. Co. $999.99
(subrogee Ray Steven)
The claimant (09-SAB-140) requests $999.99 reimbursement for
damage to his vehicle when a tree fell on it at Highland
State Park. The Committee recommends denial of this claim.
21.
DEPARTMENT OF STATE
1)
$125.00
Gregory Henry Yeo
The claimant (09-SAB-143) requests $125.00 reimbursement for
towing and impound charges do to Secretary of State error.
The Committee recommends approval of this claim.
22.
DEPARTMENT OF TRANSPORTATION
1)
$149.00
Brian Benjamin
The claimant (09-SAB152-) requests $149.00 reimbursement for
damage to his vehicle after hitting a pothole. The Department
recommends denial of this claim.
2)
$387.05
Vincent Gauci
The claimant (09-SAB-127) requests $387.05 reimbursement for
damage to his vehicle after hitting a pothole. The Department
recommends denial of this claim.
13
22.
DEPARTMENT OF TRANSPORTATION continued
3)
Hristo Rumenov Koshuharov
$217.30
The claimant (09-SAB-147) requests $217.30 reimbursement for
damage to his vehicle after hitting a pothole. The Committee
recommends denial of this claim.
SECTION X - CLAIMS – PERSONAL INJURY LOSS
SECTION XI - SPECIAL ITEMS
23.
DEPARTMENT OF INFORMATION TECHNOLOGY
Reporting an emergency purchase of $385,000.00 with EDS for
continuation of the Project Control Office (PCO) services for the
Bridges Project until the new contract can be put into place.
The Director of the Department of Management and Budget recommends
approval by the State Administrative Board of the items contained in
Sections I, II, III, IV, V, and VI of this agenda. Approval by the
State Administrative Board of these award recommendations does not
require or constitute the award of same. Award of contracts shall be
made at the discretion of the DMB Director or designee.
14
A M E R I C A N
R E C O V E R Y
&
R E I N V E S T M E N T
A C T
F U N D S
A G E N D A
11/20/2009 9:50
version
FINANCE AND CLAIMS COMMITTEE
STATE ADMINISTRATIVE BOARD
November 24, 2009, 11:00 a.m.
Lake Superior Room
1st Floor, Michigan Library
and Historical Center
December 1, 2009, 11:00 a.m.
Lake Superior Room
1st Floor, Michigan Library
and Historical Center
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
This agenda is for general informational purposes only.
At its discretion the Finance and Claims Committee may revise
this agenda and may take up other issues at the meeting.
SECTION I - AGENCY SUBMITTED – NEW CONTRACTS
SECTION II – AGENCY SUBMITTED - CONTRACT CHANGES
SECTION III – AGENCY SUBMITTED - NEW GRANTS
1s.
DEPARTMENT OF ENVIRONMENTAL QUALITY
1)
Various Grantees
(Listing on file)
$
683,812.99 Total
FY10-11 100% Federal Funds
(ARRA). Funding to provide for the
development of plans that will
reduce the pollutants in municipal
storm water.
SECTION IV – AGENCY SUBMITTED - GRANT CHANGES
2s.
DEPARTMENT OF HUMAN SERVICES
1)
Center for Civil Justice
Saginaw, MI
$
147,966.00 Amendment
$
479,951.00 New Total
FY10 100% Recovery Act Funds
Additional funds to increase
the Food Assistance Program
Outreach Plan services
2s.
DEPARTMENT OF HUMAN SERVICES continued
2)
Elderlaw of Michigan
Lansing, MI
$
155,000.00 Amendment
$
770,000.00 New Total
FY10 100% Federal Funds
Additional funds to increase
the Food Stamp Outreach
services
SECTION V - DMB SUBMITTED - NEW CONTRACTS
SECTION VI - DMB SUBMITTED – CONTRACT CHANGES
SECTION VII - RELEASE OF FUNDS TO WORK ORDER
SECTION VIII - REVISION TO WORK ORDER
SECTION IX - CLAIMS - PERSONAL PROPERTY LOSS
SECTION X - CLAIMS – PERSONAL INJURY LOSS
SECTION XI - SPECIAL ITEMS
The Director of the Department of Management and Budget recommends
approval by the State Administrative Board of the items contained in
Sections I, II, III, IV, V, and VI of this agenda. Approval by the
State Administrative Board of these award recommendations does not
require or constitute the award of same. Award of contracts shall be
made at the discretion of the DMB Director or designee.
2
APPROVED
December 1, 2009
Michigan State
Administrative Board
COMMITTEE REPORT TO THE
STATE ADMINISTRATIVE BOARD
_______________________________________________________________________
The Honorable Jennifer M. Granholm, Governor
and
Members of the State Administrative Board
A special meeting of the Finance and Claims Committee was held at
11:00 p.m. on December 1, 2009. Those present being:
Chairperson:
Mary G. MacDowell, representing
State Treasurer Kleine
Approved ______________________
Member:
John Wernet, representing
Governor Granholm
Approved ______________________
Member:
Iris Lopez, representing
Attorney General Cox
Approved ______________________
Others:
Patrick F. Isom, Ron Farnum, Department of Attorney General; Rick
Floria, Department of Education; Sherry Bond, James Burris, Sergio
Paneque, Janet Rouse, Department of Management and Budget; Brian
DeBano, Department of State; Leon Hank, Jean Ingersoll, Department
of Transportation; Joe Fielek, Department of Treasury; Walt Herzig,
Lt. Governor’s Office; James Bliss, Dickinson, Wright PLLC
______________________________________________________________________________
The Finance and Claims Committee special agenda was presented.
Following discussion, Mr. Wernet moved that the special agenda be
recommended to the State Administrative Board for approval. The motion
was supported by Ms. Lopez and unanimously adopted.
Ms. MacDowell adjourned the meeting.
S P E C I A L
A G E N D A
11/25/09 1:20 version
FINANCE AND CLAIMS COMMITTEE
STATE ADMINISTRATIVE BOARD
December 1, 2009, 11:00 a.m.
Lake Superior Room
1st Floor, Michigan Library
and Historical Center
December 1, 2009, 11:00 a.m.
Lake Superior Room
1st Floor, Michigan Library
and Historical Center
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
This agenda is for general informational purposes only.
At its discretion the Finance and Claims Committee may revise
this agenda and may take up other issues at the meeting.
SECTION I - AGENCY SUBMITTED – NEW CONTRACTS
SECTION II – AGENCY SUBMITTED - CONTRACT CHANGES
SECTION III – AGENCY SUBMITTED - NEW GRANTS
SECTION IV – AGENCY SUBMITTED - GRANT CHANGES
SECTION V - DMB SUBMITTED - NEW CONTRACTS
SECTION VI - DMB SUBMITTED – CONTRACT CHANGES
SECTION VII - RELEASE OF FUNDS TO WORK ORDER
SECTION VIII - REVISION TO WORK ORDER
SECTION IX - CLAIMS - PERSONAL PROPERTY LOSS
SECTION X - CLAIMS – PERSONAL INJURY LOSS
SECTION XI - SPECIAL ITEMS
1s.
DEPARTMENT OF TREASURY
Requests approval of a resolution entitled, “State Administrative
Board Resolution Authorizing the Issuance of State of Michigan
Full Faith and Credit General Obligation Notes” for not to exceed
$1,300,000,000.00 in notes.
The Director of the Committee of Management and Budget recommends
approval by the State Administrative Board of the items contained in
Sections I, II, III, IV, V, and VI of this agenda. Approval by the
State Administrative Board of these award recommendations does not
require or constitute the award of same. Award of contracts shall be
made at the discretion of the DMB Director or designee.
---------Ms. MacDowell presented the Finance and Claims Committee Reports for the
regular meeting of November 24, 2009, and the special meeting of December 1,
2009. After review of the foregoing Finance and Claims Committee Reports,
Ms. MacDowell moved that the Report covering the regular meeting of
November 24, 2009, and the special meeting of December 1, 2009, be
approved and adopted. The motion was supported by Mr. Hank and
unanimously approved.
APPROVED
December 1, 2009
Michigan State
Administrative Board
COMMITTEE REPORT TO THE
STATE ADMINISTRATIVE BOARD
____________________________________________________________________
The Honorable Jennifer M. Granholm, Governor
and
Members of the State Administrative Board
A regular meeting of the Transportation and Natural Resources
Committee was held at 3:30 p.m. on November 25, 2009. Those present
being:
Chairperson: Duane Berger, representing
Secretary of State Land
Approved ____________________
Member:
John Wernet, representing
Lt. Governor Cherry
Approved ____________________
Member:
James Shell, representing
Attorney General Cox
Approved ____________________
Others:
Sherry Bond, Janet Rouse, Department of Management and Budget;
Cynthia Watson, Department of Natural Resources; Kathy Broessel,
Jean Ingersoll, Dale Spencley, Betsy Steudle, Department of
Transportation
_____________________________________________________________________
The Department of Natural Resources agenda was presented.
Following discussion, Mr. Shell moved that the Department of Natural
Resource agenda be recommended to the State Administrative Board for
approval. Supported by Mr. Wernet, the motion was unanimously
adopted.
There was no Department of Environmental Quality agenda presented.
The Department of Transportation regular agenda was presented.
Retroactive letters from the Kirk T. Steudle, Director of the
Department of Transportation, were received for Items 8 and 26 of the
Transportation regular agenda.
Following discussion, Mr. Shell moved that the Department of
Transportation regular agenda be recommended to the State
Administrative Board for approval with Item 16 contingent upon Office
of Commission Audit approval and Items 46, 53, and 54 contingent upon
Transportation and Natural Resources Committee Report
November 25, 2009
Page 2
corrected writeups. Supported by Mr. Wernet, the motion was
unanimously adopted.
Mr. Berger adjourned the meeting.
At the State Administrative Board meeting on December 1, 2009, Item
16 of the Transportation agenda was withdrawn by the Department of
Transportation.
A G E N D A
NATURAL RESOURCES ITEMS FOR
TRANSPORTATION AND NATURAL RESOURCES COMMITTEE - STATE ADMINISTRATIVE BOARD
Transportation and Natural Resources – November 25, 2009 - 3:30 P.M.
State Administrative Board Meeting – December 1, 2009 – 11:00 A.M.
..................................................................
This agenda is for general informational purposes only. At its
discretion, the Transportation and Natural Resources Committee may revise this
agenda and may take up other issues at the meeting.
MINERAL LEASE
1. DIRECT OIL AND GAS LEASE – NONDEVELOPMENT: MP Michigan LLC of Dallas, Texas, oil
and gas lease rights to 0.40 acre, more or less, of state-owned oil and gas rights
located in Section 18, T26N, R09W, Union Township, Grand Traverse County.
Terms:
One-year primary term, no extensions, 3/16 royalty, $125.00 bonus
consideration ($125.00 per acre), and $5.00 minimum annual rental.
The Chief of Forest, Mineral and Fire Management approved Item 1 on November 2, 2009.
The form of legal document involved in this transaction has previously been approved
by the Attorney General.
I recommend approval.
Respectfully submitted:
Department of Natural Resources
By:_________________________________
Thomas Wellman, Manager
Mineral and Land Management Section
Forest, Mineral and Fire Management
Page 1 of 1
AGENDA
DEPARTMENT OF TRANSPORTATION
TRANSPORTATION and NATURAL RESOURCES COMMITTEE
STATE ADMINISTRATIVE BOARD
T&NR Meeting: November 25, 2009 – Lake Superior Room,
1st Floor, Michigan Library and Historical Center, 3:30 PM
State Administrative Board Meeting: December 1, 2009 – Lake Superior Room,
1st Floor, Michigan Library and Historical Center, 11:00 AM
This agenda is for general informational purposes only. At its discretion, the Transportation and Natural
Resources Committee may revise this agenda and may take up other issues at the meeting.
CONTRACTS
1.
HIGHWAYS (Real Estate) – Resolution “A” (Easement – Wetland Mitigation Site) Control
Section 47082, Job 34518B, Parcel 58, Part A
The subject property is located in the Township of Oceola, Livingston County, Michigan and
contains approximately 74.62 acres. MDOT is proposing to convey an easement to the Michigan
Department of Environmental Quality (MDEQ). The easement is required for MDOT’s
compliance with Part 303, Wetlands Protection, of the Natural Resources and Environmental
Protection Act of 1994, as amended, which requires permanent easement protection on all
wetland mitigation sites. Conveying the easement to MDEQ will allow MDOT to construct a
wetland site that will be used for the mitigation of wetlands impacted by the M-59 highway
project between I-96 east and US-23. No money will be exchanged in the conveyance of this
easement. This transaction was approved by Dave Wresinski, Division Administrator, Project
Planning Division, Bureau of Planning.
Criticality: Mitigation of wetlands impacted by highway projects is mandated by federal and state law.
Purpose/Business Case: MDOT is proposing to convey an easement to MDEQ on a parcel of land that was used
for wetland mitigation. The easement is required for MDOT’s compliance with Part 303, Wetlands Protection, of
the Natural Resources and Environmental Protection Act of 1994, as amended, which requires permanent easement
protection on all wetland mitigation sites.
Benefit: MDOT will be in compliance with Part 303, Wetlands Protection, of the Natural Resources and
Environmental Protection Act of 1994, as amended. Conservation easements on wetland mitigation sites are
required within 60 days of permit issuance.
Funding Source: No money will be exchanged in the conveyance of this easement. The purpose of the easement is
to provide permanent protection of the created wetlands.
Commitment Level: N/A.
Risk Assessment: MDOT is required under permit conditions to convey an easement on this parcel to MDEQ.
Cost Reduction: N/A.
Selection: N/A.
New Project Identification: N/A.
Zip Code: 48844.
*Denotes a non-standard contract/amendment
12/1/09
Page 1 of 45
2.
HIGHWAYS (Real Estate) – Resolution “B” (Easement – Wetland Mitigation Site) Control
Section 21900, Job 85434
The subject property is located in the Township of Nahma, Delta County, Michigan and contains
approximately 15.99 acres. MDOT is proposing to convey an easement to the Michigan
Department of Environmental Quality (MDEQ). The easement is required for MDOT’s
compliance with Part 303, Wetlands Protection, of the Natural Resources and Environmental
Protection Act of 1994, as amended, which requires permanent easement protection on all
wetland mitigation sites. Conveying the easement to MDEQ will allow MDOT to construct a
wetland site that will be used for the mitigation of wetlands in the Manistique River Watershed.
No money will be exchanged in the conveyance of this easement. This transaction was approved
by Dave Wresinski, Division Administrator, Project Planning Division, Bureau of Planning.
Criticality: Mitigation of wetlands impacted by highway projects is mandated by federal and state law.
Purpose/Business Case: MDOT is proposing to convey an easement to MDEQ on a parcel of land that was used
for wetland mitigation. The easement is required for MDOT’s compliance with Part 303, Wetlands Protection, of
the Natural Resources and Environmental Protection Act of 1994, as amended, which requires permanent easement
protection on all wetland mitigation sites.
Benefit: MDOT will be in compliance with Part 303, Wetlands Protection, of the Natural Resources and
Environmental Protection Act of 1994, as amended. Conservation easements on wetland mitigation sites are
required within 60 days of permit issuance.
Funding Source: No money will be exchanged in the conveyance of this easement. The purpose of the easement is
to provide permanent protection of the created wetlands.
Commitment Level: N/A.
Risk Assessment: MDOT is required under permit conditions to convey an easement on this parcel to MDEQ.
Cost Reduction: N/A.
Selection: N/A.
New Project Identification: N/A.
Zip Code: 49864.
3.
HIGHWAYS (Real Estate) – Resolution “C” (Easement – Wetland Mitigation Site) Control
Section 41064, Job 44849B, Parcel 610AP
The subject property is located in the Township of Cascade, Kent County, Michigan and contains
approximately 46.17 acres. MDOT is proposing to convey an easement to the Michigan
Department of Environmental Quality (MDEQ). The easement is required for MDOT’s
compliance with Part 303, Wetlands Protection, of the Natural Resources and Environmental
Protection Act of 1994, as amended, which requires permanent easement protection on all
wetland mitigation sites. Conveying the easement to MDEQ will allow MDOT to construct a
wetland site that will be used for the mitigation of wetlands in the Manistique River Watershed.
No money will be exchanged in the conveyance of this easement. This transaction was approved
by Dave Wresinski, Division Administrator, Project Planning Division, Bureau of Planning.
Criticality: Mitigation of wetlands impacted by highway projects is mandated by federal and state law.
Purpose/Business Case: MDOT is proposing to convey an easement to MDEQ on a parcel of land that was used
for wetland mitigation. The easement is required for MDOT’s compliance with Part 303, Wetlands Protection, of
the Natural Resources and Environmental Protection Act of 1994, as amended, which requires permanent easement
protection on all wetland mitigation sites.
Benefit: MDOT will be in compliance with Part 303, Wetlands Protection, of the Natural Resources and
Environmental Protection Act of 1994, as amended. Conservation easements on wetland mitigation sites are
required within 60 days of permit issuance.
*Denotes a non-standard contract/amendment
12/1/09
Page 2 of 45
Funding Source: No money will be exchanged in the conveyance of this easement. The purpose of the easement is
to provide permanent protection of the created wetlands.
Commitment Level: N/A.
Risk Assessment: MDOT is required under permit conditions to convey an easement on this parcel to MDEQ.
Cost Reduction: N/A.
Selection: N/A.
New Project Identification: N/A.
Zip Code: 49546.
4.
*AERONAUTICS AND FREIGHT (Aeronautics) - Increase Services and Amount
Amendatory Contract (2009-0731/A1) between MDOT and the Antrim County Board of
Commissioners will add the update of the Exhibit A property map to the project and will increase
the contract amount by $6,000. The original contract provides for the land acquisition costs for
parcels E45, E46, E47, E48, E49, and E50 at the Antrim County Airport in Bellaire, Michigan.
The contract term remains unchanged, October 21, 2009, through October 20, 2029. The revised
contract amount will be $96,000. Source of Funds:
Previous Total
Federal Aviation Administration (FAA) Funds $85,500
State Restricted Aeronautics Funds
$ 2,250
Antrim County Funds
$ 2,250
Total
$90,000
Total Increase
$5,700
$ 150
$ 150
$6,000
Revised Total
$91,200
$ 2,400
$ 2,400
$96,000
Criticality: An updated Exhibit A property map is required before the airport can receive FAA entitlement monies.
Purpose/Business Case: To increase the contract amount by $6,000 to add the update of the Exhibit A property
map to the project.
Benefit: Will benefit the airport sponsor and surrounding property owners by defining the boundaries of airport
property and any federal safety area and airspace requirements not controlled by the airport.
Funding Source: 95% FAA Funds; 2.5% State Restricted Aeronautics Funds; 2.5% Antrim County Funds.
Commitment Level: The contract is for a fixed cost.
Risk Assessment: The risk of not approving the amendment is noncompliance with current FAA standards.
Cost Reduction: The consultant contract was reviewed by an MDOT real estate specialist for appropriateness and
further cost reductions.
Selection: N/A.
New Project Identification: This is not a new project.
Zip Code: 49615.
5.
AERONAUTICS AND FREIGHT (Aeronautics) – Construction of Airport Improvements
Contract (2010-0062) between MDOT and the City of Sandusky will provide federal and state
grant funds for the relocation of a fuel farm and the installation of terminal fencing and standby
power for airfield lighting at the Sandusky City Airport in Sandusky, Michigan. This is a subgrant issued pursuant to the conditions of the block grant given to MDOT by the Federal
Aviation Administration (FAA). The contract will be in effect from the date of award through
20 years to comply with an FAA regulation that requires airports receiving federal funding for
certain types of projects to remain fully operational for a period of 20 years. The airport sponsor
will have from the date of award through three years to complete the project. The estimated
project amount will be $275,000. Source of Funds: FAA Funds (via block grant) - $220,000;
State Bond Funds - $48,125; City of Sandusky Funds - $6,875.
*Denotes a non-standard contract/amendment
12/1/09
Page 3 of 45
Criticality: Relocating the fuel farm is necessary to bring the airport into compliance with FAA requirements. The
fencing portion of the project will provide safety for air activity and ground personnel by providing animal control
on the airfield. The standby power will allow the airport to function safely during periods of electrical failure.
Purpose/Business Case: To provide for the relocation of a fuel farm and the installation of terminal fencing and
standby power for airfield lighting.
Benefit: Will enhance airport safety.
Funding Source: 80% FAA Funds; 17.5% State Bond Funds; 2.5% City of Sandusky Funds.
Commitment Level: The contract is for a fixed cost.
Risk Assessment: If the contract is not approved, the project may not proceed as planned, as the local sponsor
cannot afford the cost without federal and state participation.
Cost Reduction: The construction was bid locally and awarded to the lowest bidder. The consultant contracts were
reviewed by MDOT personnel for appropriateness and further cost reductions.
Selection: N/A.
New Project Identification: This is a new project.
Zip Code: 48471.
6.
AERONAUTICS AND FREIGHT (Aeronautics) – Land Acquisition
Contract (2010-0063) between MDOT and the Shiawassee Airport Board will provide federal
and state grant funds for the land acquisition costs for parcels E60 and E61 at the Owosso
Community Airport in Owosso, Michigan. This is a sub-grant issued pursuant to the conditions
of the block grant given to MDOT by the Federal Aviation Administration (FAA). The contract
will be in effect from the date of award through 20 years to comply with an FAA regulation that
requires airports receiving federal funding for certain types of projects to remain fully
operational for a period of 20 years. The airport sponsor will have from the date of award
through three years to complete the project. The estimated project amount will be $80,000.
Source of Funds: FAA Funds (via block grant) - $76,000; State Restricted Aeronautics Funds $2,000; Shiawassee Airport Board Funds - $2,000.
Criticality: All land acquisitions and easements are federally mandated to meet FAA safety requirements. All
airports are required to control runway protection zones. The property acquisitions will allow the airport to meet
this federal requirement for safety.
Purpose/Business Case: To provide for the land acquisition costs for parcels E60 and E61. The costs include final
condemnation costs and attorney and expert witness fees.
Benefit: Acquiring the easement rights will enable the airport to clear the existing obstruction to the approach and
to control runway protection zones.
Funding Source: 95% FAA Funds; 2.5% State Restricted Aeronautics Funds; 2.5% Shiawassee Airport Board
Funds.
Commitment Level: The contract is for a fixed cost.
Risk Assessment: If the contract is not approved, the project may not proceed as planned, as the local sponsor
cannot afford the cost without federal and state participation.
Cost Reduction: The consultant contract was reviewed by an MDOT real estate specialist for appropriateness and
further cost reductions.
Selection: N/A.
New Project Identification: This is a new project.
Zip Code: 48867.
*Denotes a non-standard contract/amendment
12/1/09
Page 4 of 45
7.
*AERONAUTICS & FREIGHT (Freight) – Revision of Collateral Requirements
Amendatory Contract (2009-0210/A1) between MDOT and Tri-State Forest Products, Inc. (TriState), will revise the collateral provisions for the loan. Collateral to provide security for the
loan will now be a first lien on property and a first lien on project materials instead of an
irrevocable letter of credit. The original contract provides financial assistance in the form of a
loan from MDOT to Tri-State under the Michigan Rail Loan Assistance Program for the
construction of a rail spur and loading/unloading improvements to Tri-State’s facility in
Edwardsburg, Michigan. The contract amount remains unchanged at $670,481. The contract
term remains unchanged, from October 6, 2009, until one year after the last obligation between
the parties has been fulfilled or until the contract is terminated. Source of Funds: FY 2009 State
Restricted Comprehensive Transportation Funds - $603,433; Tri-State Funds - $67,048.
Criticality: Approval of this amendment is critical as project work has begun, and it is essential that collateral be
put in place to allow the timely reimbursement of project costs. Due to the tightening credit market and the recently
inflated cost of obtaining a letter of credit, Tri-State wishes to use a different type of collateral to secure the loan.
Purpose/Business Case: This amendment will allow Tri-State to provide MDOT with acceptable collateral at a
lower cost.
Benefit: Tri-State, a wholesale distributor of commodities and building products, is opening a branch in
Edwardsburg, Michigan. A less expensive collateral option will allow Tri-State to save costs and to proceed with
project plans. The project is underway, creating 20 to 30 construction jobs. When the project is completed, Tri-State
expects to generate jobs for 20 permanent and 6 seasonal employees.
Funding Source: FY 2009 State Restricted Comprehensive Transportation Funds – $603,433; Tri-State Funds $67,048.
Commitment Level: The contract loan amount is based on estimates; however, payments will be based on actual
costs not to exceed $603,433.
Risk Assessment: If the amendment is not approved, Tri-State might not be able to arrange for a letter of credit
sufficient to meet collateral requirements, which would delay and could jeopardize Tri-State’s success at its new
location in Michigan.
Cost Reduction: Eligible costs will be reimbursed only after Tri-State has contributed its matching share of project
costs.
Selection: N/A.
New Project Identification: This is not a new project.
Zip Code: 49112.
8.
*AERONAUTICS & FREIGHT (Freight) – Port Authority Operating Assistance
Retroactive Contract (2010-0048) between MDOT and the Detroit/Wayne County Port
Authority (DWCPA) will provide funding to help finance the DWCPA’s FY 2010 operations.
This funding is provided under the provisions of 1978 PA 639. Retroactive approval is
necessary to provide continuation of ongoing port operations without interruption. The contract
is retroactive as MDOT’s appropriation was not signed until October 12, 2009. The contract will
be in effect from October 1, 2009, through September 30, 2010. The contract amount will be
$468,200. Source of Funds: FY 2010 State Restricted Comprehensive Transportation Funds $468,200.
Criticality: Approval of this contract is critical to the continued operation of the Port of Detroit.
Purpose/Business Case: To provide financial assistance to the DWCPA, pursuant to 1978 PA 639, for promoting
domestic and foreign trade through the Port of Detroit.
Benefit: Enhanced economic opportunities for the City of Detroit, Wayne County, and the State of Michigan
through the promotion and facilitation of the movement of goods through the use of all transportation modes and
through the promotion and development of transportation, industrial, recreational, and commercial facilities within
the DWCPA’s jurisdiction for the benefit of the citizens of the State of Michigan.
*Denotes a non-standard contract/amendment
12/1/09
Page 5 of 45
Funding Source: FY 2010 State Restricted Comprehensive Transportation Funds - $468,200.
Commitment Level: This contract is based on cost estimates and is limited to the line item appropriation amount.
Risk Assessment: If this contract is not approved, an opportunity could be lost to enhance economic benefits to the
City of Detroit, Wayne County, and the State of Michigan through domestic and foreign trade coming through the
Port of Detroit.
Cost Reduction: In accordance with the provisions of PA 639 of 1978, MDOT can match only the total of equal
shares (25 percent each) contributed by the City of Detroit and Wayne County, for a total MDOT match of 50
percent of the budget, up to $468,200.
Selection: N/A.
New Project Identification: This contract will provide for the continuation of port services for FY 2010.
Zip Code: 48214.
9.
EXECUTIVE (Office of Research and Best Practices) - Increase Services and Amount
Amendatory Contract (2007-0541/A2) between MDOT and CTC & Associates, LLC (CTC), will
provide for additional research support services to be performed in 2009 and 2010 and will
increase the contract amount by $20,055. The additional services will provide for quickresponse research on other states’ statutory formulae for the distribution of state and federal
revenue for surface transportation programs. The original contract provides for as-needed
consulting, marketing, writing, and project management services for the MDOT Office of
Research and Best Practices (ORBP) for 2007 and 2008. The revised contract amount will be
$250,835. The contract term remains unchanged, July 20, 2007, through January 31, 2011.
Source of Funds: 100% State Restricted Trunkline Funds.
Criticality: This quick-response research was requested of ORBP by MDOT’s Bureau of Transportation Planning,
Intermodal Policy Division. ORBP does not have sufficient staff, skills, or in-depth knowledge to carry out the
work in the required time frame. Reports to the Michigan Legislature are due in February 2010.
Purpose/Business Case: To provide for the conduct of quick-response research on other states’ statutory formulae
for the distribution of state and federal revenue for surface transportation programs for 2009 and 2010. CTC will
provide needed information by the February 2010 deadline for reporting to the state legislature.
Benefit: MDOT will gain knowledge concerning statutory formulae for the distribution and may find a more
economical methodology.
Funding Source: 100% State Restricted Trunkline Funds.
Commitment Level: The hourly costs are fixed; however, the number of hours to perform this work has been
estimated.
Risk Assessment: If the amendment is not approved, ORBP will not be able to carry out the quick-response
research on statutory formulae for the distribution of state and federal revenue for surface transportation programs.
Cost Reduction: Costs are based on a fixed hourly rate plus actual direct expenses and will not exceed the contract
maximum amount.
Selection: N/A for amendment; qualifications-based for original contract.
New Project Identification: This is not a new project.
Zip Code: 48909.
*Denotes a non-standard contract/amendment
12/1/09
Page 6 of 45
10.
HIGHWAYS - Time Extension
Amendatory Contract (2005-0175/A5) between MDOT and Tetra Tech of Michigan, P.C., will
extend the contract term by one year to provide sufficient time for the consultant to review
documents and close out the construction engineering contract. The additional time is needed
because outstanding issues need to be resolved with the contractor. The original contract
provided for the performance of full construction engineering services for the reconstruction of I96 from I-75 to Vernor Highway in the City of Detroit, Wayne County. Amendment 2 changed
the scope of services from full construction engineering services to as-needed construction
engineering services, effective on December 19, 2006. The revised contract term will be April
25, 2005, through December 31, 2010. The contract amount remains unchanged at
$1,699,928.06. Source of Funds: Federal Highway Administration Funds, State Restricted
Trunkline Funds, or local funds, depending on the particular project authorized.
Criticality: This contract is for as-needed construction engineering oversight and inspection for a construction
project. There are outstanding issues related to this project due to the construction being delayed over one year.
The consultant was on site daily and maintained all project records on behalf of MDOT; it is crucial that the
consultant be retained through the close out process.
Purpose/Business Case: To extend the contract term by one year to provide sufficient time for the consultant to
review documents and close out the construction engineering contract.
Benefit: This amendment will provide the additional time required to complete adequate project oversight and
inspection and testing, as required by federal law, which will result in a high quality product. The inspection and
testing will ensure that all parts of the construction are up to current federal and MDOT standards.
Funding Source: Federal Highway Administration Funds, State Restricted Trunkline Funds, or local funds,
depending on the particular project authorized.
Commitment Level: The hourly costs are fixed; however, the number of hours to perform this work has been
estimated.
Risk Assessment: Failure to approve this amendment could result in the loss of federal participation on this project.
Cost Reduction: Costs in professional services contracts are on an actual cost plus fixed fee basis not to exceed the
maximum contract amount. Hours are negotiated based on needed service.
Selection: N/A for amendment; qualifications-based for original contract.
New Project Identification: This is not a new project.
Zip Code: 48216.
11.
HIGHWAYS - Time Extension
Amendatory Contract (2007-0864/A1) between MDOT and Parsons Brinckerhoff Michigan,
Inc., will extend the contract term by one year to provide sufficient time for the consultant to
complete the construction engineering services. The additional time is needed because the
tailspan beams of the Warren Avenue bridge were found to be in deteriorated condition and the
decision was made to replace them, delaying construction of the bridge. The construction
contract has been extended for additional work, and the consultant contract needs to be extended
to provide sufficient time for the consultant to review documents and complete the project
closeout services. The original contract provides for full construction engineering services to be
performed for the rehabilitation of 23 bridges, removal of weigh-in-motion scales, Capital
Preventative Maintenance patching, freeway sign upgrading, Michigan Intelligent Transportation
System Center upgrades, and other work on I-75 from I-375 to M-102 in the cities of Detroit,
Hamtramck, and Highland Park, Wayne County. The revised contract term will be December
20, 2007, through December 31, 2010. The contract amount remains unchanged at
$2,469,881.14. Source of Funds: Federal Highway Administration Funds, State Restricted
Trunkline Funds, or local funds, depending on the particular project authorized.
*Denotes a non-standard contract/amendment
12/1/09
Page 7 of 45
Criticality: Proper construction engineering oversight is critical to ensure that projects are constructed according to
MDOT plans and specifications and in a timely and cost effective manner. Approval of this amendment will allow
the consultant to complete the construction engineering services to ensure compliance with federal and state
requirements.
Purpose/Business Case: To extend the contract term by one year to provide sufficient time for the consultant to
complete the construction engineering services.
Benefit: This time extension will provide for the additional time required to complete adequate project oversight
and inspection and testing, as required by federal law, which will result in a high quality product. The inspection
and testing will ensure that all parts of the construction are up to current federal and MDOT standards.
Funding Source: Federal Highway Administration Funds, State Restricted Trunkline Funds, or local funds,
depending on the particular project authorized.
Commitment Level: The hourly costs are fixed; however, the number of hours to perform this work has been
estimated.
Risk Assessment: Failure to approve this time extension could result in the loss of federal participation on this
project.
Cost Reduction: Costs in professional services contracts are on an actual cost plus fixed fee basis not to exceed the
maximum contract amount. Hours are negotiated based on needed service.
Selection: N/A for amendment; qualifications-based for original contract.
New Project Identification: This is not a new project.
Zip Code: 48216.
12.
HIGHWAYS – IDS Engineering Services
Authorization (Z7) under Contract (2008-0415) between MDOT and TranSystems Corporation
of Michigan will provide for design services to be performed for the reconstruction and
rehabilitation of bridges on Wilson Road, Warren Woods Road, and East Road over I-94 in
Berrien County (CSs 11014, 11015 – JN 107158D). The work items will include concrete
overlays, deck joint replacements, substructure patching, painting, steel beam repair, approach
work, and maintenance of traffic. The authorization will be in effect from the date of award
through July 14, 2011. The authorization amount will be $244,934.63. The contract term is
July 15, 2008, through July 14, 2011. Source of Funds: 90% Federal Highway Administration
Funds and 10% State Restricted Trunkline Funds.
Criticality: The bridges are deteriorating and need to be replaced. If they are not upgraded, they will continue to
deteriorate and may pose safety risks for vehicles.
Purpose/Business Case: The reconstruction and rehabilitation work on the bridges will ensure that the structural
integrity of each bridge is maintained for safe vehicular travel.
Benefit: The project will ensure that the bridges are safe for vehicular travel.
Funding Source: 90% Federal Highway Administration Funds and 10% State Restricted Trunkline Funds.
Commitment Level: The hourly costs are fixed; however, the number of hours to perform this work has been
estimated.
Risk Assessment: The bridges will continue to deteriorate and could become hazardous.
Cost Reduction: Costs in professional services contracts are on an actual cost plus fixed fee basis not to exceed the
maximum contract amount. Hours are negotiated based on needed service.
Selection: Qualifications-based.
New Project Identification: This is not a new project.
Zip Code: 49039.
*Denotes a non-standard contract/amendment
12/1/09
Page 8 of 45
13.
HIGHWAYS – IDS Engineering Services
Authorization (Z8) under Contract (2008-0415) between MDOT and TranSystems Corporation
of Michigan will provide for design services to be performed for the reconstruction and
rehabilitation of bridges on Benton Center Road over I-94, 44th Avenue (CR 376) over I-196,
and 46th Street over I-94 in Berrien and Van Buren Counties (CSs 11016, 80012 – JN 107161D).
The work items will include concrete overlays, deck joint replacements, substructure patching,
painting, steel beam repair, approach work, and maintenance of traffic. The authorization will be
in effect from the date of award through July 14, 2011. The authorization amount will be
$247,193.26. The contract term is July 15, 2008, through July 14, 2011. Source of Funds: 90%
Federal Highway Administration Funds and 10% State Restricted Trunkline Funds.
Criticality: The bridges are deteriorating and need to be replaced. If they are not upgraded, they will continue to
deteriorate and may pose safety risks for vehicles.
Purpose/Business Case: The reconstruction and rehabilitation work on the bridges will ensure that the structural
integrity of each bridge is maintained for safe vehicular travel.
Benefit: The project will ensure that the bridges are safe for vehicular travel.
Funding Source: 90% Federal Highway Administration Funds and 10% State Restricted Trunkline Funds.
Commitment Level: The hourly costs are fixed; however, the number of hours to perform this work has been
estimated.
Risk Assessment: The bridges will continue to deteriorate and could become hazardous.
Cost Reduction: Costs in professional services contracts are on an actual cost plus fixed fee basis not to exceed the
maximum contract amount. Hours are negotiated based on needed service.
Selection: Qualifications-based.
New Project Identification: This is not a new project.
Zip Code: 49039.
14.
HIGHWAYS - IDS Engineering Services
Authorization (Z24) under Contract (2009-0051) between MDOT and Wade Trim Associates,
Inc., will provide for full construction engineering services to be performed for reconstruction
work from I-69 to Chevrolet Avenue, including Hammerberg Road, Miller Road, and Fox Street,
in the City of Flint, Genesee County (CS 25402 – JN 106316A). The work items include project
administration, inspection, measurement, computation, and preparation and documentation of
project records. The authorization will be in effect from the date of award through November 4,
2011. The authorization amount will be $278,465.23. The contract term is November 5, 2008,
through November 4, 2011. Source of Funds: 99.96% Federal Highway Administration
(FHWA) Funds/American Recovery and Reinvestment Act of 2009 (ARRA) and 0.04% State
Restricted Trunkline Funds.
Criticality: Proper construction engineering oversight is critical to ensure that projects are constructed according to
MDOT plans and specifications and in a timely and cost effective manner.
Purpose/Business Case: To provide for the performance of full construction engineering services for
reconstruction work from I-69 to Chevrolet Avenue, including Hammerberg Road, Miller Road, and Fox Street, in
the City of Flint, Genesee County. The work items include project administration, inspection, measurement,
computation, and preparation and documentation of project records.
Benefit: Will provide for adequate project administration, inspection, and testing, as required by federal law, which
will result in a high quality product. The services will ensure that requirements are met to satisfy state and federal
guidelines for construction oversight and the administration of highway construction projects.
Funding Source: 99.96% FHWA Funds (ARRA) and 0.04% State Restricted Trunkline Funds.
Commitment Level: The hourly costs are fixed; however, the number of hours to perform this work has been
estimated.
*Denotes a non-standard contract/amendment
12/1/09
Page 9 of 45
Risk Assessment: If this authorization is not approved, the project may not have adequate construction engineering
oversight, including inspection and testing, which could result in substandard work. Failure to provide the services
outlined could result in the loss of federal participation on this and subsequent highway construction projects.
Cost Reduction: Costs in professional services contracts are on an actual cost plus fixed fee basis not to exceed the
maximum contract amount. Hours are negotiated based on needed service.
Selection: Qualifications-based.
New Project Identification: This is not a new project.
Zip Code: 48502.
15.
HIGHWAYS - IDS University Research Services
Authorization (Z1) under Contract (2009-0753) between MDOT and Michigan Technological
University (MTU) will provide for the continuation of the Michigan Engineer's Resource Library
Program (MERL) software program. MTU developed the software program, which helps local
agencies to develop accurate estimates of costs through comparisons to historical data. MTU will
continue to offer training sessions throughout the state and to provide technical support. The
authorization will be in effect from January 1, 2010, through December 31, 2010. The
authorization amount will be $91,429.47. The contract will be in effect from date of award
through December 31, 2010. Source of Funds: 80% Federal Highway Administration Funds and
20% State Restricted Trunkline Funds.
Criticality: Local agencies, their consultants, and MDOT Local Agency Programs engineers rely on MERL to
create documents required for construction bid proposal packages for statewide road construction projects. The
MERL program allows accurate cost estimates to be uploaded directly to MDOT’s Trns*port system with minimal
effort from MDOT personnel.
Purpose/Business Case: To provide for the continuation of the MERL software program. MTU developed the
software program, which helps local agencies to develop accurate estimates of costs through comparisons to
historical data. MTU will continue to offer training throughout the state and to provide technical support.
Benefit: MERL allows project-specific cost estimates to be uploaded in the MDOT Trns*port system with minimal
effort from MDOT personnel.
Funding Source: 80% Federal Highway Administration Funds and 20% State Restricted Trunkline Funds.
Commitment Level: The hourly costs are fixed; however, the number of hours to perform this work has been
estimated.
Risk Assessment: If the authorization is not approved, MDOT will need to manually import over 300 local agency
cost estimates per year.
Cost Reduction: Actual cost reimbursement.
Selection: N/A.
New Project Identification: This is a new project.
Zip Code: 48909.
16.
*HIGHWAYS – Design Services
Contract (2009-0758) between MDOT and Williams & Works, Inc., will provide for design
services to be performed for the rehabilitation of nine structures over I-696 in the cities of
Warren and Centerline, Macomb County (CS 50061 – JNs 108056D, 108057D, 106597D,
106598D, and 106599D). The work items will include deck replacement, substructure repair,
and approach work design; safety reviews and crash analysis; and maintenance of traffic. The
contract will be in effect from the date of award through June 1, 2010. The contract amount will
be $1,513,454.57. Source of Funds: 90% Federal Highway Administration Funds and 10%
State Restricted Trunkline Funds.
*Denotes a non-standard contract/amendment
12/1/09
Page 10 of 45
Criticality: The structures are in poor condition because the volume of traffic has increased along I-696; the
structures also need to be rehabilitated to meet current structural load ratings.
Purpose/Business Case: This project is part of the I-696 corridor project and includes deck replacement,
substructure patching, approach work, and maintaining traffic in Macomb County. The structures were constructed
in the early to mid 1960s.
Benefit: The project will ensure that the bridges are safe for vehicular travel.
Funding Source: 90% Federal Highway Administration Funds and 10% State Restricted Trunkline Funds.
Commitment Level: The hourly costs are fixed; however, the number of hours to perform this work has been
estimated.
Risk Assessment: If this contract is not approved and the project is not completed, the bridges will continue to
deteriorate and could become hazardous for vehicular traffic.
Cost Reduction: Costs in professional services contracts are on an actual cost plus fixed fee basis not to exceed the
maximum contract amount. Hours are negotiated based on needed service.
Selection: Qualifications-based.
New Project Identification: This is not a new project.
Zip Code: 48066.
17.
HIGHWAYS - Participation for Local Agency Construction Contract
Contract (2009-5052) between MDOT and the Mason County Road Commission will provide for
funding participation in the construction of the following improvements utilizing State
Transportation Economic Development Category D Funds, which are allocated for Local Agency
projects (State Restricted TED Funds):
PART A
Permanent culvert replacement and road repair work at the intersection of North Jebavy Drive
and Angling Road.
PART B
The performance of construction engineering and inspection services for the permanent culvert
replacement and road repair work at the intersection of North Jebavy Drive and Angling Road.
PART C
Permanent culvert replacement and road repair work at the intersection of Jebavy Drive
approximately 0.5 miles south of Fountain Road.
PART D
The performance of construction engineering and inspection services for the permanent culvert
replacement and road repair work at the intersection of Jebavy Drive approximately 0.5 miles
south of Fountain Road.
PART E
Permanent culvert replacement and road repair work at the intersection of North Quarterline
Road approximately 0.5 miles south of Hoague Road.
PART F
The performance of construction engineering and inspection services for the permanent culvert
replacement and road repair work at the intersection of North Quarterline Road approximately
0.5 miles south of Hoague Road.
*Denotes a non-standard contract/amendment
12/1/09
Page 11 of 45
PART G
Permanent culvert replacement and road repair work at the intersection of North Quarterline
Road approximately 0.5 miles north of Townline Road.
PART H
The performance of construction engineering and inspection services for the permanent culvert
replacement and road repair work at the intersection of North Quarterline Road approximately
0.5 miles north of Townline Road.
PART I
Permanent culvert replacement and road repair work at the intersection of West Fountain Road
and Victory Corners Road.
PART J
The performance of construction engineering and inspection services for the permanent culvert
replacement and road repair work at the intersection of West Fountain Road and Victory Corners
Road.
PART K
Permanent culvert replacement and road repair work at the intersection of West Townline Road
approximately 0.5 miles east of Quarterline Road.
PART L
The performance of construction engineering and inspection services for the permanent culvert
replacement and road repair work at the intersection of West Townline Road approximately 0.5
miles east of Quarterline Road.
Estimated Funds:
Federal Highway Administration Funds
State Restricted TED Funds
Mason County Road Commission Funds
Total Funds
PART A
$ 60,200
$ 15,100
$
0
$ 75,300
PART B
$ 6,000
$
0
$ 1,500
$ 7,500
PART C
$ 75,300
$ 18,800
$
0
$ 94,100
Federal Highway Administration Funds
State Restricted TED Funds
Mason County Road Commission Funds
Total Funds
PART D
$ 6,000
$
0
$ 1,500
$ 7,500
PART E
$ 30,200
$ 7,600
$
0
$ 37,800
PART F
$ 4,000
$
0
$ 1,000
$ 5,000
Federal Highway Administration Funds
State Restricted TED Funds
Mason County Road Commission Funds
Total Funds
PART G
$173,000
$ 43,200
$
0
$216,200
PART H
$ 6,400
$
0
$ 1,600
$ 8,000
PART I
$ 94,500
$ 23,700
$
0
$118,200
*Denotes a non-standard contract/amendment
12/1/09
Page 12 of 45
Federal Highway Administration Funds
State Restricted TED Funds
Mason County Road Commission Funds
Total Funds
PART J
$ 5,600
$
0
$ 1,400
$ 7,000
Federal Highway Administration Funds
State Restricted TED Funds
Mason County Road Commission Funds
Total Funds
PART K
$161,800
$ 40,500
$
0
$202,300
PART L
$ 5,600
$
0
$ 1,400
$ 7,000
TOTAL
$628,600
$148,900
$ 8,400
$785,900
ER 53555 – 105094, 105095, 105096, 105097, 105098, 105099
Local Letting
Criticality: This contract is for the permanent repair of roadways that suffered serious damage as a result of a
natural disaster over a wide area. Delaying this contract would keep the County from being reimbursed for work
that is eligible for federal and state funding.
Purpose/Business Case: To improve drainage and preserve the roadway.
Benefit: Improved drainage and extended life of the roadway.
Funding Source: Federal Emergency Relief Funds, State Transportation Economic Development Funds, and
Mason County Road Commission Funds.
Commitment Level: 80% federal, 20% state for Parts A, C, E, G, I, and K; 80% federal, 20% Mason County Road
Commission for Parts B, D, F, H, J, and L; based on estimate.
Risk Assessment: Without this contract, the County cannot receive these federal funds.
Cost Reduction: Low bid.
Selection: Low bid.
New Project Identification: Improvement of existing roadways.
Zip Code: 49431.
18.
HIGHWAYS - Memorandum of Understanding
Memorandum of Understanding (2009-5366) between MDOT and the Mackinac Bridge
Authority will provide for participation in the following activities utilizing Federal American
Recovery and Reinvestment Act of 2009 (ARRA) funds:
Installation of a new dynamic message signing system at the northbound and southbound
approaches to the Mackinac Bridge.
Estimated Funds:
Federal Highway Administration Funds (ARRA)
Mackinac Bridge Authority Funds
Total Funds
$1,475,100
$ 900,000
$2,375,100
AR 84911 - 105846A
Letting of 8/27/10
*Denotes a non-standard contract/amendment
12/1/09
Page 13 of 45
Criticality: This project is funded primarily through ARRA. Deferring this project would result in the loss of these
funds.
Purpose/Business Case: To provide for installation and maintenance of informational signing at the Mackinac
Bridge.
Benefit: Will provide for safety and tourism information at the Mackinac Bridge.
Funding Source: Federal ARRA Funds and Mackinac Bridge Authority Funds.
Commitment Level: Mackinac Bridge Authority Funds fixed at $900,000 and the remainder 100% federal.
Risk Assessment: This project is funded primarily through ARRA. Deferring this project would result in the loss
of these funds.
Cost Reduction: Estimate reviewed to make sure costs are reasonable and valid.
Selection: Qualifications based.
New Project Identification: This is a new project.
Zip Code: 49781.
19.
HIGHWAYS - Participation for Local Agency Construction Contract
Contract (2009-5575) between MDOT and the Cass County Road Commission will provide for
participation in the following improvements:
Hot mix asphalt resurfacing work along Elkhart Road from the south Michigan state line to
Redfield Street.
Estimated Funds:
Federal Highway Administration Funds
Cass County Road Commission Funds
Total Funds
$52,532
$11,649
$64,181
STU 14400 - 107687
Local Force Account
Criticality: Rehabilitation of the roadway is necessary to prevent failure of the pavement structure. Delaying this
project would adversely affect the safety of the motoring public.
Purpose/Business Case: To preserve and extend the life of the roadway.
Benefit: Improved and extended life of the roadway.
Funding Source: Federal Surface Transportation Program Funds and Cass County Road Commission Funds.
Commitment Level: $54,800 not to exceed 81.85% and the balance by Cass County Road Commission.
Risk Assessment: Without this contract, the County cannot receive these federal funds.
Cost Reduction: Local agency to perform work with its own forces at a cost determined to be at least 6 percent less
than if it were contracted.
Selection: N/A.
New Project Identification: Improvement of existing roadway.
Zip Code: 49112.
*Denotes a non-standard contract/amendment
12/1/09
Page 14 of 45
20.
HIGHWAYS - Participation for Local Agency Construction Contract
Amendatory Contract (2009-5671) between MDOT and the Berrien County Road Commission
will provide for participation in the following improvements utilizing Federal American
Recovery and Reinvestment Act of 2009 (ARRA) Funds:
Single course microsurfacing work at the following locations:
Pipestone Road from Townline Road to Nickerson Avenue
Nickerson Avenue from Pipestone Road westerly approximately 2,115 feet
Sodus Parkway from Pipestone Road to Naomi Road
Red Arrow Highway from the north city limits of Bridgman to the south village limits of
Stevensville
The purpose of this amendment is to provide for an increased estimate of the project cost and
associated increase in the dollar amount (from $455,340 to $657,680) for determination of the
maximum amount of Federal ARRA Funds to be applied to the eligible items of the project cost.
Estimated Funds:
Federal Highway Administration Funds (ARRA)
Berrien County Road Commission Funds
Total Funds
ORIGINAL
$455,340
$ 13,460
$468,800
AMEND
$202,340
($11,940)
$190,400
TOTAL.
$657,680
$ 1,520
$659,200
ARUL 11400 – 106904
Amendment
Criticality: This amendment provides additional federal funding for the rehabilitation of the roadway to prevent
failure of the pavement.
Purpose/Business Case: To increase the contract amount from $455,340 to $657,680 for the determination of the
maximum amount of Federal ARRA Funds to be applied to the eligible items of the project cost.
Benefit: The additional funding will allow the project to move forward.
Funding Source: Federal ARRA Funds and Berrien County Road Commission Funds.
Commitment Level: $657,680 not to exceed 100% federal and the balance by the Berrien County Road
Commission; based on estimate.
Risk Assessment: Without this amendment, the County cannot receive the additional federal funding and the
project will not be done.
Cost Reduction: N/A.
Selection: N/A.
New Project Identification: N/A.
Zip Code: 49106.
*Denotes a non-standard contract/amendment
12/1/09
Page 15 of 45
21.
HIGHWAYS - Participation for Local Agency Contract
Contract (2009-5676) between MDOT and the City of Cadillac will provide for participation in
the following improvements:
Emergency roadway repair, curb and gutter, and slope repair work along Cobb Street
approximately 500 feet east of Lester Street.
Estimated Funds:
Federal Highway Administration Funds
City of Cadillac Funds
Total Funds
$6,026
$1,506
$7,532
ER 83100 – 105594; Wexford County
Local Force Account
Criticality: This contract provides for the reimbursement of federal funds to the City for the performance of
construction work associated with roadway repair necessitated by damage from a natural disaster over a wide area.
Purpose/Business Case: To reimburse the City for costs incurred in the performance of emergency work essential
to public safety.
Benefit: Will allow the City to be reimbursed for eligible costs of emergency work associated with the repair of a
roadway.
Funding Source: Federal Emergency Relief Funds and City of Cadillac Funds.
Commitment Level: 80% federal, 20% City of Cadillac.
Risk Assessment: Without this contract, the City cannot receive these federal funds.
Cost Reduction: Costs incurred by the City for emergency work are reviewed to make sure they are reasonable and
valid.
Selection: N/A.
New Project Identification: Improvement of existing roadway.
Zip Code: 49601.
22.
HIGHWAYS - Participation for Local Agency Construction Contract
Contract (2009-5683) between MDOT and the Eaton County Road Commission will provide for
participation in the following Transportation Enhancement improvements:
Replacement of storm sewer with overland water retention system work for the Watson Drain
Outlet from approximately 500 feet east of the intersection of North Creyts Road and West
Willow Highway northeasterly 1800 feet to the Grand River.
Estimated Funds:
Federal Highway Administration Funds
Eaton County Road Commission Funds
Total Funds
$109,561
$716,039
$825,600
STE 23041 - 100057
Local Letting
*Denotes a non-standard contract/amendment
12/1/09
Page 16 of 45
Criticality: Transportation Enhancement Activities Funds can only be used for transportation enhancement
activities and may not to be expended on any other activity. If Michigan does not use these funds, they would be
made available to other states and Michigan residents would lose out on the benefits afforded by the use of these
funds here in Michigan. In addition, the agency receiving these funds has already invested significant local dollars
in the planning and design of this project and is depending on the Transportation Enhancement Activities Funds to
construct the project. Delaying this project would adversely impact the agency as its budget, permit time frames,
and construction schedule are contingent upon the current project schedule.
Purpose/Business Case: To provide for participation in transportation enhancement activities under the Safe,
Accountable, Flexible, Efficient Transportation Equity Act: A Legacy for Users (SAFETEA-LU).
Benefit: Improved quality of water that results from roadway runoff.
Funding Source: Federal Transportation Enhancement Activities Funds and Eaton County Road Commission
Funds.
Commitment Level: $109,561 not to exceed 80% federal and the balance by Eaton County Road Commission;
based on estimate.
Risk Assessment: Without this contract, the County cannot receive these federal funds.
Cost Reduction: Low bid.
Selection: Low bid.
New Project Identification: Improvement of water treatment facilities for roadway runoff.
Zip Code: 48917.
23.
HIGHWAYS - Participation for Local Agency Contract
Contract (2009-5686) between MDOT and the Osceola County Road Commission will provide
for participation in the following improvements:
Emergency culvert replacement, slope washout repair, and debris removal work along 150th
Avenue approximately 0.5 miles south of the north Osceola county line and along Mackinaw
Trail at the north Osceola county line.
Estimated Funds:
Federal Highway Administration Funds
Total Funds
$17,854
$17,854
ER 67100 - 105582
Local Force Account
Criticality: This contract provides for the reimbursement of federal funds to the County for the performance of
construction work associated with the temporary repair of a roadway necessitated by damage resulting from a
natural disaster over a wide area.
Purpose/Business Case: To reimburse the County for costs incurred in the performance of emergency work
essential to public safety.
Benefit: Allows the County to be reimbursed for eligible costs of emergency work associated with the temporary
repair of a roadway.
Funding Source: Federal Emergency Relief Funds.
Commitment Level: 100% federal.
Risk Assessment: Without this contract, the County cannot receive these federal funds.
Cost Reduction: Costs incurred by the County for temporary emergency work are reviewed to make sure they are
reasonable and valid.
Selection: N/A.
New Project Identification: Improvement of existing roadway.
Zip Code: 49688.
*Denotes a non-standard contract/amendment
12/1/09
Page 17 of 45
24.
*HIGHWAYS - Construction Engineering Services
Contract (2010-0035) between MDOT and Fishbeck, Thompson, Carr & Huber, Inc., will
provide for as-needed inspection and testing services to be performed for construction projects in
the Metro Region service area, primarily in Wayne County. The work items include project
administration, hot mix asphalt (HMA) inspection, quality assurance testing, and preparation and
documentation of project records. The contract amount will be $2,611,778.17. The contract will
be in effect from the date of award through December 31, 2011. Source of Funds: Federal
Highway Administration Funds, State Restricted Trunkline Funds, or local funds, depending on
the particular project authorized.
Criticality: Inspection and testing services help to fulfill the Metro Region’s construction oversight needs, which is
critical to ensuring that highway construction projects are completed in accordance with state and federal guidelines
so federal funding is maintained and not jeopardized on future projects.
Purpose/Business Case: To provide for as-needed inspection and testing services to be performed for construction
projects in the Metro Region service area, primarily in Wayne County.
Benefit: Will provide for project administration, inspection, and testing, as required by federal law, which will
result in a high quality product. The services will ensure that requirements are met to satisfy state and federal
guidelines for construction oversight and the administration of highway construction projects.
Funding Source: Federal Highway Administration Funds, State Restricted Trunkline Funds, or local funds,
depending on the particular project authorized.
Commitment Level: The hourly costs are fixed; however, the number of hours to perform this work has been
estimated.
Risk Assessment: If these services are not approved, the project may not have adequate construction engineering
oversight, including inspection and testing. This could result in substandard work. Failure to provide the services
outlined could result in the loss of federal participation on highway construction projects.
Cost Reduction: Costs in professional services contracts are on an actual cost plus fixed fee basis not to exceed the
maximum contract amount. Hours are negotiated based on needed service.
Selection: Qualifications-based.
New Project Identification: This is not a new project.
Zip Code: 48216.
25.
*HIGHWAYS - Intelligent Transportation Services
Contract (2010-0061) between MDOT and the Intelligent Transportation Society of Michigan
will provide funding for the costs of administrative support services and society activities for
fiscal years 2010 through 2012. The mission of the Intelligent Transportation Society of
Michigan is to support the MDOT Intelligent Transportation System (ITS) Strategic Plan to
improve transportation by promoting research, deployment, and operations through leadership
and partnerships with public, private, educational, and consumer stakeholders. The contract will
be in effect from date of award through September 30, 2012. The contract amount will be
$95,000. Source of Funds: 81.85% Federal Highway Administration Funds and 18.15% State
Restricted Trunkline Funds.
Criticality: Approval of this contract will ensure that the 2010 ITS Michigan conference, which has become the
premier forum for information sharing and dissemination on the IntelliDrive (formerly Vehicle Infrastructure
Intergration) program in Michigan, will continue in a manner that ensures that Michigan remains at the forefront of
this technology development effort and that the jobs created in this program are created in Michigan.
Purpose/Business Case: To provide funding for administrative support services and society activities for the
Intelligent Transportation Society of Michigan for fiscal years 2010 through 2012.
Benefit: Will allow MDOT and the state to maintain partnerships with transportation interest groups, advocacy
organizations, and other interested parties to ensure inclusive planning and design processes.
Funding Source: 81.85% Federal Highway Administration Funds and 18.15% State Restricted Trunkline Funds.
Commitment Level: This is a grant for fiscal years 2010 through 2012.
*Denotes a non-standard contract/amendment
12/1/09
Page 18 of 45
Risk Assessment: The majority of the grant is used for the independent administration and operation of the
Intelligent Transportation Society of Michigan. Without this support, the society would be dependent on volunteers
to coordinate these efforts.
Cost Reduction: Each year, the Intelligent Transportation Society of Michigan will evaluate what contributions are
needed. MDOT participates in that evaluation and will focus on reducing costs.
Selection: N/A.
New Project Identification: This is not a new project.
Zip Code: 48909.
26.
HIGHWAYS (Maintenance) - State Trunkline Maintenance
Retroactive Purchase Order (591N9205391) between MDOT and Lois Kay Contracting will
retroactively provide for concrete pavement milling services on M-39 (Southfield Freeway),
Wayne County. Work consisted of milling deteriorated concrete pavement and bituminous
patching. Bids were solicited from seven contractors. Lois Kay Contracting was the only
qualified responsive contractor with the requisite equipment to perform the work. Because of
high weekday traffic volumes on M-39, the work was performed for five straight weekends. The
purchase order amount is $73,750.02. The work was completed on September 30, 2009. Source
of Funds: 100% State Restricted Trunkline Funds.
Criticality: The work was needed to address safety concerns associated with deteriorated concrete along M-39.
Purpose/Business Case: To provide for the replacement of deteriorated concrete pavement on M-39 in Wayne
County.
Benefit: Will make the road safer for travelers.
Funding Source: 100% State Restricted Trunkline Funds.
Commitment Level: This project was bid by invitation, and the lowest bidder was awarded the work. The bid was
based on estimated quantities by the Taylor Transportation Service Center.
Risk Assessment: This work was necessary to prevent increasing roadway deterioration.
Cost Reduction: This project will eliminate the need for multiple cold-patchings along M-39 between 6 Mile Road
and 8 Mile Road, especially during the winter season.
Selection: The only qualified responsive bidder was selected.
New Project Identification: This is routine maintenance and not a new project.
Zip Code: 48184.
27.
HIGHWAYS (Real Estate) - IDS Real Estate Services
Contract (2010-0053) between MDOT and Bur Valuation Group, Inc., will provide for all
aspects of technical, appraisal, acquisition, and property management services for the Real Estate
Division to be performed on an as needed/when needed basis. The contract will be in effect from
the date of award through three years. The maximum contract amount will be $500,000, and the
maximum amount of any authorization will be $90,000. Source of Funds: Federal Highway
Administration Funds, State Restricted Trunkline Funds, or local funds, depending on the
particular project authorized.
28.
HIGHWAYS (Real Estate) - IDS Real Estate Services
Contract (2010-0054) between MDOT and Theodore M. Morgan will provide for all aspects of
technical, appraisal, acquisition, and property management services for the Real Estate Division
to be performed on an as needed/when needed basis. The contract will be in effect from the date
of award through three years. The maximum contract amount will be $500,000, and the
maximum amount of any authorization will be $90,000. Source of Funds: Federal Highway
Administration Funds, State Restricted Trunkline Funds, or local funds, depending on the
particular project authorized.
*Denotes a non-standard contract/amendment
12/1/09
Page 19 of 45
29.
HIGHWAYS (Real Estate) - IDS Real Estate Services
Contract (2010-0055) between MDOT and Seeley & Associates, Inc., will provide for all aspects
of technical, appraisal, acquisition, and property management services for the Real Estate
Division to be performed on an as needed/when needed basis. The contract will be in effect from
the date of award through three years. The maximum contract amount will be $500,000, and the
maximum amount of any authorization will be $90,000. Source of Funds: Federal Highway
Administration Funds, State Restricted Trunkline Funds, or local funds, depending on the
particular project authorized.
30.
HIGHWAYS (Real Estate) - IDS Real Estate Services
Contract (2010-0057) between MDOT and Vertalka & Vertalka, Inc., will provide for all aspects
of technical, appraisal, acquisition, and property management services for the Real Estate
Division to be performed on an as needed/when needed basis. The contract will be in effect from
the date of award through three years. The maximum contract amount will be $500,000, and the
maximum amount of any authorization will be $90,000. Source of Funds: Federal Highway
Administration Funds, State Restricted Trunkline Funds, or local funds, depending on the
particular project authorized.
31.
HIGHWAYS (Real Estate) - IDS Real Estate Services
Contract (2010-0058) between MDOT and Greenstar & Associates, LLC, will provide for all
aspects of technical, appraisal, acquisition, and property management services for the Real Estate
Division to be performed on an as needed/when needed basis. The contract will be in effect from
the date of award through three years. The maximum contract amount will be $500,000, and the
maximum amount of any authorization will be $90,000. Source of Funds: Federal Highway
Administration Funds, State Restricted Trunkline Funds, or local funds, depending on the
particular project authorized.
32.
HIGHWAYS (Real Estate) - IDS Real Estate Services
Contract (2010-0064) between MDOT and First ROW, Inc., will provide for all aspects of
technical, appraisal, acquisition, and property management services for the Real Estate Division
to be performed on an as needed/when needed basis. The contract will be in effect from the date
of award through three years. The maximum contract amount will be $500,000, and the
maximum amount of any authorization will be $90,000. Source of Funds: Federal Highway
Administration Funds, State Restricted Trunkline Funds, or local funds, depending on the
particular project authorized.
33.
*MACKINAC BRIDGE AUTHORITY - Time Extension
Amendatory Contract (2008-0073/A2) between the Mackinac Bridge Authority and Northwest
Design Group, Inc., will extend the contract term by approximately 15 months to provide
sufficient time for the consultant to complete the construction engineering services (21 days
retroactive). The additional time is needed due to a contractor claim. The original contract
provided for construction engineering services to be performed for the removal of the existing
hot mix asphalt (HMA) surface; the performance of deck and joint repairs, concrete curb repairs,
and centermall repairs; and the HMA surface paving of I-75 on the Mackinac Bridge in
Mackinac and Emmet Counties. The revised contract term will be January 17, 2008, through
January 31, 2011. The contract amount remains unchanged at $441,907.21. Source of Funds:
100% Mackinac Bridge Authority Funds.
*Denotes a non-standard contract/amendment
12/1/09
Page 20 of 45
Criticality: This amendment is critical to allow the consultant to continue to provide construction engineering
services and expertise necessary to address a claim filed against the Mackinac Bridge Authority during the
construction for the resurfacing of the bridge deck.
Purpose/Business Case: The resurfacing of the Mackinac Bridge deck is now complete. The contractor who
performed the work has filed a claim against the Mackinac Bridge Authority for the assessment of liquidated
damages. The construction engineering consultant provided all project management services during the course of
the construction and has an intimate knowledge of this project. The consultant’s engineering expertise will be most
helpful in assisting the bridge with the defense against this claim.
Benefit: Will ensure proper defense against the contractor claim.
Funding Source: 100% Mackinac Bridge Authority Funds.
Commitment Level: The hourly costs are fixed; however, the number of hours to perform this work has been
estimated.
Risk Assessment: If this amendment is not approved and the services are not continued, the Mackinac Bridge
Authority may not have a proper defense against the contractor claim.
Cost Reduction: Costs in professional services contracts are on an actual cost plus fixed fee basis not to exceed the
maximum contract amount. Hours are negotiated based on needed service.
Selection: N/A for amendments; qualifications-based for original.
New Project Identification: This is not a new project.
Zip Code: 49781.
34.
*PASSENGER TRANSPORTATION - Time Extension
Amendatory Contract (95-0793/A14) between MDOT and the National Railroad Passenger
Corporation (Amtrak) will extend the contract term by six months to provide sufficient time for
Amtrak to complete the testing required to support the Incremental Train Control System (ITCS)
implementation, in particular, the verification and validation (V&V) of the project to meet
Federal Railroad Administration (FRA) standards. New software had to be introduced as a result
of the new radio installations, which produced additional anomalies requiring corrections and
further testing. The new expiration date will coincide with the expiration date of the federal
grant. The original contract provides funding for the demonstration of a high-speed positive
train control project on a segment of the federally-designated Detroit-Chicago High-Speed Rail
Corridor. This project is undertaken in an effort to increase safety and decrease travel times on
the High-Speed Rail Corridor. The revised contract term will be June 9, 1995, through
June 30, 2010. The contract amount remains unchanged at $39,758,349. Source of Funds: FRA
Funds - $19,430,012; State Restricted Comprehensive Transportation Funds - $10,950,768;
Amtrak Funds - $4,461,000; and General Electric Transportation Systems (General Electric)
Funds - $4,916,569.
Criticality: Approval of this amendment is critical because without the additional time, the ITCS project cannot be
completed, and the investment of time and money already spent to construct and test the system would be lost. If
the project is not completed, MDOT will not be allowed to increase train speeds to 110 miles per hour (mph), and
the system will not be expanded.
Purpose/Business Case: To extend the contract term by six months to provide sufficient time for the V & V
portion of the project to be completed, as required by the FRA, in order to increase train speeds to 110 mph and
create a viable rail transportation option for travelers.
Benefit: Amtrak received approval from the FRA in November of 2005 to increase trains speeds to 95 mph in
select areas. The additional time will allow further testing and allow the ITCS to be implemented on other segments
of the corridor. The completion of the ITCS implementation, partnered by MDOT, Amtrak, General Electric, and
the FRA, will provide Michigan with the second fastest rail corridor in the United States without costly pretesting.
This is a first of its kind system with the potential to revolutionize high-speed rail travel.
Funding Source: FRA Funds - $19,430,012; State Restricted Comprehensive Transportation Funds - $10,950,768;
Amtrak Funds - $4,461,000; and General Electric Funds - $4,916,569.
Commitment Level: The contract amount remains unchanged and the contract term will be extended by six months
under this amendment.
*Denotes a non-standard contract/amendment
12/1/09
Page 21 of 45
Risk Assessment: If this amendment is not approved, the ITCS project cannot be completed and implemented. The
V & V portion of the project must be completed before the FRA can approve train speeds of 110 mph.
Cost Reduction: A completed, validated, and FRA-approved ITCS system will dramatically reduce the per-mile
cost for future installations of the positive control train system that will be required for train speeds in excess of 79
mph in other areas of Michigan and the country. An FRA-approved system will eliminate pretesting costs for future
expansions.
Selection: N/A.
New Project Identification: This is not a new project.
Zip Code: 48909.
35.
PASSENGER TRANSPORTATION - Section 5309 Program
Project Authorization Revision (Z10/R1) under Master Agreement (2002-0025) between MDOT
and the Caro Transit Authority will renew the authorization and extend the authorization term by
three months to provide sufficient time for the Authority to complete the vehicle purchase. The
project was delayed because the Authority wanted to use the state extended purchase process,
which only became available during late fiscal year 2009. The original authorization provided
state matching funds for the Authority’s FY 2005 Federal Section 5309 Capital Discretionary
Program grant. The revised authorization term will be from September 13, 2006, through
September 12, 2009, and from the date of award of this revision through three months. No costs
will be incurred between September 12, 2009, and the date of award of this revision. The
authorization amount remains unchanged at $65,916. The term of the master agreement is from
October 1, 2001, until the last obligation between the parties has been fulfilled. The master
agreement includes authorizations for program years FY 2002 through FY 2006. Source of
Funds: Federal Transit Administration (FTA) Funds - $34,808; FY 2002 State Restricted
Comprehensive Transportation Funds - $8,702; Insurance Proceeds – $22,406.
Criticality: Approval of this revision is critical to allow the Authority to complete the purchase of a bus to provide
additional service to individuals with disabilities.
Purpose/Business Case: To renew the authorization and extend the authorization term by three months to provide
sufficient time for the Authority to complete the purchase of a bus.
Benefit: Increased mobility for individuals with disabilities.
Funding Source: FTA Funds - $34,808; FY 2002 State Restricted Comprehensive Transportation Funds - $8,702;
Insurance Proceeds – $22,406.
Commitment Level: Authorization amount is based on cost estimates.
Risk Assessment: The risk of not approving this revision is the loss of federal funds.
Cost Reduction: Grant amount is determined by the FTA and is not negotiated.
Selection: N/A.
New Project Identification: This is not a new project.
Zip Code: 48723.
*Denotes a non-standard contract/amendment
12/1/09
Page 22 of 45
36.
PASSENGER TRANSPORTATION - Section 5307 Program
Project Authorization Revision (Z16/R4) under Master Agreement (2002-0033) between MDOT
and the City of Detroit, Department of Transportation (DDOT), which provides transit service in
the City of Detroit and in Wayne and Oakland Counties, will extend the authorization term by
seven months to provide sufficient time for DDOT to complete the signage project (19 days
retroactive). Several of the bus routes for which bus stop improvements will be implemented
extend beyond the City’s right-of-way, and additional time is needed to obtain reviews and
approvals from state, county, and local authorities in the outlying areas. In addition, it is
anticipated that there will be a seasonal interruption of the work during the winter. The original
authorization provides state matching funds for DDOT’s FY 2004 Federal Section 5307
Urbanized Area Formula Capital Program grant. The revised authorization term will be May 13,
2004, through June 12, 2010. The authorization amount remains unchanged at $29,145,193.
The term of the master agreement is from October 1, 2001, until the last obligation between the
parties has been fulfilled. The master agreement includes authorizations for program years
FY 2002 through FY 2006. Source of Funds: Federal Transit Administration (FTA) Funds $23,316,154; FY 2002, FY 2004, and FY 2005 State Restricted Comprehensive Transportation
Funds - $5,829,039.
Criticality: Approval of this revision will allow DDOT to complete the signage project, which will use a color
coding system for each route for increased customer ease of use.
Purpose/Business Case: To extend the authorization term by seven months to provide sufficient time for DDOT to
complete the signage project.
Benefit: Increased public safety through improved transportation infrastructure.
Funding Source: FTA Funds - $23,316,154; FY 2002, FY 2004 and FY 2005 State Restricted Comprehensive
Transportation Funds - $5,829,039.
Commitment Level: Authorization amount is based on cost estimates.
Risk Assessment: The risk of not approving this revision is the loss of federal funds.
Cost Reduction: Grant amount is determined by the FTA and is not negotiated.
Selection: N/A.
New Project Identification: This is not a new project.
Zip Code: 48207.
*Denotes a non-standard contract/amendment
12/1/09
Page 23 of 45
37.
PASSENGER TRANSPORTATION - Section 5307 Program
Project Authorization Revision (Z25/R4) under Master Agreement (2002-0088) between MDOT
and the Suburban Mobility Authority for Regional Transportation (SMART), which provides
transit service in Oakland, Wayne, Macomb, and Monroe Counties, will renew the authorization
and extend the authorization term by 14 months to provide sufficient time for SMART to
complete the bus purchases. The additional time is needed because the bus requisition was
delayed due to funding difficulties in the communities to receive the vehicles. The commitments
have since been received from the communities and the purchase order has been issued. The
buses have been ordered and are in production but will not be received before the authorization
expires. The expected delivery of the vehicles is late summer 2010, and additional time will be
needed for inspections, graphics, and the resolution of any problems. The original authorization
provides state matching funds for SMART’s FY 2004 Federal Section 5307 Urbanized Area
Formula Capital Program and Congestion Mitigation and Air Quality Improvement Program
grant. The revised authorization term will be from July 21, 2004, through July 20, 2009, and
from the date of award of this revision through January 20, 2011. No costs will be incurred
between July 20, 2009, and the date of award of this revision. The authorization amount remains
unchanged at $1,218,733. The term of the master agreement is from October 1, 2001, until the
last obligation between the parties has been fulfilled. The master agreement includes
authorizations for program years FY 2002 through FY 2006. Source of Funds: Federal Transit
Administration (FTA) Funds - $974,986; FY 2002 and FY 2006 State Restricted Comprehensive
Transportation Funds - $243,747.
Criticality: Approval of this revision will allow SMART to continue with the procurement of buses that are needed
to replace buses that have reached the ends of their useful lives and will ensure the safety of the passengers.
Purpose/Business Case: To renew the authorization and extend the authorization term by 14 months to provide
sufficient time for SMART to complete the acquisition of vehicles.
Benefit: Increased public safety through improved transportation infrastructure.
Funding Source: FTA Funds - $974,986; FY 2002 and FY 2006 State Restricted Comprehensive Transportation
Funds - $243,747.
Commitment Level: The contract amount is based on cost estimates.
Risk Assessment: The risk of not approving this amendment is the loss of federal funds.
Cost Reduction: Grant amount is determined by the FTA and is not negotiated.
Selection: N/A.
New Project Identification: This is not a new project.
Zip Code: 48226.
*Denotes a non-standard contract/amendment
12/1/09
Page 24 of 45
38.
PASSENGER TRANSPORTATION - Section 5307 Program
Project Authorization Revision (Z29/R2) under Master Agreement (2002-0088) between MDOT
and the Suburban Mobility Authority for Regional Transportation (SMART), which provides
transit service in Wayne, Oakland, Macomb, and Monroe Counties, will extend the authorization
term by one year to provide sufficient time for SMART to complete the project. The additional
time is needed because the Lake Erie Transportation Commission (LETC) originally conducted a
local procurement for a vehicle but did not receive bids that met the specifications. As a result,
LETC decided to purchase from the state extended contract, which was awarded in August 2009,
and is awaiting SMART board approval at the December 2009 board meeting. The original
authorization provides state matching funds for SMART’s FY 2005 Federal Section 5307
Urbanized Area Formula Capital Program and Congestion Mitigation and Air Quality
Improvement Program grant. The revised authorization term will be June 30, 2005, through
December 29, 2010. The authorization amount remains unchanged at $780,000. The term of the
master agreement is from October 1, 2001, until the last obligation between the parties has been
fulfilled. The master agreement includes authorizations for program years FY 2002 through
FY 2006. Source of Funds: Federal Transit Administration (FTA) Funds - $624,000; FY 2002
State Restricted Comprehensive Transportation Funds - $156,000.
Criticality: Approval of this revision is critical to allow SMART to purchase a bus that will improve air quality in
Monroe County.
Purpose/Business Case: To extend the authorization term by one year to provide sufficient time for SMART to
purchase a transit bus.
Benefit: Increased public safety through improved transportation infrastructure.
Funding Source: FTA Funds - $624,000; FY 2002 State Restricted Comprehensive Transportation Funds $156,000.
Commitment Level: Authorization amount is based on cost estimates.
Risk Assessment: The risk of not approving this revision is the loss of federal funds.
Cost Reduction: Grant amount is determined by the FTA and is not negotiated.
Selection: N/A.
New Project Identification: This is not a new project.
Zip Code: 48226.
39.
*PASSENGER TRANSPORTATION – Renewal/Extension of Project Completion Period
Amendatory Contract (2003-0536/A3) between MDOT and the City of Detroit, Department of
Transportation (DDOT), will renew and extend the project completion period by approximately
six months to provide sufficient time for DDOT to complete the purchase of vehicles needed to
replace vehicles that have reached the ends of their useful lives. The project has been delayed
due to a change in the types of vehicles needed for the fleet. The original contract provides state
matching funds for DDOT’s FY 2003 Federal Section 5310 Elderly and Persons with Disabilities
Program grant. The revised project completion period will be from August 19, 2003, through
February 18, 2009, and from the date of award of this amendment through June 18, 2010. No
costs will be incurred between February 18, 2009 and the date of award of this amendment. The
contract term remains unchanged, from August 19, 2003, until the last obligation between the
parties has been fulfilled. The contract amount remains unchanged at $215,085. Source of
Funds: Federal Transit Administration (FTA) Funds - $172,068; FY 2002, FY 2003, and
FY 2009 State Restricted Comprehensive Transportation Funds - $43,017.
*Denotes a non-standard contract/amendment
12/1/09
Page 25 of 45
Criticality: Approval of this amendment will allow DDOT to replace vehicles that have reached the ends of their
useful lives and may no longer be safe and reliable.
Purpose/Business Case: To renew and extend the project completion period by approximately six months to
provide sufficient time for DDOT to complete the project.
Benefit: Increased public safety through improved transportation infrastructure.
Funding Source: FTA Funds - $172,068; FY 2002, FY 2003, and FY 2009 State Restricted Comprehensive
Transportation Funds - $43,017.
Commitment Level: The contract amount is based on cost estimates.
Risk Assessment: The risk of not approving this amendment is the loss of federal funds.
Cost Reduction: Grant amount is determined by the FTA and is not negotiated.
Selection: N/A.
New Project Identification: This is not a new project.
Zip Code: 48207.
40.
PASSENGER TRANSPORTATION - Time Extension
Amendatory Contract (2005-0553/A7) between MDOT and the City of St. Ignace will extend the
contract term by nine months to provide sufficient time for the City to complete the project. The
project was initially delayed because the land acquisition costs for the purchase of property for
an intercity bus terminal in St. Ignace were greater than anticipated. As a result, the architectural
and engineering and construction phases were also delayed. The original contract provides state
matching funds for the City's FY 2004 Federal Section 5311(f) Intercity Bus Program grant. The
revised contract term will be October 5, 2005, through September 30, 2010. The contract
amount remains unchanged at $1,774,874. Source of Funds: Federal Transit Administration
(FTA) Funds - $1,419,899; FY 2006, FY 2007, and FY 2008 State Restricted Comprehensive
Transportation Funds - $354,975.
Criticality: This amendment is critical to allow the construction of the St. Ignace bus terminal facility to be
completed.
Purpose/Business Case: To extend the contract term by nine months to provide sufficient time for the City to
complete the St. Ignace intercity bus terminal.
Benefit: Will ensure the reliability and continuity of intercity bus connections at St. Ignace and provide a safe,
secure environment for intercity bus passengers traveling to and from the Upper Peninsula with links to the national
transportation system.
Funding Source: FTA Funds - $1,419,899; FY 2006, FY 2007, and FY 2008 State Restricted Comprehensive
Transportation Funds - $354,975.
Commitment Level: Contract amount is based on cost estimates.
Risk Assessment: The risks of not approving this amendment are the loss of federal funds, the loss of a safe
environment for intercity bus passengers, and the loss of a reliable point of service connection for passengers
traveling to and from the Upper Peninsula.
Cost Reduction: The contract for construction was awarded to the lowest cost and most responsive bidder.
Selection: N/A.
New Project Identification: This is not a new project.
Zip Code: 49781.
*Denotes a non-standard contract/amendment
12/1/09
Page 26 of 45
41.
PASSENGER TRANSPORTATION - Section 5316 Program
Project Authorization (Z10) under Master Agreement (2007-0195) between MDOT and the
Clinton Area Transit System (CATS) will provide for the reassignment of authorization funding
and responsibilities for the automatic vehicle locator (AVL) system from the Capital Area
Transportation Authority (CATA) (under 2007-0185/Z8/R3) to CATS. It was originally
anticipated that the AVL system would be installed on CATA, CATS, and Eaton County
Transportation Authority vehicles to improve coordination between the systems. However, as
CATS is the only system currently receiving Section 5316 Job Access and Reverse Commute
(JARC) funding, the AVL system is being reassigned to CATS. The authorization provides state
matching funds for CATS’ FY 2008 Federal Section 5316 JARC Program grant. The
authorization will be in effect from the date of reassignment of December 1, 2009, through
September 30, 2010. The authorization amount will be $45,000. The term of the master
agreement is from October 1, 2006, until the last obligation between the parties has been
fulfilled. The master agreement includes authorizations for program years FY 2007 through
FY 2011. Source of Funds: Federal Transit Administration (FTA) Funds - $36,000; FY 2008
State Restricted Comprehensive Transportation Funds - $9,000.
Criticality: Approval of this authorization is critical to avoid delays in implementing the AVL system to maintain
safe operation of transit vehicles.
Purpose/Business Case: To provide for the reassignment of authorization funding and responsibilities for the AVL
system from CATA to CATS.
Benefit: Increased public safety through improved transportation infrastructure.
Funding Source: FTA Funds - $36,000; FY 2008 State Restricted Comprehensive Transportation Funds - $9,000.
Commitment Level: Authorization amount is based on cost estimates.
Risk Assessment: The risk of not approving this authorization is the loss of federal funds.
Cost Reduction: Grant amount is determined by the FTA and is not negotiated.
Selection: N/A.
New Project Identification: This is not a new project.
Zip Code: 48879.
42.
*PASSENGER TRANSPORTATION – Increase Services and Amount, Extend Term
Amendatory Contract (2007-0350/A2) between MDOT and Williams Scotsman, Inc., will extend
the lease of the temporary facility by approximately 18 months, will increase the contract amount
by $86,534, and will extend the contract term by approximately 18 months. The project was
delayed because the demolition of the old intermodal facility took longer than anticipated, which
delayed the architectural and engineering and construction work for the new intermodal facility.
The original contract provides state intercity funding for the lease of a temporary facility in
Pontiac for use by National Railroad Passenger Corporation (Amtrak) and Greyhound Lines, Inc.
The temporary facility will continue to be utilized by intercity carriers’ staffs and passengers
until the new facility is completed. The revised contract term will be March 28, 2007, through
June 30, 2011. The revised contract amount will be $257,780. Source of Funds: FY 2001 and
FY 2007 State Restricted Comprehensive Transportation Funds - $257,780.
Criticality: Approval of this amendment is critical to extend the lease of a temporary intermodal facility in Pontiac
until construction of the new permanent facility is completed.
Purpose/Business Case: To extend the lease of the temporary facility by approximately 18 months and to increase
funding by $86,534. The carriers need to continue to use the temporary facility while the new permanent Pontiac
intermodal terminal is constructed.
Benefit: Increased safety through improved transportation infrastructure.
Funding Source: FY 2001 and FY 2007 State Restricted Comprehensive Transportation Funds - $257,780.
*Denotes a non-standard contract/amendment
12/1/09
Page 27 of 45
Commitment Level: Contract amount was based on acceptance of the most responsive bidder’s proposal.
Risk Assessment: If this amendment is not approved and the lease of the temporary facility is not extended, the
carriers will lose the use of a safe and adequate terminal for staff and passengers until the permanent Pontiac facility
is constructed.
Cost Reduction: N/A.
Selection: N/A for amendment; acceptance of the most responsive bidder for the original contract.
New Project Identification: This is not a new project.
Zip Code: 48342.
43.
TRANSPORTATION PLANNING – Development of Woodward Avenue Non-Motorized Plan
Authorization (Z5) under Contract (2009-0219) between MDOT and the Woodward Avenue
Action Association (WA3) will provide for the development of a revised non-motorized plan for
Woodward Avenue from Eight Mile Road to Maple Road in Wayne and Oakland Counties. The
work will include conducting a traffic study, attending stakeholder meetings, and developing
presentation materials. The services will help MDOT to accomplish the objectives set forth in
the Woodward Heritage Route Corridor Management Plan. The authorization will be in effect
from the date of award through September 30, 2010. The authorization amount will be $40,000.
The contract term is May 22, 2009, through May 21, 2014. Source of Funds: 80% Federal
Highway Administration (FHWA) Funds and 20% State Restricted Trunkline Funds.
Criticality: An approved Woodward Avenue (M-1) non-motorized plan should be in place as soon as possible in
anticipation of light rail installations in the corridor. The Woodward Light Rail will generate considerable interest in
all forms of multimodal transportation.
Purpose/Business Case: To provide for the development of a revised non-motorized plan for Woodward Avenue
from Eight Mile Road to Maple Road in Wayne and Oakland Counties. This project will help MDOT to add nonmotorized transportation to the rapidly expanding multimodal environment along Woodward Avenue (M-1).
Benefit: The goal of the Heritage Route program is to increase the economic development within the designated
corridor. Woodward Avenue, as a designated Heritage Route, is a destination that attracts visitors worldwide. The
availability of integrated non-motorized transportation will help to attract visitors to southeast Michigan.
Funding Source: 80% Federal Highway Administration Funds and 20% State Restricted Trunkline Funds.
Commitment Level: The hourly costs are fixed; however, the number of hours to perform this work has been
estimated.
Risk Assessment: If the authorization is not approved, MDOT’s ability to systematically plan for alternative modes
of transportation throughout a vital transportation corridor could be jeopardized.
Cost Reduction: Actual cost reimbursement.
Selection: N/A for authorization; best/sole source for indefinite delivery of services contract.
New Project Identification: This is not a new project.
Zip Code: 48073.
44.
*TRANSPORTATION PLANNING - Jurisdictional Transfer
Memorandum of Understanding (MOU) (2010-0038) between MDOT and the City of Adrian
will transfer jurisdiction of 0.07 miles of M-52/US-223 business route (BR)/West Front Street,
0.42 miles of M-52/US-223 BR/North Winter Street, and US-23BR/West Maumee Street from
MDOT to the City of Adrian and will transfer jurisdiction of 0.2 miles of West Church Street
from the City of Adrian to MDOT. Jurisdiction of the roadway segments will transfer upon the
date of award of this MOU. This is a zero dollar MOU.
Criticality: Jurisdictional transfers are used to assign jurisdiction of roadways to the appropriate levels of
government. Correct assignments of jurisdiction allow roadways to receive priority ranking, which is critical to the
allocation of the limited funds available to road agencies for improvements. These jurisdictional transfers are
required for the implementation of a change in street operation in downtown Adrian, from one-way pairs to two-way
streets. This operational change is critical for the City’s downtown redevelopment plans.
*Denotes a non-standard contract/amendment
12/1/09
Page 28 of 45
Purpose/Business Case: To transfer jurisdiction of sections of M-52/US-233BR/West Front Street, M-52/
US-223BR/North Winter Street, and US-23BR/West Maumee Street from MDOT to the City of Adrian and to
transfer jurisdiction of West Church Street from the City of Adrian to MDOT. This is done under Public Act 296 of
1969.
Benefit: The City of Adrian is constructing all improvements needed for the one-way pair conversion at its own
expense. The benefits to MDOT are more intangible – increased goodwill from cooperating and partnering with the
City of Adrian and an enhanced reputation for supporting the theories of modern urbanism. The benefit of awarding
this jurisdictional transfer MOU at this time is that the Adrian one-way pair conversion project is nearly complete;
the jurisdictional transfers should be effective in time to coincide with the change in traffic operation of the subject
roadways.
Funding Source: N/A.
Commitment Level: N/A.
Risk Assessment: If jurisdictional is not transferred, MDOT will retain jurisdiction of roadways that no longer
operate as parts of signed trunkline routes, and trunkline traffic will be routed onto Adrian city streets.
Cost Reduction: This is a zero dollar transfer. Once the MOU is effective, MDOT will no longer have
maintenance responsibility for the roadways being transferred.
Selection: N/A.
New Project Identification: This is not a new project.
Zip Code: 49221.
45.
*TRANSPORTATION PLANNING - Jurisdictional Transfer
Memorandum of Understanding (MOU) (2010-0047) between MDOT and the Jackson County
Road Commission will transfer jurisdiction of Ann Arbor Road/proposed I-94 business loop
(BL) from the centerline of Ann Arbor Road/current I-94BL easterly to the centerline of Sargent
Road and of Sargent Road/proposed I-94BL from the centerline of Ann Arbor Road northerly to
the terminus of the westbound I-94 exit ramp, a total distance of 1.12 miles. Jurisdiction will
transfer from the Jackson County Road Commission to MDOT upon the date of award of this
MOU. This is a zero dollar MOU.
Criticality: Jurisdictional transfers are used to assign jurisdiction of roadways to the appropriate levels of
government. Correct assignments of jurisdiction allow roadways to receive priority ranking, which is critical to the
allocation of the limited funds available to road agencies for improvements. This transfer is required to implement a
major reconfiguration of the east junction of I-94 and the I-94/BL in Jackson.
Purpose/Business Case: To transfer jurisdiction of Ann Arbor Road/proposed I-94BL from the centerline of Ann
Arbor Road/current I-94BL easterly to the centerline of Sargent Road and of Sargent Road/proposed I-94BL from
the centerline of Ann Arbor Road northerly to the terminus of the westbound I-94 exit ramp from Jackson County to
MDOT.
Benefit: As a state trunkline, the subject roadway will be assigned the appropriate priority and resources, consistent
with its statewide/regional function.
Funding Source: This is a zero dollar MOU.
Commitment Level: N/A.
Risk Assessment: If the jurisdictional transfer does not occur and the subject roadway remains under county
jurisdiction, it might not receive appropriate resources and prioritization. In addition, the reconfiguration of the
existing interchanges will address safety issues.
Cost Reduction: N/A.
Selection: N/A.
New Project Identification: This is not a new project.
Zip Code: 48657.
*Denotes a non-standard contract/amendment
12/1/09
Page 29 of 45
POST-AWARD REPORTING
46.
2009-0134/ Work Order Z8
Pre Approval Date: January 20, 2009
Eng. Est.
Award Amount
Award Date: November 4, 2009
Job Number: 105846A
Completion Date: December 1, 2010
Parson Brinkerhoff Michigan, Inc.
$70,000
$65,798.55
Description of Services:
On Demand Design/Build Contract: Design assistance during construction to be performed
during the construction phase of the design/build project for various dynamic message signs in
the Superior Region, various counties. Source of Funds: Federal Highway Administration
Funds/American Recovery and Reinvestment Act of 2009 (ARRA) - $65,798.55.
47.
2009-0134/ Work Order Z9
Pre-Approval Date: January 20, 2009
Eng. Est.
Award Amount
Award Date: November 4, 2009
Job Number: 105847A
Completion Date: December 1, 2010
Parson Brinkerhoff Michigan, Inc.
$75,000
$76,926.33
Description of Services:
On Demand Design/Build Contract: Design assistance during construction to be performed
during the construction phase of the design/build project for various environmental sensing
stations in the North Region, various counties. Source of Funds: Federal Highway
Administration Funds/American Recovery and Reinvestment Act of 2009 (ARRA) - $76,926.33.
*Denotes a non-standard contract/amendment
12/1/09
Page 30 of 45
EXTRAS
48.
Extra 2009 - 156
Control Section/Job Number:
44043-79776
MDOT Project
State Administrative Board -
This project exceeds the $100,000 limit for reviewing extras.
State Transportation Commission -
This project exceeds the $250,000 limit for reviewing extras.
Contractor:
Dan's Excavating, Inc.
12955 23 Mile Road
Shelby Twp., MI 48315
Designed By:
Engineer’s Estimate:
MDOT
$39,473,878.12
Description of Project:
10.14 mi of concrete pavement and shoulder reconstruction, guardrail and drainage improvements, and
bridge rehabilitation of 12 bridges on I-69 from east of M-15 easterly to east of M-24, Genesee and
Lapeer Counties. This project includes a 5 year materials and workmanship pavement warranty and a 2
year bridge painting warranty.
Administrative Board Approval Date:
Contract Date:
Original Contract Amount:
Total of Overruns/Changes (Approved to Date):
Total of Extras/Adjustments (Approved to Date):
Total of Negative Adjustments (Approved to Date):
THIS REQUEST
January 20, 2009
February 13, 2009
$33,560,834.97
(59,653.09)
60,783.00
0.00
750,000.00
Revised Total
$34,311,964.88
- 0.18%
+ 0.18%
+ 0.00%
+ 2.23%
+ 2.23%
SUMMARY:
The total of all Extras and Overruns approved to date, before this request, places this contract 0.00%
over the original budget for an Authorized to Date Amount of $33,561,964.88.
Approval of this extra will place the authorized status of the contract 2.23% or $751,129.91 over the
Original Contract Amount.
Extras Previously Approved by the State Administrative Board: None
Contract Modification Number(s): 3 r. 1
This contract modification requests payment for the following Extra(s)/Adjustment(s) to the contract:
CM 3
79776A
Undercutting and Grade Stabilization EB I-69 at Elba Rd.
Total
12/1/09
$750,000.00
$750,000.00
Page 31 of 45
Reason(s) for Extra(s)/Adjustment(s):
CM 3
Due to the unstable soil conditions encountered during reconstruction, this item is being added to the
contract and it will be a budgeted item. The contractor is directed to perform the stabilization of EB I-69
roadway in the Elba Road area from sta. 1232+00 and 1238+00 as directed via work order #10. The work
has not yet been completed, and the final amount due to the Contractor may later increase or decrease
based on the final force account records. Section 109.07 - Force Account Work – of the 2003 Standard
Specifications for Construction is to be used when MDOT and the contractor can not come to an
agreement on the price of an extra. Force account work compensates the contractor based on the
following: actual labor costs, actual materials costs, and equipment hours worked and the “Rental Rate
Blue Book for Construction.”
This matter was discussed with and concurred by FHWA on Thursday, July 30, 2009.
Section 103.04 – EXTRA WORK – of the 2003 Standard Specifications for Construction was interpreted
to authorize payment for this extra work.
This Extra was recommended for approval by the State Transportation Commission at its November 19,
2009, meeting, and is now recommended for approval by the State Administrative Board on December 1,
2009.
Criticality: This extra is critical to the project ensuring that it meets the current standards and protects the safety
and welfare of the motoring public.
Purpose/Business Case: This extra item is essential to the safe and timely completion of this contract.
Benefit: By adding these items, the state receives a project that has complied with all state and local laws and
regulations, as well as a project that should reach its intended service life.
Funding Source:
79776A: FHWA, 90%; State Restricted Trunkline, 10%; unless otherwise noted;
88206A: FHWA, 80%; State Restricted Trunkline, 20%; unless otherwise noted;
90242A: FHWA, 80%; State Restricted Trunkline, 20%; unless otherwise noted.
Commitment Level: The project was advertised for bids, with the lowest bidder being awarded the contract. The
bids are based on estimated quantities for various items of work to construct the project.
Risk Assessment: This item is required for the safe and timely completion of the project.
Cost Reduction: Economic assessment justifies the costs associated with this benefit to the public by including the
items in this Extra.
Selection: Low bid.
New Project Identification: This is an existing project already under contract.
Zip Code: 48423.
12/1/09
Page 32 of 45
49.
Extra 2009 - 158
Control Section/Job Number:
82544-56190-3
Local Agency Project
State Administrative Board -
This project exceeds the 6% limit for reviewing extras.
State Transportation Commission -
This project exceeds the 10% limit for reviewing extras.
Contractor:
Peter A. Basile Sons, Inc.
13000 Newburgh Road
Livonia, MI 48150
Designed By:
Engineer’s Estimate:
WadeTrim
$1,513,089.00
Description of Project:
Geometric changes and signal revisions at 7 locations including Joy Road at Dexter Avenue, Wyoming
Street, Meyers Road and Hubbell Street, French Road at Warren Avenue and Shoemaker Street and
Hayes Street at Seymour Street in the city of Detroit, Wayne County.
Administrative Board Approval Date:
Contract Date:
Original Contract Amount:
Total of Overruns/Changes (Approved to Date):
Total of Extras/Adjustments (Approved to Date):
Total of Negative Adjustments (Approved to Date):
THIS REQUEST
Revised Total
March 18, 2008
May 7, 2008
$1,367,476.27
10,334.63
72,805.35
0.00
83,374.82
+ 0.76%
+ 5.32%
+ 0.00%
+ 6.10%
$1,533,991.07
+ 12.18%
SUMMARY:
The total of all Extras and Overruns approved to date, before this request, places this contract 6.08%
over the original budget for an Authorized to Date Amount of $1,450,616.25.
Approval of this extra will place the authorized status of the contract 12.18% or $166,514.80 over the
Original Contract Amount.
Extras Previously Approved by the State Administrative Board: None
Contract Modification Number(s): 12
This contract modification requests payment for the following Extra(s)/Adjustment(s) to the contract:
CM 12
Advanced Underground Force Account Items
Minor Traf Devices for Extension of Time
Total
12/1/09
1.000 LS @ $8,711.84/LS
1.000 LS @ $74,662.98/LS
$8,711.84
74,662.98
$83,374.82
Page 33 of 45
Reason(s) for Extra(s)/Adjustment(s):
CM 12
This extra restoration work was for the house on Meyer road, south of Joy Rd. Part of the lawn needed to
be replaced and a tree needed to be removed and replaced in order to make the landscape fit the new curb
& street. Section 109.07 - Force Account Work – of the 2003 Standard Specifications for Construction is
to be used when MDOT and the contractor can not come to an agreement on the price of an extra. Force
account work compensates the contractor based on the following: actual labor costs, actual materials
costs, and equipment hours worked and the “Rental Rate Blue Book for Construction.” Force account
records were kept and are in the project files.
Section 812.04, Item T of the 2003 Standard Specifications for Construction requires a contract
adjustment be paid for traffic control items used on a project during an approved extension of time when
liquidated damages are not assessed. The project had an approved extension of 187 days without the
assessment of liquidated damages. Traffic control devices were required to be used during the extended
time frame and each of these items were included in the original lump sum bid item of Traffic Control. A
contract adjustment was calculated per the specification section listed above. Therefore, the cost for
Minor Traf Devices for Extension of Time was determined as a contract mandated extra cost, per the
formula in Section 812.04, Item T of the 2003 Standard Specifications for Construction.
Section 103.04 – EXTRA WORK – of the 2003 Standard Specifications for Construction was interpreted
to authorize payment for this extra work.
This Extra was recommended for approval by the State Transportation Commission at its November 19,
2009, meeting, and is now recommended for approval by the State Administrative Board on December 1,
2009.
Criticality: This extra is critical to the project ensuring that it meets the current standards and protects the safety
and welfare of the motoring public.
Purpose/Business Case: This extra item is essential to the safe and timely completion of this contract.
Benefit: By adding these items, the state receives a project that has complied with all state and local laws and
regulations, as well as a project that should reach its intended service life.
Funding Source: FHWA, 80%; City of Detroit, 20%; unless otherwise noted.
Commitment Level: The project was advertised for bids, with the lowest bidder being awarded the contract. The
bids are based on estimated quantities for various items of work to construct the project.
Risk Assessment: This item is required for the safe and timely completion of the project.
Cost Reduction: Economic assessment justifies the costs associated with this benefit to the public by including the
items in this Extra.
Selection: Low bid.
New Project Identification: This is an existing project already under contract.
Zip Code: 48206.
12/1/09
Page 34 of 45
50.
Extra 2009 - 159
Control Section/Job Number:
82024-82589
MDOT Project
State Administrative Board -
This project exceeds the 6% limit for reviewing extras.
State Transportation Commission -
This project exceeds the 10% limit for reviewing extras.
Contractor:
C. A. Hull Co., Inc.
8177 Goldie Road
Walled Lake, MI 48390
Designed By:
Engineer’s Estimate:
MDOT
$7,382,165.19
Description of Project:
Rehabilitation of 12 structures on I-94 from Second Avenue northerly to French Street, Wayne County.
Administrative Board Approval Date:
Contract Date:
Original Contract Amount:
Total of Overruns/Changes (Approved to Date):
Total of Extras/Adjustments (Approved to Date):
Total of Negative Adjustments (Approved to Date):
THIS REQUEST
Revised Total
August 7, 2007
August 7, 2007
$8,150,328.51
(524,245.48)
817,894.02
0.00
73,177.17
- 6.43%
+ 10.04%
+ 0.00%
+ 0.90%
$8,517,154.22
+ 4.51%
SUMMARY:
The total of all Extras and Overruns approved to date, before this request, places this contract 3.61%
over the original budget for an Authorized to Date Amount of $8,443,977.05.
Approval of this extra will place the authorized status of the contract 4.51% or $366,825.71 over the
Original Contract Amount.
Extras Previously Approved by the State Administrative Board:
Item Number
2008-022
2009-092
Contract Modification Number
1, 2
6 r. 2
Amount
$695,986.00
$92,259.94
SAB Date
02/05/08
07/21/09
Contract Modification Number(s): 7 r. 1
This contract modification requests payment for the following Extra(s)/Adjustment(s) to the contract:
12/1/09
Page 35 of 45
CM 7 82589A
MDOT Ordered Shutdown for CA Hull
Add on repairs @ Concord
Add on Steel Repairs @ Mt. Elliot
MDOT Ordered shut down force account costs Western Waterproofing
Total
$22,978.47
17,028.44
8,886.22
24,284.04
$73,177.17
Reason(s) for Extra(s)/Adjustment(s):
CM 7
As there was no approved State spending plan for the new fiscal year 2008, MDOT directed the
contractor CA Hull to shutdown during the period 9/28/07 thru 10/2/07. This resulted in idle equipment
costs and labor costs for the contractor during that period. Section 109.03 – Payment for Increased
Contractor Costs – of the 2003 Standard Specifications for Construction states that payment for increased
Contractor costs for labor, equipment and material will be determined when a Contractor is unreasonably
delayed in the construction of the project because of suspension of work that was ordered by the Engineer
for reasons not provided for in the contract and not due to the fault of the Contractor. The cost of this
extra item is based on account records in accordance with section 109.03. These records are included in
the project files.
Per MDOT, the contractor was directed not to paint the structural steel areas repaired at Concord Street
and Mt. Elliot, instead, they were directed to install welded plates and provide a brush coat of primer over
the repairs. The steel was then coated with a cold applied galvanized material to restore the coating.
Section 109.07 - Force Account Work – of the 2003 Standard Specifications for Construction is to be
used when MDOT and the contractor can not come to an agreement on the price of an extra. Force
account work compensates the contractor based on the following: actual labor costs, actual materials
costs, and equipment hours worked and the “Rental Rate Blue Book for Construction.” These records are
included in the project files.
As there was no approved spending plan for new fiscal year 2008, MDOT directed the sub contractor,
Western Waterproofing, to shutdown during the period 9/28/07 thru 10/2/07. This resulted in idle
equipment costs and labor costs for the contractor during that period. Section 109.03 – Payment for
Increased Contractor Costs – of the 2003 Standard Specifications for Construction states that payment for
increased Contractor costs for labor, equipment and material will be determined when a Contractor is
unreasonably delayed in the construction of the project because of suspension of work that was ordered
by the Engineer for reasons not provided for in the contract and not due to the fault of the Contractor. The
cost of this extra item is based on account records in accordance with section 109.03 and also includes a
5% markup for the prime contractor CA Hull, as per Section 109.07.G of the 2003 Standard
Specifications for Construction.
Section 103.04 – EXTRA WORK – of the 2003 Standard Specifications for Construction was interpreted
to authorize payment for this extra work.
These Extras were recommended for approval by the State Transportation Commission at its November
19, 2009 meeting, and are now recommended for approval by the State Administrative Board on
December 1, 2009.
Criticality: This extra is critical to the project ensuring that it meets the current standards and protects the safety and
welfare of the motoring public.
Purpose/Business Case: This extra item is essential to the safe and timely completion of this contract.
Benefit: By adding this item, the state receives a project that has complied with all state and local laws and
regulations, as well as a project that should reach its intended service life.
Funding Source: State Restricted Trunkline, 99.87%; SBC Communications, 0.13%, unless otherwise noted.
12/1/09
Page 36 of 45
Commitment Level: The project was advertised for bids, with the lowest bidder being awarded the contract. The
bids are based on estimated quantities for various items of work to construct the project.
Risk Assessment: This item is required for the safe and timely completion of the project.
Cost Reduction: Economic assessment justifies the costs associated with this benefit to the public by including the
item in this Extra.
Selection: Low bid.
New Project Identification: This is an existing project already under contract.
Zip Code: 48216.
51.
Extra 2009 - 160
Control Section/Job Number:
82457-52174
Local Agency Project
State Administrative Board -
This project exceeds the 6% limit for reviewing extras.
State Transportation Commission -
This project exceeds the 10% limit for reviewing extras.
Contractor:
Walter Toebe Construction Co.
P. O. Box 930129
Wixom, MI 48393
Designed By:
Spalding DeDecker Associates, Inc.
Ayres, Lewis, Norris & May, Inc.
Engineer’s Estimate:
$10,335,376.80
Description of Project:
0.74 km of railroad grade separation and concrete pavement reconstruction, drainage improvements,
water main relocations, pump house construction, 2 span steel I beam bridge and pavement markings on
Sheldon Road from 120 m south of Nantucket to 100 m north of M-14 overpass in the city of Plymouth,
Wayne County.
Administrative Board Approval Date:
Contract Date:
Original Contract Amount:
Total of Overruns/Changes (Approved to Date):
Total of Extras/Adjustments (Approved to Date):
Total of Negative Adjustments (Approved to Date):
THIS REQUEST
Revised Total
November 8, 2006
November 20, 2006
$10,170,387.92
164,871.22
4,031,606.59
(3,285.00)
102,059.81
$14,465,640.54
+ 1.62%
+ 39.64%
- 0.03%
+ 1.00%
+ 42.23%
SUMMARY:
The total of all Extras and Overruns approved to date, before this request, places this contract 41.23%
over the original budget for an Authorized to Date Amount of $14,363,580.73.
Approval of this extra will place the authorized status of the contract 42.23% or $4,295,252.62 over the
Original Contract Amount.
12/1/09
Page 37 of 45
Extras Previously Approved by the State Administrative Board:
Item Number
2007-85
2007-148
2008-113
2008-131
2008-138
2008-170
2009-026
2009-035
2009-064
2009-096
2009-144
Contract Modification Number
7
8
12, 13, 14 r. 3, 15 r. 2, 16, 17, 18, 19, 20 r. 1, 21
33
23, 25, 26, 27, 28, 29, 31
22, 30, 32, 34
35 r. 2, 36 r. 1
37, 38, 39, 41, 42, 43
44, 46, 47, 48, 55
56, 57, 58, 59, 60, 61, 62, 63, 64, 65
67 r. 2, 68 r. 1, 70 r. 1, 72 r 1, 73
Amount
$350,000.00
$350,000.00
$160,381.83
$1,392,435.00
$373,605.80
$39,358.15
$463,836.34
$44,477.45
$127,838.28
$405,701.65
$224,925.76
SAB Date
06/05/07
10/02/07
08/05/08
09/02/08
09/02/08
11/05/08
02/03/09
03/04/09
06/16/09
07/21/09
09/30/09
Contract Modification Number(s): 76
This contract modification requests payment for the following Extra(s)/Adjustment(s) to the contract:
CM 76
Slope Paving Header
Slope Paving, Conc
Total
141.430 m @ $299.11/m
581.800 m2 @ $102.71/m2
$42,303.13
59,756.68
$102,059.81
Reason(s) for Extra(s)/Adjustment(s):
CM 76
The contractor was directed to place a Slope Paving Header and Slope Paving, Conc under the M-14
overpasses in order to address the steep slopes created by the change in the Sheldon Road elevation and
also to provide a surface that will be maintenance free. With this area being heavily shaded and shielded
from any rainfall it precluded the use of any sort of vegetation to accomplish the restorative effort. This
work was not included in the contract documents and there are no offsetting original line items associated
with this extra work. The extra cost was negotiated per Section 103.04 of the 1996 Standard
Specifications for Construction, and is reasonable when compared to similar items and quantities in
MDOT’s Average Unit Price Index.
Section 103.04 – EXTRA WORK – of the 1996 Standard Specifications for Construction was interpreted
to authorize payment for this extra work.
These Extras were recommended for approval by the State Transportation Commission at its November
19, 2009, meeting, and are now recommended for approval by the State Administrative Board on
December 1, 2009.
Criticality: These extras are critical to the project ensuring that it meets the current standards and protects the
safety and welfare of the motoring public.
Purpose/Business Case: These extra items are essential to the safe and timely completion of this contract.
Benefit: By adding these items, the state receives a project that has complied with all state and local laws and
regulations, as well as a project that should reach its intended service life.
Funding Source: FHWA, 69.95%; Wayne County, 12.56%, State Restricted Trunkline, 17.49%; unless otherwise
noted.
12/1/09
Page 38 of 45
Commitment Level: The project was advertised for bids, with the lowest bidder being awarded the contract. The
bids are based on estimated quantities for various items of work to construct the project.
Risk Assessment: These items are required for the safe and timely completion of the project.
Cost Reduction: Economic assessment justifies the costs associated with this benefit to the public by including the
items in this Extra.
Selection: Low bid.
New Project Identification: This is an existing project already under contract.
Zip Code: 48170.
52.
Extra 2009 - 161
Control Section/Job Number:
82123-45199
MDOT Project
State Administrative Board -
This project exceeds the 6% limit for reviewing extras.
State Transportation Commission -
Does not meet criteria.
Contractor:
Walter Toebe Construction Co.
P. O. Box 930129
Wixom, MI 48393
Designed By:
Engineer’s Estimate:
MDOT
$24,774,092.81
Description of Project:
0.93 mi of reconstruction of mainline I-96 and ramps, drainage work, signing, pavement marking,
lighting, ITS, guardrail construction, concrete barrier wall and valley gutter, curb and gutter, and turf
establishment, and bridge work of deck replacement, overlay, steel repair, pin and hanger, paint,
guardrail, substructure and abutment repair, widening, beam heat straightening on 14 bridges on I-96
from Warren Avenue to Roosevelt Avenue in the city of Detroit, Wayne County.
Administrative Board Approval Date:
Contract Date:
Original Contract Amount:
Total of Overruns/Changes (Approved to Date):
Total of Extras/Adjustments (Approved to Date):
Total of Negative Adjustments (Approved to Date):
THIS REQUEST
Revised Total
February 1, 2005
February 3, 2005
$25,933,021.14
736,150.43
1,631,813.22
0.00
357,311.59
+ 2.84%
+ 6.29%
+ 0.00%
+ 1.38%
$28,658,296.38
+ 10.51%
SUMMARY:
The total of all Extras and Overruns approved to date, before this request, places this contract 9.13%
over the original budget for an Authorized to Date Amount of $28,300,984.79.
Approval of this extra will place the authorized status of the contract 10.51% or $2,725,275.24 over the
Original Contract Amount.
12/1/09
Page 39 of 45
Extras Previously Approved by the State Administrative Board:
Item Number
2005-147
2006-027
2006-118
2007-191
2009-036
Contract Modification Number
6 r. 2
10 r. 1
17 r. 1
23 r. 1
24
Amount
$320,000.00
$250,000.00
$$364,822.50
$37,802.39
$55,348.84
SAB Date
12/06/05
03/07/06
09/05/06
12/18/07
03/17/09
Contract Modification Number(s): 25 r. 1
This contract modification requests payment for the following Extra(s)/Adjustment(s) to the contract:
CM 25
45199A
Acceleration Claim
Cold Weather Inefficiency
Cold Weather Protection
Price Adj for Authorized Extension of Time
Idled Equipment S01
Total
$51,728.04
153,393.50
40,335.87
68,722.00
43,132.18
$357,311.59
Reason(s) for Extra(s)/Adjustment(s):
CM 25
The Acceleration Claim is a result of a significant delay due to the discovery of a buried full-width strut
that was stabilizing the adjacent wall underneath the roadway. Per the special provision for "Extension of
Time and Extra Cost for Incentive/Disincentive Projects" on page 197 of the proposal, the contractor is
being reimbursed for his actual direct costs that were necessary to keep the project on schedule. The time,
equipment, and materials costs necessary to complete the work were determined using a process similar to
the force account work process. The costs were deemed reasonable based on comparison to the certified
payrolls, the Blue Book equipment rental rates, and actual costs for materials, and were determined by
negotiation per Section 103.04 of the 2003 Standard Specifications for Construction. The documentation
of these direct costs is in the project files.
The work was delayed on S01 of 82124, I-96 under Warren Road, and S36 of 82123, 1-96 under West
Grand Blvd and Tireman, due to reasons beyond the contractor’s control. The Warren Bridge was
delayed because of site conditions for the relocation of public lighting department facilities, as well as, the
conversion of the West Grand Blvd deck from a deep overlay to a complete deck replacement owing to
the greater deterioration of the deck than was expected.
These delays caused the deck work on these two bridges to be done in the winter months, instead of the
summer, as anticipated by MDOT and the contractor. The contractor subsequently submitted a claim for
the inherent inefficiencies of working in cold weather that was unanticipated in his original bid
submission. The contractor tracked the temperatures of each work day, and then converted that to a
percentage inefficiency using the Thomas & Yiakourmis Model for Labor Efficiency as a Function of
Ambient Temperature. This model showed a net labor inefficiency amounting to $153,393.50. As a
check to this theoretical calculation, MDOT then asked the contractor to calculate the inefficiency by
another method to try to verify the extra costs shown by the Inefficiency Model. The contractor then
calculated the inefficiency by a method that has previously been used by MDOT.
12/1/09
Page 40 of 45
The contractor prepared a force account for all his costs during the winter work on these two decks, and
then subtracted from that total his payments from MDOT for the actual units of work completed at the
contract unit bid prices. This method showed a deficit of $173,000, or, in other words, the dollar cost of
the inefficiency of being forced to perform the work in cold weather.
With the inefficiency shown by the theoretical model, with the force account model as a backup, MDOT
negotiated, per Section 103.04 of the Standard Specifications for Construction, a payment of $153.393.50
for the Contractor's additional costs due to cold weather inefficiency. This is considered to be a fair and
equitable settlement.
Extra cold weather protection was required to complete the work during the approved extended period of
time during the winter months under force account. Section 109.07 - Force Account Work – of the 2003
Standard Specifications for Construction is to be used when MDOT and the contractor can not come to an
agreement on the price of an extra. Force account work compensates the contractor based on the
following: actual labor costs, actual materials costs, equipment hours worked, and the “Rental Rate Blue
Book for Construction.”
Section 812.04, Item T of the 2003 Standard Specifications for Construction requires a contract
adjustment be paid for traffic control items used on a project during an approved extension of time when
liquidated damages are not assessed. Traffic control devices were required to be used during the extended
time frame. A contract adjustment was negotiated per the specification section listed above and the
special provision Minor Traffic Devices and Flag Control During an Approved Extension of Time.
Therefore, the cost for Price Adj for Authorized Extension of Time was determined as a contract
mandated extra cost, per the 2003 Standard Specifications for Construction and the cited special
provision.
Warren Avenue bridge (S01) had lengthy delays due to PLD conditions outside the scope of the contract
work. Force account records were kept and approved for idled equipment caused by these delays. These
records only include equipment that was required for demolition and construction of S01. The equipment
went idle upon the remainder of the project being completed on August 20, 2005 and only remained idle
until demolition operations on the weekend of October 1, 2005. Section 109.03 – Payment for Increased
Contractor Costs – of the 2003 Standard Specifications for Construction states the Department may
authorize the payment of documented increases in idled equipment when a Contractor is unreasonably
delayed in the construction of the project because Utilities were not moved according to the contract
which created a delay of the controlling operation.
Section 103.04 – EXTRA WORK – of the 2003 Standard Specifications for Construction was interpreted
to authorize payment for this extra work.
This Extra is recommended for approval by the State Administrative Board on December 1, 2009.
Purpose/Business Case: These extra items were essential to the safe and timely completion of this contract.
Benefit: By adding these items, the state receives a project that has complied with all state and local laws and
regulations, as well as a project that should reach its intended service life.
Funding Source:
45199A: FHWA, 80.00%; State Restricted Trunkline, 17.50%; City of Detroit, 2.50%; unless otherwise noted;
48608A: FHWA, 86.67%; State Restricted Trunkline, 12.25%; City of Detroit, 1.08%; unless otherwise noted;
51502A: FHWA, 80.00%; State Restricted Trunkline, 17.50%; City of Detroit, 2.50%; unless otherwise noted;
59284A: FHWA, 90.00%; State Restricted Trunkline, 8.75%; City of Detroit, 1.25%; unless otherwise noted;
78719A: State Restricted Trunkline Funds, 100%, unless otherwise noted.
Commitment Level: The project was advertised for bids, with the lowest bidder being awarded the contract. The
bids are based on estimated quantities for various items of work to construct the project.
Risk Assessment: These items were required for the safe and timely completion of the project.
12/1/09
Page 41 of 45
Cost Reduction: Economic assessment justifies the costs associated with this benefit to the public by including the
items in this Extra.
Selection: Low bid.
New Project Identification: This is an existing project already under contract.
Zip Code: 48612.
OVERRUNS
53.
Overrun 2009 - 32
Control Section/Job Number:
81072-100029
MDOT Project
State Administrative Board -
This project exceeds the 10% limit for reviewing overruns.
State Transportation Commission -
This project exceeds the 15% limit for reviewing overruns.
Contractor:
Barrett Paving Materials Inc.
5800 Cherry Hill Road
Ypsilanti, MI 48198
Designed By:
Engineer’s Estimate:
MDOT
$1,413,521.21
Description of Project:
4.33 mi of hot mix asphalt cold milling, resurfacing and upgrading sidewalk ramps on I-94BL from Main
Street to east of US-23 in the city of Ann Arbor, Washtenaw County. This project includes a 3 year
pavement performance warranty. A 2008 highway preventive maintenance project.
Administrative Board Approval Date:
December 18, 2007
Contract Date:
February 20, 2008
Original Contract Amount:
$1,550,550.00
Total of Overruns/Changes (Approved to Date):
155,055.00
Total of Extras/Adjustments (Approved to Date):
154,680.94
Total of Negative Adjustments (Approved to Date):
0.00
THIS REQUEST
96,320.00
Revised Total
$1,956,605.94
+ 10.00%
+ 9.98%
+ 0.00%
+ 6.21%
+ 26.19%
SUMMARY:
The total of all Extras and Overruns approved to date, before this request, places this contract 19.98%
over the original budget for an Authorized to Date Amount of $1,860,285.94.
Approval of this overrun will place the authorized status of the contract 26.19% or $406,055.94 over the
Original Contract Amount.
Overruns Previously Approved by the State Administrative Board: None
This request allows payment for the following increases to the contract:
Sidewalk, Rem
Total
12/1/09
5,600 Syd @ $17.20/Syd
$96,320.00
$96,320.00
Page 42 of 45
Reason(s) for Overrun(s):
This item is being increased as part of bringing the sidewalk and ramps up to ADA requirements. As the
ramps were being installed to the ADA standards, the sidewalk connecting to the ramps needed to be
removed and replaced to meet specifications.
This Overrun was recommended for approval by the State Transportation Commission at its November
19, 2009, meeting and is now recommended for approval by the State Administrative Board on December
1, 2009.
Criticality: This original items increase is critical to the project ensuring that it meets the current standards and
protects the safety and welfare of the motoring public.
Purpose/Business Case: This request is to compensate the contractor for the additional quantities of original
contract items.
Benefit: The public benefits from the project being constructed to the published standards.
Funding Source: FHWA, 81.85%; State Restricted Trunkline, 18.15%, unless otherwise noted.
Commitment Level: The project was advertised for bids, with the lowest bidder being awarded the contract. The
bids are based on estimated quantities for various items of work to construct the project.
Risk Assessment: The risk associated with not doing this work is that the motoring public will be driving on
substandard roadway facilities.
Cost Reduction: The price has been fixed by contract.
Selection: Low bid.
New Project Identification: This is an existing project already under contract.
Zip Codes: 48104, 48105.
54.
Overrun 2009 - 33
Control Section/Job Number:
50458-86465
Local Agency Project
State Administrative Board -
This project exceeds the 10% limit for reviewing overruns.
State Transportation Commission -
This project exceeds the 15% limit for reviewing overruns.
Contractor:
Florence Cement Company
12798 23 Mile Road
Shelby Twp., MI 48315
Designed By:
Engineer’s Estimate:
Anderson, Eckstein and Westrick
$1,033,772.00
Description of Project:
1.49 mi of concrete joint repair and ADA sidewalk ramp upgrades on Martin Road from Groesbeck
Highway easterly to Gratiot Avenue in the city of Roseville, Macomb County.
Administrative Board Approval Date:
Contract Date:
Original Contract Amount:
Total of Overruns/Changes (Approved to Date):
Total of Extras/Adjustments (Approved to Date):
Total of Negative Adjustments (Approved to Date):
THIS REQUEST
Revised Total
12/1/09
October 16, 2007
January 2, 2008
$826,718.53
82,671.85
43,772.43
0.00
265,882.00
+ 10.00%
+ 5.29%
+ 0.00%
+ 32.16%
$1,219,044.81
+ 47.46%
Page 43 of 45
SUMMARY:
The total of all Extras and Overruns approved to date, before this request, places this contract 15.29%
over the original budget for an Authorized to Date Amount of $953,162.81.
Approval of this overrun will place the authorized status of the contract 47.46% or $392,326.28 over the
Original Contract Amount.
Overruns Previously Approved by the State Administrative Board: None
This request allows payment for the following increases to the contract:
Pavt Repr, Nonreinf Conc, 9” Modified
Lane Tie, Epoxy Anchored
Total
6,500.000 Syd @ $36.51/Syd
4,900.000 Ea @ $5.83/Ea
$237,315.00
28,567.00
$265,882.00
Reason(s) for Overrun(s):
The concrete patching quantity increased dramatically on this project since the grade inspection was
performed. The increased quantity was caused by an accelerated deterioration as a result of Alkali-Silica
Reaction (ASR). Alkali-silica reactivity is the process in which certain minerals (mostly glass type silica)
in the presence of moisture are broken down by the highly alkaline environment of concrete, producing a
gel that expands, creating tensile forces in the concrete matrix which cause cracking of the concrete. The
cracking then allows more water to infiltrate the concrete, creating more gel, more expansion etc.
Ultimately, the concrete failed under accelerated deterioration. The pavement affected by the ASR had to
be removed and replaced to provide a satisfactory product.
This Overrun was recommended for approval by the State Transportation Commission at its November,
19, 2009, meeting and is now recommended for approval by the State Administrative Board on December
1, 2009.
Criticality: This original items increase is critical to the project ensuring that it meets the current standards and
protects the safety and welfare of the motoring public.
Purpose/Business Case: This request is to compensate the contractor for the additional quantities of original
contract items.
Benefit: The public benefits from the project being constructed to the published standards.
Funding Source: FHWA, 74.49%; City of Roseville, 25.51%, unless otherwise noted.
Commitment Level: The project was advertised for bids, with the lowest bidder being awarded the contract. The
bids are based on estimated quantities for various items of work to construct the project.
Risk Assessment: The risk associated with not doing this work is that the motoring public will be driving on
substandard roadway facilities.
Cost Reduction: The price has been fixed by contract.
Selection: Low bid.
New Project Identification: This is an existing project already under contract.
Zip Codes: 48066.
12/1/09
Page 44 of 45
In accordance with MDOT’s policies and procedures and subject to concurrence by the Federal
Highway Administration, the preparation and award of the appropriate documents approved by the
Attorney General, and compliance with all legal and fiscal requirements, the Director recommends for
approval by the State Administrative Board the items on this agenda.
The approval by the State Administrative Board of these contracts does not constitute the award of
same. The award of contracts shall be made at the discretion of the Director-Department of
Transportation when the aforementioned requirements have been met. Subject to exercise of that
discretion, I approve the contracts described in this agenda and authorize their award by the responsible
management staff of MDOT to the extent authorized by, and in accordance with, the
December 14, 1983, resolution of the State Transportation Commission and the Director’s delegation
memorandum of October 31, 2006.
Respectfully submitted,
Authorized Signature on File
November 19, 2009
Kirk T. Steudle
Director
12/1/09
Page 45 of 45
---------Mr. DeBano presented the Transportation and Natural Resources Committee
Report for the regular meeting of November 25, 2009. After review of the
foregoing Transportation and Natural Resources Committee Report, Mr.
DeBano moved that the Report covering the regular meeting of November 25,
2009, be approved and adopted with Item 16 of the regular Transportation
agenda withdrawn at the State Administrative Board meeting on December 1,
2009. The motion was supported by Mr. Isom and unanimously approved.
8.
MOTIONS AND RESOLUTIONS:
NONE
9.
ADJOURNMENT:
Mr. DeBano moved to adjourn the meeting. The motion was supported by Ms.
MacDowell and unanimously approved. Mr. Wernet adjourned the meeting.
_____________________________
SECRETARY
_____________________________
CHAIRPERSON
Fly UP