...

APPROVED

by user

on
Category: Documents
20

views

Report

Comments

Description

Transcript

APPROVED
APPROVED
JUN 0 7 2011
MICHIGAN STATE
IVE
BOARD
ADMINISTRAT
Lansing, Michigan
May 17, 2011
A regular meeting of the State Administrative Board was held in the Lake Superior Room,
1st Floor, Michigan Library and Historical Center, on Tuesday, May 17, 2011, at 11:00 a.m.
Present:
Mike Gadola, Legal Counsel, representing Rick Snyder, Chairperson
Nat Forstner, Chief of Staff, representing Brian Calley, Lt. Governor
Mike Senyko, Chief of Staff, representing Ruth Johnson, Secretary of State
Michael Reilly, Assistant Attorney General, representing Bill Schuette, Attorney
General
Tom Saxton, Deputy Treasurer, representing Andy Dillon, State Treasurer
Janet Laverty, Director, Office of Financial Management, representing Michael
P. Flanagan, Superintendent of Public Instruction
Myron Frierson, Bureau Director, Finance and Administration, representing
Kirk T. Steudle, Director, Department of Transportation
Sherry Bond, Secretary
Others Present:
Pat Mullen, Debbie Roberts, Janet Rouse, Department of Technology, Management and
Budget; Dee Grover, Department of Transportation
1.
CALL TO ORDER:
Mr. Gadola called the meeting to order and led the Pledge of Allegiance to the Flag.
2.
READING OF MINUTES OF PRECEDING MEETING AND APPROVAL
THEREOF:
Mr. Senyko moved that the minutes of the regular meeting of May 3, 2011, be
approved and adopted. The motion was supported by Mr. Frierson and unanimously
approved.
3.
HEARING OF CITIZENS ON MATTERS FALLING UNDER JURISDICTION OF THE
BOARD:
NONE
May 17, 2011 No. 2
4.
COMMUNICATIONS:
Correspondence was received from Kirk T. Steudle, Director of the Department of
Transportation, regarding an emergency purchase of $34,610.00 with WESCO
Distribution for emergency replacement parts for the pump station serving the I696 and M-10 interchange in Southfield.
5.
UNFINISHED BUSINESS:
NONE
6.
NEW BUSINESS:
Retention and Disposal Schedules
DEPARTMENT OF EDUCATION, Office of Professional Preparation, 05/17/2011
DEPARTMENT OF MICHIGAN STATE POLICE, Criminal Justice Information
Center, 5/17/2011
SCHOOLCRAFT COLLEGE,
Business-Finance Division,
Record Retention & Archives Department, and
Business Services & Risk Management, 5/17/2011
Instruction Division,
Sciences,
Nursing,
Music,
The MacGuffin/The Community College Enterprise,
Children's Center,
Office of Curriculum and Assessment (OCA), and
Business Development Center (BDC), 5/17/2011
Student Services Division, Dean of Student Service, 5,17,2011
Mr. Saxton moved that the retention and disposal schedules be approved and
adopted. The motion was supported by Mr. Senyko and unanimously approved.
7.
REPORTS AND RECOMMENDATIONS OF COMMITTEES:
(Please see the following pages)
May 17, 2011 No. 3
STATE OF MICHIGAN
RICK SNYDER
GOVERNOR
DEPARTMENT OF TRANSPORTATION
KIRK T. STEUDLE
DIRECTOR
LANSING
May 16, 2011
Ms. Sherry Bond, Secretary
State Administrative Board
P. 0. Box 30026
Lansing, Michigan 48909
Dear Ms. Bond:
The Michigan Department of Transportation (MDOT) must obtain State Administrative Board
(SAB) approval for all maintenance/construction contracts $25,000, or greater, prior to
commencement of work. In cases where MDOT determines emergency action is required, these
standard procedures cannot be followed prior to work commencing. In accordance with
Administrative Guide Procedure 0510.38 Emergency Purchases, a letter describing the
emergency and action taken shall be submitted to notify the SAB, Civil Service Commission,
and other sources, if applicable.
On October 11, 2010, a fire damaged River Rouge Pump station. Pump station is now running at
50%. This pump station serves 1-696 and M-10 interchange in Southfield. Risk of freeway
flooding exists in a heavy rain event or from the loss of one or both pumps. MDOT determined
that an emergency purchase of replacement parts for a Westinghouse Motor Control Center was
necessary because of the imminent threat to public safety, and that emergency action was needed
to protect the traveling public.
Steve Poyhonen of MDOT Statewide Maintenance got a quote from WESCO Distribution of
$34,610.00 for the replacement parts for a Westinghouse Motor Control Center. Westinghouse
parts must be used for this Motor Control Center.
Thank you for your consideration in this matter. If you have any questions, please contact either
Laura Mester at (517) 241-2674 or Steve Poyhonen, (517) 322-1659.
Sincerely,
`111/1„..04..t.t
Ar
n Kirk T. Steudle
Director
6333 OLD LANSING ROAD • LANSING, MICHIGAN 48917
www.michigan,gov • (517) 373-2090
LH-LAN-0 (01/11)
APPROVED
May 17, 2011 No. 4
May17,2011
Michigan State
Administrative Board
COMMITTEE REPORT TO THE
STATE ADMINISTRATIVE BOARD
The Honorable Rick Snyder, Governor
and
Members of the State Administrative Board
A regular meeting of the Building Committee was held at 11:00 a.m.
on May 10, 2011. Those present being:
Chairperson: Mary G. MacDowell, representing
State Treasurer Dillon
Approv
Member:
Elizabeth Clement, representing
Governor Snyder
Approved
Member:
Nat Forstner, representing
Lt. Governor Calley
Approved
Others: Iris Lopez, Department of Attorney General; Sherry Bond, Pat
Mullen, Debbie Roberts, Janet Rouse, Department of Technology,
Management and Budget
Ms. MacDowell called the meeting to order.
The Building Committee Regular Agenda and Recovery Act Funds Agenda
were presented.
Following discussion, Ms. Clement moved that the Regular Agenda and
Recovery Act Funds Agenda be recommended to the State Administrative
Board for approval. Supported by Mr. Forstner, the motion was
unanimously adopted.
Ms. MacDowell adjourned the meeting.
May 17, 2011 No. 5
(05-06-11/9:30am/FINAL)
AGENDA
BUILDING COMMITTEE / STATE ADMINISTRATIVE BOARD
May 10, 2011 / May 17, 2011
11:00 AM. Lake Superior Room 1 st 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 CONTRACTS
1. DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET, GRAND
RAPIDS — Michigan Court of Appeals — Office Move
File No. 071/11108.JRC - Index No. 41101
Low Responsive Bidder: Owen-Ames-Kimball Company, Grand Rapids,
$379,295.00
Purpose/Business Case
The purpose of this contract is to provide build-out of office space to allow the Michigan
Court of Appeals to relocate from leased space into existing vacant space in the Grand
Rapids State Office Building.
Benefit
The State will benefit by eliminating the cost of the lease.
Funding Source
100% Special Maintenance Funds
Commitment
The contract cost is fixed based on competitive bids.
Risk Assessment
Failure to approve this build-out will result in the Court of Appeals remaining in leased
space while vacant space exists in the state owned building.
Zip Code
49525
2. DEPARTMENT OF MILITARY AND VETERANS AFFAIRS, GRAYLING — Camp
Grayling Annual Training Center — Water System Improvements
File No. 511/11137.RAN - Index No. 21000
Low Responsive Bidder: Ripman Construction Company, Inc., St. Helen;
$696,415.00
Purpose/Business Case
The purpose of this contract is to replace old and undersized water mains along
Howe Road and Third Street and to construct a potable water booster pumping
station at Camp Grayling.
1
May 17, 2011 No. 6
(05-06-1119:30am/FINAL)
Benefit
The State will benefit by providing the Camp Grayling Training facility with the
necessary water distribution system improvements which are vital for proper training
of the State's military personnel.
Funding Source
100% Federal Funds
Commitment
The contract cost is fixed based on competitive bids. The amount of the contract is
within the authorized budget.
Risk Assessment
Failure to approve this contract will result in continued inadequate water supply to
support the training facilities.
Zip Code
49738
MODIFICATION TO PROFESSIONAL SERVICES CONTRACTS
3. DEPARTMENT OF ENVIRONMENTAL QUALITY, MASON - Americhem
Corporation Facility Site - Performing Biostimulation Pilot Test
File No. 761110007.SAR - Index No. 44801
That the contract for professional services with Environmental Consulting &
Technology, Inc., Ann Arbor, be increased $249,846.31.
Purpose/Business Case
The purpose of this modification is to provide for the design and construction of the
biostimulation feasibility pilot test system expansion including additional operation,
maintenance and monitoring of the pilot test through April 2012. The test is being
performed for the enhancement of naturally occurring dechlorination of the groundwater.
The results of the test will be used to design a broad, diverse treatment process for the
remediation of the site.
Benefit
The State will benefit by assessing the implementation of biostimulation technology to
cleanup existing site contamination and protecting the environment.
Funding Source
100% Cleanup and Redevelopment Funds (CRF)
Commitment
The professional services contract modification will be paid on a billing rate basis plus
reimbursables. The amount of the contract is within the authorized budget.
Risk Assessment
Failure to approve this modification could result in not having adequate information to
determine the best method for remediating this site.
Zip Code
48854
2
May 17, 2011 No. 7
(05-06-11/9: 30am/FINAL)
CONTRACT CHANGE ORDERS
4. DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET, LANSING
— Lewis Cass Building — 1st & 2nd Floor Renovations
File No. 071/06080.JRC - Index No. 44101
HBC Contracting, Lansing; CCO No. 17, Incr. $10,559.05
Purpose/Business Case
The purpose of this change order is to remove and replace the existing interior handrails
at the north building entrance. The existing handrails are in poor physical condition and
do not meet the current Americans with Disabilities Act (ADA) requirements.
Benefit
The State will benefit by having a new handrail system installed that will be ADA
compliant and will match the newly installed handrail systems at the east and west
building entrances.
Funding Source
100% Agency Operating Funds
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 will result in having a handrail system that is not in
compliance to ADA requirements and in poor condition creating potential safety
concerns.
Zip Code
48933
5. DEPARTMENT OF ENVIRONMENTAL QUALITY, MUSKEGON — Zephyr Naph
Sol Refinery Site — Installation and Operation of Free Product Collection System
File No. 761/98333.AGY - Index No. 44901
Superior Environmental, Inc., Marne; CCO No. 20, Incr. $77,366.15
Purpose/Business Case
The purpose of this change order is to add to the funding of this project so that the
existing contract can be extended three additional months to enable the newly bid
contract to be put in place at the end of this three month extension. This change order
shall provide additional static water level and free product measurements [Increase
$38,400.00], shall provide testing and certification of the system operation as required
by the NPDES permit [Increase $9,697.80], shall provide one granulated activated
carbon changeout [Increase $12,358.75], shall provide 40 events of backwashing all
vessels of the activated carbon system [Increase $8,009.60], and shall provide 40
events of replacing bag filter elements [Increase $8,900.00],. This change order will
extend the project from March 31, 2011 to June 30, 2011, a total of 91 days.
Benefit
3
May 17, 2011 No. 8
(05-06-11/9:30am/FINAL)
The State will benefit by having the remediation system operated during this interim
period, protecting the environment and the public.
Funding Source
100% 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 exacerbation of the existing
contamination endangering the environment and in violation of the regulations.
Zip Code
49444
6. DEPARTMENT OF ENVIRONMENTAL QUALITY, BALDWIN — Wash King
Laundry Site — 0 &M Groundwater and Soil Vapor Extraction Treatment System
File No. 761/06037.RRD - Index No. 44081
Lakeshore Environmental, Inc., Grand Haven, CCO No. 8, Incr. $246,000.00
Purpose/Business Case
The purpose of this change order is to extend the contract completion date by one year
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).
Benefit
The State will benefit by improving the effectiveness of the recovery system in abating
the environmental hazards.
Funding Source
90% Federal-Environmental Protection Funds
10% State-Environmental Protection Bonds
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 shutting down the remediation
system prior to remediation being completed.
Zip Code
49304
7. DEPARTMENT OF ENVIRONMENTAL QUALITY, MASON — Americhem — Free
Product Recovery and Soil Vapor Extraction System Installation
File No. 761107139.RRD - Index No. 44801
Job Site Services, Inc., Bay City; CCO No. 10, Incr. $167,068.00
Purpose/Business Case
4
May 17, 2011 No. 9
(05-06-11/9:30am/FINAL)
The purpose of this change order is to extend the contract completion date by one year
to provide additional operation and maintenance (O&M) services, increase the number
of sampling events of the exhaust from the scrubber, increase the number of sampling
events of the wastewater discharge from the scrubber, increase the number of events
whereby bulk and drummed recovered free product will be loaded, transported, and
disposed at a recycling facility, increase the amount of water softener salt to be
delivered, increase the number of alarm response visits, increase the provisional
allowance by $10,000.00, increase the cash allowance by $54,000.00, obtain additional
bonds and insurance required by contract, This change order will extend the project
from July 7, 2011 to July 7, 2012, a total of 366 days.
Benefit
The State will benefit by the removal of contamination from the site.
Funding Source
100% Refined Petroleum Funds
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 will result in the system being shut down prior to
full remediation of the site.
48854
LEASE FOR STATE OWNED PROPERTY
8. DEPARTMENT OF STATE POLICE — New Lease #11544 effective January 1,
2001, through December 31, 2021, with The Mackinac County Road
Commission, a governmental unit, 706 North State Street, Saint Ignace,
Michigan 49781, as Lessee, and the State of Michigan by the Department of
Technology, Management & Budget for the Department of State Police as
Lessor, for 3,500 square feet of office space located at 706 North State Street,
Saint lgnace, Michigan 49781. The annual rental rate for this Lease is One and
00/100 Dollar ($1.00 per year). This Lease contains a standard cancellation
clause with ninety (90) days advance notice. The Attorney General has
approved this Lease as to legal form.
Purpose/Business Case:
This Lease eliminates a longstanding tenant-at-will scenario by providing a modern
lease agreement.
Benefit:
This Lease allows the State to assign all facility maintenance and repair costs for the
leased premises to the Lessee for the next ten years.
Funding Source:
Income to the State
Commitment Level:
Ten years; however, this Lease contains a standard cancellation clause with ninety (90)
days advance notice.
5
May 17, 2011 No. 10
(05-06-11/9:30am/FINAL)
Risk Assessment:
Non-approval of this lease will hinder the Department from replacing the current tenant-atwill scenario with a modem Lease. Without a lease in place, the occupant could relocate leaving the state with sudden maintenance and repair responsibilities for the leased
premises.
Zip Code:
49781
RECOMMENDATION TO GRANT EASEMENT
9. THE DEPARTMENT OF TECHNOLOGY, MANAGEMENT & BUDGET (DTMB),
recommends the grant of a utility easement to The Detroit Edison Company, a
Michigan corporation, located at One Energy Plaza, Detroit, Michigan 48226,
over lands commonly known as the Hawthorn Center, for consideration of $1.00.
The Department of the Attorney General has approved the easement agreement
as to legal form.
Legislative Background:
1984 PA 431, as amended, authorizes the State Administrative Board to grant
easements. The Detroit Edison Company (DTE Energy) utility easement is described
as follows:
Pole Line Easement: A 12 foot wide pole line easement in part of the Northeast
Section 12, Town 1 South, Range 8 East, Northville Township, Wayne
County, Michigan. Described by its centerline as: Commencing at the East IA
corner of said Section 12, thence South 86°48'28" West 60.09 feet along the
East-West % line of said Section 12 to the West line of Haggerty Road (120 feet
wide), thence along said West line of Haggerty Road (120 feet wide), North
0°00'12" East 56.19 feet to the Point of Beginning; thence South 8T03'44" West
143.24 feet to a point here after known as Point "A" and the Point of Ending.
Anchor Slot Easement: A 12 foot anchor slot easement described by its
centerline as: Beginning at the above mentioned Point "A"; thence South
87°03'44" West 35.00 feet to the Point of Ending.
1/4 of
Purpose/Business Case
The proposed easement is approximately 12 feet wide and 178 feet long located along
the southern boundary of the Hawthorn Center commencing at Haggerty Road. It will
allow DTE Energy a right-of-way to the existing electrical poles, which solely services
the Hawthorn Center.
Benefit
The approval of this recommendation will allow DTE Energy access to their existing
electrical poles for maintenance, repair, upgrades etc.
Funding Source/Commitment Level
N/A
Risk Assessment
6
May 17, 2011 No. 11
(05-06-11/9:30am/FINAL)
Failure to approve this easement would hinder DTE Energy from maintaining and
upgrading the electrical lines servicing the Hawthorn Center.
Zip Code
48167
CONVEYANCE OF SURPLUS STATE REAL PROPERTY
10. THE DEPARTMENTS OF TECHNOLOGY, MANAGEMENT & BUDGET (DTMB)
AND EDUCATION (MDE), recommend the conveyance of surplus state real
property commonly known as the School for the Deaf and described below,
located in City of Flint, County of Genesee, Michigan (the "Property") to Lurvey
White Ventures 1, LLC (Purchaser) for consideration of One Million, Three
Hundred Thousand Dollars ($1,300,000.00). The Purchaser will also reimburse
the State for requested costs necessary to prepare the property for conveyance.
The Office of the Attorney General has approved the quitclaim deed as to legal
form.
Legislative Background:
2010 Public Act 374 (the "Act") authorizes the State Administrative Board to convey the
following property, located in the City of Flint, County of Genesee, Michigan, containing
109.9 acres, more or less, and more particularly described as follows:
Flint School for the Deaf - Main Campus:
A parcel of land located in Sections 8 and 9 of Indian Reservation of 11 Sections at The
Grand Traverse on Flint River, City of Flint, Genesee County, Michigan; the surveyed
boundary being described as Commencing at the Southwest corner of Section 24, Town
7 North, Range 6 East, City of Flint, Genesee County, Michigan; thence North 89°32'40"
East along the South line of said Section 24 a distance of 946.72 feet; thence North
00°27'20" West perpendicular to the South line of said Section 24 a distance of
5,249.20 feet to the Northeast corner of The Plat of Woodcroft No. 1 as recorded in
Liber 8, Pages 34-36 of Genesee County Records; thence South 21°28'40" East
(recorded South 20°37'00" East) along the Easterly line of said Woodcroft No. 1 a
distance of 50.78 feet to the Southerly right of way line of Miller Road; thence North
58°29'55" East along the Southerly right of way line of Miller Road (recorded as North
58°51'00" East) a distance of 304.66 feet to the Easterly right of way line of
Hammerberg Road and the point of beginning of this description; thence South
21°35'20" East along the Easterly line of Hammerberg Road (recorded South 21°07'00"
East) a distance of 1150.36 feet; thence North 58°1910" East a distance of 980.29 feet;
thence North 50°35'15" East a distance of 217.02 feet; thence North 83°1345" East a
distance of 16.81'; thence North 02°55'00" West a distance of 21.62 feet; thence North
12°38'30" West a distance of 54.56 feet; thence North 22°32'00 West a distance of
144.46 feet; thence North 00°57'35" East a distance of 65.50; thence North 09°38'00"
East a distance of 64.53 feet; thence North 12°15'20" East a distance of 38.60 feet;
thence on a non-tangent curve to the right a distance of 71.75 feet, said curve having a
central angle of 20°33'14", a radius of 200.00 feet, a chord of 71.36 feet bearing North
22°19'20" East; thence North 38°38'05" East a distance of 128.98 feet; thence North
7
May 17, 2011 No. 12
(05-06-1119:30am/FINAL)
45°27'15" East a distance of 91.14 feet; thence North 53°20'00" East a distance of
116.37 feet; thence North 21°12'15" East a distance of 46.87 feet; thence North
46°13'40" East a distance of 161.79 feet; thence North 82°23'50" East a distance of
95.46 feet; thence South 69°44'00" East a distance of 82.39 feet; thence South
49°58'35" East a distance of 117.53 feet; thence North 73°41'15" East a distance of
104.52 feet; thence South 67°27'45" East a distance of 58.44 feet; thence on a nontangent curve to the left a distance of 72.42 feet, said curve having a central angle of
23°42'32", a radius of 175.00 feet, a chord of 71.90 feet bearing South 80°57'30" East;
thence North 87°47'40" East a distance of 28.22 feet; thence North 52°53'30" East a
distance of 75.71 feet; thence on a non-tangent curve to the left a distance of 129.04
feet, said curve having a central angle of 49°17'21", a radius of 150.00 feet, a chord of
125.10 feet bearing North 28°51'20" East; thence North 07°13'25" East a distance of
92.16 feet; thence North 01°22'00" East a distance of 22.55 feet; thence North
03°00'45" West a distance of 88.50 feet; thence North 07°43'45" East a distance of
66.36 feet; thence North 25°24'15" West a distance of 44.43 feet; thence on a nontangent curve to the right a distance of 69.55 feet, said curve having a central angle of
49°48'33", a radius of 80.00 feet, a chord of 67.38 feet bearing North 22°31'00" East;
thence South 72°39'00" East a distance of 53.51 feet; thence North 43°01'10" East a
distance of 42.54 feet; thence North 20°45'40" East a distance of 44.59 feet; thence
North 09°05'35" East a distance
of1 35.35 feet; thence North 21°02'35" East a distance
0
of 63.16 feet; thence North 29 01 30" East a distance of 18.38 feet; thence North
17°03'10" East a distance of 25.95 feet; thence North 22°18'55" East a distance of
67.21 feet; thence North 28°24'35" East a distance of 66.38 feet thence North
45°31'25" East a distance of 62.69 feet to a point on the Westerly line of the Fenton and
Bishop's Plat of Outlots as recorded in Liber 14, Page 38 of Plats, Genesee County
Records; thence North 21°32'22" West along said Westerly line a distance of 394.56
feet to a point on the Southerly right of way line of Court Street; thence South 58°28'55"
West along the Southerly right of way line of Court Street (recorded South 58°50'00"
West) a distance of 430.63; thence North 89°53'35" West along the Southerly line of
Court Street (recorded North 89°32'30" West) a distance of 827.56 feet; thence South
51°15'25" West along the Southerly right of way line of Miller Road (recorded South
51°36'30" West) a distance of 144.67 feet; thence on a curve to the left along the
Southerly right of way line of Miller Road a distance of 318.36 feet, said curve having a
central angle of 31°03'37", a radius of 587.27 feet a chord of 314.48 feet bearing South
35°43'40" West (recorded South 36°04'45" West); thence South 20°1155" West along
the Southerly right of way line of Miller Road a distance of 244.83 feet (recorded South
20°33'00" West 244.83 feet); thence on a curve to the right along the Southerly right of
way line of Miller Road a distance of 459.42 feet, said curve having a central angle of
38°1800", a radius of 687.27 feet, a chord of 450.91 feet bearing South 39°20'55" West
(recorded South 39°42'00" West); thence South 58°29'55" West a distance of 807.72
feet (recorded South 58°51'00" West) to the point of beginning of this description.
Parcel contains 68.67 acres of land, more or less.
Happy Hollow Property:
8
May 17, 2011 No. 13
(05-06-1119: 30am/FINAL)
A parcel of land located in Section 24, Town 7 North, Range 6 East, and partly in
Sections 8 and 9 of Indian Reservation of 11 Sections at near The Grand Traverse on
Flint River, City of Flint, Genesee County, Michigan; the surveyed boundary being
described as Commencing at the Southwest corner of said Section 24; thence North
89°32'40" East along the South line of said Section 24 a distance of 1,684.47 feet;
thence North 00°27'20" West perpendicular to the South line of said Section 24 a
distance of 4,172.06 feet to a point on the Northerly right of way line of Limited Access
Highway 1-69 at the intersection of the Easterly Right of Way line
of
Hammerberg Road
0
1
and the point of beginning of this description; thence North 21 28 00" West along the
Easterly line of Hammerberg Road a distance of0 122.00
feet; thence North 58°19'10"
1
East a distance of 980.29 feet; thence North 50 35 15" East a distance of 217.02 feet;
thence North 83°13'45" East a distance of 16.81 feet; thence North 02°55'00" West a
distance of 21.62 feet; thence North 12°38'30" West a distance of 54.56 feet; thence
North 22°32'00 West a distance of 144.46 feet; thence North 00°57'35" East a distance
of 65.50 feet; thence North 09°38'00" East a distance of 64.53 feet; thence North
12°15'20" East a distance of 38.60 feet; thence on a non-tangent curve to the right a
distance of 71.75 feet, said curve having a central angle of 20°33'14", a radius of 200.00
feet, a chord of 71.36 feet bearing North 22°1920" East; thence North 38°38'05" East a
distance of 128.98 feet; thence North 45°27'15" East a distance of 91.14 feet; thence
North 53°20'00" East a distance of 116.37 feet; thence North 21°12'15" East a distance
of 46.87 feet; thence North 46°1340" East a distance of 161.79 feet; thence North
82°23'50" East a distance of 95.46 feet; thence South 69°44'00" East a distance of
82.39 feet; thence South 49°58'35" East a distance of 117.53 feet; thence North
73°41'15" East a distance of 104.52 feet; thence South 67°27'45" East a distance of
58.44 feet; thence on a non-tangent curve to the left a distance of 72.42 feet, said curve
having a central angle of 23°42'32", a radius of 175.00 feet, a chord of 71.90 feet
bearing South 80°57'30" East; thence North 87°47'40" East a distance of 28.22 feet;
thence North 52°53'30" East a distance of 75.71 feet; thence on a non-tangent curve to
the left a distance of 129.04 feet, said curve having a central angle of 49°17'21", a
radius of 150.00 feet, a chord of 125.10 feet bearing North 28°51'20" East; thence North
07°13'25" East a distance of 92.16 feet; thence North 01°22'00" East a distance of
22.55 feet; thence North 03°00'45" West a distance of 88.50 feet; thence North
07°43'45" East a distance of 66.36 feet; thence North 25°24'15" West a distance of
44.43 feet; thence on a non-tangent curve to the right a distance of 69.55 feet, said
curve having a central angle of 49°48'33", a radius of 80.00 feet, a chord of 67.38 feet
bearing North 22°31'00" East; thence South 72°39'00" East a distance of 53.51 feet;
thence North 43°01'10" East a distance of 42.54 feet; thence North 20°45'40" East a
distance of 44.59 feet; thence North 09°05'35" East a distance of 35.35 feet; thence
North 21°02'35" East a distance of 63.16 feet; thence North 29°01'30" East a distance
of 18.38 feet; thence North 17°03'10" East a distance of 25.95 feet; thence North
22°1855" East a distance of 67.21 feet; thence North 28°24'35" East a distance of
66.38 feet; thence North 45°31'25" East a distance of 62.69 feet to a point on the
Westerly line of the Fenton and Bishop's Plat of Outlots as recorded in Liber 14, Page
38 of Plats, Genesee County Records; thence South 21°32'20" East along said
Westerly line a distance of 206.27 feet to a point on the Northerly bank of Swartz Creek;
said point being 10 feet from the water's edge and 35 feet Northerly of the centerline of
9
May 17, 2011 No. 14
(05-06-1119: 30am/FINAL)
said creek; thence on an intermediate traverse line along the water's edge of said
Swartz Creek South 15°46'40" West a distance of 135.65 feet to a point 19 feet from the
water's edge and 44 feet Westerly of the centerline of said creek; thence continuing on
an intermediate traverse line South 49°04'20" East a distance of 114.55 feet to a point 9
feet from the water's edge and 34 feet Westerly from the centerline of said Swartz
Creek; thence continuing on an intermediate traverse line South 23°03'00" East a
distance of 102.31 feet to a point 20 feet from the water's edge and 45 feet Westerly
from the centerline of said Swartz Creek; thence continuing on an intermediate traverse
line South 12°03'20" East a distance of 182.96 feet to a point 7 feet from the water's
edge and 32 feet from the centerline of said Swart Creek; thence continuing on an
intermediate traverse line South 14°25'30" West a distance of 122.84 feet to a point 18
feet from the water's edge and 43 feet from the centerline of said Swartz Creek; thence
continuing on an intermediate traverse line South 57°01'55" West a distance of 39.82
feet to a point 19 feet from the water's edge and 44 feet Northerly from the centerline of
said Swartz Creek; thence continuing on an intermediate traverse line South 23°1020"
West a distance of 63.88 feet to a point 15 feet from the water's edge and 40 feet
Northerly from the centerline of said Swartz Creek and the end of the intermediate
traverse line along the creek; thence South 21°12'45" East along the Westerly line of
the Michigan Department of Transportation drainage right of way a distance of 560.00
feet to the Northerly right of way of Highway 1-69; thence South 68°47'15" West along
the Northerly right of way line of said highway 1-69 a distance of 610.97 feet; thence
South 61°41'12" West continuing along the Northerly right of way line of said highway I69 a distance of 534.91 feet; thence South 21°28'05" East continuing along the
Northerly right of way line of said highway 1-69 a distance of 40.29 feet; thence South
61°41'12" West continuing along the Northerly right of way line of said highway 1-69 a
distance of 50.36 feet; thence North 21°28'05" West continuing along the Northerly right
of way line of said highway 1-69 a distance of 113.31 feet; thence South 68°31'55" West
continuing along the Northerly right of way line of said highway 1-69 a distance of
1539.58 feet to the point of beginning of this description; said parcel to include all land
between the intermediate traverse line and the thread of the stream of the creek and is
subject to the correlative rights of the other riparian owners and the public trust in these
waters; said parcel containing more or less 41.244 acres to the intermediate traverse
li ne.
The property description is approximate and is subject to adjustment as the State
Administrative Board or Attorney General considers necessary by survey or other legal
description.
Sale of the Property includes all surplus, salvage and scrap located on the Property and
within the buildings, except for items expressly identified in the superintendent's house
by the Department of Natural Resources, Michigan Historical Center.
Section 6 of the Act requires that the Property be first offered to Lurvey White Ventures
1, LLC and is contingent upon them entering into lease number 11530 with the state,
providing a new and renovated school for the deaf, on approximately 17.5 acres of the
property. The state shall not reserve oil, gas, or mineral rights to the Property; however,
10
May 17, 2011 No. 15
(05-06-1119:30am/FINAL)
if the purchaser or any grantee or any successor develops any oil, gas, or minerals,
they shall pay the state 50% of the gross revenue generated from the development.
The net revenue received from the sale of the Property must be used first to retire any
outstanding debt financed by the State Building Authority for the residential facility on
the property and reimburse any money that was financed by the State Building Authority
for special maintenance projects on the site. Any funds remaining shall be deposited to
the General Fund.
Purpose/Business Case
The conveyance satisfies the criteria set forth in 2010 Public Act 374. That Act
authorizes the conveyance of property commonly known as the School for the Deaf
located at 1667 Miller Road, Flint, Michigan. The property contains approximately 15
buildings on a 109.9 +1- acre parcel.
Benefit
This conveyance allows the State to end its ownership obligation for property and
buildings in serious disrepair and exhibiting functional obsolescence, while entering into
a lease (#11530) for an updated school facility for deaf students on a portion of the
same property.
Risk Assessment
Failure to approve this sale would preclude the opportunity for the State to end its
ownership obligation for the subject surplus property and enter into the lease for a new
and renovated school for the deaf.
Zip Code
48503
JURISDICTIONAL AFFIDAVIT
11. DEPARTMENT OF NATURAL RESOURCES — That the following property be
transferred, under authority of Section 20 of the Land Bank Fast Track Act, Act
258 of the Public Acts of 2003, MCL 124.770, to the MICHIGAN LAND BANK
FAST TRACK AUTHORITY, a Michigan public body corporate and politic,
Grantee, whose address is Michigan Land Bank Fast Track Authority, 7150
Harris Drive, Lansing, Michigan 48909. Further, the transfer shall be by
jurisdictional affidavit.
The transferred land is located in Oakland County, City of Pontiac, Michigan and the
description is on file with the State Administrative Board.
11
May 17, 2011 No. 16
05-06-1 1 / 9:40am / FINAL
RECOVERY ACT FUNDS
AGENDA
BUILDING COMMITTEE / STATE ADMINISTRATIVE BOARD
May 10, 2011 / May 17, 2011
11:00 A.M. Lake Superior Room 1 81 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.
CONTRACT CHANGE ORDER
1 DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET,
DIMONDALE — MDOT Construction and Technology Building, Vehicle and
Travel Services Building and Michigan State Police Training Academy,
Secondary Complex — Building Automation System HVAC Upgrades
File No. 071/10098.JNS - Index No. 02031
MKC Group, Inc., Bay City; CCO No. 1, Incr. $464,883.00
Purpose/Business Case
The purpose of this change order is to provide thermal dispersion airflow measuring
devices on air handling units within these facilities. The airflow measuring devices will
be utilized by DTMB to provide critical data for continuous commissioning of air handling
units increasing energy efficiency through the elimination of excessive ventilation and
improving indoor air quality by providing accurate minimum ventilation flows, fan
tracking, air handler and building static pressure control. Comprehensive energy audits
completed by the Retired Engineer Technical Assistance Program (RETAP) beginning
in the fall of 2004 specifically indicated that upgrades and continuous commissioning
associated with HVAC Controls within these Secondary Complex Buildings could
provide a potential annual energy savings of $674,678.00.
Benefit
The State will benefit by the increased efficiency of the systems and energy savings.
Funding Source
59% ARRA
41% Agency Operating Funds
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 contract will result in a continued inability of our DTMB
Operations Staff to accurately monitor airflow and temperature within facility HVAC
systems leading to inefficient system operation and increased energy consumption.
1
May 17, 2011 No. 17
05-06-11 / 9:40am / FINAL
Zip Code
48821
2
May 17, 2011 No. 18
Mr. Saxton presented the Building Committee Report for the regular meeting of
May 10, 2011. After review of the foregoing Building Committee Report, Mr.
Saxton moved that the Report covering the regular meeting of May 10, 2011, be
approved and adopted. The motion was supported by Mr. Forstner and
unanimously approved.
May 17, 2011 No. 19
APPROVED
May 17, 2011
Michigan State
Administrative Board
COMMITTEE REPORT TO THE
STATE ADMINISTRATIVE BOARD
The Honorable Rick Snyder, 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 May 10, 2011. Those present being:
Approved
Chairperson:
Mary G. MacDowell, representing
Member:
Elizabeth Clement, representing
Governor Snyder
Approved
Member:
Iris Lopez, representing
Attorney General Schuette
Approved
Others:
State Treasurer Dillon
iia Atri/a
a
UAW 44T)-9>
LI
-
Sherry Bond, Janet Rouse, Department of Technology, Management and
Budget
Ms. MacDowell called the meeting to order.
The Finance and Claims Committee Regular Agenda and Recovery Act Funds
Agenda were presented.
Following discussion, Ms. Lopez moved that the Regular Agenda and
Recovery Act Funds Agenda be recommended to the State Administrative
Board for approval with the following:
1. Item 21(4) of the Regular Agenda - contract number corrected; and
2. Item 24(1) of the Regular Agenda - the agenda writeup revised to
indicate the request was for an amended MOD and a revised request
letter from the Department of Agriculture and Rural Development
must be received.
The motion was supported by Ms. Clement and unanimously adopted.
Ms. MacDowell adjourned the meeting.
May 17, 2011 No. 20
AGENDA
FINANCE AND CLAIMS COMMITTEE
May 10, 2011, 11:00 a.m.
Lake Superior Room
1 st Floor, Michigan Library
and Historical Center
5/17/11 12:00 version
STATE ADMINISTRATIVE BOARD
May 17, 2011, 11:00 a.m.
Lake Superior Room
1' 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 AGRICULTURE AND RURAL DEVELOPMENT
1)
2.
25,182.08 Total
FY11 100% Restricted Fund
Ag Equine Development Fund
Rapid Trace SPE workstations
for race horse drug testing
DEPARTMENT OF HUMAN SERVICES
1)
3.
Biotage LLC
Philadelphia, PA
Harbor Hall, Inc.
Petoskey, MI
NOT TO EXCEED
256,971.00 New Total
FY11-13 100% Federal Fund
Two-year, 4-month, 14-day
contract for Family Wellness
program in Charlevoix County
DEPARTMENT OF LICENSING AND REGULATORY AFFAIRS
1)
Michigan Tax Tribunal
Hearing Referees
(Listing on file)
NOT TO EXCEED
74,700.00 Total
FY11 100% Restricted Fund
Michigan Tax Tribunal
For Hearing Referees appointed
By SOAHR for hearing Small
Claims Cases and Appeals for
The Michigan Tax Tribunal
May 17, 2011 No. 21
4.
DEPARTMENT OF MILITARY AND VETERANS AFFAIRS
1)
P.I.E. Management, L.L.C.
Grand Rapids, MI
NOT TO EXCEED
35,040.00 Total
FY11 37% Federal Fund
33% Restricted Fund
Income and Assessments Fund
30% General Fund
Medical Coding/Billing
Services for the members at
Grand Rapids Home for Veterans
SECTION II - AGENCY SUBMITTED - CONTRACT CHANGES
5.
DEPARTMENT OF CORRECTIONS
1)
6.
Textillary, Inc.
Los Angeles, CA
200,000.00 Amendment
653,600.00 New Total
FY11-12 100% Revolving Fund
Correctional Industries
Revolving Fund
472B8200163 Additional funding
to continue purchasing Double
Knit, Modified Pique Fabric
DEPARTMENT OF EDUCATION
1)
Communication Access Center
For the Deaf and Hard of
Hearing
Flint, MI
100,000.00 Amendment
$ 2,260,340.00 New Total
FY11-12 100% Local Funds
Tuition Funds for Academics
Additional funds for a one-year
option for Substitute Teachers
at Michigan School for the Deaf
3)
Communication Access Center
For the Deaf and Hard of
Hearing
Flint, MI
700,000.00 Amendment
$ 3,586,405.49 New Total
FY11-12 100% Local Funds
Tuition Funds for Academics
Additional funds for a one-year
option for Teacher Aides at
Michigan School for the Deaf
2
May 17, 2011 No. 22
7.
8.
DEPARTMENT OF HUMAN SERVICES
1)
Catholic Charities of
West Michigan
Muskegon, MI
66,667.00 Amendment
871,917.00 New Total
FY11 100% Federal Fund
Additional funds and extension
to continue Family-Centered
Coordinator and Family Mentor
services in Muskegon County
while program is being redesigned
2)
Every Woman's Place
Muskegon, MI
43,667.00 Amendment
465,287.00 New Total
FY11 100% Federal Fund
Additional funds and extension
to continue Youth Mentor
Coordinator and Youth Mentor
services in Muskegon County
while program is being redesigned
DEPARTMENT OF LICENSING AND REGULATORY AFFAIRS
1)
Michigan Tax Tribunal
Hearing Referees
(Listing on file)
124,500.00 Amendment
349,200.00 New Total
FY11 100% Restricted Fund
Michigan Tax Tribunal
These amendments are needed for
additional funding for Hearing
Referees appointed by SOAHR for
hearing Small Claims Cases and
Appeals for The Michigan Tax
Tribunal
SECTION III - AGENCY SUBMITTED - NEW GRANTS
9.
DEPARTMENT OF AGRICULTURE AND RURAL DEVELOPMENT
1)
Mackinac County Sheriff's
Office
St. Ignace, MI
3
180,000.00 Total
FY11-13 100% General Fund
In-state service to provide
assistance in regulating and
monitoring livestock movement
in support of Bovine TB program
May 17, 2011 No. 23
9.
DEPARTMENT OF AGRICULTURE AND RURAL DEVELOPMENT continued
2)
Mecosta Conservation
District
Big Rapids, MI
32,500.00 Total
FY11-12 36% Federal Fund
18% Restricted Fund
Fish and Game Fund
46% Private Restricted
In-state service to provide
technical assistance to
establish wildlife habitat
conservation practices
10. DEPARTMENT OF COMMUNITY HEALTH
1)
American Academy of
Pediatrics
Lansing, MI
50,000.00 Total
FY11 100% Federal Fund
Four-month grant agreement to
provide funding for the
Michigan Project Launch
2)
Michigan 2-1-1, Inc.
Lansing, MI
75,000.00 Total
FY11 100% Federal Fund
Four-month grant agreement to
provide funding for use of 2 1
1 Code as an access point for
first time and new parents
seeking information on local
and state New Parent programs
and services
11. DEPARTMENT OF HUMAN SERVICES
1)
Various MACF12-series
(Listing on file)
$ 3,977,712.00 Total
FY11-12 100% Federal Fund
One-year, 3-month grant for
mentoring, education, health,
environment and public safety
services
3)
Various MSBF12-series
(Listing on file)
545,500.00 Total
FY11-12 100% Federal Fund
One-year grant to provide
resources and support to
schools districts statewide for
implementation of the Service
Learning Initiative
4
May 17, 2011 No. 24
SECTION IV - AGENCY SUBMITTED - GRANT CHANGES
12. DEPARTMENT OF COMMUNITY HEALTH
1)
Smiles on Wheels
Jackson, MI
2)
Child Abuse and Neglect
61,682.00 Amendment
Council of Saginaw County $
183,496.00 New Total
Saginaw, MI
FY11 80% Federal Fund
20% Local Funds
Additional funds for one-year
grant agreement to expand and
enhance local services
available to victims of crime
35,000.00 Amendment
108,500.00 New Total
FY11 100% Federal Fund
Additional funds for one-year
grant agreement to provide
dental sealants to children
13. DEPARTMENT OF LICENSING AND REGULATORY AFFAIRS
1)
Michigan Disability
Rights Coalition
East Lansing, MI
61,549.00 Amendment
$ 1,635,948.00 New Total
FY11-12 100% Federal Fund
Grantee will receive additional
federal funding for the
consumer-driven Michigan
Assistive Technology Project to
provide access to assistive
technology devices, services
and funding for individuals
with disabilities in Michigan
SECTION V - DTMB SUBMITTED - NEW CONTRACTS
14. DEPARTMENT OF NATURAL RESOURCES
1)
Northwest Marine Technology
Inc.
Shaw Island, WA
5
300,000.00 (3 years)
$
FY11-14 75% Federal Fund
25% Restricted Fund
Game and Fish Fund
07111300121 Decimal Coded Wire
Tags for the Fisheries Division
May 17, 2011 No. 25
14.
DEPARTMENT OF NATURAL RESOURCES continued
2)
15.
Skyline Helicopters, Inc.
Harshaw, WI
180,000.00
(3 years)
FY11-14 90% Restricted Fund
Forest Development Fund
10% Federal Fund
07111300115 Aerial Herbicide
Spraying
DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET
1)
Axiom Protection Group
Romulus, MI
50,850.47
(3 yrs 2 mos)
FY11-14 100% Restricted Fund
State Trunkline Fund
07119200141 Unarmed Security
Guard Services for Metro Region
for the Department of
Transportation
2)
Fringe Benefits Management
Company
Tallahassee, FL
(5 yrs 5mos)
$ 2,600,000.00
FY12-16 100% Restricted Fund
State Sponsored Group Insurance Fund
07111300082 Third Party
Administration of Flexible
Spending Accounts
3)
Lablynx, Inc.
Atlanta, GA
129,000.00
(3 years)
FY11-14 100% General Fund
084R1300021 Hosting and
Maintenance Services for the
Lablynx Laboratory Information
Management System (LIMS) for
the Department of Agriculture
and Rural Development
4)
Amerigas Propane LP
King of Prussia, PA
(3 years)
$ 5,324,963.92
FY11-14 100% Other
Funding Source determined by end-user
07111300089 Liquid PropaneStatewide
Gary Oil, Co.
Oscoda, MI
951,177.60
(3 years)
FY11-14 100% Other
Funding Source determined by end-user
07111300089 Liquid PropaneStatewide
6
May 17, 2011 No. 26
15.
DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET continued
Left blank intentionally
SECTION VI - DTMB SUBMITTED - CONTRACT CHANGES
16.
DEPARTMENT OF CORRECTIONS
1)
J. Weinstein & Sons
Fort Lauderdale, FL
500,000.00 Amendment
$ 2,122,484.00 New Total
FY11-12 100% Other
Correctional Industries
Revolving Fees
071B7200313 Additional funding
to utilize option year and
funding for Thermal Knit Fabric
for Michigan State Industries
2)
Leggett & Platt, Inc.
Middlebury, IN
50,000.00 Amendment
343,250.00 New Total
FY11-12 100% Other
Correctional Industries
Revolving Fees
071B6200322 Additional funding
to utilize option year and
Funding for Chair Kits and
Replacement Parts for Michigan
State Industries
3)
Pharmacorr, LLC
St. Louis, MO
0.00 Amendment
$194,254,200.22 New Total
071B6200211 Three-month
extension of the contract for
Pharmacy Services for Prisoners
7
May 17, 2011 No. 27
16. DEPARTMENT OF CORRECTIONS continued
4)
Tabb Textile Company
Opelika, AL
200,000.00 Amendment
$ 1,998,700.00 New Total
FY11-12 100% Other
Correctional Industries
Revolving Fund
07187200301 To exercise an
option year and increase
funding for Twill Knit Fabric
for Michigan State Industries
17. DEPARTMENT OF LICENSING AND REGULATORY AFFAIRS
1)
18.
Saginaw Valley
Rehabilitation Center
Saginaw, MI
0.00 Amendment
$ 3,668,694.00 New Total
FY11 90% Federal Fund
10% General Fund
07185200254 To add a fourmonth extension to the contract
for Rehabilitation Teaching and
Counseling Services
DEPARTMENT OF MILITARY AND VETERANS AFFAIRS
Left blank intentionally
19.
DEPARTMENT OF NATURAL RESOURCES
1)
Holli Forest Products, Inc.
Ishpeming, MI
8
300,000.00 Amendment
667,335.00 New Total
FY11-13 100% Restricted Funds
Forest Development Fund
07188200225 Additional funding
to exercise two, one-year
options to the contract for
Scarification Services
May 17, 2011 No. 28
20. DEPARTMENT OF STATE POLICE
1)
45,000.00 Amendment
$ 2,694,893.60 New Total
FY11-13 100% General Fund
071B02000265 Additional
funding to add the Michigan
State Police Xerox Docutech
printer to this maintenance
contract
Xerox Corporation
East Lansing, MI
21. DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET
1)
Constellation NewEnergy Gas Division
Fort Gratiot, MI
$ 60,000,000.00 Amendment
$132,481,696.04 New Total
FY11-12 100% Revolving Fund
Varies by agency
071B9200121 Additional funds
for the option year previously
exercised for Natural Gas Tier 1 Vendor
2)
Evans Food Service, Inc.
Swartz Creek, MI
$ 1,600,000.00 Amendment
$ 15,223,430.00 New Total
FY11-12 90% General Fund
10% Various Funds
See bid tab for list of funds
071B6200280 Additional funding
for a six-month extension of
the contract for disposable
Paper Products, Just-In-TimeStatewide
3)
400,000.00 Amendment
Lansing Sanitary Supply, Inc. $
Lansing, MI
$ 3,797,365.00 New Total
FY11-12 90% General Fund
10% Various Funding
071B6200275 Additional funds
for a six-month extension of
the contract for General
Janitorial Supplies
9
May 17, 2011 No. 29
21. DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET continued
4)
Pitney Bowes, Inc.
Danbury, CT
40,657.00 Amendment
396,307.00 New Total
FY11-13 100% Revolving Fund
Internal Service Fund
071B1300250 Additional funds
to add two optional items to
the mail machine inserter
5)
Tico Duckett Distributing,
Incorporated
Lansing, MI
0.00 Amendment
652,735.00 New Total
FY11 90% General Fund
10% Various
Various Funding Sources
071B6200278 Six-month
extension of the contract for
Industrial Wipes, Just-In-TimeStatewide
Various RE:START Vendors
6)
Amendment(s) to existing
contract(s) for Short-term
Staff Augmentation for
Information Technology for
various departments
Gnosis Technologies, Inc.
Dewitt, MI
10
202,368.00 Amendment
410,688.00 New Total
FY11 100% Restricted Fund
License and Regulation Fees
071B0200224 Additional funds
for a one-year option to the
contract for a Senior Project
Manager to provide DELEG with
support of the State's
enterprise license system
MyLicense (MLO) that is also
utilized by MDA and DNR
May 17, 2011 No. 30
22.
DEPARTMENT OF TRANSPORTATION
1)
Truck & Trailer Specialties, $
500,000.00 Amendment
Incorporated
$ 3,600,225.00 New Total
FY11-12 100% Restricted Fund
Dutton, MI
State Trunkline
071B9200317 Additional funding
for Winter Maintenance Truck
Build-Up Components
SECTION VII - RELEASE OF FUNDS TO WORK ORDER
SECTION VIII - REVISION TO WORK ORDER
SECTION IX - CLAIMS - PERSONAL PROPERTY LOSS
23.
DEPARTMENT OF CORRECTIONS
Employee Claims
1)
$310.50
Brian Durand
The claimant (11-SAB-026) requests $310.50 reimbursement for
his eyeglasses damaged while performing his job. The
Committee recommends approval of this claim.
2)
Trans Pac Solutions
$999.99
The claimant (11-SAB-030) requests $999.99 reimbursement for
damage to their client's vehicle when a gate closed on his
vehicle. The Committee recommends approval of this claim.
3)
$150.97
Yvonne Whitney
The claimant (11-SAB-034) requests $150.97 reimbursement for
her eyeglasses damaged while performing her job. The
Committee recommends approval of this claim.
Inmate claims
4)
$129.32
Jason Brackney #498636
The claimant (11-SAB/DOC-040) requests $129.32 reimbursement
for his MP3 player damaged while under control of the
Department. The Committee recommends approval of this claim.
11
May 17, 2011 No. 31
23. DEPARTMENT OF CORRECTIONS continued
5)
Daniel Dryer #214826
$ 46.83
The claimant (11-SAB/DOC-153) requests $46.83 reimbursement
for his shoes and watch ordered and never received. The
Committee recommends approval of this claim.
6)
Leeroy Hopkins #459528
$ 9.99
The claimant (11-SAB/DOC-007) requests $9.99 reimbursement
for a magazine ordered and never received. The Committee
recommends approval of $9.99 for this claim.
7)
LaChante Mobley #462353
$ 28.00
The claimant (11-SAB/DOC-158) requests $28.00 reimbursement
for his underwear and socks ordered and never received. The
Committee recommends approval of this claim.
SECTION X - CLAIMS - PERSONAL INJURY LOSS
SECTION XI - SPECIAL ITEMS
24.
DEPARTMENT OF AGRICULTURE AND RURAL DEVELOPMENT
1)
Requests approval of an amended Memorandum of Agreement
between the Michigan Department of Agriculture and Rural and
the State of Iowa, Homeland Security and Emergency Management
Division
25. DEPARTMENT OF CORRECTIONS
1)
This is to report an emergency purchase order in accordance
with Administrative Guide Procedure 0620.02 PO #472N1300365
for $53,988.83 with Dimondale Hospitality Inn for lodging for
the Corrections Officers class beginning November 15, 2010.
12
May 17, 2011 No. 32
26.
DEPARTMENT OF STATE
1)
27.
Requests approval of their purchase of approximately
$811,300.00 in Electronic Poll Book laptops/accessories for
all voting precincts who wish to participate. The laptops
will be purchased through the Michigan Master Computing
Contract, 07129200192 with federal funds provided under the
Help American Vote Act (HAVA). A final list of the
participating jurisdictions will be provided.
DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET
1)
Release allotments for capital outlay appropriations
included in Public Act 329 of 2010, Sec. 103-104, totaling
$2,500.00 ($2,500.00 state general fund), authorizing
construction for university, community college, and state
agency projects for the fiscal year ending September 30,
2011. These projects will be financed, in part, via the
State Building Authority with an estimated $383,684,700.00
in state support.
(Detail attached)
2)
Release allotments for capital outlay appropriations
included in Public Act 16 of 2011, Sec. 102, totaling
$102,098,400.00 ($0 state general fund), authorizing
acquisition and development projects financed through the
Michigan Natural Resources Trust Fund for the fiscal year
ending September 30, 2011.
(Detail attached)
The Director of the Department of Technology, 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 DTMB Director or
designee.
13
May 17, 2011 No. 33
FUNDS
RECOVERY ACT
AGENDA
FINANCE AND CLAIMS COMMITTEE
5/4/2011 2:40 version
STATE ADMINISTRATIVE BOARD
May 10, 2011, 11:00 a.m.
Lake Superior Room
1st Floor, Michigan Library
and Historical Center
May 17, 2011, 11:00 a.m.
Lake Superior Room
1 st 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
la. MICHIGAN STRATEGIC FUND
1)
Michigan Saves, Inc.
Lansing, MI
$ 3,357,296.00 Total
FY11-13 100% Recovery Act Fund
Grantee will provide fiduciary
management services to the
Bureau of Energy Systems for
direct homeowner base package
grants, interest rate buy
downs, and supplemental loss
reserve financing within the
context of the BetterBuildings
for Michigan non-entitlement
communities grants program
SECTION IV - AGENCY SUBMITTED - GRANT CHANGES
2a. MICHIGAN STRATEGIC FUND
1)
Michigan Energy Options
East Lansing, MI
494,019.00 Amendment
$ 2,942,490.00 New Total
FY11 100% Recovery Act Fund
Additional funding for the
Appliance Rebate Program for
Consumer rebates
SECTION V - DTMB SUBMITTED - NEW CONTRACTS
May 17, 2011 No. 34
SECTION VI - DTMB 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 Technology, 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 DTMB Director or
designee.
2
APPROVED
May 17, 2011 No. 35
May 17, 2011
Michigan State
Administrative Board
COMMITTEE REPORT TO THE
STATE ADMINISTRATIVE BOARD
The Honorable Rick Snyder, Governor
and
Members of the State Administrative Board
A special meeting of the Finance and Claims Committee was held at
11:00 a.m. on May 17, 2011. Those present being:
Approved
1.0,4
Chairperson:
Tom Saxton, representing
State Treasurer Dillon
Member .
Mike Gadola, representing
Governor Snyder
Approved/
Member:
Iris Lopez, representing
Attorney General Schuette
Approved
Others:
4
Michael Reilly, Department of Attorney General; Janet Laverty,
Department of Education; Mike Senyko, Department of State; Sherry
Bond, Pat Mullen, Debbie Roberts, Janet Rouse, Department of
Technology, Management and Budget; Dee Grover, Myron Frierson,
Department of Transportation; Nat Forstner, Lt. Governor's Office
Mr. Saxton called the meeting to order.
The Finance and Claims Committee Special Agenda was presented.
Following discussion, Mr. Gadola moved that the Special Agenda be
recommended to the State Administrative Board for approval. The motion
was supported by Ms. Lopez and unanimously adopted.
Mr. Saxton adjourned the meeting.
May 17, 2011 No. 36
SPECIAL
AGENDA
FINANCE AND CLAIMS COMMITTEE
5/16/2011 10:45 version
STATE ADMINISTRATIVE BOARD
May 17, 2011, 11:00 a.m.
Lake Superior Room
1 st Floor, Michigan Library
and Historical Center
May 17, 2011, 11:00 a.m.
Lake Superior Room
1 st 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 - DTMB SUBMITTED - NEW CONTRACTS
SECTION VI - DTMB SUBMITTED - CONTRACT CHANGES
is.
DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET
1)
AYS Facilities Maintenance
Flint, MI
6,500.00 Amendment
128,000.00 New Total
FY11 100% Restricted Fund
State Trunkline Fund
071B7200195 Additional funds
for a one-month extension of
the contract for janitorial
services for Rest Areas and
Roadside Parks in the
University Region for the
Department of Transportation
May 17, 2011 No. 37
is.
DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET continued
2)
Hi-Tech Building Services
Jenison, MI
100,000.00 Amendment
$ 3,451,048.00 New Total
FY11 100% Restricted Fund
State Trunkline Fund
07137200197 Additional funding
for a one-month extension of
the contracts for Janitorial
and Grounds Maintenance
contract for Rest Areas and
Roadside Parks for Department
of Transportation
3)
Hi-Tech Building Services
Jenison, MI
20,100.00 Amendment
653,900.00 New Total
FY11 100% Restricted Fund
State Trunkline Fund
07188200264 Additional funding
for a one-month option to the
contract for Janitorial and
Grounds Maintenance contracts
for Rest Areas and Roadside
Parks for Department of
Transportation
4)
Mint Condition Cleaning
Service, LLC
St. Johns, MI
17,500.00 Amendment
740,806.42 New Total
FY11 100% Restricted Fund
State Trunk Line
07187200196 Additional funding
for a one-month extension of
the contract for Janitorial and
Grounds Maintenance contracts
for Rest Areas and Roadside
Parks for Department of
Transportation
2
May 17, 2011 No. 38
is.
DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET continued
5)
Mint Condition Cleaning
Service, LLC
St. Johns, MI
6,760.00 Amendment
204,220.00 New Total
FY11 100% Restricted Fund
State Trunkline Fund
071B8200265 Additional funding
for a one-month option to the
contract for Janitorial and
Grounds Maintenance contracts
for Rest Areas and Roadside
Parks for Department of
Transportation
6)
OfficeMax
Warren, MI
0.00 Amendment
$ 55,588,861.70 New Total
FY11 100% Various Funding
Varies by agency
071B8200086 Additional funding
for a four-month extension of
the Statewide contract for
Office Supplies
7)
Road Runr Maintenance, Inc.
Pontiac, MI
50,000.00 Amendment
$ 2,533,660.00 New Total
FY11 100% Restricted Fund
State Trunkline Fund
071B7200198 Additional funding
for a one-month extension of
the contract for Janitorial and
Grounds Maintenance contracts
for Rest Areas and Roadside
Parks for Department of
Transportation
8)
Road Runr Maintenance, Inc.
Pontiac, MI
6,500.00 Amendment
106,366.00 New Total
FY11 100% Restricted Fund
State Trunkline Fund
07188200263 Additional funding
for a two-month option to the
contract for Janitorial and
Grounds Maintenance contracts
for Rest Areas and Roadside
Parks for Department of
Transportation
3
May 17, 2011 No. 39
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 Technology, 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 DTMB Director or
designee.
4
May 17, 2011 No. 40
Mr. Saxton presented the Finance and Claims Committee Reports for the
regular meeting of May 10, 2011, and the special meeting of May 17, 2011.
After review of the foregoing Finance and Claims Committee Reports, Mr.
Saxton moved that the Reports covering the regular meeting of May 10, 2011,
and the special meeting of May 17, 2011, be approved with a correction to the
amount on Item 26(1) of the Regular Agenda noted. The motion was supported
by Mr. Reilly and unanimously approved.
APPROVED
May 17, 2011 No. 41
May 17, 2011
Michigan State
Administrative Board
COMMITTEE REPORT TO THE
STATE ADMINISTRATIVE BOARD
The Honorable Rick Snyder, 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 May 11, 2011. Those present
being:
Chairperson: Mike Senyko, representing
Secretary of State Johnson
Approved
Member .
Elizabeth Clement, representing Approved
Lt. Governor Calley
Member:
James Shell, representing
Attorney General Schuette
Others:
Approved
Tom Graf, Department of Environmental Qualityilherry Bond,
Department of Technology, Management and Budget; Mike Blackledge,
Jason Clark, Adam Iding, Anu Taneja, Kelly Villarreal, Department
of Transportation
Mr. Senyko called the meeting to order.
There was no Department of Natural Resources, Mineral and Land
Management Section Agenda presented.
The Department of Environmental Quality, Water Resources Division
Agenda was presented.
Following discussion, Mr. Shell moved that the Department of
Environmental Quality, Water Resources Division Agenda be recommended
to the State Administrative Board for approval. Supported by Ms.
Clement, the motion was unanimously adopted.
The Department of Transportation Regular Agenda was presented.
Following discussion, Mr. Shell moved that the Transportation Regular
Agenda be recommended to the State Administrative Board for approval
with the following contingencies:
May 17, 2011 No. 42
Transportation and Natural Resources Committee Report
May 11, 2011
Page 2
Items 23, 60, 61, and 66 of the Regular Agenda contingent
upon approval by the Office of Commission Audit; and
2. Items 61 and 66 of the Regular Agenda contingent upon
approval by the Attorney General.
1.
Supported by Ms. Clement, the motion was unanimously adopted.
The Department of Transportation Supplemental Agenda was presented.
Following discussion, Mr. Shell moved that the Transportation
Supplemental Agenda be recommended to the State Administrative Board
for approval with the following contingencies:
Item 1 of the Supplemental Agenda contingent upon approval
by the Office of Commission Audit; and
2. Items 12 and 70 of the Supplemental Agenda contingent upon
receipt of the 10% over engineers estimate justification
letter.
1.
Supported by Ms. Clement, the motion was unanimously adopted.
Mr. Senyko adjourned the meeting.
Items 23,
.
At the State Administrative Board meeting on May 17, 2011,
61, and 66 of the Regular MDOT Agenda and Items 12 and 70 of the
Supplemental MOOT agenda were withdrawn by the Department of
Transportation.
May 17, 2011 No. 43
AGENDA
DEPARTMENT OF ENVIRONMENTAL QUALITY
WATER RESOURCES DIVISION
TRANSPORTATION AND NATURAL RESOURCES COMMITTEE
STATE ADMINISTRATIVE BOARD
Transportation and Natural Resources Committee
May 11, 2011
State Administrative Board
May 17, 2011
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.
SUBMERGED LANDS
FILLED BOTTOMLANDS DEEDS
1.
Proposed Deed (0.80 acre) of Lake St. Clair public trust bottomlands in the St. Clair Flats,
Clay Township, St. Clair County.
Applicant:
John Kossuch (File MC 453)
Consideration:
$20,092 fee
A. Purpose/Business Case (Why should the State do this now?): To authorize use of the
State's public trust ownership of the subject Lake St. Clair bottomlands under
Part 339, Control of Certain State Lands, of the Natural Resources and Environmental
Protection Act, 1994 PA 451, as amended.
B. Benefit: Compliance with Part 339.
C. Funding Source/Income to the State. $20,092 fee.
D. Commitment Level Cis the contract cost fixed for the project, is the contract optional
use, is the contract based on estimates, therefore, no quantity is guaranteed?) or not
applicable (N/A): N/A.
E. Risk Assessment (i.e., is there risk to the State associated with the award, etc.?). If
no, enter N/A: N/A.
2.
Proposed Deed (0.11 acre) of Lake St. Clair public trust bottomlands in the St. Clair Flats,
Clay Township, St. Clair County.
Applicant:
Consideration:
Anthony Richards (File SBC 352)
$1,887 fee
May 17, 2011 No. 44
State Administrative Board Agenda
Page 2
April 13, 2011
A. Purpose/Business Case (Why should the State do this now?): To authorize use of the
State's public trust ownership of the subject Lake St. Clair bottomlands under
Part 339.
B. Benefit: Compliance with Part 339.
C. Funding Source/Income to the State: $1,887 fee.
D. Commitment Level Cis the contract cost fixed for the project; is the contract optional
use; is the contract based on estimates, therefore, no quantity is guaranteed?) or not
applicable (N/A): N/A.
E. Risk Assessment (i.e., is there risk to the State associated with the award, etc.?). If
no, enter N/A: N/A.
3.
Proposed Deed (0.90 acre) of Lake St. Clair public trust bottomlands in the St. Clair Flats,
Clay Township, St. Clair County.
Applicant:
Gary Burgess (File MC 348-349)
Consideration:
$3,411 fee
A. Purpose/Business Case (Why should the State do this now?): To authorize use of the
State's public trust ownership of the subject Lake St. Clair bottomlands under
Part 339.
B. Benefit: Compliance with Part 339.
C. Funding Source/Income to the State: $3,411 fee.
D. Commitment Level (is the contract cost fixed for the project, is the contract optional
use, is the contract based on estimates, therefore, no quantity is guaranteed?) or not
applicable (N/A): N/A.
E. Risk Assessment (i.e., is there risk to the State associated with the award, etc.?). If
no, enter N/A: N/A.
4.
Proposed Deed (0.51 acre) of Lake St. Clair public trust bottomlands in the St. Clair Flats,
Clay Township, St. Clair County.
Applicant:
Keith Perrin (File SBC 363)
Consideration:
$3,732 fee
A. Purpose/Business Case (Why should the State do this now?): To authorize use of the
State's public trust ownership of the subject Lake St. Clair bottomlands under
Part 339.
B. Benefit: Compliance with Part 339.
May 17, 2011 No. 45
State Administrative Board Agenda
Page 3
April 13, 2011
C. Funding Source/Income to the State: $3,732 fee.
D. Commitment Level (is the contract cost fixed for the project, is the contract optional
use; is the contract based on estimates, therefore no quantity is guaranteed?) or not
applicable (N/A): N/A.
E. Risk Assessment (i.e., is there risk to the State associated with the award, etc.?). If
no, enter N/A: N/A.
5.
Proposed Deed (0.27-acre) of Lake St. Clair public trust bottomlands in the St Clair Flats,
Clay Township, St. Clair County.
Applicant:
Craig Schmelzer (File MC 358-359)
Consideration:
$7,484 fee
A. Purpose/Business Case (Why should the State do this now?): To authorize use of
the State's public trust ownership of the subject Lake St. Clair bottomlands under
Part 339.
B. Benefit: Compliance with Part 339.
C. Funding Source/Income to the State: $7,484 fee.
D. Commitment Level (is the contract cost fixed for the project; is the contract optional
use; is the contract based on estimates, therefore no quantity is guaranteed?) or not
applicable (N/A): N/A.
E. Risk Assessment (i.e., is there risk to the State associated with the award, etc.?). If
no, enter N/A: N/A.
6.
Proposed Deed (0.23-acre) of Lake St. Clair public trust bottomlands in the St. Clair Flats,
Clay Township, St. Clair County.
Applicant:
Stephen Baker (File NC 124)
Consideration:
$14,086 fee
C. Purpose/Business Case (Why should the State do this now?): To authorize use of
the State's public trust ownership of the subject Lake St. Clair bottomlands under
Part 339.
D. Benefit: Compliance with Part 339.
C. Funding Source/Income to the State: $14,086 fee.
May 17, 2011 No. 46
State Administrative Board Agenda
Page 4
April 13, 2011
F. Commitment Level (is the contract cost fixed for the project; is the contract optional
use; is the contract based on estimates, therefore no quantity is guaranteed?) or not
applicable (N/A): N/A.
G. Risk Assessment (i.e., is there risk to the State associated with the award, etc.?). If
no, enter N/A: N/A.
7.
Proposed Deed (0.27-acre) of Lake St Clair public trust bottomlands in the St. Clair Flats,
Clay Township, St. Clair County.
Applicant:
George Winn (File SBC 333)
Consideration:
$1,681 fee
E. Purpose/Business Case (Why should the State do this now?): To authorize use of
the State's public trust ownership of the subject Lake St. Clair bottomlands under
Part 339.
F. Benefit: Compliance with Part 339.
C. Funding Source/Income to the State: $1,681 fee.
H. Commitment Level (is the contract cost fixed for the project; is the contract optional
use; is the contract based on estimates, therefore no quantity is guaranteed?) or not
applicable (N/A): N/A.
I. Risk Assessment (i.e., is there risk to the State associated with the award, etc.?). If
no, enter N/A: N/A.
lati °LS
William Creel, Chief
Water Resources Division
Department of Environmental Quality
v/a5-4-61/
Date "-
May 17, 2011 No. 47
AGENDA
DEPARTMENT OF TRANSPORTATION
TRANSPORTATION and NATURAL RESOURCES COMMITTEE
STATE ADMINISTRATIVE BOARD
T&NR Meeting: May 11, 2011—Lake Superior Room,
1st Floor, Michigan Library and Historical Center, 3:30 PM
State Administrative Board Meeting: May 17, 2011 — 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" (Over-the-Counter Sale)
Tract 370, Control Section 83031/83033, Parcels 11, 12, 13, and 432, all Parts A
The subject tract is located in the Township of Clam Lake, Wexford County, Michigan,
and contains approximately 70 acres. The tract was offered for sale at public auction on
July 20, 2010, and did not sell. It was approved to be available for over-the-counter sale
on July 26, 2010. The tract was appraised by Janet Hartford, North Region Property
Analyst, on March 24, 2010, at $45,500. The appraised tract was approved for sale by
Craig Delaney, North Region Real Estate Agent, on March 25, 2010, at the amount of
$45,500. Castle Rock, LLC, has submitted an Application to Purchase and Agreement of
Sale and a check in the amount of $2,275, which represents a 5 percent bid deposit. The
tract was offered to the local municipalities prior to being offered to the public, per
procedural requirements. The property has been declared excess by the Bureau of
Highways, Development.
* Denotes a non-standard contract/amendment
5/3/2011
Page! of 35
May 17, 2011 No. 48
2.
AERONAUTICS AND FREIGHT (Aeronautics) — Relocation of Entrance Road
Contract (2011-0279) between MDOT and the Houghton County Board of
Commissioners will provide federal and state grant funds for the relocation of the airport
entrance road at the Houghton County Memorial Airport in Hancock, Michigan. Federal
funds will be made available through a grant from the Federal Aviation Administration
(FAA) for this primary airport. 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 $615,003. Source of Funds:
FAA Funds - $415,238; State Restricted Aeronautics Funds - $10,927; Houghton County
Funds - $188,838.
3.
AERONAUTICS AND FREIGHT (Aeronautics) — Land Acquisition
Contract (2011-0300) between MDOT and the Lenawee County Board of Commissioners
will provide federal and state grant funds for the land acquisition costs of parcels E60,
E61, E62, E63, E64, and E67 at the Lenawee County Airport in Adrian, Michigan. The
land acquisition will allow the airport to enhance safety and meet federal requirements by
ensuring clear approaches to runway 23. 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 $157,895. Source of Funds: FAA Funds (via block grant) $150,000; State Restricted Aeronautics Funds - $3,947; Lenawee County Funds - $3,948.
4.
AERONAUTICS AND FREIGHT (Aeronautics) — Undertaking of Airport Improvements
Contract (2011-0301) between MDOT and the Branch County Board of Commissioners
will provide federal and state grant funds for the rehabilitation and reconfiguration of the
terminal apron and replacement of automated weather observation system (AWOS)
components at the Branch County Memorial Airport in Coldwater, 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 $82,895. Source of Funds:
FAA Funds (via block grant) - $78,750; State Bond Funds - $2,072; Branch County
Funds - $2,073.
* Denotes a non-standard contract/amendment
5/3/2011
Page 2 of 35
May 17, 2011 No. 49
5.
AERONAUTICS AND FREIGHT (Aeronautics) — Airport Reconstruction and
Rehabilitation
Contract (2011-0303) between MDOT and the County of Oakland will provide federal
and state grant funds for the reconstruction of the terminal parking lot (phase I) and the
rehabilitation of taxiway G at the Oakland County International Airport in Pontiac,
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 $475,579.
Source of Funds: FAA Funds (via block grant) - $451,800; State Bond Funds - $11,889;
Oakland County Funds - $11,890.
6.
AERONAUTICS AND FREIGHT (Aeronautics) — Environmental Assessment
Contract (2011-0304) between MDOT and the Baraga County Board of Commissioners
will provide state grant funds for the performance of an environmental assessment for
proposed runway alignment (phase III) at the Baraga County Airport in Baraga,
Michigan. The contract will be in effect from the date of award through 20 years to
comply with a state regulation that requires airports receiving state funding for certain
types of projects to remain fully operational for a period of 20 years in accordance with
Federal Aviation Administration guidelines. The airport sponsor will have from the date
of award through thee years to complete the project. The estimated project amount will
be $25,000. Source of Funds: State Bond Funds - $23,750; Baraga County Funds $1,250.
7.
AERONAUTICS AND FREIGHT (Aeronautics) — Exhibit A and Boundary Survey
Update
Contract (2011-0305) between MDOT and the Luce County Board of Commissioners
will provide federal and state grant funds for the update of the Exhibit A property map
and boundary survey at the Luce County Airport in Newberry, 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 $29,000. FAA Funds (via
block grant) - $27,550; State Restricted Aeronautics Funds - $725; Luce County Funds $725.
* Denotes a non-standard contract/amendment
5/3/2011
Page 3 of 35
May 17, 2011 No. 50
8.
AERONAUTICS AND FREIGHT (Aeronautics) — Design of Airport Improvements
Contract (2011-0306) between MDOT and the Ionia County Board of Commissioners
will provide federal and state grant funds for design services to be performed for the
rehabilitation of hangar taxilanes at the Ionia County Airport in Ionia, 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 $18,000. Source of Funds.
FAA Funds (via block grant) - $17,100; State Bond Funds - $450; Ionia County Funds $450.
9.
AERONAUTICS AND FREIGHT (Aeronautics) — Design and Environmental Services
Contract (2011-0307) between MDOT and the City of Clare will provide federal and
state grant funds for the performance of preliminary engineering, wetland delineation,
and environmental assessment work for the construction of a new parallel taxiway for
runway 4/22 at the Clare Municipal Airport in Clare, 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 $54,000. Source of Funds:
FAA Funds (via block grant) -$51,300; State Bond Funds -$1,350; City of Clare Funds $1,350.
10.
AERONAUTICS AND FREIGHT (Aeronautics) — Design and Construction of Airport
Improvements
Contract (2011-0308) between MDOT and the City of Allegan will provide federal and
state grant funds for the development of engineering plans for the runway 11/29 approach
clearing (final phase) and the rehabilitation of the beacon at Padgham Field in Allegan,
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 $66,000.
Source of Funds: FAA Funds (via block grant) - $62,700; State Bond Funds - $1,650;
City of Allegan Funds -$1,650.
* Denotes a non-standard contract/amendment
5/3/2011
Page 4 of 35
May 17, 2011 No. 51
11.
AERONAUTICS AND FREIGHT (Freight) - Railroad Force Account Work
Authorization (21014-113376) under Master Agreement (94-1050), dated
September 29, 1994, between MDOT and Escanaba and Lake Superior Railroad will
provide funding for the installation of flashing-light signals and half-roadway gates at
the grade crossing of County Road 426 in Delta County, Michigan Funding for this
project is provided by federal and state dedicated grade crossing safety funds
appropriated under the provisions of U.S. Code Title 23, Section 130, and MCLA
247.660 (1)(a), respectively. This work, to be undertaken as a part of MDOT's annual
grade crossing safety enhancement prioritization program, will improve motorist safety.
The authorization will be issued under the provisions of the master agreement and a local
agency application submitted by the Delta County Road Commission and approved on
May 20, 2010. The project cost is estimated at $179,686. Source of Funds: Federal
Highway Administration Funds - $107,811.60; FY 2011 State Restricted Trunldine Funds
- $71,874.40.
12.
AERONAUTICS AND FREIGHT (Freight) - Railroad Force Account Work
Authorization (09080-113377) under Master Agreement (94-1047), dated July 11, 1994,
between MDOT and Huron & Eastern Railway Company, Inc., will provide funding for
the upgrade to 12-inch lenses and the addition of gates at the grade crossing of State
Street in Bay City, Michigan. Funding for this project is provided by federal and state
dedicated grade crossing safety funds appropriated under the provisions of U.S. Code
Title 23, Section 130, and MCLA 247.660 (1)(a), respectively. This work, to be
undertaken as a part of MDOT's annual grade crossing safety enhancement prioritization
program, will improve motorist safety. The authorization will be issued under the
provisions of the master agreement and a local agency application submitted by the city
of Bay City and approved on November 16, 2010. The project cost is estimated at
$278,809.64. Source of Funds: Federal Highway Administration Funds - $167,285.78;
FY 2011 State Restricted Trunldine Funds - $111,523.86.
13.
AERONAUTICS AND FREIGHT (Freight) - Railroad Force Account Work
Authorization (25095-113449) under Master Agreement (94-0801), dated
October 11, 1994, between MDOT and Grand Trunk Western Rail Road Company will
provide funding for the upgrade of flashing-light signals at the grade crossing of Van
Slyke Road in Flint, Michigan. Funding for this project is provided by federal and state
dedicated grade crossing safety funds appropriated under the provisions of U.S. Code
Title 23, Section 130, and MCLA 247.660 (1)(a), respectively. This work, to be
undertaken as a part of MDOT's annual grade crossing safety enhancement prioritization
program, will improve motorist safety. The authorization will be issued under the
provisions of the master agreement and a local agency application submitted by the city
of Flint and approved on November 24, 2010. The project cost is estimated at
$31,375.91. Source of Funds . Federal Highway Administration Funds - $18,825.55;
FY 2011 State Restricted Trunkline Funds - $12,550.36.
* Denotes a non-standard contract/amendment
5/3/2011
Page 5 of 35
May 17, 2011 No. 52
14.
HIGHWAYS — Railroad Force Account Work
Master Agreement (94-0805) between MDOT and CSX Transportation, Inc., dated
October 9, 1995, will provide for improvements under job number 113307 to a bike path
crossing near Northline Road parallel to 1-275 in Canton Township, Wayne County,
Michigan. The improvements will include work to replace bike path timber headers and
monitor construction of the bike path.
Estimated Funds:
Federal Highway Administrative Funds
Total Funds
$ 50.000
S 50,000
STR 82291— 113307A
Railroad Force Account Work
15.
HIGHWAYS - Time Extension
Amendatory Contract (2008-0192/A2) between MDOT and TranSystems Corporation of
Michigan will extend the contract term by one year to provide sufficient time for the
consultant to complete the design services. The additional time is needed because the
letting date is going to be moved past the contract expiration date. The original contract
provides for design services to be performed for the construction of M-231 (also known
as the US-31 bypass), including bridge studies for the southbound and northbound M-231
structures over the Grand River, the design of the proposed southbound alignment
structure over the Grand River, and the design of two new structures over North Cedar
Road and the Allen-Pipple Drain, Ottawa County (CS 70114 - JN 33955D). The revised
contract term will be May 30, 2008, through September 30, 2012. The contract amount
remains unchanged at $3,527,441.95. Source of Funds: 80% Federal Highway
Administration Funds and 20% State Restricted Trunkline Funds.
16.
HIGHWAYS - IDS Engineering Services
Authorization (Z7) under Contract (2009-0504) between MDOT and L. S. Engineering,
Inc., will provide for full construction engineering services to be performed for the
rehabilitation of a bridge on 1-96 over Whitneyville Road, Cascade Township, Kent
County (CS 41024 - JN 106669A). The work will include project administration,
inspection, staking, quality assurance testing, and the preparation and documentation of
project records. The authorization will be in effect from the date of award through
July 20, 2012. The authorization amount will be $118,791.93. The contract term is
July 21, 2009, through July 20, 2012. Source of Funds: 90% Federal Highway
Administration Funds and 10% State Restricted Trunlcline Funds.
* Denotes a non-standard contract/amendment
5/3/2011
Page 6 of 35
May 17, 2011 No. 53
17.
HIGHWAYS — Increase Services and Amount
Amendatory Contract (2010-0066/A1) between MDOT and Wade Trim Associates, Inc.,
will provide for the performance of additional design services and will increase the
contract amount by $19,800. The additional services will include the preparation of
additional marked final right-of-way (ROW) plans and legal property descriptions. The
additional work is needed because a greater number of ROW parcels are needed than
originally anticipated. The original contract provides for design services to be performed
for the rehabilitation of M-97 (Groesbeck Highway) from south of Hayes Road to 14
Mile Road in the cities of Warren, Roseville, and Fraser, Macomb County (CS 50031 —
TN 45735C). The contract term remains unchanged, March 5, 2010, through
December 31, 2011. The revised contract amount will be $1,412,777.16. Source of
Funds: 81.85% Federal Highway Administration Funds and 18.15% State Restricted
Trunkline Funds.
18.
HIGHWAYS - IDS Engineering Services
Authorization (Z7) under Contract (2010-0138) between MDOT and Wilbur Smith
Associates, Inc., Michigan will provide for the development of design plans for
permanent freeway sign upgrading along 1-69 from M-13 to the Lapeer/Saint Clair
county line in Genesee and Lapeer Counties (CS 84914 — IN 111796C). The
authorization will be in effect from the date of award through March 3, 2013. The
authorization amount will be $344,995.91. The contract term is March 4, 2010, through
March 3, 2013. Source of Funds: 100% Federal Highway Administration Funds
19.
HIGHWAYS — IDS Engineering Services
Authorization Revision (Z4/R1) under Contract (2010-0150) between MDOT and
Parsons Brinckerhoff Michigan, Inc., will provide for the performance of additional full
construction engineering services and will increase the authorization amount by
$32,978.98. The additional services are needed because of contractor delays. The original
authorization provides for full construction engineering services to be performed for the
reconstruction of M-153 from Venoy Road to Arcola Avenue in the cities of Westland
and Garden City, Wayne County (CS 82081 — TN 80918A). The authorization term
remains unchanged, May 20, 2010, through March 21, 2013. The revised authorization
amount will be $556,787.21. The contract term is March 22, 2010, through
March 21, 2013. Source of Funds: 81.85% Federal Highway Administration Funds and
18.15% State Restricted Trunldine Funds.
20.
HIGHWAY - IDS Engineering Services
Authorization (Z4) under Contract (2010-0186) between MDOT and Professional Service
Industries, Inc., will provide for the performance of as-needed statewide concrete and
pavement coring services. The work items will include coring to measure and record
pavement thickness, measure concrete compressive strength, and measure the depth to
the reinforcing steel. The authorization will be in effect from the date of award through
June 30, 2013. The authorization amount will be $110,840. The contract term is
July 1, 2010, through June 30, 2013. 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
5/3/2011
Page 7 of 35
May 17, 2011 No. 54
21.
HIGHWAYS - IDS Engineering Services
Authorization (Z13) under Contract (2011-0006) between MDOT and URS Corporation
Great Lakes will provide for design services to be performed for bridge rehabilitation of
eastbound and westbound 1-94 over Hickory Creek, Berrien County (CS 11015 IN 110779D). The work will include preparing required plans, typical cross-sections,
maintaining traffic plans, and pavement marking plans. The authorization will be in
effect from the date of award through November 2, 2013. The authorization amount will
be $148,760.24. The contract term is November 3, 2010, through November 2, 2013.
Source of Funds: 90% Federal Highway Administration Funds and 10% State Restricted
Trunldine Funds.
22.
HIGHWAYS - IDS Engineering Services
Authorization (Z5) under Contract (2011-0048) between MDOT and Surveying
Solutions, Inc., will provide for as-needed construction staking services to be performed
for the Jackson Transportation Service Center service area. The work items will include
project administration, quality assurance, and preparation and documentation of project
records. The authorization will be in effect from the date of award through
December 8, 2013. The authorization amount will be $215,250.88. The contract term is
December 9, 2010, through December 8, 2013. Source of Funds: Federal Highway
Administration Funds, State Restricted Trunkline Funds, or local funds, depending on the
particular project authorized.
23.
HIGHWAYS - IDS Engineering Services
e MISt t
Authorization (Z4) under Contract (2011-0051)
0, ,It
o
Inc., will provide for brid
is
recomme
IN 11146
!1
e
review fin
eff
I
ne
$2
The
of award th
, 01 . Source of Funds: 81.85%
contract te
an 18.15% State Restricted Trunkline Funds.
Federal Hi
24.
HIGHWAYS - IDS Engineering Services
Authorization (Z1) under Contract (2011-0075) between MDOT and Abonmarche
Consultants, Inc., will provide for as-needed inspection and testing services to be
performed for construction projects in the Coloma Transportation Service Center service
area. The work items will include project administration, quality assurance testing, and
preparation and documentation of project records. The authorization will be in effect
from the date of award through January 20, 2014. The authorization amount will be
$287,820.55. The contract term is January 21, 2011, through January 20, 2014. 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
5/17/2011
Page 8 of 34
May 17, 2011 No. 55
25.
HIGHWAYS - IDS Engineering Services
Authorization (Z2) under Contract (2011-0176) between MDOT and RS Engineering,
LLC, will provide for the development of design plans for permanent freeway sign
upgrading along 1-94 from the Michigan state line to the Berrien/Van Buren county line
in Berrien County (CS 84915 — JN 109747C). The authorization will be in effect from
the date of award through March 20, 2014. The authorization amount will be
$494,377.47. The contract term is March 21, 2011, through March 20, 2014. Source of
Funds: 100% Federal Highway Administration Funds.
26.
*HIGHWAYS - IDS Consultant Research Services
Contract (2011-0282) between MDOT and URS Corporation Great Lakes will provide
for a re-examination of 1994 and subsequent storm sewer and culvert pipe installations to
aid in the analysis of pipe condition deterioration. The study will identify causes of pipe
distress, provide repair recommendations, and provide recommendations for
improvements to pipe procurement and installation specifications. The contract will be in
effect from the date of award through June 1, 2012. The contract amount will be
$446,500. Source of Funds: 80% Federal Highway Administration Funds and 20% State
Restricted Trunkline Funds.
27.
*HIGHWAYS —Youth Development and Mentoring Program
Contract (2011-0289) between MDOT and Michigan Works! Berrien-Cass-Van Buren
will provide for the administration of the summer 2011 Youth Development and
Mentoring Program in the Southwest Region. The program will provide transportationrelated work experience and development and mentoring opportunities to participants.
Michigan Works! Berrien-Cass-Van Buren will recruit and hire youths between the ages
of 16 and 24 in the City of Benton Harbor; work experience will be provided through
roadway job assignments determined by MDOT. Development of a qualified, diverse
future workforce prepared to enter the transportation industry is important to the future
delivery of MDOT's transportation program. The contract will be in effect from
June 1, 2011, through January 31, 2012. The contract amount will be $100,800. Source of
Funds . 100% Federal Highway Administration Funds.
28.
*HIGHWAYS - Design Services
lovide for
Contract (2011-0310) between MDOT and Alfred Ben
-31 from
re
design services to be performed for
County
Lakewood Bou
surveys,
(CS 7
tc plans,
right-o
11 c signal
1
an e
pavem
•
sment work. The
e 1.
g g ot,
plans;
ff ct fri t ie
ough December 31, 2016. The
contract
01.
,123.99. Source of Funds . 81.85% Federal Highway
1,
contrac t
Is
Adminis ion Funds and 18.15% State Restricted Trunkline Funds.
* Denotes a non-standard contract/amendment
5/11/2011
Page 9 of 34
May 17, 2011 No. 56
29.
*HIGHWAYS — Design and Installation of Solar Array
de for car
Contract (2011-0312) between MDOT and NOVA Consultants, I
-44 (East
pool lot solar array installation in the southeas
41025 —
Beltline) interchange in
nitoring,
JN 10
gy costs
and
MDOT' s
associa
through
depend
Source of Funds: 100%
Septem
State Re
30.
HIGHWAYS - Participation for Local Agency Construction Contract
Contract (2011-5188) between MDOT and the Lenawee County Road Commission will
provide for participation in the following improvements:
Chip seal and wedging work along Sand Creek Highway from Lyons Highway to
approximately 0.05 miles south of Cadmus Road.
Estimated Funds.
Federal Highway Administration Funds $44,741
Lenawee County Road Commission Funds $11.185
Total Funds
STL 46019- 113073
Local Force Account
31.
HIGHWAYS - Participation for Local Agency Construction Contract
Contract (2011-5189) between MDOT and the Lenawee County Road Commission will
provide for participation in the following improvements:
Chip seal and wedging work along Shepherd Road from Tipton Highway to Highway
M-52.
Estimated Funds:
Federal Highway Administration Funds $75,096
Lenawee County Road Commission Funds $18,774
Total Funds
STL 46019 - 113075
Local Force Account
* Denotes a non-standard contract/amendment
5/11/2011
Page 10 of 34
May 17, 2011 No. 57
32.
HIGHWAYS - Participation for Local Agency Construction Contract
Contract (2011-5192) between MDOT and the City of Hudson will provide for funding
participation in the construction of the following improvements utilizing State
Transportation Economic Development (TED) Category A Funds:
Reconstruction work along Steger Industrial Drive from South Munson Highway easterly
approximately 2,500 feet.
This contract is for the construction portionof the project only. When the project is
complete, the remaining local minimum match of $73,295 will be met through local
participation in the following project-related costs: preliminary engineering, right-of-way
acquisition, construction, and construction engineering.
Estimated Funds:
State Restricted TED Funds
City of Hudson Funds
Total Funds
$326,051
$ 35 349
31 100
EDA 46522— 112179; Lenawee County
Local Letting
33.
HIGHWAYS - Participation for Local Agency Construction Contract
Contract (2011-5199) between MDOT and the Lenawee 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), and Federal Highway
Administration Equity Bonus Funds designated by Act 51 of the Public Acts of 1951 as
Transportation Economic Development Category D Funds for Local Agency projects
(FHWA Category D Funds):
Hot mix asphalt paving work along Rodesiler Highway from Highway US-223 to Stadler
Road
Estimated Funds:
State Restricted TED Funds
FHWA Category D Funds
Lenawee County Road Commission Funds
Total Funds
$37,544
$37,544
$18,771
EDDF 46555- 113081
Local Force Account
* Denotes a non-standard contract/amendment
5/3/201!
Page 11 of 35
May 17, 2011 No. 58
34.
HIGHWAYS - Participation for Local Agency Construction Contract
Contract (2011-5200) between MDOT and the Lenawee 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), and Federal Highway
Administration Equity Bonus Funds designated by Act 51 of the Public Acts of 1951 as
Transportation Economic Development Category D Funds for Local Agency projects
(FHWA Category D Funds):
Chip seal work along Weston Road from Mulberry Road to Terry Highway.
Estimated Funds:
State Restricted TED Funds
FHWA Category D Funds
Lenawee County Road Commission Funds
Total Funds
$35,918
$35,918
17.960
$89,796
EDDF 46555 - 113077
Local Force Account
35.
HIGHWAYS - Participation for Local Agency Construction Contract
Contract (2011-5201) between MDOT and the Lenawee 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), and Federal Highway
Administration Equity Bonus Funds designated by Act 51 of the Public Acts of 1951 as
Transportation Economic Development Category D Funds for Local Agency projects
(FHWA Category D Funds):
Chip seal work along Rodesiler Highway from Aten Road to Bucholtz Highway.
Estimated Funds:
State Restricted TED Funds
FHWA Category D Funds
Lenawee County Road Commission Funds
Total Funds
$37,088
$37,088
$18,545
$92,721
EDDF 46555 - 113079
Local Force Account
* Denotes a non-standard contract/amendment
5/3/2011
Page 12 of 35
May 17, 2011 No. 59
36.
HIGHWAYS - Participation for Local Agency Construction Contract
Contract (2011-5202) between MDOT and the Lenawee 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), and Federal Highway
Administration Equity Bonus Funds designated by Act 51 of the Public Acts of 1951 as
Transportation Economic Development Category D Funds for Local Agency projects
(FHWA Category D Funds):
Chip seal work along Morenci Road from Munson Highway to Ingall Highway.
Estimated Funds:
State Restricted TED Funds
FHWA Category D Funds
Lenawee County Road Commission Funds
Total Funds
$16,726
$16,726
$ 8.363
EDDF 46555- 113082
Local Force Account
37.
HIGHWAYS - Participation for Local Agency Construction Contract
Contract (2011-5203) between MDOT and the Lenawee 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), and Federal Highway
Administration Equity Bonus Funds designated by Act 51 of the Public Acts of 1951 as
Transportation Economic Development Category D Funds for Local Agency projects
(FHWA Category D Funds):
Chip seal work along Beamer Road from Crocket Highway to Dunning Road.
Estimated Funds:
State Restricted TED Funds
FHWA Category D Funds
Lenawee County Road Commission Funds
Total Funds
$20,564
$20,564
$10,283
$51.411
EDDF 46555- 113059
Local Force Account
* Denotes a non-standard contract/amendment
5/312011
Page 13 of 35
May 17, 2011 No. 60
38.
HIGHWAYS - Participation for Local Agency Construction Contract
Contract (2011-5204) between MDOT and the Lenawee 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), and Federal Highway
Administration Equity Bonus Funds designated by Act 51 of the Public Acts of 1951 as
Transportation Economic Development Category D Funds for Local Agency projects
(FHWA Category D Funds):
Wedging and chip seal work along Forrister Road from the east Hillsdale County line to
Hillsdale Road.
Estimated Funds:
State Restricted TED Funds
FHWA Category D Funds
Lenawee County Road Commission Funds
Total Funds
$22,498
$22,498
Sl1.248
$5_6 244
EDDF 46555 - 113083
Local Force Account
39.
HIGHWAYS - Participation for Local Agency Construction Contract
Contract (2011-5205) between MDOT and the Lenawee County Road Commission will
provide for participation in the following improvements:
Chip seal work along Berkey Highway from Weston Road to Yankee Road
Estimated Funds:
Federal Highway Administration Funds $48,290
Lenawee County Road Commission Funds $12.072
Total Funds
STL 46091 - 113061
Local Force Account
* Denotes a non-standard contract/amendment
513/2011
Page 14 of 35
May 17, 2011 No. 61
40.
HIGHWAYS - Participation for Local Agency Construction Contract
Contract (2011-5206) between MDOT and the Lenawee County Road Commission will
provide for participation in the following improvements:
Chip seal work along Britton Highway from Pennington Road to Hack Road
Estimated Funds:
$50,210
Federal Highway Administration Funds
Lenawee County Road Commission Funds $12,552
$62,762
Total Funds
STL 46091 - 113066
Local Force Account
41.
HIGHWAYS - Participation for Local Agency Construction Contract
Contract (2011-5207) between MDOT and the Lenawee County Road Commission will
provide for participation in the following improvements:
Wedging and chip seal work along Deerfield Highway from Grosvenor Highway to
Sisson Highway.
Estimated Funds.
$74,514
Federal Highway Administration Funds
Lenawee County Road Commission Funds $18,629
S93.143
Total Funds
STL 46091 - 113068
Local Force Account
42.
HIGHWAYS - Participation for Local Agency Construction Contract
Contract (2011-5208) between MDOT and the Lenawee County Road Commission will
provide for participation in the following improvements:
Chip seal work along Fairfield Road from Packard Road to Highway M-52.
Estimated Funds:
$45,823
Federal Highway Administration Funds
Lenawee County Road Commission Funds $11,456
a79
Total Funds
STL 46091 - 113069
Local Force Account
* Denotes a non-standard contract/amendment
5/3/2011
Page 15 of 35
May 17, 2011 No. 62
43.
HIGHWAYS - Participation for Local Agency Construction Contract
Contract (2011-5209) between MDOT and the Lenawee County Road Commission will
provide for participation in the following improvements:
Chip seal work along Macon Highway from Allen Road to Clinton Macon Road.
Estimated Funds:
Federal Highway Administration Funds
$55,851
Lenawee County Road Commission Funds $13,963
$69,814
Total Funds
STL 46019- 113071
Local Force Account
44.
HIGHWAYS - Participation for Local Agency Construction Contract
Contract (2011-5210) between MDOT and the Lenawee County Road Commission will
provide for participation in the following improvements:
Chip seal work along Riga Highway from Horton Road to Ottawa Lake Road.
Estimated Funds:
$55,854
Federal Highway Administration Funds
Lenawee County Road Commission Funds $13,963
$fia,rn
Total Funds
STL 46091 - 113072
Local Force Account
45.
HIGHWAYS - Participation for Local Agency Construction Contract
Contract (2011-5211) between MDOT and the Lenawee County Road Commission will
provide for participation in the following improvements:
Chip seal work along South Main Street from the south village limits of Britton to the
north village limits of Britton.
Estimated Funds:
$33,390
Federal Highway Administration Funds
Lenawee County Road Commission Funds $ 8,347
$41,737
Total Funds
STL 46019- 113076
Local Force Account
* Denotes a non-standard contract/amendment
5/3/2011
Page 16 of 35
May 17, 2011 No. 63
46.
HIGHWAYS - Participation for Local Agency Construction Contract
Contract (2011-5213) between MDOT and the Hillsdale County Road Commission will
provide for participation in the following improvements:
Wedging and chip seal work along Camden Road from Hillsdale Road to Highway M-99.
Estimated Funds:
Federal Highway Administration Funds
$75,138
Hillsdale County Road Commission Funds $18,785
$91,
Total Funds
STL 30059- 113054
Local Force Account
47.
HIGHWAYS - Participation for Local Agency Construction Contract
Contract (2011-5214) between MDOT and the Hillsdale County Road Commission will
provide for participation in the following improvements:
Wedging and chip seal work along Osseo Road from Beecher Road to Mauck Road.
Estimated Funds:
$75,165
Federal Highway Administration Funds
Hillsdale County Road Commission Funds $18,791
$93 956
Total Funds
STL 30059- 113055
Local Force Account
48.
HIGHWAYS - Participation for Local Agency Construction Contract
Contract (2011-5215) between MDOT and the Hillsdale County Road Commission will
provide for participation in the following improvements:
Wedging and chip seal work along Squawfield Road from Highway M-99 to Pittsford
Road.
Estimated Funds:
$75,134
Federal Highway Administration Funds
Hillsdale County Road Commission Funds $18,783
S93.9l7
Total Funds
STL 30059- 113056
Local Force Account
* Denotes a non-standard contract/amendment
5/3/2011
Page 17 of 35
May 17, 2011 No. 64
49.
HIGHWAYS - Participation for Local Agency Construction Contract
Contract (2011-5216) between MDOT and the Hillsdale County Road Commission will
provide for participation in the following improvements:
Wedging and chip seal work along Bankers Road from Highway M-49 to the west city
limits of Hillsdale.
Estimated Funds:
Federal Highway Administration Funds $75,159
Hillsdale County Road Commission Funds $18,790
Total Funds
STL 30059- 113057
Local Force Account
50.
HIGHWAYS - Participation for Local Agency Construction Contract
Contract (2011-5217) between MDOT and the Hillsdale 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), and Federal Highway
Administration Equity Bonus Funds designated by Act 51 of the Public Acts of 1951 as
Transportation Economic Development Category D Funds for Local Agency projects
(FHWA Category D Funds):
Chip seal work along Territorial Road from Woodbridge Road to Highway M-99.
Estimated Funds:
State Restricted TED Funds
FHWA Category D Funds
Hillsdale County Road Commission Funds
Total Funds
$44,701
$19,158
$15,964
EDDF 30555- 113058
Local Force Account
* Denotes a non-standard contract/amendment
5/3/2011
Page 18 of 35
May 17, 2011 No. 65
51.
HIGHWAYS - Participation for Local Agency Construction Contract
Contract (2011-5218) between MDOT and the Mackinac County Road Commission will
provide for participation in the following improvements:
Aggregate surfacing, subbase strengthening, and drainage correction work along East
Lake Road from approximately 1 15 miles north of Charles Moran Road northerly 0.55
miles.
Estimated Funds:
$75,099
Federal Highway Administration Funds
Mackinac County Road Commission Funds $18,775
$93,874
Total Funds
STL 49097 - 84626
Local Force Account
52.
HIGHWAYS - Participation for Local Agency Construction Contract
Contract (2011-5225) between MDOT and the City of Lincoln Park will provide for
participation in the following Transportation Enhancement improvements:
Streetscaping work along Fort Street (Highway M-85) from Park Avenue northerly to
Warwick Avenue, including trees, planters, benches, trash receptacles, perennial
plantings, and concrete sidewalk work.
Estimated Funds:
Federal Highway Administration Funds
City of Lincoln Park Funds
Total Funds
$642,316.47
$353 913.53
STE 82211 — 110799; Wayne County
Local Letting
* Denotes a non-standard contract/amendment
5/3/2011
Page 19 of 35
May 17, 2011 No. 66
53.
HIGHWAYS - Participation for Local Agency Construction Contract
Contract (2011-5228) between MDOT and the Gogebic County Road Commission will
provide for funding participation in the construction of the following improvements
utilizing Federal Highway Administration Equity Bonus Funds, designated by Act 51 of
the Public Acts of 1951 as Transportation Economic Development Category D Funds for
Local Agency projects (FHWA Category D Funds):
Hot mix asphalt paving, base crushing and shaping, and aggregate shoulder work along
Chaney Lake Road from approximately 0.52 miles south of the south city limits of
Wakefield southerly 0.62 miles.
Estimated Funds:
FHWA Category D Funds
Gogebic County Road Commission Funds
Total Funds
$75,087
$18,772
$93. 1
EDDF 27555 - 89532
Local Force Account
54.
HIGHWAYS - Participation for Local Agency Construction Contract
Contract (2011-5229) between MDOT and the Gogebic County Road Commission will
provide for participation in the following improvements:
Hot mix asphalt paving, base crushing and shaping, and aggregate shoulder work along
Black River Road from approximately 0.21 miles north of North Copper Peak Road
northerly 0.62 miles.
Estimated Funds:
Federal Highway Administration Funds
$75,018
Gogebic County Road Commission Funds $18.754
a72
Total Funds
STL 27027 - 89527
Local Force Account
* Denotes a non-standard contract/amendment
5/3/2011
Page 20 of 35
May 17, 2011 No. 67
55.
HIGHWAYS - Participation for Local Agency Construction Contract
Contract (2011-5230) between MDOT and the Gogebic 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):
Hot mix asphalt paving, base crushing and shaping, and aggregate shoulder work along
Cisco Lake Road from approximately 2.38 miles south of Highway US-2 southerly 0.60
miles.
Estimated Funds:
State Restricted TED Funds
Gogebic County Road Commission Funds
Total Funds
$75,047
$18,762
$93 809
EDD 27555 - 89530
Local Force Account
56.
HIGHWAYS - Participation for Local Agency Construction Contract
Contract (2011-5231) between MDOT and the Gogebic County Road Commission will
provide for participation in the following improvements:
Hot mix asphalt paving, base crushing and shaping, and aggregate shoulder work along
Johnson Road from approximately 0.22 miles south of Spruce Road southerly 0.62 miles.
Estimated Funds:
Federal Highway Administration Funds $75,087
Gogebic County Road Commission Funds $18,772
Total Funds
STL 27020 - 89531
Local Force Account
* Denotes a non-standard contract/amendment
5/3/2011
Page 21 of 35
May 17, 2011 No. 68
57.
HIGHWAYS - Participation for Local Agency Construction Contract
Contract (2011-5232) between MDOT and the Gogebic County Road Commission will
provide for participation in the following improvements:
Hot mix asphalt paving, base crushing and shaping, and aggregate shoulder work along
Lake Road from approximately 0.15 miles north of Deer Haven Lane northerly 0.62
miles.
Estimated Funds:
Federal Highway Administration Funds
$75,087
Gogebic County Road Commission Funds $18,772
Total Funds
$93859
STL 27078 - 89528
Local Force Account
58.
HIGHWAYS - Participation for Local Agency Construction Contract
Amendatory Contract (2011-5244) between MDOT and the City of Adrian will provide
for participation in the following improvements:
Non-motorized pathway work for the Kiwanis Trail pedestrian bridge over the south
branch of the River Raisin, Section 3, T75, R3E, City of Adrian, Lenawee County.
The purpose of this amendment is to provide for the inclusion of federally participating
construction engineering, construction materials testing, and inspection work and the
increase in the estimated project cost.
Estimated Funds:
Federal Highway Administration Funds
City of Adrian Funds
Total Funds
ORIGINAL
$379,600
$ 94,900
AMEND
$18,520
$52,580
$11
TOTAL
$398,120
$147,480
$1
N
CM 46400 — 110021; Lenawee County
Amendment
59.
*HIGHWAYS (Maintenance) — Time Extension
Amendatory Contract (2009-0418/A1) between MDOT and the City of Ironwood will
extend the contract term by approximately 19 months to provide sufficient time for the
City to complete the project. The additional time is needed because the construction of
the project was delayed by a lack of matching funds. The original contract provides for
the construction of a chemical storage facility in the City of Ironwood. The revised
contract term will be June 9, 2009, through December 31, 2012. The contract amount
remains unchanged at $250,000. Source of Funds: 71% State Restricted Trunkline Funds
and 29% City of Ironwood Funds.
* Denotes a non-standard contract/amendment
5/3/2011
Page 22 of 35
May 17, 2011 No. 69
60.
*MACKINAC BRIDGE AUTHORITY — Engineering Services
Contract (2011-0122) between the Mackinac Bridge Authority and EO Integrated
Systems, Inc., will provide for as-needed security system upgrades and maintenance to be
performed for the Mackinac Bridge in Mackinac and Emmet Counties. The services will
include maintenance, upgrades, testing, commissioning, and training for the entire
security system. The contract will be in effect from the date of award through
May 31, 2014. The contract amount will be $230,000. Source of Funds: 100% Mackinac
Bridge Authority Funds.
61.
*MACKINAC BRIDGE AUTHORITY—Fiber Optic Cable Facilities License
d Merit
Contract (2011-0309) between the Mackinac Bridge Authority (MBA
i gr. nt Merit
he I
Network, Inc. (Merit), is a fiber optic cable facilities lie
federal
an indefeasible right to use 22 str
sn,
i
and
REACH-3MC
ations
Mi
A has
sena
which
Ma
const
ntract
will
be
east.
he
co
ro
lies b
ars. This is a revenue contract; MBA will
in eff
maintenance fees.
be pai
62.
PASSENGER TRANSPORTATION - Section 5311 Capital
Project Authorization (Z11) under Master Agreement (2007-0212) between MDOT and
Gogebic County Transit will provide federal funds and state matching funds for
computerized dispatch equipment under the FY 2002 Federal Section 5311 Nonurbanized
Area Formula Capital Program. The authorization will be in effect from May 24, 2011,
through May 23, 2012. The authorization amount will be $30,000. 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 Funds $24,000; FY 2011 State Restricted Comprehensive Transportation Funds - $6,000.
63.
*PASSENGER TRANSPORTATION - Increase Amount
Amendatory Contract (2010-0446/A1) between MDOT and the Interurban Transit
Partnership (ITP), in Grand Rapids, will provide an additional $333,000 in local
matching funds for the Grand Rapids Amtrak Station relocation project. The original
contract provides Federal Railroad Administration (FRA) funds and local matching funds
for the relocation of the Grand Rapids Amtrak Station. The project will reduce traffic
congestion, improve customer convenience, and create a multimodal transportation
facility to accommodate both trains and buses. The revised contract amount will be
$4,592,000. The contract term remains unchanged, from November 1, 2010, through
twenty years from the date the project is completed and the property is placed in service.
Source of Funds: FRA Funds - $3,800,000; ITP Funds - $792,000.
* Denotes a non-standard contract/amendment
5/17/2011
Page 23 of 34
May 17, 2011 No. 70
64.
TRANSPORTATION PLANNING — Copper County Trail Master Interpretation Plan
Project Authorization (Z22) issued under Master Agreement (2009-0025) between
MDOT and the Western Upper Peninsula Planning & Development Regional
Commission (WUPPDR) will provide for the implementation of the Heritage Route
Corridor Master Interpretation Plan for the Copper County Trail National Byway. The
project will promote greater awareness of and appreciation for the natural and cultural
resources of the area to attract visitors and stimulate economic activity. The authorization
will be in effect from date of award through September 30, 2011. The authorization
amount will be $95,000. The term of the master agreement is October 1, 2008, through
September 30, 2011. Source of Funds: 80% Federal Highway Administration Funds and
20%WUPPDR Funds.
65.
TRANSPORTATION PLANNING — Update of Copper County Trail Corridor
Management Plan
Authorization (Z23) under Master Agreement (2009-0025) between MDOT and the
Western Upper Peninsula Planning & Development Regional Commission (WUPPDR)
will provide for the update of the Copper County Trail Corridor Management Plan
(CMP), which is being used as a guide by the Copper County Trail Advisory Committee.
The original CMP focused primarily on activities required to attain National Scenic
Byway designation for the Copper County Trail. The Copper County Trail was
designated a Scenic Byway in 2005, and the CMP must be updated to reflect the changes
in vision, goals, and needs. The authorization will be in effect from date of award through
September 30, 2011. The authorization amount will be $31,500. The term of the master
agreement is October 1, 2008, through September 30, 2011. Source of Funds: 80%
Federal Highway Administration Funds and 20% WUPPDR Funds.
66.
*TRANSPORTATION PLANNING — Renew and Extend, Increase Services and
Amount
Amendatory Contract (2009-0461/A2) between MDOT and Quandel Consultants, LLC,
will renew the contract and extend the contract term by approximately 9 s ths, will
authorize the performance of Phase 3 services, an wil
e
o at, ount by
1
rvi
e ll ing rail
$391,312 in Phase 3 fundi
ip
. ' ues.
es
nal ontract
infrastruct
ter rail
prov
nt
s a re
roject)
serv
rbs I I
.
County
s
;
I
oun
and o
om May 21, 2009, through
Corn
award of this amendment through December
Dece
r%isns ontract amount w'll be $1,528,248. Source of Funds: Federal
31, 20
Highway Administration (FHWA) Funds - $1,222,588; State Restricted Comprehensive
Transportation Funds - $305,650.
* Denotes a non-standard contract/amendment
5/17/2011
Page 24 of 34
May 17, 2011 No. 71
SUB CONTRACTS
67
Dick's Landscaping & Snowplowing
11801 Four Mile Road
Battle Creek, MI 49015
$254,330.92
$ 63,582.73
S 63,582.73
$ 63,582.73
$ 63,582.73
- 13.5%
Low Bid:
1 st Year:
2"d Year:
1st
1 Optional Year:
z—ndOptional Year:
Over/Under:
Description of Work: Mowing
Approval is requested to authorize the Calhoun County Road Commission to award a
two-year subcontract (2009-0515/S1) for roadside mowing, debris removal, and shrub
trimming along various trunklines throughout Calhoun County. Language in the
subcontract allows the subcontract to be extended for two additional years upon the
mutual agreement of the parties. The project was advertised, and three bids were
received. The lowest bidder was selected. Costs are based on a set unit cost per mowing
cycle. The County has found the costs to be reasonable and competitive with costs in
surrounding counties. The subcontract will be in effect from the date of award through
December 1, 2015. Source of Funds: 100% State Restricted Trunlcline Funds.
68.
Stout's Lawncare
1901 Douglas Road
Riverdale, MI 48877
$ 94,490
$ 18,898
$ 18,898
$ 18,898
$ 18,898
$ 18,898
Low Bid:
1." ` Year:
2" d Year:
3rd
1 st Optional Year:
2" Optional Year:
Description of Work: Rest Area Janitorial and Grounds Maintenance
Approval is requested to authorize the Montcalm County Road Commission to award the
two optional years of a subcontract (2003-0407/S1) for the provision of janitorial
services, grounds maintenance, and lawn maintenance at three roadside parks (M-46 Marl
Lake, M-66 Sheridan, and M-57 Greenville) in Montcalm County. The project was
advertised, and two bids were received. The lowest bidder was selected. The County has
found the costs to be reasonable and competitive with costs in surrounding counties. The
revised subcontract term will be February 19, 2008, through December 31, 2012. Source
of Funds: 100% State Restricted Trunkline Funds.
This subcontract was previously approved by the State Administrative Board at its
February 19, 2008, meeting; however, no mention was made in the original write-up of
the two optional years of service.
* Denotes a non-standard contract/amendment
5/3/2011
Page 25 of 35
May 17, 2011 No. 72
EXTRAS
69.
Extra 2011-63
MDOT Project
Control Section/Job Number:
82192-76897
State Administrative Board -
This project has at least one extra or a group of related
extras that exceed the $100,000 limit for reviewing
extras.
State Transportation Commission -
Does not meet criteria.
Contractor:
Posen Construction, Inc.
50500 Design Lane
Shelby Twp., MI 48315
Designed By:
Engineer's Estimate:
Alfred Benesch and Company
$16,504,431.89
Description of Project:
1.74 mi of concrete reconstruction, concrete barrier replacement, impact attenuators, driveways,
drainage, watermain, underdrain, sidewalk, curb and gutter, signals, signing, pavement markings,
and pump station rehabilitation on M-39 from Porter Street to Pinecrest Avenue in the cities of
Allen Park and Lincoln Park, Wayne County. This project includes a 5 year materials and
workmanship pavement warranty and a 3 year pavement performance 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
August 18, 2009
September 14, 2009
$17,288,269.30
2,699,483.41
1,088,131.48
(74.33)
Revised Total
+ 15.61%
+ 6.29%
- 0.00%
+ 0.96%
165 560 98
+ 22.86%
521.241.3
SUMMARY:
The total of all Extras and Overruns approved to date, before this request, places this contract
21.90% over the original budget for an Authorized to Date Amount of $21,075,809.86.
Approval of this extra will place the authorized status of the contract 22.86% or $3,953,101.54
over the Original Contract Amount.
Extras Previously Approved by the State Administrative Board:
Item Number
2 r.1
2010-057
2011-017
8
Contract Modification Number
* Denotes a non-standard contract/amendment
5/3/2011
Amount
$695,464.00
$101,138.54
SAB Date
05/04/10
02/15/11
Page 26 of 35
May 17, 2011 No. 73
Contract Modification Number(s): 32
This contract modification requests payment for the following Extra(s)/Adjustment(s) to the
contract:
CM 32
Adjust Drainage Structures 1"
Below Final Grade
Adjust Drainage Structures to Final Grade
Cost of Building Roadway Drainage
Around AT&T Infrastructure
Force Accounts for Modifying Precast
Drainage Structures, #31,33 and 34
1.00 LS @ $8,356.14/LS
1.00 LS @ $8,356.14/LS
$8,356.14
8,356.14
1.00 LS @ $61,665.39/LS
61,665.39
1.00 LS @ $87,183.31/LS
87,183.31
Total
S165,560.98
Reason(s) for Extra(s)/Adjustment(s):
CM 32
The contract modification created extra Items to the contract to charge AT&T for the extra work
the contractor had to perform above and beyond the original contract bid documents.
AT&T was directed by MDOT to relocate their existing facilities from under north bound M-39
outside curb line to an area under the proposed sidewalk, placing the utility closer to the MDOT
R.O.W. line. AT&T worked on this relocation starting in the winter of 2009 through the 2010
construction season.
During meetings held between MDOT and AT&T, prior to the start of the project, it was
discussed that AT&T's relocation of their facilities would not cause conflict within MDOT's
construction when MDOT started stage 2, construction of the outside two traveled lanes. At the
start of stage 2 it was determined that AT&T's relocation work was going to interfere with
MDOT's paving operation. AT&T's relocation work would not be completed in time and a
significant delay to the project was imminent. MDOT elected to start redesigning around
AT&T's facilities and start the proposed drainage plan construction in order to avoid delays to the
project which would have resulted in substantial claims against MDOT from the contractor.
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 May 17, 2011.
70.
Extra 2011-64
MDOT Project
Control Section/Job Number:
84917-105891
State Administrative Board -
This project is under $800,000 and the extra exceeds the
$48,000 limit for reviewing extras.
State Transportation Commission -
Does not meet criteria.
Contractor:
Major Cement Co.
* Denotes a non-standard contract/amendment
5/3/2011
Page 27 of 35
May 17, 2011 No. 74
15430 Dale Street
Detroit, MI 48223-1038
Designed By:
Engineer's Estimate:
MDOT
$731,308.54
Description of Project:
Sidewalk removal and replacement, pavement markings, signs, and related work on East Buena
Vista at Barber Focus School, on Cortland Avenue at Cortland Academy, and on Pilgrim Avenue
at Henry Ford Academy in the city of Highland Park, 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
May 18, 2010
June 15, 2010
$709,414.94
(135,244.52)
34,240.49
0.00
33,267.50
- 19.06%
+ 4.83%
- 0.00%
+4.69%
a1
6
- 9.54%
SUMMARY:
The total of all Extras and Overruns approved to date, before this request, places this contract
(14.23%) under the original budget for an Authorized to Date Amount of $608,410.91.
Approval of this extra will place the authorized status of the contract (9.54%) or ($67,736.53)
under the Original Contract Amount.
Extras Previously Approved by the State Administrative Board: None.
Contract Modification Number(s): 11
This contract modification requests payment for the following Extra(s)/Adjustment(s) to the
contract:
CM 11
Band, Sign
Curb and Gutter, Conc, Det F2
Total
$787.50
32,480.00
$33,267.50
30.00 Ea @ $26.25/Ea
1,856.00 Ft @ $17.50/Ft
Reason(s) for Extra(s)/Adjustment(s):
CM 11
Due to site limitations and utility conflicts, the installation of driven posts at some locations is
unfeasible. The engineer has determined the only workable alternative is to direct the contractor
to band the signs to the existing poles. The offsetting original line items associated with this
work will be shown on a future contract modification. The extra cost for Band, Sign was
negotiated per Section 103.04 of the 2003 Standard Specifications for Construction. The costs
were deemed reasonable when compared with similar items in MDOT' s Average Unit Price
* Denotes a non-standard contract/amendment
5/3/2011
Page 28 of 35
May 17, 2011 No. 75
Index. Since a subcontractor completed the work, the cost includes a five percent markup for the
prime contractor, as per Section 109.07.G of the 2003 Standard Specifications for Construction.
The extra item Curb and Gutter, Conc, Det F2 was inadvertently under estimated in the contract
documents. The engineer directed the contractor to match existing conditions. This work was
not included in the project job. There are no offsetting line items associated with this extra work.
The extra cost for Curb and Gutter, Conc, Det F2 was negotiated per Section 103.04 of the 2003
Standard Specifications for Construction. The costs were deemed reasonable when compared
with similar items in MDOT's Average Unit Price Index.
Section 103.04 — EXTRA WORK — of the 2003 Standard Specifications for Construction was
interpreted to authorize payment for this extra work.
This Extra is now recommended for approval by the State Administrative Board on May 17,
2011.
71.
Extra 2011-65
MDOT Project
Control Section/Job Number:
82123-45199
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 1-96 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 1-96 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
658,775.19
2,051,245.13
0.00
9537.63
+ 2.54%
+ 7.91%
+ 0.00%
+ 0.04%
528. 652. 5 79.09
+ 10.49%
* Denotes a non-standard contract/amendment
5/3/2011
Page 29 of 35
May 17, 2011 No. 76
SUMMARY:
The total of all Extras and Overruns approved to date, before this request, places this contract
10.45% over the original budget for an Authorized to Date Amount of $28,643,041.46.
Approval of this extra will place the authorized status of the contract 10.49% or $2,719,557.95
over the Original Contract Amount.
Extras Previously Approved by the State Administrative Board:
Item Number
2005-147
2006-027
2006-118
2007-191
2009-036
2009-161
2010-104
Contract Modification Number
6 r. 2
10 r. 1
17r. 1
23 r. 1
24
25r.1
26 r.2
Amount
$320,000.00
$250,000.00
$364,822.50
$37,802.39
$55,348.84
$357,311.59
$45,585.25
SAB Date
12/06/05
03/07/06
09/05/06
12/18/07
03/17/09
12/01/09
08/03/10
Contract Modification Number(s): 28 r.1
This contract modification requests payment for the following Extra(s)/Adjustment(s) to the
contract:
CM 28
48606A:
_Extra contractor staking due
to project over 5%
Total
$9 537.63
$9,537 63
9,537.63 Div @ $1.00/Dir
Reason(s) for Extra(s)/Adjustment(s):
CM 28
The contractor has requested additional money for staking on the project due to the $2+ million in
extra work on the project. Additional staking was required for many of the extra work items,
including changing from a deep deck overlay to a complete deck replacement. Per Subsection
104.08I of the 2003 Standard Specifications for Construction, an adjustment to the bid price for
Contractor Staking can be made when the final project dollars exceed the bid contract dollars by
more than 5%. This project was 10.45% over the bid contract dollars, with a bid unit price for
Contractor Staking of $175,000. Extra contractor staking = (10.45% - 5%) x $175,000 =
$9,537.63
Section 103.03 — Adjustments - of the 2003 Standard Specifications for Construction was
interpreted to authorize payment for this extra cost.
This Extra is recommended for approval by the State Administrative Board on May 17, 2011.
* Denotes a non-standard contract/amendment
5/3/2011
Page 30 of 35
May 17, 2011 No. 77
72.
Extra 2011-66
Control Section/Job Number:
22031-83733
MDOT Project
State Administrative Board -
This project has an individual extra that exceeds the
$100,000 limit for reviewing extras.
State Transportation Commission -
Does not meet criteria.
Contractor:
Zenith Tech, Inc.
P.O. Box 1028
Waukesha, WI 53187-1028
Designed By:
Engineer's Estimate:
MDOT
$5,265,974.53
Description of Project:
Bridge replacement, pathway, and approaches on US-141 over Menominee River at the
Wisconsin state line, Dickinson County. This project includes a 5 year materials and
workmanship pavement 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
Revised Total
July 20, 2010
July 28, 2010
$5,414,628.72
0.00
55,962.00
0.00
130 000.00
+ 0.00%
+ 1.03%
- 0.00%
+ 2.40%
Kfl72
+ 3.43%
SUMMARY:
The total of all Extras and Overruns approved to date, before this request, places this contract
1.03% over the original budget for an Authorized to Date Amount of $5,470,590.72.
Approval of this extra will place the authorized status of the contract 3.43% or $185,962.00 over
the Original Contract Amount.
Extras Previously Approved by the State Administrative Board: None.
Contract Modification Number(s): 4
This contract modification requests payment for the following Extra(s)/Adjustment(s) to the
contract:
CM 4
Wisconsin Wage Rate- Labor Adjustment
Total
* Denotes a non-standard contract/amendment
519/2011
130,000.00 Dlr @ $1.00/D1r
$130,000.00
$130,000 00
Page 31 of 34
May 17, 2011 No. 78
Reason(s) for Extra(s)/Adjustment(s):
CM 4
This project consists of replacement of a border bridge between Michigan and Wisconsin. The
contract only included the prevailing wage rates for Michigan. The Michigan Department of
Transportation (MDOT) made previous payments based on an average of actual foreman labor
rates and professional construction administrators labor rates applied to estimated hours to
compensate the contractor. The Wisconsin wage rates were added to the contract. This change
was requested by Chris Roe and Jill Mullins of MDOT and Steve Hill of the United States
Department of Labor and was discussed with Mark Lewis of the FHWA and Paul Zoeliner and
Jason Johnson of WISDOT. The location of the employee when completing the work determines
the wage rate that applies.
This change is required by 29 CFR (Code of Federal Regulations) Part 1.6(f) which states, (f) The
Administrator may issue a wage determination after contract award or after the beginning of
construction if the agency has failed to incorporate a wage determination in a contract required to
contain prevailing wage rates determined in accordance with the Davis-Bacon Act, or has used a
wage determination which by its terms or the provisions of this part clearly does not apply to the
contract. Further, the Administrator may issue a wage determination which shall be applicable to
a contract after contract award or after the beginning of construction when it is found that the
wrong wage determination has been incorporated in the contract because of an inaccurate
description of the project or its location in the agency's request for the wage determination.
Under any of the above circumstances, the agency shall either terminate and re-solicit the contract
with the valid wage determination, or incorporate the valid wage determination retroactive to the
beginning of construction through supplemental agreement or through change order, provided
that the contractor is compensated for any increases in wages resulting from such change. The
method of incorporation of the valid wage determination, and adjustment in contract price, where
appropriate, should be in accordance with applicable procurement law.
Payments for an adjustment in labor costs will be based upon the difference between the
Michigan Wage Decision Number revised MI100007 and/or agreement between the employees'
bargaining agency and the Wisconsin Wage Decision Number WII 00019 for the work
performed in the State of Wisconsin. This extra compensates for additional costs of the prime
contractor and all subcontractors on this project. The contractor will be compensated on a biweekly basis as certified payrolls are received from the prime contractor and/or subcontractor's
and verified by MDOT field records. This is an estimated budgeted dollar amount and final costs
will be determined at the completion of the project. These costs are non-participating and 100
percent funded by the State of Wisconsin.
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 May 17, 201 L
* Denotes a non-standard contract/amendment
5/9/2011
Page 32 of 34
May 17, 2011 No. 79
OVERRUN
73.
Overrun 2011-14
Control Section/Job Number:
64812-75072
State Administrative Board -
This project exceeds the 10% limit for reviewing
overruns.
State Transportation Commission -
Does not meet criteria.
Contractor:
Rieth-Riley Construction Co., Inc.
P.O. Box 477
Goshen, 1N 46527-0477
Designed By:
Engineer's Estimate:
MDOT
$1,473,070.70
MDOT Project
Description of Project:
8.09 mi of hot mix asphalt cold milling and resurfacing, drainage improvements, and safety item
upgrades on Old US-31 from north of M-20 northerly to the south city limits of Shelby and from
the north city limits of Shelby northerly to the Pentwater River bridge in the city of Hart, Oceana
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
December 2, 2008
January 29, 2009
$1,480,664.21
148,066.42
22,190.63
0.00
27 692.46
+ 10.00%
+ 1.50%
- 0.00%
+ 1.87%
$1,678.613.72
+ 13.37%
SUMMARY:
The total of all Extras and Overruns approved to date, before this request, places this contract
11.50% over the original budget for an Authorized to Date Amount of $1,650,921.26.
Approval of this overrun will place the authorized status of the contract 13.37% or $197,949.51
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:
HMA, 5E3
Total
411.4779 Ton @ $67.30/Ton
S.27.692..46
* Denotes a non-standard contract/amendment
5/9/2011
$27,692.46
Page 33 of 34
May 17, 2011 No. 80
Reason(s) for Overrun(s):
This project is in overrun status due to items that were directly contributable to numerous
drainage issues recognized prior to, during, and following the resurfacing work on the project.
Those issues included several long segments of the existing shoulders where pronounced
washouts and uncontrolled run-off had historically been a concern. In these areas, the Engineer,
working closely with the Transportation Service Center Maintenance Coordinator and local
agency officials, opted to add additional wide paved shoulders and HMA Valley Gutter to correct
the drainage problems. The work required additional HMA material, slope restoration, and
earthwork items to complete. Likewise, drainage concerns were later identified at several
intersections, which were reviewed closely, and identified as requiring additional HMA Approach
paving, HMA Valley Gutter, and in-turn, additional excavation and restoration to correct. Lastly,
the HMA Quality initiative item is a budgeted original item that required a significant increase
based on the contractual provisions of the applicable HMA Special Provisions.
This Overrun is recommended for approval by the State Administrative Board on May 17, 2011.
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 April 13, 2011.
Respectfully submitted,
e famout.
f
wee..
Kirk T. Steudle
Director
r
* Denotes a non-standard contract/amendment
5/9/2011
Page 34 of 34
May 17, 2011 No. 81
SUPPLEMENTAL AGENDA
DEPARTMENT OF TRANSPORTATION
TRANSPORTATION and NATURAL RESOURCES COMMITTEE
STATE ADMINISTRATIVE BOARD
T&NR Meeting: May 11, 2011 — Lake Superior Room,
1 ' Floor, Michigan Library and Historical Center, 3:30 PM
State Administrative Board Meeting: May 17, 2011 - Lake Superior Room,
1st Floor, Michigan Library and Historical Center, 11:00 AM
s
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.
CONTRACT
1.
EXECUTIVE (Office of Economic Development) — IDS SR2S Program
Authorization (Z8) under Contract (2006-0483) between MDOT and Michigan Fitness
Foundation (MFF) will provide for continued program development, project management,
education/outreach, and technical assistance services to schools, communities, and partner
agencies for the federal Safe Routes to School (SR2S) Program The authorization will be in
effect from the date of award through September 30, 2013. The authorization amount will be
$555,549. The contract term will be March 1, 2006, through September 30, 2013. Source of
Funds: 100% Federal SR2S Program Funds.
This authorization was previously approved by the State Administrative Board (SAB) at its
May 3, 2011, meeting. Due to an administrative oversight, the authorization was included on the
May 3, 2011, SAB agenda before all internal MDOT approvals were obtained. The
authorization is returned to the SAB for approval now that all internal MDOT approvals have
now been obtained.
5/10/11
Page
May 17, 2011 No. 82
BID LETTING
STATE PROJECTS
2.
ENG. EST.
$ 767,907.81
LETTING OF MARCH 04, 2011
PROPOSAL 1103068
PROJECT NH 82081-110755
LOCAL AGRMT.
START DATE - JUNE 13, 2011
COMPLETION DATE - AUGUST 04, 2011
LOW BID
$ 809,519.48
% OVER/UNDER EST.
5.42 %
3.06 mi of hot mix asphalt cold milling and resurfacing on
M-153 from Napier Road to Trinity Road and from Hendrie
to Marlowe Street, Wayne County. This project includes
a 3 year materials and workmanship pavement warranty.
A 2011 highway preventive maintenance project.
5.00 % DBE participation required
BIDDER
Barrett Paving Materials Inc.
Cadillac Asphalt, L.L.C.
Ajax Paving Industries, Inc.
AS-CHECKED
AS-SUBMITTED
$
$
$
809,519.48
746,141.25
976,044.70
Same
Same
Same
1 .A.A.
Rej
2
3 Bidders
05/06/2011
Source of Funds:
110755A
Federal Highway Administration Funds
State Restricted Trunkline Funds
3.
LETTING OF MAY 06, 2011
PROPOSAL 1105059
PROJECT BHT 41131-87155 , ETC
LOCAL AGRMT. 11-5137, 11-5157
START DATE - 10 days after award
COMPLETION DATE - OCTOBER 28, 2011
81.85
18.15
ENG. EST.
LOW BID
$ 4,903,018.71 $ 4,621,306.83
% OVER/UNDER EST.
-5.75 %
Bridge deck replacement and substructure repairs, approach work, maintaining
traffic, and partial ramp reconstruction on Burton Street and Hall Street
over US-131 and on Burton Street over Norfolk Southern Railroad in the city
of Grand Rapids, Kent County. This project includes a 5 year materials and
workmanship pavement warranty.
5.00 % DBE participation required
5/10/11
Page2
May 17, 2011 No. 83
AS-SUBMITTED
BIDDER
AS-CHECKED
Walter Toebe Construction Company $ 4,621,306.83
C. A. Hull Co., Inc.
$ 4,824,221.62
Anlaan Corporation
$ 4,893,779.41
J. Slagter & Son Construction Co.
L. W. Lamb, Inc.
Milbocker and Sons, Inc.
Hardman Construction, Inc.
Same
Same
Same
1 **
2
3
3 Bidders
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds:
105308A
Federal Highway Administration Funds
City of Grand Rapids
State Restricted Trunkline Funds
87155A
Federal Highway Administration Funds
City of Grand Rapids
State Restricted Trunkline Funds
4.
LETTING OF MAY 06, 2011
PROPOSAL 1105060
PROJECT NH 04021-74900
LOCAL AGRMT. 11-5012
START DATE - AUGUST 08, 2011
COMPLETION DATE - OCTOBER 28, 2011
79.89
5.13 %
14.98 %
81.55 %
2.41
16.04
LOW BID
ENG. EST.
$ 1,283,194.58 $ 1,394,810.71
% OVER/UNDER EST.
8.70
0.42 mi of roadway reconstruction including new center left turn lane, new
subbase, aggregate base, hot mix asphalt paving, concrete paving, curb and
gutter, storm sewer leads, sidewalks, signal installation, and slope
restoration on M-32 from west of 11th Street to east of 8th Street in the
city of Alpena, Alpena County. This project includes two 5 year materials
and workmanship pavement warranties.
4.00 % DBE participation required
BIDDER
Cordes Excavating, Inc.
MacArthur Construction, Inc.
M & M Excavating Company
Milbocker and Sons, Inc.
Bolen Asphalt Paving, Inc.
Walter Toebe Construction Company
Crawford Contracting, Inc.
Payne & Dolan Inc.
D. J. McQuestion & Sons, Inc.
AS-SUBMITTED
AS-CHECKED
$ 1,394,810.71
$ 1,471,020.72
$ 1,681,176.52
Same
Same
Same
1
2
3
A. *
3 Bidders
5/10/11
Page 3
May 17, 2011 No. 84
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds:
74900A
City of Alpena
Federal Highway Administration Funds
State Restricted Trunkline Funds
5.
1.10 %
80.95
17.95
ENG. EST.
795,868.18 $
LETTING OF MAY 06, 2011
PROPOSAL 1105061
PROJECT NH 84911-110425
LOCAL AGRMT.
START DATE - 10 days after award
COMPLETION DATE - JULY 30, 2011
LOW BID
606,251.61
% OVER/UNDER EST.
-23.83
202.97 mi of hot mix asphalt crack treatment and overband crack filling at
various locations on 1-75, M-28, M-35, M-77, M-94, M-117, M-123, M-129, M134, US-2, and 05-41, Alger, Chippewa, Delta, Mackinac, Menominee, and
Schoolcraft Counties. This project includes a 2 year pavement performance
warranty.
A 2011 highway preventive maintenance project.
0.00 % DBE participation required
AS-SUBMITTED
BIDDER
Fahrner Asphalt Sealers, L.L.C.
Scodeller Construction, Inc.
JMA Contracting, LLC
Causie Contracting, Inc.
Michigan Joint Sealing, Inc.
Interstate Sealant & Concrete, Inc.
$
$
$
$
AS-CHECKED
Same
Same
Same
Same
606,251.61
738,636.31
859,369.50
906,751.71
1 **
2
3
4
4 Bidders
Source of Funds
110425A
Federal Highway Administration Funds
State Restricted Trunkline Funds
5/10/11
81.85
18.15 %
Page4
May 17, 2011 No. 85
6.
ENG. EST.
459,346.88 $
LETTING OF MAY 06, 2011
PROPOSAL 1105062
PROJECT NH 77023-110774
LOCAL AGRMT. 11-5176
START DATE - AUGUST 01, 2011
COMPLETION DATE - MAY 15, 2012
LOW BID
458,992.20
% OVER/UNDER EST.
-0.08 %
1.40 mi of cold milling and resurfacing, overband crack filling with
microsurfacing, and construction of concrete sidewalk ADA ramps on westbound
I-69BL from 24th Street to I-94BL in the city of Port Huron, St. Clair
County. This project includes a 3 year materials and workmanship pavement
warranty and a 2 year pavement performance warranty.
A 2011 highway preventive maintenance project.
5.00 % DBE participation required
Ace Asphalt 6 Paving Company
Cadillac Asphalt, L.L.C.
Ajax Paving Industries, Inc.
Barrett Paving Materials Inc.
AS-CHECKED
AS-SUBMITTED
BIDDER
$
$
$
$
458,992.20
479,710.22
495,552.05
560,723.53
Same
Same
Same
Same
1 **
2
3
4
4 Bidders
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds:
110774A
Federal Highway Administration Funds
City of Port Huron
State Restricted Trunkline Funds
7.
LETTING OF MAY 06, 2011
PROPOSAL 1105063
PROJECT EDA 80111-108014
LOCAL AGRMT.
START DATE - JULY 06, 2011
COMPLETION DATE - SEPTEMBER 18, 2011
81.85 %
0.48 %
17.67
ENG. EST.
374,566.80 $
LOW BID
318,420.00
% OVER/UNDER EST.
-14.99
0.52 mi of hot mix asphalt pavement widening and resurfacing on M-40 from
County Road 669 to 72nd Avenue in the village of Lawton, Van Buren County.
0.00 % DBE participation required
BIDDER
Michigan Paving and Materials Comp $
Rieth-Riley Construction Co., Inc. $
AS-CHECKED
AS-SUBMITTED
318,420.00
380,058.54
Same
Same
1 **
2
2 Bidders
Source of Funds:
108014A
State Restricted Trunkline Funds
5/10/11
100
%
Page5
May 17, 2011 No. 86
8.
ENG. EST.
124,640.00 $
LETTING OF MAY 06, 2011
PROPOSAL 1105064
PROJECT NH 73063-112963
LOCAL AGRMT.
START DATE - 10 days after award
COMPLETION DATE - AUGUST 19, 2011
LOW BID
77,949.31
% OVER/UNDER EST.
-37.46
19.20 mi of hot mix asphalt crack treatment on M-46 from Towerline Road
easterly to M-15 and on M-81 from Indiantown Road easterly to Wadsworth Road,
Saginaw and Tuscola Counties. This project includes a 2 year pavement
performance warranty.
A 2011 highway preventive maintenance project.
0.00 % DBE participation required
BIDDER
Fahrner Asphalt Sealers, L.L.C.
Interstate Sealant & Concrete, Inc.
Michigan Joint Sealing, Inc.
Carr's Outdoor Services, Inc.
Scodeller Construction, Inc.
Causie Contracting, Inc.
JMA Contracting, LLC
Axtell's, Inc.
C & D Hughes, Inc.
AS-CHECKED
AS-SUBMITTED
Same
Same
Same
Same
Same
Same
Same
Same
77,949.31
96,856.00
100,376.00
101,728.00
107,160.00
146,880.00
148,726.00
194,880.00
$
$
$
$
$
$
$
$
1 **
2
3
4
5
6
7
8
8 Bidders
Source of Funds:
112963A
Federal Highway Administration Funds
State Restricted Trunkline Funds
9.
LETTING OF MAY 06, 2011
PROPOSAL 1105065
PROJECT ST 39022-104026
LOCAL AGRMT.
START DATE - AUGUST 01, 2011
COMPLETION DATE - AUGUST 19, 2011
81.85 %
18.15 %
ENG. EST.
55,749.36 $
LOW BID
42,208.00
% OVER/UNDER EST.
-24.29
Hot mix asphalt cold milling and resurfacing, permanent pavement markings and
signing, and sidewalk work at the Portage/Kilgore Road carpool parking lot in
the city of Kalamazoo, Kalamazoo County.
0.00 % DBE participation required
BIDDER
$
J. Allen & Company, Inc.
$
American Asphalt, Inc.
Michigan Paving and Materials Comp $
Kamminga & Roodvoets, Inc.
$
Rieth-Riley Construction Co., Inc. $
AS-SUBMITTED
42,208.00
47,943.38
48,878.30
50,556.35
56,277.40
AS-CHECKED
Same
Same
Same
Same
Same
1 **
2
3
4
5
5 Bidders
5/10/11
Page 6
May 17, 2011 No. 87
Source of Funds:
104026A
Federal Highway Administration Funds
State Restricted Trunkline Funds
10.
81.85
18.15
ENG. EST.
$ 2,443,882.92 $
LETTING OF MAY 06, 2011
PROPOSAL 1105067
PROJECT IMG 84916-108889
LOCAL AGRMT.
START DATE - OCTOBER 01, 2011
COMPLETION DATE - AUGUST 31, 2012
LOW BID
2,440,315.45
% OVER/UNDER EST.
-0.15 %
35.78 mi of freeway signing upgrades on 1-94 from the Jackson county line to
the Wayne county line and on US-12 from the I-94/US-12 interchange to the
Wayne county line in the cities of Ann Arbor and Ypsilanti, Washtenaw County.
0.00 % DBE participation required
AS-SUBMITTED
AS-CHECKED
$ 2,440,315.45
$ 2,527,949.66
$ 2,589,864.42
$ 2,692,356.76
Same
Same
Same
Same
BIDDER
RND Holdings, Ltd.
J. Ranck Electric, Inc.
Action Traffic Maintenance, Inc.
Highway Service Company, Inc.
J & J Contracting, Inc.
GFS Fence, Guardrail & Signage
1 **
2
3
4
4 Bidders
Source of Funds:
108889A
Federal Highway Administration Funds
11.
LETTING OF MAY 06, 2011
PROPOSAL 1105068
PROJECT STT 65022-111763
LOCAL AGRMT.
START DATE - SEPTEMBER 12, 2011
COMPLETION DATE - OCTOBER 07, 2011
100
ENG. EST.
475,166.61 $
LOW BID
428,424.75
% OVER/UNDER EST.
-9.84 %
4.01 mi of hot mix asphalt overlay on M-55 from west of Beach Road easterly
to east of Siegrist Road, Ogemaw and Tosco Counties. This project includes a
3 year materials and workmanship pavement warranty.
A 2011 highway preventive maintenance project.
3.00 % DBE participation required
BIDDER
Rieth-Riley Construction Co., Inc. $
$
Bolen Asphalt Paving, Inc.
Pyramid Paving and Contracting Co. $
AS-SUBMITTED
428,424.75
428,720.35
481,382.35
AS-CHECKED
Same
Same
Same
1 **
2
3
3 Bidders
5/10/11
Page 7
May 17, 2011 No. 88
Source of Funds.
111763A
Federal Highway Administration Funds
State Restricted Trunkline Funds
12.
LETTING OF MAY 06, 2011
PROPOSAL 1105069
PROJECT MER 23152-112737
LOCAL AGRMT.
START DATE - JULY 05, 2011
COMPLETION DAT
Bridg
subst
mainta
Highwa
81.85
18.15
ENG. EST.
125,918.45 $
$
LOW BID
268,494.87
repairs,
ment, and
Mt. Hope
enu
teas
ion required
C. A. Hull Co., Inc.
Anlaan Corporation
Walter Toebe Construction Company
J. Slagter & Son Construction Co.
Milbocker and Sons, Inc.
L. W. Lamb, Inc.
AS-CHECKED
AS-SUBMITTED
BIDDER
$
$
Same
Same
268,494.87
293,829.35
1 **
2
2 Bidders
Source of Funds:
112737A
State Restricted Trunkline Funds
13.
100
LOW BID
ENG. EST.
LETTING OF MAY 06, 2011
$ 1,963,611.01 $ 1,769,716.52
PROPOSAL 1105079
PROJECT NH 22031-103248, ETC
% OVER/UNDER EST.
LOCAL AGRMT. 10-5661
START DATE - 10 days after award
-9.87
COMPLETION DATE - SEPTEMBER 11, 2011
1.68 ml of hot mix asphalt reconstruction including widening of road base for
center left turn lane, installation of flasher signal, and approach road
relocations on US-141 from the state line northerly to the CN/Wisconsin
Central railroad overpass, on 05-141 from south of the Breitung Cutoff
Road/Lincoln Avenue intersection to north of the intersection, on Breitung
Cutoff Road west of 05-141, and on Lincoln Avenue east of US-141, Dickinson
County. This project includes two 5 year materials and workmanship pavement
warranties.
3.00 % DBE participation required
BIDDER
Bacco Construction Company
Payne & Dolan Inc.
Hebert Construction Co.
5/17/11
AS-SUBMITTED
AS-CHECKED
$ 1,769,716.52
$ 1,787,448.24
Same
Same
1 **
2
Page 8
May 17, 2011 No. 89
Smith Paving, Inc.
Musson Bros., Inc.
A. Lindberg & Sons, Inc.
2 Bidders
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds:
103248A
Federal Highway Administration Funds
State Restricted Trunkline Funds
Breitung Township
103709A
Federal Highway Administration Funds
State Restricted Trunkline Funds
108803A
Dickinson County
Federal Highway Administration Funds
14.
78.18 %
17.34
4.48
90.00
10.00
20.00
80.00
LOW BID
67,483.75
ENG. EST.
76,863.66 $
LETTING OF MAY 06, 2011
PROPOSAL 1105080
PROJECT ST 20014-110738
LOCAL AGRMT.
START DATE - SEPTEMBER 06, 2011
COMPLETION DATE - SEPTEMBER 30, 2011
% OVER/UNDER EST.
-12.20 %
Installation of portable intermittent truck weigh stations (PITWS) on 1-75
northbound at the Grayling rest area and southbound at the Hartwick Pines
rest area, Crawford County.
0.00 % DBE participation required
Rieth-Riley Construction Co., Inc.
Goretski's Construction Company
F & M Construction Company, LLC
Kelcris Corporation
Snowden, Inc.
Major Cement Co.
Fiore Enterprises LLC
Audia Concrete Construction, Inc.
AS-CHECKED
AS-SUBMITTED
BIDDER
$
$
$
$
67,483.75
69,944.75
84,439.00
88,290.00
$
Same
Same
Same
87,290.00
1 **
2
3
4
4 Bidders
Source of Funds:
110738A
Federal Highway Administration Funds
State Restricted Trunkline Funds
5/10/11
81.85
18.15
Page9
May 17, 2011 No. 90
15.
ENG. EST.
220,286.48 $
LETTING OF MAY 06, 2011
PROPOSAL 1105082
PROJECT ST 84913-102951, ETC
LOCAL AGRMT.
START DATE - 10 days after award
COMPLETION DATE - OCTOBER 28, 2011
LOW BID
167,856.52
% OVER/UNDER EST.
-23.80 %
20.93 ml of non-freeway signing upgrades on M-11 from the western junction of
1-96 easterly to the eastern junction of 1-96, and at 18 carpool lots in the
Kentwood, Holland,
cities of Walker, Grandville, Wyoming, Grand Rapids,
Zeeland, Hudsonville, Ferrysburg, and Coopersville, Ottawa and Kent Counties.
0.00 % DBE participation required
BIDDER
Give 'em A Brake Safety, Inc.
J & J Contracting, Inc.
Highway Service Company, Inc.
Action Traffic Maintenance, Inc.
J. Ranck Electric, Inc.
Martell Electric, LLC
6
$
$
$
$
$
$
Same
Same
Same
Same
Same
Same
167,856.52
184,550.71
198,082.69
205,129.80
215,403.85
216,382.60
1 **
2
3
4
5
6
Bidders
Source of Funds:
102951A
Federal Highway Administration Funds
State Restricted Trunkline Funds
105732A
Federal Highway Administration Funds
16.
AS-CHECKED
AS-SUBMITTED
81.85 %
18.15
100
LOW BID
ENG. EST.
$ 5,626,752.62 $ 6,078,288.88
LETTING OF MAY 06, 2011
PROPOSAL 1105085
PROJECT IM 82025-110689, ETC
LOCAL AGRMT.
START DATE - 10 days after award
COMPLETION DATE - OCTOBER 30, 2011
% OVER/UNDER EST.
8.02 %
6.68 mi of hot mix asphalt cold milling and resurfacing, epoxy overlay,
substructure repairs, and spot painting on 1-94 from M-3 (Gratiot Avenue)
easterly to 8 Mile Road and on 28 structures over 1-94 from Conner Street
easterly to M-102 (Vernier Road) in the cities of Detroit and Harper Woods,
Wayne County. This project includes a 3 year materials and workmanship
pavement warranty.
A 2011 highway preventive maintenance project.
6.00 % DBE participation required
BIDDER
Ajax Paving Industries, Inc.
Cadillac Asphalt, L.L.C.
Barrett Paving Materials Inc.
AS-SUBMITTED
AS-CHECKED
$ 6,078,288.88
$ 6,253,435.05
$ 7,502,552.00
Same
Same
Same
1 **
2
3
3 Bidders
5/10/1 I
Page 10
May 17, 2011 No. 91
Source of Funds:
110689A
Federal Highway Administration Funds
State Restricted Trunkline Funds
110722A
Federal Highway Administration Funds
State Restricted Trunkline Funds
110763A
Federal Highway Administration Funds
State Restricted Trunkline Funds
17.
90.00 %
10.00 %
90.00 %
10.00 %
90.00 %
10.00 %
ENG. EST.
956,439.50 $
LETTING OF MAY 06, 2011
PROPOSAL 1105088
PROJECT NH 84911-110692
LOCAL AGRMT.
START DATE - 10 days after award
COMPLETION DATE - SEPTEMBER 01, 2011
LOW BID
702,991.65
% OVER/UNDER EST.
-26.50 %
220.88 mi of hot mix asphalt crack treatment and overband crack filling at
various locations, Baraga, Dickinson, Gogebic, Houghton, Iron, Keweenaw,
Marquette, and Ontonagon Counties. This project includes a 2 year pavement
performance warranty.
A 2011 highway preventive maintenance project.
0.00 % DBE participation required
BIDDER
AS-SUBMITTED
$
Fahrner Asphalt Sealers, L.L.C.
Causie Contracting, Inc.
$
Scodeller Construction, Inc.
$
Interstate Sealant & Concrete, Inc.
Michigan Joint Sealing, Inc.
American Pavement Solutions, Inc.
AS-CHECKED
Same
Same
Same
702,991.65
898,340.50
934,172.50
1 *I,
2
3
3 Bidders
Source of Funds:
110692A
Federal Highway Administration Funds
State Restricted Trunkline Funds
18.
LETTING OF MAY 06, 2011
PROPOSAL 1105089
PROJECT EBSL 23063-110619
LOCAL AGRMT.
START DATE - 10 days after award
COMPLETION DATE - JULY 15, 2011
81.85 %
18.15 %
ENG. EST.
97,350.84 $
LOW BID
94,526.15
% OVER/UNDER EST.
-2.90 %
Installation of portable intermittent truck weigh scale trench, associated
concrete and hot mix asphalt work, electrical work, and drainage improvements
on 1-69 at the Potterville rest area, Eaton County.
0.00 % DBE participation required
5/10/11
Page 11
May 17, 2011 No. 92
BIDDER
AS-SUBMITTED
Sera Excavating, L.L.C.
C & D Hughes, Inc.
Cadwell Bros. Construction Company
F & M Construction Company, LLC
E.T. MacKenzie Company
Burkett Excavating
Goretski's Construction Company
Crawford Contracting, Inc.
Kamminga & Roodvoets, Inc.
Rieth-Riley Construction Co., Inc.
Nashville Construction Company
Major Cement Co.
Kelcris Corporation
Fiore Enterprises LLC
Snowden, Inc.
D. J. McQuestion & Sons, Inc.
Milbocker and Sons, Inc.
AS-CHECKED
Same
Same
Same
Same
Same
Same
Same
Same
Same
94,526.15
97,436.41
104,725.32
105,863.23
112,691.02
114,281.17
115,000.00
116,897.91
118,837.25
$
1 **
2
3
4
5
6
7
8
9
9 Bidders
Source of Funds:
110619A
Federal Highway Administration Funds
State Restricted Trunkline Funds
81.85 %
18.15 %
LOCAL PROJECTS
19.
LOW BID
ENG. EST.
LETTING OF MAY 06, 2011
PROPOSAL 1105001
$ 1,261,021.20 $ 1,024,300.01
PROJECT STU 33400-112059, ETC
% OVER/UNDER EST.
LOCAL AGRMT. 11-5150
START DATE - 10 days after award
-18.77 %
COMPLETION DATE - SEPTEMBER 23, 2011
0.99 mi of hot mix asphalt road reconstruction including sand subbase,
aggregate base, concrete curb and gutter, select sewer, concrete drive
approaches, sidewalk ramps, and hot mix asphalt surfacing on South Clippert
Street from Michigan Avenue to Kalamazoo Street, on North Clippert Street
from Saginaw Street to Michigan Avenue, and on Turner Street from Sheridan
Road to Carrier Street in the city of Lansing, Ingham County.
3.00 % DBE participation required
BIDDER
C D Hughes, Inc.
Michigan Paving and Materials Comp
Rieth-Riley Construction Co., Inc.
Kamminga & Roodvoets, Inc.
Cadwell Bros. Construction Company
Nashville Construction Company
5/10/11
AS-SUBMITTED
AS-CHECKED
$ 1,024,300.01
$ 1,035,160.93
$ 1,081,078.13
$ 1,082,189.29
$ 1,163,663.15
$ 1,177,385.72
Same
Same
Same
Same
Same
Same
1 **
2
3
4
5
6
Page 12
May 17, 2011 No. 93
E.T. MacKenzie Company
Bailey Excavating, Inc.
Hoffman Bros., Inc.
D. J. McQuestion & Sons, Inc.
Milbocker and Sons, Inc.
Same
Same
Same
1,200,600.15
1,248,477.25
1,251,870.37
$
$
$
7
8
9
9 Bidders
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds:
112059A
Federal Highway Administration Funds
City of Lansing
112061A
Federal Highway Administration Funds
City of Lansing
112063A
Federal Highway Administration Funds
City of Lansing
20.
LETTING OF MAY 06, 2011
PROPOSAL 1105002
PROJECT STU 41401-112665
LOCAL AGRMT. 11-5134
START DATE - 10 days after award
COMPLETION DATE - AUGUST 26, 2011
80.19 %
19.81 %
60.64
39.36
81.78 %
18.22
ENG. EST.
$ 1,013,560.00 $
LOW BID
839,595.05
% OVER/UNDER EST.
-17.16
1.46 mi of hot mix asphalt road resurfacing including cold milling and
paving, storm sewer, concrete sidewalk ramps, and pavement markings on Sparta
Avenue from M-37 to 12 Mile Road, Kent County.
4.00 % DBE participation required
BIDDER
AS-SUBMITTED
Michigan Paving and Materials Comp $
Rieth-Riley Construction Co., Inc. $
AS-CHECKED
Same
Same
839,595.05
862,701.35
1 **
2
2 Bidders
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds:
112665A
Kent County
Federal Highway Administration Funds
5/10/11
18.15 %
81.85
Page 13
May 17, 2011 No. 94
21.
LETTING OF MAY 06, 2011
PROPOSAL 1105003
PROJECT STU 63477-112847
LOCAL AGRMT. 11-5148
START DATE - JUNE 20, 2011
COMPLETION DATE - OCTOBER 17, 2011
ENG. EST.
806,391.13 $
$
LOW BID
709,351.55
% OVER/UNDER EST.
-12.03 %
0.81 mi of hot mix asphalt base crushing, cold milling, and resurfacing,
station grading, aggregate shoulders, drainage improvements, and concrete
curb, gutter, sidewalk, and ramps on 14 Mile Road from Northwestern Highway
to Middlebelt Road in the city of Farmington Hills, Oakland County.
5.00 % DBE participation required
BIDDER
Cadillac Asphalt, L.L.C.
Florence Cement Company
Ajax Paving Industries, Inc.
Barrett Paving Materials Inc.
Pro-Line Asphalt Paving Corp.
AS-CHECKED
AS-SUBMITTED
$
$
$
$
Same
Same
Same
Same
709,351.55
727,824.02
754,788.88
813,949.61
1 **
2
3
4
4 Bidders
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds:
112847A
City of Farmington Hills
Federal Highway Administration Funds
22.
18.37 %
81.63 %
ENG. EST.
642,249.50 $
LETTING OF MAY 06, 2011
PROPOSAL 1105004
PROJECT STL 79555-54622
LOCAL AGRMT. 11-5118
START DATE - 10 days after award
COMPLETION DATE - SEPTEMBER 30, 2011
LOW BID
562,377.00
% OVER/UNDER EST.
-12.44 %
0.24 mi of hot mix asphalt overlay, contour cold milling, concrete joint
repair, curb, gutter, and sidewalks, storm sewer, and watermain work on Huron
Avenue from M-15 easterly to the railroad tracks in the city of Vassar,
Tuscola County.
4.00 % DBE participation required
AS-SUBMITTED
BIDDER
Zito Construction
CRS/Shaw Contracting Co.
Kennedy Excavating, Inc.
Wooten Contracting Co.
L.J. Construction, Inc.
C L Trucking & Excavating, LLC
Tr-City Groundbreakers, Inc.
Dean Holmes Excavating, Ltd.
Novak Construction
5/10/11
$
$
$
$
$
$
$
$
$
562,377.00
564,139.77
567,656.26
589,493.47
597,516.70
597,895.72
613,860.51
621,023.15
628,250.07
AS-CHECKED
Same
Same
Same
Same
Same
Same
Same
Same
Same
1 **
2
3
4
5
6
7
8
9
Page 14
May 17, 2011 No. 95
Geiersbach Construction, Inc.
Rohde Bros. Excavating, Inc.
Carlo Construction, Inc.
Pamar Enterprises, Inc.
American Excavating of Michigan
Milbocker and Sons, Inc.
Saginaw Asphalt Paving Co.
D. J. McQuestion & Sons, Inc.
C & D Hughes, Inc.
Crawford Contracting, Inc.
Pyramid Paving and Contracting Co.
Same
Same
Same
Same
Same
628,947.65
631,348.00
633,523.52
638,029.53
644,324.50
$
$
$
$
10
11
12
13
14
14 Bidders
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds:
54622A
Federal Highway Administration Funds
State Restricted Trunkline Funds
City of Vassar
23.
LETTING OF MAY 06, 2011
PROPOSAL 1105005
PROJECT STUL 61407-112669
LOCAL AGRMT. 11-5129
START DATE - JUNE 10, 2011
COMPLETION DATE - JULY 29, 2011
19.99 %
37.13
42.88
ENG. EST.
572,934.75 $
$
LOW BID
554,992.25
% OVER/UNDER EST.
-3.13
0.98 mi of hot mix asphalt road resurfacing including cold milling, concrete
curb, gutter, and sidewalk, hot mix asphalt paving, and pavement markings on
Peck Street from Norton Street to Sherman Boulevard in the city of Muskegon
Heights, Muskegon County.
3.00 % DBE participation required
BIDDER
AS-SUBMITTED
Rieth-Riley Construction Co., Inc. $
Michigan Paving and Materials Comp $
$
Kamminga & Roodvoets, Inc.
Asphalt Paving, Inc.
AS-CHECKED
554,992.25
610,497.77
617,435.91
Same
Same
Same
I **
2
3
3 Bidders
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds.
112669A
Federal Highway Administration Funds
City of Muskegon Heights
5/10/11
78.71
21.29 %
Page 15
May 17, 2011 No. 96
24.
ENG. EST.
545,116.20 $
LETTING OF MAY 06, 2011
PROPOSAL 1105006
PROJECT CMG 81061-112439
LOCAL AGRMT. 11-5132
START DATE - 10 days after award
COMPLETION DATE - AUGUST 19, 2011
LOW BID
522,656.17
% OVER/UNDER EST.
-4.12 %
Installation of dedicated left and right turn lanes, pedestrian facility
improvements for ADA, and signal upgrading and timing optimization on Oakwood
Street at Washtenaw Avenue in the city of Ypsilanti, Washtenaw County.
0.00 % DBE participation required
BIDDER
AS-SUBMITTED
Service Construction, L.L.C.
C & D Hughes, Inc.
Fonson, Inc.
DiPonio Contracting, Inc.
Florence Cement Company
Fiore Enterprises LLC
Goretski's Construction Company
Bailey Excavating, Inc.
Pamar Enterprises, Inc.
Nashville Construction Company
Angelo Iafrate Construction Company $
M. L. Chartier Excavating, Inc.
Al's Asphalt Paving Co.
Barrett Paving Materials Inc.
Audia Concrete Construction, Inc.
Genesis Construction Services, Inc.
Major Cement Co.
Doan Construction Co.
Tony Angelo Cement Construction Co.
Ajax Paving Industries, Inc.
San Marino Excavating, Inc.
AS-CHECKED
Same
Same
Same
Same
Same
Same
Same
Same
Same
Same
Same
Same
Same
Same
522,656.17
529,042.23
530,068.73
552,362.46
563,533.62
563,654.00
565,744.20
566,254.00
567,753.61
570,147.25
577,768.02
577,897.35
591,792.86
594,984.12
1 **
2
3
4
5
6
7
8
9
10
11
12
13
14
14 Bidders
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds:
112439A
Federal Highway Administration Funds
City of Ypsilanti
5/10/11
98.22
1.78 %
Page 16
May 17, 2011 No. 97
25.
ENG. EST.
538,199.50 $
LETTING OF MAY 06, 2011
PROPOSAL 1105007
PROJECT BRO 67013-102641-2
LOCAL AGRMT. 10-5353
START DATE - 10 days after award
COMPLETION DATE - OCTOBER 01, 2011
LOW BID
565,135.55
% OVER/UNDER EST.
5.00
Bridge removal and replacement with a precast three-sided culvert, placing
guardrail, and cofferdams left in place on Twin Creek Road at Hersey Creek,
Osceola County.
4.00 % DBE participation required
Nashville Construction Company
D. J. McQuestion & Sons, Inc.
E.T. MacKenzie Company
Davis Construction, Inc.
S-L and H Contractors Incorporated
J. E. Kloote Contracting, Inc.
Champagne and Marx Excavating, Inc.
Riverworks Construction, Inc.
L.J. Construction, Inc.
J. Slagter & Son Construction Co.
John Henry Excavating Inc.
L. W. Lamb, Inc.
Milbocker and Sons, Inc.
Hardman Construction, Inc.
AS-CHECKED
AS-SUBMITTED
BIDDER
$
$
$
$
$
$
$
$
565,135.55
Same
Same
Same
Same
Same
Same
Same
Same
579,474.85
591,135.00
592,554.95
611,551.35
614,199.00
625,968.43
637,493.89
1 **
2
3
4
5
6
7
8
8 Bidders
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds:
102641A
Osceola County
Federal Highway Administration Funds
State Restricted Trunkline Funds
26.
LETTING OF MAY 06, 2011
PROPOSAL 1105008
PROJECT EDDF 29555-109519, ETC
LOCAL AGRMT. 11-5080, 11-5081
START DATE - JUNE 13, 2011
COMPLETION DATE - SEPTEMBER 01, 2011
5.00
80.00
15.00
ENG. EST.
451,658.34 $
LOW BID
432,847.01
% OVER/UNDER EST.
-4.16 %
3.58 mi of hot mix asphalt resurfacing, aggregate shoulders, guardrail
replacement, and pavement markings on West Washington Road from Lumberjack
Road easterly to Warner Road and on Washington Street from Jerome Road to the
city park in the city of Ithaca, Gratiot County.
0.00 % DBE participation required
5/10/11
Page 17
May 17, 2011 No. 98
AS-CHECKED
AS-SUBMITTED
BIDDER
432,847.01
505,577.57
613,967.69
Central Asphalt, Inc.
$
Rieth-Riley Construction Co., Inc. $
Michigan Paving and Materials Comp $
Kamminga & Roodvoets, Inc.
Same
Same
Same
1 **
2
3
3 Bidders
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds:
109519A
Federal Highway Administration Funds
State Restricted Trunkline Funds
112749A
Federal Highway Administration Funds
City of Ithaca
27.
71.00
29.00 %
80.00
20.00 %
ENG. EST.
690,966.25
LETTING OF MAY 06, 2011
PROPOSAL 1105009
PROJECT STUL 61407-104275
LOCAL AGRMT. 11-5164
START DATE - JUNE 01, 2011
COMPLETION DATE - AUGUST 14, 2011
$
LOW BID
597,539.93
% OVER/UNDER EST.
-13.52 %
0.33 mi of hot mix asphalt road reconstruction including concrete curb and
gutter, storm sewer, drainage structures, hot mix asphalt paving, and
pavement markings on Getty Street from Keating Avenue to Laketon Street in
the city of Muskegon, Muskegon County.
5.00 % DBE participation required
AS-SUBMITTED
BIDDER
Nagel Construction, Inc.
Brenner Excavating, Inc.
Milbocker and Sons, Inc.
Jack Dykstra Excavating, Inc.
Connan, Inc.
Diversco Construction Company, Inc.
Kamminga & Roodvoets, Inc.
Wadel Stabilization, Inc.
Nashville Construction Company
Al's Excavating, Inc.
C & D Hughes, Inc.
Don Meeks Construction, LLC
Rieth-Riley Construction Co., Inc.
Weick Bros., Inc.
Jackson-Merkey Contractors, Inc.
Michigan Paving and Materials Comp
Dan Hoe Excavating, Inc.
Schippers Excavating, Inc.
$
$
$
$
$
$
$
$
$
597,539.93
633,683.88
636,940.19
699,279.28
712,480.70
723,707.38
730,573.10
730,616.16
766,523.21
AS-CHECKED
Same
Same
Same
Same
Same
Same
Same
Same
Same
1 **
2
3
4
5
6
7
8
9
9 Bidders
5/10/11
Page 18
May 17, 2011 No. 99
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds.
104275A
Federal Highway Administration Funds
City of Muskegon
28.
64.79
35.21
LOW BID
ENG. EST.
$ 3,534,379.18 $ 3,186,253.65
LETTING OF MAY 06, 2011
PROPOSAL 1105010
PROJECT STU 41401-112367, ETC
LOCAL AGRMT. 11-5145, 11-5181
START DATE - 10 days after award
COMPLETION DATE - MAY 30, 2012
% OVER/UNDER EST.
-9.85 %
3.40 mi of hot mix asphalt road reconstruction and non-motorized path
construction including grading, concrete curb, gutter, sidewalk, and ramps,
storm sewer, sanitary sewer, hydrant relocation, hot mix asphalt paving,
guardrail, signing, and pavement markings on Forest Hill Avenue from Burton
Street to Hall Street, from Hall Street to Cascade Road, and from Whirlaway
Court to Hall Street in the city of Kentwood, Kent County.
7.00 % DBE participation required
BIDDER
Kamminga & Roodvoets, Inc.
Georgetown Construction Co.
Schippers Excavating, Inc.
Dykema Excavators, Inc.
Nashville Construction Company
Diversco Construction Company, Inc.
Kentwood Excavating, Inc.
Wyoming Excavators, Inc.
Nagel Construction, Inc.
Peters Construction Co.
Milbocker and Sons, Inc.
Jackson-Merkey Contractors, Inc.
AS-CHECKED
AS-SUBMITTED
$
$
$
$
$
$
$
$
Same
Same
Same
Same
Same
Same
Same
Same
3,186,253.65
3,254,683.24
3,364,647.32
3,461,118.43
3,475,187.03
3,488,544.49
3,504,035.66
3,547,113.50
1 **
2
3
4
5
6
7
8
8 Bidders
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds:
112367A
Federal Highway Administration Funds
City of Kentwood
112368A
Kent County
Federal Highway Administration Funds
113135A
Federal Highway Administration Funds
City of Kentwood
5/10/11
73.09
26.91
20.00
80.00
55.00
45.00 %
Page 19
May 17, 2011 No. 100
29.
LETTING OF MAY 06, 2011
PROPOSAL 1105011
PROJECT STU 41401-112666
LOCAL AGRMT. 11-5144
START DATE - 10 days after award
COMPLETION DATE - OCTOBER 15, 2011
ENG. EST.
LOW BID
$ 1,891,700.05 $ 2,021,113.32
% OVER/UNDER EST.
6.84 %
0.71 mi of hot mix asphalt road widening and resurfacing including cold
milling, storm sewer, drainage structures, bridge widening, hot mix asphalt
paving, and pavement markings on West River Drive from Rouge River Bridge to
Northland Drive (M-44), Kent County.
5.00 % DBE participation required
BIDDER
L. W. Lamb, Inc.
Anlaan Corporation
Walter Toebe Construction Company
J. Slagter & Son Construction Co.
Kamminga & Roodvoets, Inc.
Davis Construction, Inc.
Nashville Construction Company
Diversco Construction Company, Inc.
Milbocker and Sons, Inc.
D. J. McQuestion & Sons, Inc.
J. E. Kloote Contracting, Inc.
C. A. Hull Co., Inc.
AS-SUBMITTED
AS-CHECKED
$ 2,021,113.32
$ 2,192,575.87
$ 2,206,685.28
Same
Same
Same
1 **
2
3
3 Bidders
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds:
112666A
Kent County
Federal Highway Administration Funds
30.
LETTING OF MAY 06, 2011
PROPOSAL 1105012
PROJECT STU 41401-104927
LOCAL AGRMT. 11-5128
START DATE - JUNE 13, 2011
COMPLETION DATE - OCTOBER 05, 2012
18.32 %
81.68 %
ENG. EST.
LOW BID
$ 1,575,972.50 $ 1,277,976.00
% OVER/UNDER EST.
-18.91 %
0.53 mi of hot mix asphalt road reconstruction including concrete curb and
gutter, watermain, drainage structures, storm sewer, concrete sidewalk,
pavement markings, and trees on Plymouth Avenue from Burton Street to Boston
Street in the city of Grand Rapids, Kent County.
5.00 % DBE participation required
5/10/11
Page 20
May 17, 2011 No. 101
AS-SUBMITTED
BIDDER
Georgetown Construction Co.
Nagel Construction, Inc.
Dykema Excavators, Inc.
Kamminga & Roodvoets, Inc.
Wyoming Excavators, Inc.
Schippers Excavating, Inc.
C & D Hughes, Inc.
Diversco Construction Company, Inc.
Milbocker and Sons, Inc.
Peters Construction Co.
Nashville Construction Company
Jack Dykstra Excavating, Inc.
AS-CHECKED
1,277,976.00
1,281,072.25
1,303,379.00
1,340,705.00
1,393,969.00
1,428,317.25
1,480,248.00
1,629,751.50
$
$
$
$
$
$
$
$
Same
Same
Same
Same
Same
Same
Same
Same
1 **
2
3
4
5
6
7
8
8 Bidders
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds:
104927A
Federal Highway Administration Funds
City of Grand Rapids
31.
59.05 %
40.95 %
ENG. EST.
LOW BID
$ 1,224,609.00 $ 1,086,895.66
LETTING OF MAY 06, 2011
PROPOSAL 1105013
PROJECT MCS 58015-105356
LOCAL AGRMT. 11-5149
START DATE - 10 days after award
COMPLETION DATE - NOVEMBER 11, 2011
% OVER/UNDER EST.
-11.25 %
Bridge rehabilitation, deck overlay, partial deck, pin and hanger, and
guardrail replacement, partial bridge painting, substructure patching,
approach work, and maintaining traffic on South Raisinville Road at River
Raisin, Monroe County.
0.00 % DBE participation required
BIDDER
E. C. Korneffel Co.
C. A. Hull Co., Inc.
Anlaan Corporation
Posen Construction, Inc.
Walter Toebe Construction Company
J. Slagter & Son Construction Co.
Abhe & Svoboda, Inc.
Milbocker and Sons, Inc.
S-L and H Contractors Incorporated
$
$
$
$
AS-SUBMITTED
AS-CHECKED
1,086,895.66
1,140,414.64
1,140,884.96
1,156,790.86
Same
Same
Same
Same
1
2
3
4
4 Bidders
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
5/10/11
Page 21
May 17, 2011 No. 102
Source of Funds:
105356A
Monroe County
State Restricted Trunkline Funds
32.
5.00
95.00 %
ENG. EST.
738,635.41 $
LETTING OF MAY 06, 2011
PROPOSAL 1105014
PROJECT 5Th 63459-104673
LOCAL AGRMT. 11-5147
START DATE - 10 days after award
COMPLETION DATE - OCTOBER Cl, 2011
LOW BID
741,297.13
% OVER/UNDER EST.
0.36 %
1.01 mi of hot mix asphalt cold milling and resurfacing,
concrete cold milling, pavement repairs, concrete pavement
with integral curb, concrete sidewalks, and sidewalk ramps
on Normandy Road from Crooks Road to Main Street in the
cities of Royal Oak and Clawson, Oakland County.
5.00 % DBE participation required
AS-SUBMITTED
BIDDER
Di Lisio Contracting, Inc.
Florence Cement Company
Carlo Construction, Inc.
Ajax Paving Industries, Inc.
Tony Angelo Cement Construction Co.
Hartwell Cement Company
Pamar Enterprises, Inc.
Al's Asphalt Paving Co.
Barrett Paving Materials Inc.
DiPonio Contracting, Inc.
Major Cement Co.
Cadillac Asphalt, L.L.C.
Pro-Line Asphalt Paving Corp.
M. L. Chartier Excavating, Inc.
Zito Construction
$
$
$
$
$
$
$
AS-CHECKED
741,297.13
794,543.71
799,820.21
816,451.05
819,632.16
832,760.15
869,112.68
Same
Same
Same
Same
Same
Same
Same
1
2
3
4
5
6
7
A-A.
7 Bidders
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds:
104673A
Federal Highway Administration Funds
City of Royal Oak
5/10/11
81.59 %
18.41 %
Page22
May 17, 2011 No. 103
33.
ENG. EST.
666,940.30 $
LETTING OF MAY 06, 2011
PROPOSAL 1105015
PROJECT CMG 39400-112095
LOCAL AGRMT. 11-5127
START DATE - JUNE 08, 2011
COMPLETION DATE - SEPTEMBER 30, 2011
LOW BID
701,133.40
% OVER/UNDER EST.
5.13
Construction of a modern roundabout including storm sewer, drainage
structures, hot mix asphalt resurfacing, concrete pavement, curb, gutter, and
ramps on 12th Street at Texas Drive and Milham Avenue in the city of Portage,
Kalamazoo County.
5.00 % DBE participation required
BIDDER
AS-CHECKED
AS-SUBMITTED
Don Meeks Construction, LLC
Hoffman Bros., Inc.
Nashville Construction Company
Peters Construction Co.
Northern Construction Services, Co. $
Kamminga & Roodvoets, Inc.
Schippers Excavating, Inc.
Rieth-Riley Construction Co., Inc.
Langlois & Sons Excavating, Inc.
Weick Bros., Inc.
Kahn Construction Co., Inc.
Balkema Excavating, Inc.
Nagel Construction, Inc.
Michigan Paving and Materials Comp
Milbocker and Sons, Inc.
Same
Same
Same
Same
Same
Same
701,133.40
719,416.52
736,320.81
749,249.58
779,258.13
782,785.78
1 **
2
3
4
5
6
6 Bidders
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds:
112095A
Kalamazoo County
Federal Highway Administration Funds
34.
LETTING OF MAY 06, 2011
PROPOSAL 1105016
$
PROJECT STUL 73145-111267
LOCAL AGRMT. 11-5131
START DATE - JUNE 13, 2011
COMPLETION DATE - SEPTEMBER 02, 2011
4.00 %
96.00
ENG. EST.
626,214.50 $
LOW BID
493,343.14
% OVER/UNDER EST.
-21.22
0.49 mi of pavement removal and cold milling hot mix asphalt surface, hot mix
asphalt surfacing, concrete curb and gutter, storm sewer, ADA ramps, and
earthwork on State Street from River Road to Miller Road, Saginaw County.
6.00 % DBE participation required
5/10/11
Page23
May 17, 2011 No. 104
BIDDER
AS-SUBMITTED
AS-CHECKED
493,343.14
549,149.28
549,953.54
580,079.52
589,477.85
597,150.48
598,318.82
599,932.45
606,802.76
617,851.51
622,116.11
624,199.20
631,354.75
639,670.02
644,404.00
Wooten Contracting Co.
Dean Holmes Excavating, Ltd.
CRS/Shaw Contracting Co.
Crawford Contracting, Inc.
Zito Construction
Fiore Enterprises LLC
C & D Hughes, Inc.
Geiersbach Construction, Inc.
Tr-City Groundbreakers, Inc.
Champagne and Marx Excavating, Inc. $
Service Construction, L.L.C.
L.J. Construction, Inc.
Carlo Construction, Inc.
Fisher Contracting Company
Rohde Bros. Excavating, Inc.
Angelo Iafrate Construction Company
M & M Excavating Company
Pamar Enterprises, Inc.
Saginaw Asphalt Paving Co.
Lois Kay Contracting Co.
Milbocker and Sons, Inc.
A. J. Rehmus & Son, Inc.
D. J. McQuestion & Sons, Inc.
Same
Same
Same
Same
Same
Same
Same
Same
Same
Same
Same
• Same
Same
Same
Same
1 **
2
3
4
5
6
7
8
9
10
11
12
13
14
15
15 Bidders
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds:
111267A
Saginaw County
Federal Highway Administration Funds
35.
18.15
81.85 %
ENG. EST.
542,184.80 $
LETTING OF MAY 06, 2011
PROPOSAL 1105017
PROJECT STUL 46417-109053
LOCAL AGRMT. 11-5146
START DATE - 10 days after award
COMPLETION DATE - SEPTEMBER 30, 2011
LOW BID
489,438.06
% OVER/UNDER EST.
-9.73
0.48 mi of hot mix asphalt pavement removal, aggregate base, grading,
drainage, and hot mix asphalt resurfacing on Bent Oak Avenue from Riverside
Avenue to the north city limits of Adrian, Lenawee County.
0.00 % DBE participation required
BIDDER
C & D Hughes, Inc.
Nashville Construction Company
E.T. MacKenzie Company
Brady Sand and Gravel, Inc.
Anderzack - Pitzen Construction
Bailey Excavating, Inc.
5/10/1 I
AS-SUBMITTED
$
489,438.06
490,910.81
490,990.00
506,203.83
509,499.70
510,374.95
AS-CHECKED
Same
Same
Same
Same
Same
Same
1
2
3
4
5
6
*.A.
Page 24
May 17, 2011 No. 105
Same
Same
Same
Same
528,169.71
535,999.77
543,971.86
552,460.06
Barrett Paving Materials Inc.
$
Slusarski Excavating & Paving, Inc. $
L.J. Construction, Inc.
$
Concord Excavating & Grading, Inc. $
Genesis Construction Services, Inc.
Service Construction, L.L.C.
Milbocker and Sons, Inc.
7
8
9
10
10 Bidders
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds.
109053A
City of Adrian
Federal Highway Administration Funds
36.
18.15 %
81.85
ENG. EST.
440,830.00 $
LETTING OF MAY 06, 2011
PROPOSAL 1105018
PROJECT HRRR 35609-107981, ETC
LOCAL AGRMT. 11-5141
START DATE - 10 days after award
COMPLETION DATE - AUGUST 15, 2011
LOW BID
382,007.25
% OVER/UNDER EST.
-13.34
3.63 mi of hot mix asphalt overlay, installation of centerline and shoulder
rumble strips, and permanent pavement markings on Bissonette Road from west
of Merton Road to Rea Road and on River Road from Rea Road to Knute Road,
Tosco County.
0.00 % DBE participation required
BIDDER
AS-CHECKED
AS-SUBMITTED
$
Bolen Asphalt Paving, Inc.
Rieth-Riley Construction Co., Inc. $
Pyramid Paving and Contracting Co. $
382,007.25
431,256.15
434,155.65
Same
Same
Same
1 **
2
3
3 Bidders
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds:
107981A
Iosco County
Federal Highway Administration Funds
108814A
Tosco County
Federal Highway Administration Funds
5/10/11
10.00
90.00
20.00 %
80.00 %
Page 25
May 17, 2011 No. 106
37.
LETTING OF MAY 06, 2011
PROPOSAL 1105019
PROJECT STUL 62421-109101, ETC
LOCAL AGRMT. 11-5105
START DATE - 10 days after award
COMPLETION DATE - AUGUST 01, 2011
ENG. EST.
266,242.00 $
$
LOW BID
223,995.63
% OVER/UNDER EST.
-15.87 %
1.51 mi of hot mix asphalt overlay with gravel shoulders and pavement
markings on Stone Road from 38th Street southerly to 44th Street and from
32nd Street southerly to 38th Street, Newaygo County.
0.00 % DBE participation required
BIDDER
AS-SUBMITTED
Michigan Paving and Materials Comp $
Rieth-Riley Construction Co., Inc. $
Superior Asphalt, Inc.
AS-CHECKED
Same
Same
223,995.63
250,533.23
1 * *
2
2 Bidders
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds:
109101A
Newaygo County
Federal Highway Administration Funds
111933A
Federal Highway Administration Funds
State Restricted Trunkline Funds
38.
LETTING OF MAY 06, 2011
PROPOSAL 1105020
PROJECT STU 41401-112663
LOCAL AGRMT. 11-5116
START DATE - 10 days after award
COMPLETION DATE - AUGUST 26, 2011
18.15 %
81.85
80.00 %
20.00 %
ENG. EST.
212,015.00 $
LOW BID
204,255.37
% OVER/UNDER EST.
-3.66 %
0.18 mi of hot mix asphalt cold milling resurfacing, concrete curb, gutter,
and sidewalk, traffic signal work, and pavement markings on Forest Hill
Avenue from
Cascade Road to Ada Drive, Kent County.
0.00 % DBE participation required
BIDDER
Michigan Paving and Materials Comp $
Rieth-Riley Construction Co., Inc. $
Superior Asphalt, Inc.
$
AS-SUBMITTED
204,255.37
209,127.67
265,640.77
AS-CHECKED
Same
Same
Same
1 **
2
3
3 Bidders
5/10/11
Page 26
May 17, 2011 No. 107
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds.
112663A
Kent County
Federal Highway Administration Funds
39.
18.15 %
81.85 %
ENG. EST.
LOW BID
LETTING OF MAY 06, 2011
$ 1,159,242.19 $ 1,192,685.04
PROPOSAL 1105021
PROJECT STUL 73145-111269
% OVER/UNDER EST.
LOCAL AGRMT. 11-5136
START DATE - JUNE 20, 2011
2.88 %
COMPLETION DATE - SEPTEMBER 30, 2011
1.53 mi of hot mix asphalt crushing, shaping, cold milling, and resurfacing,
concrete sidewalk and ramps, and earthwork on McCarty Road from Hemmeter Road
to Bay Road (M-84), Saginaw County.
6.00 % DBE participation required
BIDDER
Crawford Contracting, Inc.
Saginaw Asphalt Paving Co.
Pyramid Paving and Contracting Co. $
Zito Construction
Champagne and Marx Excavating, Inc. $
Rohde Bros. Excavating, Inc.
C & D Hughes, Inc.
Angelo Iafrate Construction Company
Fisher Contracting Company
Lois Kay Contracting Co.
CRS/Shaw Contracting Co.
Milbocker and Sons, Inc.
Geiersbach Construction, Inc.
A. J. Rehmus & Son, Inc.
D. J. McQuestion & Sons, Inc.
AS-SUBMITTED
AS-CHECKED
1,192,685.04
1,209,620.08
1,267,883.44
1,275,871.81
1,308,372.51
1,348,199.00
Same
Same
Same
Same
Same
Same
1 **
2
3
4
5
6
6 Bidders
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds:
111269A
Saginaw County
Federal Highway Administration Funds
5/10/11
18.15 %
81.85 %
Page 27
May 17, 2011 No. 108
40.
LETTING OF MAY 06, 2011
PROPOSAL 1105022
PROJECT SRSI 62123-111567
LOCAL AGRMT. 11-5133
START DATE - 10 days after award
COMPLETION DATE - AUGUST 19, 2011
ENG. EST.
200,836.00 $
$
LOW BID
219,309.43
% OVER/UNDER EST.
9.20
Bike and pedestrian safety improvements including construction of sidewalks
on State Street at Velma Matson Upper Elementary School in the city of
Newaygo, Newaygo County.
0.00 % DBE participation required
BIDDER
J. Renck Electric, Inc.
Kamminga & Roodvoets, Inc.
Fred Myers Excavating & Trucking
Audia Concrete Construction, Inc.
Major Cement Co.
Milbocker and Sons, Inc.
AS-CHECKED
AS-SUBMITTED
219,309.43
243,923.70
284,896.23
302,897.50
$
$
$
$
Same
Same
Same
Same
1 **
2
3
4
4 Bidders
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds111567A
Federal Highway Administration Funds
41.
LETTING OF MAY 06, 2011
PROPOSAL 1105023
PROJECT EDDF 48555-84620
LOCAL AGRMT. 11-5126
START DATE - 10 days after award
COMPLETION DATE - OCTOBER 13, 2011
100
ENG. EST.
950,855.40 $
LOW BID
897,384.70
% OVER/UNDER EST.
-5.62
6.99 mi of hot mix asphalt cold milling and resurfacing, shoulders,
trenching, culverts, pavement markings, and traffic control on County Road
135 from the southern county line to M-28, Luce County.
0.00 % DBE participation required
BIDDER
Payne & Dolan Inc.
$
Rieth-Riley Construction Co., Inc. $
$
Bacco Construction Company
Smith Paving, Inc.
AS-SUBMITTED
897,384.70
955,213.34
995,343.20
AS-CHECKED
Same
Same
Same
1 **
2
3
3 Bidders
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
5/10/11
Page28
May 17, 2011 No. 109
Source of Funds:
84620A
Luce County
Federal Highway Administration Funds
State Restricted Trunkline Funds
42.
5.00
80.00
15.00
ENG. EST.
615,056.00 $
LETTING OF MAY 06, 2011
PROPOSAL 1105024
PROJECT STU 23400-100188
LOCAL AGRMT. 11-5169
START DATE - JUNE 20, 2011
COMPLETION DATE - AUGUST 12, 2011
LOW BID
504,946.82
% OVER/UNDER EST.
-17.90 %
0.24 mi of road reconstruction including earthwork, storm sewer, sanitary
sewer, watermain, concrete curb, gutter, and sidewalk, and hot mix asphalt
paving on Degroff Street from M-43 to Edwards Street in the city of Grand
Ledge, Eaton County.
5.00 % DBE participation required
AS-SUBMITTED
BIDDER
Burkett Excavating
E.T. MacKenzie Company
Cadwell Bros. Construction Company
C & D Hughes, Inc.
Rieth-Riley Construction Co., Inc.
Nashville Construction Company
Kamminga & Roodvoets, Inc.
Jackson Dirt Works, Inc.
Crawford Contracting, Inc.
Bailey Excavating, Inc.
D. J. McQuestion & Sons, Inc.
Nagel Construction, Inc.
Milbocker and Sons, Inc.
$
$
AS-CHECKED
Same
Same
Same
Same
Same
Same
Same
Same
Same
Same
504,946.82
515,778.63
532,483.56
546,621.52
560,956.83
572,587.15
573,649.72
578,157.00
587,548.08
647,148.40
1 **
2
3
4
5
6
7
8
9
10
10 Bidders
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds.
100188A
Federal Highway Administration Funds
City of Grand Ledge
5/10/11
55.83 %
44.17 %
Page 29
May 17, 2011 No. 110
43.
ENG. EST.
340,363.50 $
LETTING OF MAY 06, 2011
PROPOSAL 1105025
PROJECT SRSI 70139-110133
LOCAL AGRMT. 11-5158
START DATE - JUNE 20, 2011
COMPLETION DATE - AUGUST 19, 2011
LOW BID
345,435.25
% OVER/UNDER EST.
1.49
1.10 mi of concrete sidewalks, ADA ramps, drainage structure, hot mix
asphalt, pavement markings, pedestrian signal, and traffic control on River
Street at Holmes Elementary School in the village of Spring Lake, Ottawa
County.
5.00 % DBE participation required
BIDDER
Ron Meyer and Associates/Lite Load
McCormick Sand, Inc./Asphalt Paving
Nashville Construction Company
Kamminga & Roodvoets, Inc.
Northern Construction Services, Co.
Major Cement Co.
Diversco Construction Company, Inc.
Audia Concrete Construction, Inc.
AS-CHECKED
AS-SUBMITTED
$
$
$
$
$
345,435.25
351,453.29
354,740.77
368,145.45
430,097.20
Same
Same
Same
Same
Same
1 **
2
3
4
5
5 Bidders
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds:
110133A
Federal Highway Administration Funds
Village of Spring Lake
44.
LETTING OF MAY 06, 2011
PROPOSAL 1105026
PROJECT EDDF 05555-112827
LOCAL AGRMT. 11-5082
START DATE - 10 days after award
COMPLETION DATE - AUGUST 31, 2011
85.83
14.17 %
ENG. EST.
202,168.44 $
LOW BID
172,965.49
% OVER/UNDER EST.
-14.44
5.27 mi of chip seal, fog seal, pavement markings, and permanent sign
replacement on Atwood Road from US-31 easterly to the north village limits of
Ellsworth, Antrim County.
0.00 % DBE participation required
AS-SUBMITTED
BIDDER
Fahrner Asphalt Sealers, L.L.C.
C and C Contractors, L.L.C.
Highway Maintenance and Construct.
Scott Transportation, Inc.
$
$
$
$
172,965.49
201,118.16
201,760.06
249,185.91
AS-CHECKED
Same
Same
Same
Same
1 **
2
3
4
4 Bidders
510/11
Page 30
May 17, 2011 No. III
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds:
112827A
Federal Highway Administration Funds
State Restricted Trunkline Funds
45.
LETTING OF MAY 06, 2011
PROPOSAL 1105027
PROJECT STUL 17467-109177
LOCAL AGRMT. 11-5168
START DATE - 10 days after award
COMPLETION DATE - OCTOBER 15, 2011
80.00 %
20.00 %
ENG. EST.
195,772.36 $
LOW BID
153,952.21
% OVER/UNDER EST.
-21.36
1.00 mi of hot mix asphalt cold milling, resurfacing, and permanent pavement
markings on Country Club Drive from M-80 to Woodside Drive, Chippewa County.
0.00 % DBE participation required
BIDDER
AS-SUBMITTED
$
Payne & Dolan Inc.
Rieth-Riley Construction Co., Inc. $
Bacco Construction Company
$
Smith Paving, Inc.
AS-CHECKED
153,952.21
191,409.51
242,679.58
Same
Same
Same
1 **
2
3
3 Bidders
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds:
109177A
Chippewa County
Federal Highway Administration Funds
46.
LETTING OF MAY 06, 2011
PROPOSAL 1105028
PROJECT EDDF 17555-89915
LOCAL AGRMT. 11-5167
START DATE - 10 days after award
COMPLETION DATE - SEPTEMBER 30, 2011
18.15
81.85
ENG. EST.
786,991.63 $
LOW BID
674,399.54
% OVER/UNDER EST.
-14.31 %
3.22 ml of embankment, aggregate base, trenching, cold milling, pavement
joint and crack repair, hot mix asphalt paving, pavement marking, traffic
control, and restoration on South Mackinac Trail from M-28 to 12 Mile Road,
Chippewa County.
3.00 % DBE participation required
5/10/11
Page 3!
May 17, 2011 No. 112
BIDDER
AS-SUBMITTED
$
Payne & Dolan Inc.
Rieth-Riley Construction Co., Inc. $
Bacco Construction Company
$
Smith Paving, Inc.
AS-CHECKED
674,399.54
785,020.18
954,810.48
Same
Same
Same
1 **
2
3
3 Bidders
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds.
89915A
Federal Highway Administration Funds
State Restricted Trunkline Funds
47.
LETTING OF MAY 06, 2011
PROPOSAL 1105030
PROJECT STH 41609-108824
LOCAL AGRMT. 11-5130
START DATE - 10 days after award
COMPLETION DATE - SEPTEMBER 15, 2011
53.00 %
47.00
ENG. EST.
345,672.32 $
LOW BID
348,655.90
% OVER/UNDER EST.
0.86
Traffic modernization including sidewalk ramps and crosswalk pavement
markings on Lincoln Lake Avenue at Vergennes Street, on Clyde Park Avenue at
76th Street, on Division Avenue at 60th Street, and on Cascade Road at East
Paris Avenue, Kent County.
0.00 % DBE participation required
BIDDER
Conti Electric, Inc.
Severance Electric Co., Inc.
Strain Electric Company
J. Ranck Electric, Inc.
D V T Electric, Inc
Rauhorn Electric, Inc.
Metropolitan Power and Lighting
Martell Electric, LLC
Motor City Electric Utilities Comp
AS-SUBMITTED
$
$
$
$
$
$
$
AS-CHECKED
348,655.90
350,366.15
358,980.36
360,274.33
365,848.50
378,549.77
420,505.00
Same
Same
Same
Same
Same
Same
Same
1 **
2
3
4
5
6
7
7 Bidders
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds:
108824A
Kent County
Federal Highway Administration Funds
5/10/11
20.00
80.00 %
Page 32
May 17, 2011 No. 113
48.
ENG. EST.
317,795.40 $
LETTING OF MAY 06, 2011
PROPOSAL 1105031
PROJECT STL 32555-112588, ETC
LOCAL AGRMT. 11-5113
START DATE - 10 days after award
COMPLETION DATE - SEPTEMBER 15, 2011
LOW BID
270,853.92
% OVER/UNDER EST.
-14.77
1.50 mi of hot mix asphalt overlay, crushing, shaping, and paving, aggregate
shoulders, and pavement markings on Bad Axe Road from Thompson Road northerly
to Soper Road and on Thompson Road from Bad Axe Road easterly to east of
Nugent Road, Huron County.
0.00 % DBE participation required
BIDDER
Saginaw Asphalt Paving Co.
Albrecht Sand & Gravel Co.
Pyramid Paving and Contracting Co.
AS-CHECKED
AS-SUBMITTED
$
$
$
Same
Same
Same
270,853.92
362,506.57
363,206.64
1 **
2
3
3 Bidders
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds.
112588A
Huron County
Federal Highway Administration Funds
State Restricted Trunkline Funds
112822A
Huron County
State Restricted Trunkline Funds
49.
20.00 %
51.00 %
29.00 %
20.00 %
80.00 %
ENG. EST.
269,418.96 $
LETTING OF MAY 06, 2011
PROPOSAL 1105032
PROJECT EDDE 32555-83440
LOCAL AGRMT. 11-5079
START DATE - 10 days after award
COMPLETION DATE - SEPTEMBER 15, 2011
LOW BID
208,240.29
% OVER/UNDER EST.
-22.71
1.00 mi of cold milling, shoulder widening, hot mix asphalt paving, aggregate
shoulders, and pavement marking on Kinde Road (Main Street) from M-53
easterly to Crockard Road in the village of Kinde, Huron County.
3.00 % DBE participation required
AS-SUBMITTED
BIDDER
Saginaw Asphalt Paving Co.
Albrecht Sand & Gravel Co.
Pyramid Paving and Contracting Co.
Astec Asphalt, Inc.
$
$
$
$
208,240.29
275,503.00
277,918.83
287,361.58
AS-CHECKED
Same
Same
Same
Same
1
2
3
4
*.A.
4 Bidders
5/10/11
Page 33
May 17, 2011 No. 114
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds:
83440A
Federal Highway Administration Funds
Village of Kinde
State Restricted Trunkline Funds
50.
LETTING OF MAY 06, 2011
PROPOSAL 1105033
PROJECT STUL 38409-110457
LOCAL AGRMT. 11-5138
START DATE - SEPTEMBER 12, 2011
COMPLETION DATE 15 working days
70.00 %
20.00 %
10.00
ENG. EST.
195,555.50 $
LOW BID
169,875.39
% OVER/UNDER EST.
-13.13
0.50 mi of hot mix asphalt cold milling and single course repaving with ADA
sidewalk ramp improvements on Fourth Street from Michigan Avenue to Morrell
Street in the city of Jackson, Jackson County.
0.00 % DBE participation required
AS-SUBMITTED
BIDDER
Michigan Paving and Materials Comp
Rieth-Riley Construction Co., Inc.
American Asphalt, Inc.
Barrett Paving Materials Inc.
Don Meeks Construction, LLC
Bailey Excavating, Inc.
$
$
$
$
AS-CHECKED
169,875.39
184,282.51
188,351.83
197,199.33
Same
Same
Same
Same
1 **
2
3
4
4 Bidders
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds:
110457A
Federal Highway Administration Funds
City of Jackson
51.
LETTING OF MAY 06, 2011
PROPOSAL 1105034
PROJECT EDCF 50544-112831
LOCAL AGRMT. 11-5175
START DATE - 10 days after award
COMPLETION DATE - NOVEMBER 01, 2011
81.85 %
18.15 %
ENG. EST.
LOW BID
$ 3,107,790.55 $ 3,149,947.49
% OVER/UNDER EST.
1.36 %
0.46 mi of concrete pavementreconstruction and widening, concrete curb,
gutter, sidewalk, and ramps, storm sewer, and signal work on 26 Mile Road
from west of VanDyke Road to M-53, Macomb County.
7.00 % DBE participation required
5/10/11
Page34
May 17, 2011 No. 115
AS-CHECKED
AS-SUBMITTED
BIDDER
Florence Cement Company
Pamar Enterprises, Inc.
D.L.F., Inc.
Dan's Excavating, Inc.
Di Lisio Contracting, Inc.
DiPonio Contracting, Inc.
Angelo Iafrate Construction Company $
Carlo Construction, Inc.
V.I.L. Construction, Inc.
Interstate Highway Construction
Zito Construction
Ajax Paving Industries, Inc.
Walter Toebe Construction Company
T. R. Pieprzak Co.
Rieth-Riley Construction Co., Inc.
Tony Angelo Cement Construction Co.
Novak Construction
Major Cement Co.
3,149,947.49
3,188,917.64
3,196,615.72
3,288,929.02
3,346,821.31
3,420,606.46
3,428,485.55
3,504,964.34
3,567,497.65
3,659,653.35
3,692,764.45
3,694,572.26
3,695,831.00
4,043,460.80
$
Same
Same
Same
Same
Same
3,420,187.46
Same
Same
Same
Same
Same
Same
Same
Same
1 **
2
3
4
5
6
7
8
9
10
11
12
13
14
14 Bidders
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds:
112831A
Macomb County
Federal Highway Administration Funds
52.
LETTING OF MAY 06, 2011
PROPOSAL 1105035
PROJECT STU 25402-112022
LOCAL AGRMT. 11-5174
START DATE - JUNE 20, 2011
COMPLETION DATE - AUGUST 05, 2011
$
20.00 %
80.00 %
ENG. EST.
502,735.05 $
LOW BID
468,189.21
% OVER/UNDER EST.
-6.87 %
0.92 mi of hot mix asphalt cold milling and resurfacing, concrete pavement
repairs, concrete sidewalk ramps, guardrail, and earthwork on Perry Road from
Genesee Road to Belsay Road, Genesee County.
5.00 % DBE participation required
BIDDER
Ace Asphalt & Paving Company
Cadillac Asphalt, L.L.C.
Barrett Paving Materials Inc.
Ajax Paving Industries, Inc.
Pro-Line Asphalt Paving Corp.
Pyramid Paving and Contracting Co.
AS-SUBMITTED
$
$
$
468,189.21
527,133.17
594,890.15
617,202.17
AS-CHECKED
Same
Same
Same
Same
1 **
2
3
4
4 Bidders
5/10/11
Page 35
May 17, 2011 No. 116
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds:
112022A
Genesee County
Federal Highway Administration Funds
53.
LETTING OF MAY 06, 2011
PROPOSAL 1105036
PROJECT STH 35609-108816
LOCAL AGRMT. 11-5140
START DATE - 10 days after award
COMPLETION DATE - AUGUST 29, 2011
18.15
81.85
ENG. EST.
96,456.00 $
LOW BID
68,151.00
% OVER/UNDER EST.
-29.35
0.10 mi of intersection realignment work including earth excavation, subbase,
aggregate base, hot mix asphalt, curb and gutter, storm sewer, and safety
item upgrades on River Street/Washington Street at Bridge Street in the city
of East Tawas, Tosco County.
0.00 % DBE participation required
BIDDER
Bolen Asphalt Paving, Inc.
Katterman Trucking, Inc.
John Henry Excavating Inc.
Environmental Excavating & Cont.
Rohde Bros. Excavating, Inc.
Pyramid Paving and Contracting Co.
Bilacic Trucking, Inc..
AS-SUBMITTED
$
$
$
$
$
AS-CHECKED
68,151.00
Same
95,882.35
98,321.00
125,016.50
148,642.40
Same
Same
Same
Same
1 **
2
3
4
5
5 Bidders
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds:
108816A
City of East Tawas
Federal Highway Administration Funds
54.
LETTING OF MAY 06, 2011
PROPOSAL 1105037
PROJECT EDDF 54555-105418, ETC
LOCAL AGRMT. 11-5163
START DATE - 10 days after award
COMPLETION DATE - AUGUST 15, 2011
20.00
80.00
ENG. EST.
488,474.20 $
LOW BID
419,247.40
% OVER/UNDER EST.
-14.17
6.15 mi of hot mix asphalt surfacing and pavement markings on 5 Mile Road
from 100th Avenue easterly to 70th Avenue, from Northland Drive easterly to
170th Avenue, and from 70th Avenue easterly to 50th Avenue, Mecosta County.
0.00 % DBE participation required
5/10/11
Page 36
May 17, 2011 No. 117
BIDDER
Michigan Paving and Materials Comp
Rieth-Riley Construction Co., Inc.
Central Asphalt, Inc.
AS-CHECKED
AS-SUBMITTED
$
$
$
419,247.40
442,537.66
473,298.40
Same
Same
Same
1 **
2
3
3 Bidders
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds:
105418A
Federal Highway Administration Funds
State Restricted Trunkline Funds
110981A
Federal Highway Administration Funds
State Restricted Trunkline Funds
112833A
Federal Highway Administration Funds
State Restricted Trunkline Funds
55.
LETTING OF MAY 06, 2011
PROPOSAL 1105038
PROJECT STU 41401-112076
LOCAL AGRMT. 11-5117
START DATE - JUNE 13, 2011
COMPLETION DATE - AUGUST 08, 2011
80.00 %
20.00
80.00
20.00
80.00
20.00 %
ENG. EST.
402,582.00 $
LOW BID
372,514.50
% OVER/UNDER EST.
-7.47
0.16 mi of hot mix asphalt road resurfacing including cold milling,
watermain, drainage structures, storm sewer, concrete sidewalk ramps, curb
and gutter, hot mix asphalt paving, and pavement markings on College Avenue
from Fulton Street to Fountain Street in the city of Grand Rapids, Kent
County.
0.00 % DBE participation required
BIDDER
Nagel Construction, Inc.
$
$
Georgetown Construction Co.
Diversco Construction Company, Inc. $
$
Wyoming Excavators, Inc.
$
Kamminga & Roodvoets, Inc.
$
Lodestar Construction, Inc.
Dykema Excavators, Inc.
$
$
Kentwood Excavating, Inc.
Nashville Construction Company
Milbocker and Sons, Inc.
Peters Construction Co.
C & D Hughes, Inc.
Jack Dykstra Excavating, Inc.
Connan, Inc.
Schippers Excavating, Inc.
8
5/10/11
AS-SUBMITTED
372,514.50
377,177.00
385,496.00
386,277.00
386,673.50
411,630.75
425,068.53
444,543.00
AS-CHECKED
Same
Same
Same
Same
Same
Same
Same
Same
1 **
2
3
4
5
6
7
8
Bidders
Page 37
May 17,2011 No. 118
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds:
112076A
Federal Highway Administration Funds
City of Grand Rapids
56.
52.60
47.40
LOW BID
ENG. EST.
$ 1,294,720.25 $ 1,238,649.91
LETTING OF MAY 06, 2011
PROPOSAL 1105039
PROJECT STUL 61407-104278, ETC
LOCAL AGRMT. 11-5177
START DATE - 10 days after award
COMPLETION DATE - AUGUST 26, 2011
% OVER/UNDER EST.
-4.33 %
1.58 mi of hot mix asphalt road reconstruction including cold milling,
pavement removal, paving, subbase, aggregate base, storm sewer, concrete
curb, gutter, and sidewalk, pavement markings, hot mix asphalt non-motorized
path, grading, steel sheet piling, and concrete pavement on Lake Avenue from
Whitehall Road to Center Street and from Center Street to North Causeway
Street (M-120), on Center
Street from Lake Avenue to Mills Street and from Ruddiman Drive southeasterly
to Lake Avenue in the city of North Muskegon, Muskegon County.
3.00 % DBE participation required
BIDDER
Kamminga & Roodvoets, Inc.
C & D Hughes, Inc.
Schippers Excavating, Inc.
Nashville Construction Company
Wadel Stabilization, Inc.
Milbocker and Sons, Inc.
Michigan Paving and Materials Comp
D. J. McQuestion & Sons, Inc.
Asphalt Paving, Inc.
Crawford Contracting, Inc.
Brenner Excavating, Inc.
Al's Excavating, Inc.
Rieth-Riley Construction Co., Inc.
Nagel Construction, Inc.
$
$
$
$
$
$
AS-SUBMITTED
AS-CHECKED
1,238,649.91
1,240,396.96
1,271,834.40
1,332,065.90
1,350,321.46
1,387,661.21
Same
Same
Same
Same
Same
Same
1 **
2
3
4
5
6
6 Bidders
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds:
104278A
Federal Highway Administration Funds
City of North Muskegon
112053A
Federal Highway Administration Funds
City of North Muskegon
5110111
81.04
18.96
58.09
41.91
Page 38
May 17, 2011 No. 119
57.
ENG. EST.
947,049.00 $
LETTING OF MAY 06, 2011
PROPOSAL 1105041
PROJECT STL 70034-90154
LOCAL AGENT. 11-5125
START DATE - 10 days after award
COMPLETION DATE - JULY 08, 2011
LOW BID
556,514.78
% OVER/UNDER EST.
-41.24 %
3.03 mi of hot mix asphalt surfacing, aggregate shoulders, and pavement
markings on Taylor Street from 96th Avenue easterly to 72nd Avenue, Ottawa
County.
0.00 % DBE participation required
BIDDER
AS-CHECKED
AS-SUBMITTED
556,514.78
580,783.87
Michigan Paving and Materials Comp $
Rieth-Riley Construction Co., Inc. $
Same
Same
1 **
2
2 Bidders
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds:
90154A
Ottawa County
Federal Highway Administration Funds
58.
LETTING OF MAY 06, 2011
PROPOSAL 1105042
PROJECT EDDF 70555-90155
LOCAL AGRMT. 11-5103
START DATE - 10 days after award
COMPLETION DATE - JULY 08, 2011
20.00 %
80.00 %
ENG. EST.
527,264.00 $
LOW BID
347,817.80
% OVER/UNDER EST.
-34.03 %
1.99 mi of hot mix asphalt surfacing, aggregate shoulders, and pavement
markings on 144th Avenue from M-45 northerly to Lincoln Street, Ottawa
County.
0.00 % DBE participation required
BIDDER
Michigan Paving and Materials Comp $
Rieth-Riley Construction Co., Inc. $
AS-SUBMITTED
347,817.80
359,633.00
AS-CHECKED
Same
Same
1 **
2
2 Bidders
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
5/10/11
Page 39
May 17, 2011 No. 120
Source of Funds:
90155A
Ottawa County
Federal Highway Administration Funds
59.
LETTING OF MAY 06, 2011
PROPOSAL 1105043
PROJECT SIM 58416-112743
LOCAL AGRMT. 11-5187
START DATE - 10 days after award
COMPLETION DATE - AUGUST 15, 2011
18.15 %
81.85 %
ENG. EST.
350,595.00 $
LOW BID
305,125.25
% OVER/UNDER EST.
-12.97
0.85 mi of hot mix asphalt cold milling, resurfacing, and associated work on
Elm Avenue from Monroe Street to North Dixie Highway in the city of Monroe,
Monroe County.
0.00 % DBE participation required
BIDDER
Barrett Paving Materials Inc.
Cadillac Asphalt, L.L.C.
C & D Hughes, Inc.
Al's Asphalt Paving Co.
Florence Cement Company
Gerken Paving, Inc.
Ajax Paving Industries, Inc.
Pro-Line Asphalt Paving Corp.
AS-SUBMITTED
$
305,125.25
$
$
$
$
$
$
308,785.90
313,170.84
314,453.89
317,202.72
328,126.73
335,252.96
AS-CHECKED
Same
Same
Same
Same
Same
Same
Same
1 **
2
3
4
5
6
7
7 Bidders
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds:
112743A
Federal Highway Administration Funds
City of Monroe
60.
LETTING OF MAY 06, 2011
PROPOSAL 1105044
PROJECT STH 39609-108822
LOCAL AGRMT. 11-5180
START DATE - JULY 05, 2011
COMPLETION DATE - OCTOBER 07, 2011
$
81.85 %
18.15 %
ENG. EST.
434,723.25 $
LOW BID
432,922.53
% OVER/UNDER EST.
-0.41 %
0.97 ml of tree removal, ditching, trenching, shoulders, culverts, aggregate
base, hot mix asphalt paving, pavement markings, and traffic control on East
VW Avenue from South 18th Street to Portage Road, Kalamazoo County.
0.00 % DBE participation required
BIDDER
Don Meeks Construction, LLC
Brenner Excavating, Inc.
Hoffman Bros., Inc.
5/10/l1
AS-SUBMITTED
$
432,922.53
$
$
491,038.37
508,637.06
AS-CHECKED
Same
Same
Same
1
2
3
*Ir
Page 40
May 17, 2011 No. 121
Northern Construction Services, Co. $
R. Smith & Sons Trucking, Inc.
Peters Construction Co.
Nashville Construction Company
Michigan Paving and Materials Comp $
Rieth-Riley Construction Co., Inc.
Crawford Contracting, Inc.
Langlois & Sons Excavating, Inc.
Weick Bros., Inc.
Nagel Construction, Inc.
Cripps Fontaine Excavating, Inc.
Milbocker and Sons, Inc.
D. J. McQuestion & Sons, Inc.
Same
Same
Same
Same
Same
512,076.34
550,944.00
585,493.92
587,227.52
616,415.06
4
5
6
7
8
8 Bidders
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds:
108822A
Federal Highway Administration Funds
State Restricted Trunkline Funds
61.
80.00
20.00 %
LOW BID
ENG. EST.
LETTING OF MAY 06, 2011
$ 1,870,322.04 $ 1,691,734.95
PROPOSAL 1105045
PROJECT STUL 39405-108208, ETC
% OVER/UNDER EST.
LOCAL AGRMT. 11-5170
START DATE - 10 days after award
-9.55
COMPLETION DATE - SEPTEMBER 22, 2011
2.53 mi of hot mix asphalt cold milling, resurfacing, and base crushing and
shaping, concrete curb and gutter, drainage structures, concrete sidewalks,
sidewalk ramps, and watermain on Oakland Drive from Shaver Road to Katie
Court, on Portage Road from East Osterhout Avenue to Lakeview Drive, and on
South Westnedge Avenue from Melody Avenue to Centre Avenue in the city of
Portage, Kalamazoo County.
3.00 % DBE participation required
BIDDER
AS-SUBMITTED
Rieth-Riley Construction Co., Inc. $ 1,691,734.95
Michigan Paving and Materials Comp $ 1,905,300.31
AS-CHECKED
Same
Same
2 Bidders
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
5/10/11
Page 41
May 17, 2011 No. 122
Source of Funds:
108208A
Federal Highway Administration Funds
City of Portage
108269A
Federal Highway Administration Funds
City of Portage
108274A
Federal Highway Administration Funds
City of Portage
62.
LETTING OF MAY 06, 2011
PROPOSAL 1105057
PROJECT STL 62123-111935
LOCAL AGRMT. 11-5185
START DATE - 10 days after award
COMPLETION DATE - JULY 29, 2011
81.75 %
18.25
81.37
18.63 %
42.62 %
57.38
ENG. EST.
442,865.00 $
$
LOW BID
325,451.05
% OVER/UNDER EST.
-26.51 %
1.52 mi of hot mix asphalt crushing, shaping, cold milling, and paving,
aggregate shoulder, guardrail upgrade, and pavement marking on Centerline
Road/Evergreen Drive from Centerline Court southerly to M-82, Newaygo County.
0.00 % DBE participation required
BIDDER
AS-CHECKED
AS-SUBMITTED
Michigan Paving and Materials Comp $
Rieth-Riley Construction Co., Inc. $
Same
Same
325,451.05
367,107.10
1 **
2
2 Bidders
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds:
111935A
Newaygo County
Federal Highway Administration Funds
63.
LETTING OF MAY 06, 2011
PROPOSAL 1105058
PROJECT STH 10609-108798
LOCAL AGRMT. 11-5151
START DATE - 10 days after award
COMPLETION DATE - JULY 29, 2011
20.00
80.00 %
ENG. EST.
200,545.41 $
LOW BID
203,697.16
% OVER/UNDER EST.
1.57 %
0.87 mi of shoulder trenching, hot mix asphalt crushing, shaping, and
surfacing, super-elevation modification, and aggregate base on Marshall Road
(County Road 679) from north of Eastman Road northerly to south of Beulah
Highway, on Mick Road (CountyRoad 604) from east of Raymond Road easterly to
east of Crawford Road, and on Demerly Road from Raymond Road easterly to west
of Forrester Road, Benzie County.
3.00 % DBE participation required
5/10/11
Page 42
May 17, 2011 No. 123
AS-CHECKED
AS-SUBMITTED
BIDDER
203,697.16
205,094.90
Rieth-Riley Construction Co., Inc. $
Elmer's Crane and Dozer, Inc.
Same
Same
1 **
2
2 Bidders
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds:
108798A
Benzie County
Federal Highway Administration Funds
64.
20.00 %
80.00 %
ENG. EST.
509,966.00 $
LETTING OF MAY 06, 2011
PROPOSAL 1105070
$
PROJECT EDDF 59555-111007
LOCAL AGRMT. 11-5152
START DATE - 10 days after award
COMPLETION DATE - SEPTEMBER 01, 2011
LOW BID
449,889.97
% OVER/UNDER EST.
-11.78 %
3.50 mi of hot mix asphalt overlay, cold milling, pavement markings, drives,
and approaches on Stanton Road from Crystal Road easterly to Lumberjack Road,
Montcalm County.
0.00 % DBE participation required
Rieth-Riley Construction Co., Inc.
Central Asphalt, Inc.
Michigan Paving and Materials Comp
AS-CHECKED
AS-SUBMITTED
BIDDER
$
$
$
Same
Same
Same
449,889.97
463,751.32
553,884.47
1 **
2
3
3 Bidders
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds:
111007A
Federal Highway Administration Funds
State Restricted Trunkline Funds
65.
LETTING OF MAY 06, 2011
PROPOSAL 1105071
PROJECT EDDF 59555-111008
LOCAL AGRMT. 11-5153
START DATE - 10 days after award
COMPLETION DATE - AUGUST 15, 2011
80.00 %
20.00 %
ENG. EST.
483,142.60 $
LOW BID
377,817.10
% OVER/UNDER EST.
-21.80 %
2.03 mi of hot mix asphalt crushing, shaping, and resurfacing, trenching,
shoulders, culverts, and pavement markings on North County Line Road from
Sheridan Road easterly to Wyman Road, Montcalm County.
0.00 % DBE participation required
5/10/11
Page 43
May 17, 2011 No. 124
Central Asphalt, Inc.
Rieth-Riley Construction Co., Inc.
Michigan Paving and Materials Comp
AS-CHECKED
AS-SUBMITTED
BIDDER
377,817.10
423,864.08
497,957.77
$
$
Same
Same
Same
1 **
2
3
3 Bidders
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds:
111008A
Federal Highway Administration Funds
State Restricted Trunkline Funds
66.
LETTING OF MAY 06, 2011
PROPOSAL 1105072
$
PROJECT TCSP 50099-112865
LOCAL AGRMT. 11-5172
START DATE - JULY 01, 2011
COMPLETION DATE - SEPTEMBER 03, 2011
80.00
20.00 %
ENG. EST.
345,061.35 $
LOW BID
290,420.61
% OVER/UNDER EST.
-15.84
1.15 mi of hot mix asphalt non-motorized path, culverts, grading, concrete
sidewalk, and restoration on County Line Road from Hobarth Road southerly to
Crapaud Creek in the city of New Baltimore, Macomb County.
3.00 % DBE participation required
BIDDER
James P Contracting, Inc.
Weston Transport, Inc.
Barrett Paving Materials Inc.
Pro-Line Asphalt Paving Corp.
Florence Cement Company
Angelo Iafrate Construction Company $
M. L. Chartier Excavating, Inc.
L.J. Construction, Inc.
Genesis Construction Services, Inc. $
Ajax Paving Industries, Inc.
Raymond Excavating Company
Warren Contractors & Development
Pamar Enterprises, Inc.
Carlo Construction, Inc.
Al's Asphalt Paving Co.
Cadillac Asphalt, L.L.C.
Ace Asphalt & Paving Company
Service Construction, L.L.C.
Adamo Group Inc.
D.L.F., Inc.
T. R. Pieprzak Co.
AS-SUBMITTED
290,420.61
305,143.57
318,139.37
324,408.35
327,741.59
335,230.75
345,935.79
347,111.25
349,137.05
358,778.50
358,914.05
367,522.35
368,087.00
369,552.00
AS-CHECKED
Same
Same
Same
Same
Same
Same
Same
Same
Same
Same
Same
Same
Same
Same
1 **
2
3
4
5
6
7
8
9
10
11
12
13
14
14 Bidders
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
5/10/11
Page 44
May 17, 2011 No. 125
Source of Funds112865A
Macomb County
Federal Highway Administration Funds
67.
20.00
80.00
LOW BID
ENG. EST.
$ 3,213,287.50 $ 2,497,715.24
LETTING OF MAY 06, 2011
PROPOSAL 1105073
PROJECT STE 70139-111854
LOCAL AGRMT. 11-5162
START DATE - 10 days after award
COMPLETION DATE - DECEMBER 16, 2011
% OVER/UNDER EST.
-22.27 %
9.80 mi of non-motorized hot mix asphalt path construction, aggregate base,
grading, timber boardwalk, steel truss bridge, culverts, and concrete
sidewalks on the Frederik Meijer Kenowa Trail on Byron Road from 76th Avenue
easterly to 48th Avenue, on 48th Avenue from Byron Avenue northerly to Riley
Street, on Riley Street from 48th Avenue easterly to 24th Avenue, on 24th
Avenue from Riley Street northerly to Greenly Street, on Greenly Street from
24th Avenue easterly to 8th Avenue, on 8th Avenue from Greenly Street
northerly to Quincy Street, and on Quincy Street from 8th Avenue easterly to
Kenowa Avenue, Ottawa County.
6.00 % DBE participation required
AS-SUBMITTED
BIDDER
C L Trucking & Excavating, LLC
R. Smith & Sons Trucking, Inc.
L. W. Lamb, Inc./Triangle Excavat.
Kamminga & Roodvoets, Inc.
Brenner Excavating, Inc.
L.J. Construction, Inc.
Davis Construction, Inc.
Dykema Excavators, Inc.
Schippers Excavating, Inc.
Nashville Construction Company
Diversco Construction Company, Inc.
Walter Toebe Construction Company
Dan Hoe Excavating, Inc.
Nagel Construction, Inc.
Hardman Construction, Inc.
Milbocker and Sons, Inc.
Anlaan Corporation
Pro-Line Asphalt Paving Corp.
$
$
$
$
$
$
$
$
$
$
AS-CHECKED
2,497,715.24
2,552,863.00
2,570,272.85
2,608,530.00
2,631,645.00
2,639,327.25
2,649,399.43
2,850,833.79
2,997,301.45
3,119,496.27
Same
Same
Same
Same
Same
Same
Same
Same
Same
Same
1 **
2
3
4
5
6
7
8
9
10
10 Bidders
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds:
111854A
Ottawa County
Federal Highway Administration Funds
5/10/11
52.00 %
48.00 %
Page 45
May 17, 2011 No. 126
68.
ENG. EST.
152,784.00 $
LETTING OF MAY 06, 2011
PROPOSAL 1105074
PROJECT STH 04609-108786
LOCAL AGRMT. 11-5212
START DATE - 10 days after award
COMPLETION DATE - AUGUST 26, 2011
LOW BID
167,728.60
% OVER/UNDER EST.
9.78
0.19 mi of hot mix asphalt crushing, shaping, and resurfacing, culvert
reconstruction, extension guardrail removal, and slope flattening on Long
Rapids Road at Gaffney Creek, Alpena County.
0.00 % DBE participation required
Cordes Excavating, Inc.
Environmental Excavating & Cont.
D. J. McQuestion & Sons, Inc.
John Henry Excavating Inc.
Crawford Contracting, Inc.
Rieth-Riley Construction Co., Inc.
Bolen Asphalt Paving, Inc.
MacArthur Construction, Inc.
AS-CHECKED
AS-SUBMITTED
BIDDER
$
$
$
$
Same
Same
Same
Same
167,728.60
168,615.80
169,984.00
187,600.00
1
2
3
4
*.A.
4 Bidders
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds:
108786A
Alpena County
Federal Highway Administration Funds
69.
LETTING OF MAY 06, 2011
PROPOSAL 1105076
PROJECT STUL 76482-88363
LOCAL AGRMT. 10-5711
START DATE - 10 days after award
COMPLETION DATE - OCTOBER 01, 2013
$
20.00
80.00
ENG. EST.
885,602.71 $
LOW BID
895,780.19
% OVER/UNDER EST.
1.15
0.25 mi of hot mix asphalt cold milling and resurfacing, drainage
improvements, concrete curb, gutter, and sidewalk, signing, pavement
markings, street lights, landscaping, and streetscape on Saginaw Street from
Main Street northerly to Tuscola Street in the city of Durand, Shiawassee
County.
0.00 % DBE participation required
BIDDER
C & D Hughes, Inc.
Zito Construction
Carlo Construction, Inc.
E.T. MacKenzie Company
J. Ranck Electric, Inc.
Warren Contractors & Development,
5/10/11
AS-SUBMITTED
$
$
$
$
$
$
AS-CHECKED
Same
895,780.19
Same
899,966.00
1,013,148.05 $ 1,012,248.05
1,029,777.00 $ 1,031,733.89
Same
1,035,818.04
Same
1,231,101.74
1
2
3
4
5
6
*.A.
Page 46
May 17, 2011 No. 127
Ace Asphalt & Paving Company
Rieth-Riley Construction Co., Inc.
Lois Kay Contracting Co.
Audia Concrete Construction, Inc.
6 Bidders
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds:
88363A
City of Durand
Federal Highway Administration Funds
70.
65.07
34.93
ENG. EST.
431,719.84 $
LETTING OF MAY 06, 2011
PROPOSAL 1105077
PROJECT STE 41081-108834
LOCAL AGRMT. 11-5196
START DATE - 10 days after award
COMPLETION DATE - OCTOBER 21, 2011
LOW BID
475,272.32
% OVER/UNDER EST.
steel, and
South Main
City, Kent
0.14 mi of co
ti
Stre
Coun
AS-SUBMITTED
J. Ranck Electric, Inc.
Wolverine Building, Inc.
Kamminga & Roodvoets, Inc.
Allstate Electric, Inc.
Nagel Construction, Inc.
Katerberg-Verhage, Inc.
Audia Concrete Construction, Inc.
D V T Electric, Inc
McKerchie Enterprises, Inc.
Martell Electric, LLC
Davis Construction, Inc.
Walter Toebe Construction Company
Severance Electric Co.; Inc.
Rauhorn Electric, Inc.
Metropolitan Power and Lighting
Milbocker and Sons, Inc.
$
475,272.32
479,027.68
508,039.51
AS-CHECKED
Same
Same
Same
1 **
2
3
3 Bidders
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
5/17/11
Page 47
May 17, 2011 No. 128
Source of Funds:
108834A
Federal Highway Administration Funds
Village of Kent City
71.
LETTING OF MAY 06, 2011
PROPOSAL 1105083
PROJECT HPSL 58416-111934
LOCAL AGRMT. 11-5165
START DATE - 10 days after award
COMPLETION DATE - SEPTEMBER 02, 2011
70.00 %
30.00 %
ENG. EST.
679,878.00 $
LOW BID
564,470.70
% OVER/UNDER EST.
-16.97
1.41 mi of hot mix asphalt cold milling, resurfacing, and shoulder widening
for bike paths, trenching, and pavement markings on North Custer Road from
Pinnacle Boulevard easterly to Cranbrook Boulevard, Monroe County.
3.00 % DBE participation required
Al's Asphalt Paving Co.
Barrett Paving Materials Inc.
Cadillac Asphalt, L.L.C.
Florence Cement Company
Gerken Paving, Inc.
Ajax Paving Industries, Inc.
AS-CHECKED
AS-SUBMITTED
BIDDER
$
$
$
$
$
$
Same
Same
Same
Same
Same
Same
564,470.70
575,945.02
585,361.22
587,872.58
640,095.00
650,814.52
1 t. *
2
3
4
5
6
6 Bidders
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds:
111934A
Monroe County
Federal Highway Administration Funds
72.
LETTING OF MAY 06, 2011
PROPOSAL 1105084
PROJECT STUL 31437-109114
LOCAL AGRMT. 11-5173
START DATE - 10 days after award
COMPLETION DATE - AUGUST 12, 2011
20.00
80.00 %
ENG. EST.
151,000.50 $
LOW BID
114,694.25
% OVER/UNDER EST.
-24.04 %
0.56 mi of hot mix asphalt cold milling and resurfacing, concrete sidewalk
ramps, and pavement markings on Campus Drive from US-41 northwesterly in the
city of Hancock, Houghton County.
0.00 % DBE participation required
5110111
Page 48
May 17, 2011 No. 129
AS-SUBMITTED
BIDDER
Payne & Dolan Inc.
Bacco Construction Company
$
$
AS-CHECKED
114,694.25
135,681.00
Same
Same
1 **
2
2 Bidders
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds109114A
Federal Highway Administration Funds
City of Hancock
73.
LETTING OF MAY 06, 2011
PROPOSAL 1105086
PROJECT STE 03021-112706
LOCAL AGRMT. 11-5224
START DATE - JUNE 15, 2011
COMPLETION DATE - SEPTEMBER 19,
81.85
ENG. EST.
727,320.00 $
LOW BID
624,452.18
% OVER/UNDER EST.
-14.14
2013
0.20 mi of hot mix asphalt cold milling and resurfacing, storm sewer,
concrete
sidewalk and drives,
landscaping,
streetscape amenities,
and
decorative lighting on East Main Street (M-89) from South Street easterly to
Park Street in the city of Fennville, Allegan County.
4.00 % DBE participation required
BIDDER
Brenner Excavating, Inc.
Al's Excavating, Inc.
Kamminga & Roodvoets, Inc.
Northern Construction Services, Co.
Katerberg-Verhage,
Inc.
Ron Meyer and Associates/Lite Load
Milbocker and Sons, Inc.
Nagel Construction, Inc.
Nashville Construction Company
Peters Construction Co.
Don Meeks Construction, LLC
Schippers Excavating, Inc.
Kahn Construction Co., Inc.
9
5/10/11
AS-CHECKED
AS-SUBMITTED
$
$
$
$
$
$
$
$
$
624,452.18
644,405.50
656,878.90
659,012.55
674,650.00
685,324.95
697,737.64
780,893.25
802,600.88
$
Same
Same
Same
Same
676,650.00
Same
Same
Same
Same
1 **
2
3
4
5
6
7
8
9
Bidders
Page 49
May 17, 2011 No. 130
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds.
112706A
Federal Highway Administration Funds
City of Fennville
74.
LETTING OF MAY 06, 2011
PROPOSAL 1105087
PROJECT EDDF 67555-108848
LOCAL AGRMT. 11-5233
START DATE - 10 days after award
COMPLETION DATE - SEPTEMBER 16, 2011
46.74 %
53.26 %
ENG. EST.
638,734.92 $
LOW BID
631,117.47
% OVER/UNDER EST.
-1.19 %
1.19 mi of roadway reconstruction including earth and peat excavation, swamp
backfill, embankment, subbase, aggregate base, hot mix asphalt, guardrail,
and pavement markings on Mackinaw Trail from 14 Mile Road to south of 15 Mile
Road, Osceola County.
5.00 % DBE participation required
BIDDER
AS-SUBMITTED
D. J. McQuestion & Sons, Inc.
CJ's Excavating Septic Service Inc. $
M & M Excavating Company
Fisher Contracting Company
Crawford Contracting, Inc.
Rieth-Riley Construction Co., Inc.
Elmer's Crane and Dozer, Inc.
Milbocker and Sons, Inc.
Central Asphalt, Inc.
AS-CHECKED
631,117.47
731,140.23
916,380.42
Same
Same
Same
1
2
3
Ink
3 Bidders
By association with the above construction contract we are also asking for
approval of the above-referenced cost participation agreement.
Source of Funds:
108848A
Federal Highway Administration Funds
State Restricted Trunkline Funds
80.00 %
20.00
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.
5/10/11
Page 50
May 17, 2011 No. 131
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 April 13, 2011.
Respectfully submitted,
atattit-ct,
Kirk T. Steudle
Director
5/10/11
Page 51
May 17, 2011 No. 132
Mr. Senyko presented the Transportation and Natural Resources Committee
Report for the regular meeting of May 11, 2011. After review of the foregoing
Transportation and Natural Resources Committee Report, Mr. Senyko moved
that the Report covering the regular meeting of May 11, 2011, be approved and
adopted with Items 23, 61, and 66 of the Regular Agenda and items 12 and 70
of the Supplemental Agenda withdrawn by the Department of Transportation at
the State Administrative Board meeting on May 17, 2011. The motion was
supported by Mr. Reilly and unanimously approved.
8. MOTIONS AND RESOLUTIONS:
NONE
9. ADJOURNMENT:
Mr. Saxton moved to adjourn the meeting. The motion was supported by Mr.
Forstner and unanimously approved. Mr. Gadola adjourned the meeting.
'244.
CHAIRPERSON
Fly UP