City Commission Packet 03-10-2009

View the PDF version Google Docs PDF Viewer

  CITY OF MUSKEGON
   CITY COMMISSION MEETING
                  MARCH 10, 2009
 CITY COMMISSION CHAMBERS @ 5:30 P.M.
                           AGENDA

CALL TO ORDER:
PRAYER:
PLEDGE OF ALLEGIANCE:
ROLL CALL:
HONORS AND AWARDS:
  A. Outstanding Citizenship Awards.
INTRODUCTIONS/PRESENTATION:
CONSENT AGENDA:
  A. Approval of Minutes. CITY CLERK
  B. 2009/2010 Goals. CITY MANAGER
  C. Control System Software Configuration to Terminal Services.   WATER
     FILTRATION
  D. Contract Extension Agreement – One Year Street Sweeping Contract
     for 2009. PUBLIC WORKS
  E. Memorandum of Understanding – Muskegon Public Schools. PUBLIC
     SAFETY
  F. Contractual Agreement – Michigan Department of State.         PUBLIC
     SAFETY
  G. Liquor License Transfer Request for Kwik-Way Mart, 45 E. Muskegon
     Avenue. CITY CLERK
  H. Gaming License Request – West Michigan Veterans, Inc. CITY CLERK
  I. Engineering Services (Design & Inspection) for Smith Ryerson Park.
     ENGINEERING
  J. Amend the Uniform Agreement with Arrow Uniform. PUBLIC WORKS
  K. Grant Applications for Safety Funds. ENGINEERING
       L. Maintenance Agreement with Trane for City Hall Chiller. ENGINEERING
       M. Consideration of Bids for Hackley Avenue, Hudson to Seaway.
          ENGINEERING
       N. Consideration of Bids for Wood Street, Isabella to Apple. ENGINEERING
   PUBLIC HEARINGS:
       A. Recommendation for Annual Renewal of Liquor Licenses. CITY CLERK
   COMMUNICATIONS:
   CITY MANAGER’S REPORT:
   UNFINISHED BUSINESS:
   NEW BUSINESS:
       A. Approval of the 2009-2010                              Action       Plan.           COMMUNITY   &
          NEIGHBORHOOD SERVICES
       B. 2009-2010 CDBG/HOME and City Preliminary Decision. COMMUNITY &
          NEIGHBORHOOD SERVICES
       C. Seasonal and Temporary Services Provider Contract. CIVIL SERVICE
       D. Padlock Ordinance – 287 McLaughlin. CITY MANAGER
       E. 2009-2010 Healthcare Program. FINANCE
   ANY OTHER BUSINESS:
   PUBLIC PARTICIPATION:
   Reminder: Individuals who would like to address the City Commission shall do the following:
   Fill out a request to speak form attached to the agenda or located in the back of the room.
    Submit the form to the City Clerk.
   Be recognized by the Chair.
   Step forward to the microphone.
   State name and address.
   Limit of 3 minutes to address the Commission.
   (Speaker representing a group may be allowed 10 minutes if previously registered with City Clerk.)

   CLOSED SESSION:
   ADJOURNMENT:
ADA POLICY: The City of Muskegon will provide necessary auxiliary aids and services to individuals who
want to attend the meeting upon twenty four hour notice to the City of Muskegon. Please contact Ann
Marie Becker, City Clerk, 933 Terrace Street, Muskegon, MI 49440 or by calling (231) 724-6705 or TDD:
(231) 724-4172.
Date:      March 10, 2009
To:        Honorable Mayor and City Commissioners
From:      Ann Marie Becker, City Clerk
RE:        Approval of Minutes




SUMMARY OF REQUEST: To approve the minutes of the Regular
Commission Meeting that was held on Tuesday, February 24th, and the
Goal Setting Session that was held on Wednesday, February 25th.


FINANCIAL IMPACT: None.


BUDGET ACTION REQUIRED: None.


STAFF RECOMMENDATION: Approval of the minutes.
     CITY OF MUSKEGON
       CITY COMMISSION MEETING
                     FEBRUARY 24, 2009
    CITY COMMISSION CHAMBERS @ 5:30 P.M.
                                  MINUTES

The Regular Commission Meeting of the City of Muskegon was held at City Hall,
933 Terrace Street, Muskegon, Michigan at 5:30 p.m., Tuesday, February 24,
2009.
Mayor Warmington opened the meeting with a prayer from Vice Mayor Gawron
after which the Commission and public recited the Pledge of Allegiance to the
Flag.
ROLL CALL FOR THE REGULAR COMMISSION MEETING:
Present: Mayor Stephen Warmington, Vice Mayor Stephen Gawron,
Commissioners Chris Carter, Clara Shepherd, Lawrence Spataro, Sue Wierengo,
and Steve Wisneski, City Manager Bryon Mazade, City Attorney John Schrier,
and City Clerk Ann Marie Becker.
2009-15 HONORS AND AWARDS:
      A. Honorary Ambassador Awards.
Public Safety Director Tony Kleibecker presented certificates to Robert Sharlow,
Donald Vandonkelaar, and Brian Brown for their assistance to a citizen who was
involved in a car accident.
2009-16 CONSENT AGENDA:
      A. Approval of Minutes. CITY CLERK
SUMMARY OF REQUEST: To approve minutes for the February 9th Commission
Worksession, and the February 10th Regular Commission Meeting.
FINANCIAL IMPACT: None.
BUDGET ACTION REQUIRED: None.
STAFF RECOMMENDATION: Approval of the minutes.
      B. Fireworks Display Permit for the Shrine Circus. CITY CLERK
SUMMARY OF REQUEST: Jordan Productions, Inc. is requesting approval of a
fireworks display permit for February 27th and 28th at the L. C. Walker Arena. Fire
Marshall Metcalf has reviewed the request and recommends approval
contingent on inspection of the fireworks.
FINANCIAL IMPACT: None.
BUDGET ACTION REQUIRED: None.
STAFF RECOMMENDATION: Approval contingent on inspection of the fireworks
and approval of the insurance.
      C. Upgrade of Verint Software for Security Camera System.                WATER
         FILTRATION
SUMMARY OF REQUEST: To accept the proposal by Camtronics, the proprietary
vendor, to update and upgrade the Water Filtration Plant security video
monitoring and archiving software.
FINANCIAL IMPACT: $11,832.14.
BUDGET ACTION REQUIRED: None, this project is included in the 2009 Filtration
Plant budget.
STAFF RECOMMENDATION: Staff recommends the Mayor and City Commission
approve this software upgrade and update by Camtronics at a cost of
$11,832.14.
      D. Seasonal and Temporary Services Provider Contract. CIVIL SERVICE
SUMMARY OF REQUEST: Approval to negotiate a contract for 2009-2011
seasonal and temporary employment services with GoodTemps Temporary
Staffing Services.
Request for proposal solicitation resulted in five proposals, due on January 13,
2009, at 2:00 p.m. Proposals were received from:
      Beacon Professional Staffing, Inc., 230 N. River, Suite B, Holland, MI
      GoodTemps Temporary Staffing Services, 765 W. Norton, Muskegon, MI
      Kelly Services, Inc., 5916 S. Harvey, Muskegon, MI
      MANPOWER, 20 W. Muskegon, Muskegon, MI
      Staffing Inc. – Muskegon, 1635 W. Sherman, Muskegon, MI
A committee consisting of managers and users reviewed proposals and
interviewed Manpower representatives. While the low bidder, Manpower
declined contracting for the positions of Beach Maintenance Worker, Lifeguard,
Marina Aide, and Playground Leader but rather proposed to subcontract for
these positions. On February 18, 2009, they notified the City of their inability to
obtain an agreement with their intended subcontractor.
GoodTemps Temporary Staffing Services has been the City’s seasonal and
temporary employment services provider for the past four years. The Company
performed excellently during their contract and was outstanding in terms of
flexibility, responsiveness, hiring and orientation process, reporting, and
commitment to equal employment opportunity. GoodTemps remains fully
prepared to handle all of the City’s seasonal and temporary staffing needs.
FINANCIAL IMPACT: The 2009 projected seasonal and temporary services cost is
approximately $700,000.
BUDGET ACTION REQUIRED:         The 2009 budget allowed for the financial
resources.
STAFF RECOMMENDATION:       Staff recommends and requests approval to
negotiate the 2009-2011 seasonal and temporary services contract with
GoodTemps Temporary Staffing Services, contingent upon working out
agreement terms acceptable to the City Manager and City Attorney.
COMMITTEE RECOMMENDATION: The committee unanimously recommends
granting approval to negotiate the 2009-2011 seasonal and temporary services
contract with GoodTemps Temporary Staffing Services.
Motion by Vice Mayor Gawron, second by Commissioner Wierengo to approve
the Consent Agenda as read.
ROLL VOTE: Ayes:     Gawron, Shepherd,       Spataro,   Warmington,   Wierengo,
           Wisneski, and Carter
            Nays: None
MOTION PASSES
2009-17 PUBLIC HEARINGS:
      A. 2009 – 2010 Community Development Block Grant/HOME Funding.
         COMMUNITY & NEIGHBORHOOD SERVICES
SUMMARY OF REQUEST: To conduct a Public Hearing concerning the 2009-2010
CDBG/HOME funding that the City anticipates to receive from the U. S.
Department of Housing and Urban Development department next fiscal year
starting June 1, 2009.
The Public Hearing is to obtain comments from the public in reference to the
2009-2010 CDBG/HOME allocation funding which is designated to be $984,207
and $290,049 respectively, excluding any program income and reprogrammed
funding. In keeping with the City’s 2005-2010 Consolidated Plan, the establish
objectives for the City of Muskegon are the areas of housing, blight elimination,
public service support, infrastructure upgrading and economic development.
The Commission has been given the recommendations of both the
administration and the Citizen District Council along with last year’s
recommendations and the final allocations.
The Commission will be asked to make their preliminary decision on what items
should be funded at the March 10, 2009, meeting and their final allocation
decision at the March 24, 2009, City Commission meeting.
FINANCIAL IMPACT: The 2009-2010 allocations will be based on the City
Commission final decision.
BUDGET ACTION REQUIRED: None at this time.
STAFF RECOMMENDATION:          To conduct the Public Hearing and gather
comments from the public.
COMMITTEE       RECOMMENDATION:       The  Citizen’s  District Council
recommendations are included with the recommendations submitted by the
administration.
The public hearing opened to hear and consider any comments from the
public. Comments were heard from Tim Burgess, 6336 S. Walker Rd., Fruitport,
Executive Director of Neighborhood Investment Corp.; Dan Bonner, 1652 Nelson,
Managing Attorney of Legal Aid of Western Michigan; Ron Robles, 147 W.
Norton, Community enCompass; Dick Butler, Executive Director of Muskegon
County Habitat for Humanity; and Dwana Thompson, Muskegon Affirmative
Action Director.
Motion by Vice Mayor Gawron, second by Commissioner Shepherd to close the
public hearing.
ROLL VOTE: Ayes: Shepherd, Spataro, Warmington, Wierengo, Wisneski, Carter,
           and Gawron
            Nays: None
MOTION PASSES
2009-18 UNFINISHED BUSINESS:
      A. Concurrence with the Housing Board of Appeals Notice and Order to
         Demolish 254 Amity. PUBLIC SAFETY
SUMMARY OF REQUEST: This is to request that the City Commission concur with
the findings of the Housing Board of Appeals that the structure located at 254
Amity Avenue (Area 11) is unsafe, substandard, a public nuisance and that it be
demolished within 30 days. It is further requested that administration be directed
to obtain bids for the demolition of the structure and that the Mayor and City
Clerk be authorized and directed to execute a contract for demolition with the
lowest responsible bidder.
FINANCIAL IMPACT: CDBG Funds.
BUDGET ACTION REQUIRED: None.
STAFF RECOMMENDATION:         To concur with the Housing Board of Appeals
decision to demolish.
Motion by Commissioner Carter, second by Commissioner Shepherd to table to
the June 9th meeting with the stipulation that Mrs. Brewster has secured financing
and that permits are pulled to begin work on the project.
ROLL VOTE: Ayes: Spataro, Warmington, Wierengo, Wisneski, Carter, Gawron,
           and Shepherd
           Nays: None
MOTION PASSES
2009-19 NEW BUSINESS:
     A. Concurrence with the Housing Board of Appeals Notice and Order to
        Demolish the Following. PUBLIC SAFETY
        1126 Kenneth Street (Area 11)
        2125 Bluffton Avenue
SUMMARY OF REQUEST: This is to request that the City Commission concur with
the findings of the Housing Board of Appeals that the structures are unsafe,
substandard, a public nuisance and that they be demolished within 30 days. It
is further requested that administration be directed to obtain bids for the
demolition of the structures and that the Mayor and City Clerk be authorized
and directed to execute a contract for demolition with the lowest responsible
bidder.
FINANCIAL IMPACT: CDBG Funds.
BUDGET ACTION REQUIRED: None.
STAFF RECOMMENDATION:       To concur with the Housing Board of Appeals
decision to demolish.
Motion by Commissioner Spataro, second by Vice Mayor Gawron to concur with
the Housing Board of Appeals notice and order to demolish 1126 Kenneth Street
and 2125 Bluffton Avenue.
ROLL VOTE: Ayes: Warmington, Wierengo, Wisneski, Gawron, Shepherd, and
           Spataro
           Nays: None
           Absent: Carter (stepped out of the room)
MOTION PASSES
ANY OTHER BUSINESS: Various items were discussed.
PUBLIC PARTICIPATION: Comments were heard.
ADJOURNMENT: The City Commission Meeting adjourned at 6:38 p.m.


                                         Respectfully submitted,




                                         Ann Marie Becker, MMC
                                         City Clerk
                                 AGENDA ITEM NO. ________________

                   CITY COMMISSION MEETING _________________________



TO:            Honorable Mayor and City Commissioners

FROM:          Bryon L. Mazade, City Manager

DATE:          February 25, 2009

RE:            2009/2010 Goals



SUMMARY OF REQUEST:
To approve the proposed 2009/2010 City goals as discussed at the City Commission goal
setting session on February 19, 2009.



FINANCIAL IMPACT:
Varies, depending on each goal.




BUDGET ACTION REQUIRED:
None.




STAFF RECOMMENDATION:
To approve the attached list of proposed goals.




COMMITTEE RECOMMENDATION:
None.




pb\AGENDA\2009-2010 COMMISSION GOALS 022509
Date:       March 10, 2009
To:         Honorable Mayor and City Commission
From:       Water Filtration Plant
RE:         Control system software configuration to terminal
            services



SUMMARY OF REQUEST:
To enter into agreement with our consultant, Tetra Tech, for
programming and software configuration for terminal services at the
Water Filtration Plant.


FINANCIAL IMPACT:
The cost for this service is: $9,800.00.


BUDGET ACTION REQUIRED:
None. This project is included in the 2009 budget.


STAFF RECOMMENDATION:
Staff recommends the Mayor and Commission endorse the proposal
from Tetra Tech for programming and software configuration for terminal
services at the Water Filtration Plant.
                                MEMORANDUM
                                   2/25/09

TO:          M. AL-SHATEL, DEPUTY DIRECTOR

FROM:        R. VENEKLASEN, WATER FILTRATION

RE:          COMPUTER HARDWARE UPGRADE TO TERMINAL SERVICES

BACKGROUND
The Water Filtration Plant embarked on the Instrumentation and Control project
in 1992. This project included many plant and field devices but most importantly
included the installation of a software driven control system through the use of
programmable logic controllers (PLC’s) and personal computers (PC’s). The
software program selected for the plant operation was “Wonderware”. We
continue to use Wonderware for the plants water treatment operation.

There has been one addition, the 1997 Multi-Purpose Building, and one overall
change, the 2004 Improvements Project, at the plant since 1992. The original
control system and software were planned to accommodate this change and
addition without fundamental additions or adaptations and remains essentially
unchanged since 1992.

TERMINAL SERVICES
For the past year we have been considering the change from distributed control
stations to terminal services. This effort was in conjunction with the City’s IT
Department and our consultant, Tetra Tech. The intent of this change is to
enhance reliability, reduce equipment maintenance and labor, and reduce
equipment replacement costs in the future.

Terminal services is a shift from personal PC’s to “dummy” terminal interfaces
that will access the existing file server where the Wonderware control system will
reside. The file server is a more stable platform and is many times more reliable
than a PC. This change will also ease software configuration and system
changes and reduce associated costs in the future.

RECOMMENDATION
The change to terminal services was budgeted and includes the cost for software
configuration, purchase of the terminal interfaces, and the software license
changes. The purchase of the terminals and software licenses are separate
items and will be addressed as such.

It is my recommendation that the City enter into agreement with Tetra Tech for
programming and software configuration to install terminal services at the Water
Filtration Plant.
                             AGENDA ITEM NO._____________

                  CITY COMMISSION MEETING ___________________



TO:            Honorable Mayor and City Commission


FROM:          Department of Public Works


DATE:          March 10, 2009


SUBJECT:       Contract Extension Agreement-1 year Street Sweeping Contract for 2009


SUMMARY OF REQUEST:
To enter into 1 year contractual agreement with TRI-US SERVICES, INC. to provide street
sweeping services for 2009.


FINANCIAL IMPACT:
$148,981.60 cost for 1 year contract. Funds to cover all expenses are budgeted. Trunkline
expenses are reimbursed by State funding.


BUDGET ACTION REQUIRED:
None; monies appropriated in Highway and State trunkline budgets


STAFF RECOMMENDATION:
Approve request to contract out service for 1-year extension as specified in previous contract.
To:     Honorable Mayor and City Commission
From:   Bob Kuhn, Director of Public Works
Date:   3/4/2009
Re:     Street Sweeping Extension-2009



The Department of Public Works is requesting permission to exercise its contractual
option (per the 2006-8 contract) to enter into 1-year contractual agreement with TRI-
US SERVICES, INC, to provide street sweeping services for 2009.

TRI-US SERVICES, INC., 78 Ball Creek NW, Kent City. Mi has been our sole
street sweeping contractor from 1997 to present. During the course of those years
they have provided excellent service to our community and its residents. They also
have been the low bidder in each of the 3 previous bids (1997/1998/1999-
2002/2003/2004 and 2006/2007/2008) and have either held their price or added a
slight increase each time an extension (2000/2001/2005) has been approved.
1997 thru 1999 contract                                                 3 year totals
TRI-US SERVICES, INC.     bid $104,130.76 x 3 years                     $312,392.28
SANI-SWEEP, INC.          bid $123,867.76 x 3 years                     $371,603.28

2002 thru 2004 contract                                                 3 year totals
TRI-US SERVICES, INC      bid $113,662.24 x 3 years                     $340,986.72
SANI-SWEEP, INC.          bid $156,879.56 x 3 years                     $470,638.68

2006 thru 2008 contract                                                 3 year totals
TRI-US SERVICES, INC,     bid $148,981.60 x 3 years                     $446,944.80
SANI-SWEEP, INC.          bid $203,602.40 x 3 years                     $610,807.20

TRI-US SERVICES, INC.                                                   1 year totals
2000 contract extension   $104,130.76 x 1 year-(held price)             $104.130.76
2001 contract extension   $107,775.33 x 1 year-(3.5% fuel surcharge)    $107,775.33
2005 contract extension   $137,866.40 x 1 year-(fuel/operating costs)   $137,866.40




                                                                                        1
At this time staff is proposing to enter into a 1 year contract extension with TRI-US
SERVICES, INC and they have submitted the following proposal:

2009 contract extension ----City of Muskegon Roadways------------ $128,527.20
                            State of Michigan (MDOT) Roadways--$ 20,454.40

                                                  TOTAL         $148,981.60




TRI-US SERVICES, INC. has held their 2006-8 contract price of $148,981.60 for
the proposed 2009 contract extension. They continue to provide us with excellent
customer service and meet all of our special request needs with little or no prior
notice. They will continue to sweep the city roadways 4 times during the period
from April 1st to October 15th as stipulated in the previous 2006-08 contract.

Therefore, at this time, staff is recommending to the Commission to approve the
request to enter into agreement with TRI-US SERVICES, INC.




                                                                                        2
                             City Commission Meeting
                                 Tuesday March 10, 2009



TO:            Honorable Mayor and City Commissioners

FROM:          Anthony L. Kleibecker, Director of Public Safety

DATE:          January 3, 2007

SUBJECT:    Memorandum of Understanding-Muskegon Public Schools
________________________________________________________________________

Summary of Request:

The Director of Public Safety is requesting approval to sign a Memorandum of
Understanding with the Muskegon Public Schools for a Safe Schools/Healthy Students
Project. This is a collaborative effort between the Muskegon Public Schools, Muskegon
County Community Mental Health, the Family Division of the 14th Circuit Court, the
State of Michigan Department of Human Services and our police department. By signing
this agreement, the department agrees to assist the school district in providing leadership,
support and resources to achieve the project priority of implementing a community-wide
plan designed to create safe school environments.

Financial Impact:

None

Budget Action Required:

None

Staff Recommendation:

Approval of the agreement.
                             City Commission Meeting
                                 Tuesday March 10, 2009



TO:            Honorable Mayor and City Commissioners

FROM:         Anthony L. Kleibecker, Director of Public Safety

DATE:          January 3, 2007

SUBJECT:    Contractual Agreement-Michigan Department of State
________________________________________________________________________

Summary of Request:

The Director of Public Safety is requesting approval to enter into an agreement with the
Michigan Department of State whereby the Department of State will provide driver,
vehicle, and related information to the city. The purpose for entering into this agreement
is to assist code enforcers with obtaining accurate information to meet district court
requirements when completing civil infraction citations.

Financial Impact:

None

Budget Action Required:

None

Staff Recommendation:

Approval of the agreement.
Date:     March 10, 2009
To:       Honorable Mayor and City Commissioners
From:     Ann Marie Becker, City Clerk
RE:       Liquor License Transfer Request
          Kwik-Way Mart
          45 E. Muskegon Avenue




SUMMARY OF REQUEST: The Liquor Control Commission is seeking
local recommendation on a request from Almajeed, Inc., to transfer
ownership of the 2008 SDD and SDM Licensed Business located at 45
E. Muskegon Avenue from Betak Enterprises III, Inc.


FINANCIAL IMPACT: None.


BUDGET ACTION REQUIRED: None.


STAFF RECOMMENDATION:          All departments are recommending
approval.
Date:      March 10, 2009
To:        Honorable Mayor and City Commissioners
From:      Ann Marie Becker, City Clerk
RE:        Gaming License Request




SUMMARY OF REQUEST: West Michigan Veterans, Inc. is requesting
a resolution recognizing them as a non-profit organization operating in
the City for the purpose of obtaining a Gaming License. They have
been recognized as a 501(c)(3) organization by the State.


FINANCIAL IMPACT: None


BUDGET ACTION REQUIRED: None


STAFF RECOMMENDATION: Approval
Date:         March 10, 2009
To:           Honorable Mayor and City Commissioners
From:         Engineering
RE:           Engineering Services (Design & Inspection) for:
              Smith Ryerson Park


SUMMARY OF REQUEST:
Authorize staff to enter into an engineering services agreement with Sidock
Group out of Muskegon to provided design and construction management to
improve/upgrade Smith Ryerson Park as required by the MDNR’s grant for a not
to exceed fee of $49,438.50.

Sidock is being recommended after review and evaluation of proposals from
eleven qualified consulting firms. While all proposals were worthy, staff’s
recommendation focused on experience of the project team on similar projects;
reasonableness of the proposed fee and associated hours; scope of services to
be provided as well statement of understanding.

FINANCIAL IMPACT:
$49,438.50 plus an additional 5% of in-house project management.

BUDGET ACTION REQUIRED:
None at this time as this project was budgeted for in the 2009 CIP.


STAFF RECOMMENDATION:
Authorize staff to enter into engineering services agreement with Sidock Group.




COMMITTEE RECOMMENDATION:
  B238 SMITH RYERSON PARK REDEVELOPMENT
               Proposals evaluation
   ENGINEERING FIRM                 Fee        Hours
 1 HOOKER DEJONG                    $34,965.00           453
 2 TEAM ELMER'S ENGINEERING         $47,420.00           651
 3 SIDOCK GROUP                     $49,438.50           994
 4 PARADIGM DESIGN                  $56,140.00           687
 5 PROGRESSIVE AE                   $59,193.00           641
 6 DAN VOS CONSTRUCTION CO. $61,405.00                   699
 7 WESTSHORE CONSULTING             $62,005.00           860
 8 PREIN & NEW OF                   $72,165.00          1148
 9 FLEIS & VANDENBRINK              $72,800.00           729
10 SITE DESIGNS SOLUTIONS           $75,081.00          1076
11 MC SMITH & ASSOCIATES            $77,978.00           773

  Ave                              $60,780.95          791.91
Date:         March 10, 2009
To:           Honorable Mayor and City Commissioners
From:         DPW
RE:           Amend the Uniform Agreement with Arrow Uniform




SUMMARY OF REQUEST:
Authorize staff to amend the contract with Arrow Uniform to suspend the cleaning service
they provide for the shop towels and mats for the period between March 11, 2009 until
February 28, 2010, and to extend their contract for the aforementioned services until the
end of December 2012 instead of August of 2012.

This amendment is necessary to accommodate a previous contract with Model Coverall.



FINANCIAL IMPACT:
Minimal; the shop towels and mats are just changing from Arrow Uniform to Model Coverall
for most of 2009 to satisfy previous contract on the advice of the City attorney.



BUDGET ACTION REQUIRED:
None at this time.

STAFF RECOMMENDATION:
Authorize staff to amend the contract with Arrow Uniform.



COMMITTEE RECOMMENDATION:
                      RELEASE and SETTLEMENT AGREEMENT

        Model Coverall Service, Inc. (“Model”) hereby releases the City of Muskegon (“City”) of
all claims in connection with its Partnering Rental Service Agreements, signed 06/09/04,
08/24/05, and 08/10/06 (“Agreements”) and enters into a settlement of its alleged breach of
contract claims against the City. Model, its members, directors, employees, representatives,
personal representatives, heirs, successors and assigns, do hereby fully and unconditionally
release, hold harmless and forever discharge the City and all of its employees for all rights,
claims, demands and actions, costs, fees and expenses, legal and equitable, known or unknown,
that Model now has or may have against the City and specifically, Model hereby releases, holds
harmless and forever discharges the City from any and all claims arising from or related to the
Agreements. This release specifically contemplates a waiver of the 120-day termination notice
provision contained in the Agreements.

In consideration for this release, the receipt and adequacy of which is hereby acknowledged, the
City of Muskegon agrees to the following:

The City will accept service and render payment to Model for providing the following through
February 28, 2010:

       Weekly:

       Mat Cy Med, 5 Units at $3.15/Unit for a total of $15.75 per week.
       Mat Cy Runner, 7 Units at $5.25/Unit for a total of $36.75 per week
       Shop Towels, 100 Units at $.08/Unit for a total of $8.00 per week.
       Energy charge: $4.00 per week
       TOTAL: $64.50/week

       In addition, every other week:

       Mat Cy Med, 3 Units at $4.50/Unit for a total of $13.50.

       TOTAL: $78.00/week

The Addendum to Lease Agreement “Buyout of Special Merchandise” provision, signed 11-30-
04, remains in effect through February 28, 2010.

THIS IS A FULL AND FINAL SETTLEMENT OF ALL CLAIMS BY MODEL
COVERALL SERVICE, INC. AND VOLUNTARILY MADE.

Dated:________________                               By:_______________________________
                                                          Jeremy Wirtz
                                                          Model Coverall Service, Inc.

Dated:________________                                By:_______________________________
                                                          Bryon Mazade
                                                          City of Muskegon


                                          -1-
               ADDENDUM TO SERVICE AGREEMENT

       For consideration, the adequacy of which is hereby acknowledged, the City of
Muskegon and Arrow Uniform Company hereby agree to amend the Service Agreement
signed by the parties on October 20, 2008 (“Agreement”).

        Delivery of all shop towels and mats included on the Agreement are to begin
March 1, 2010 at the prices specified in the Agreement. All costs associated with the
provision of shop towels and mats are excluded prior to March 1, 2010. The termination
date for delivery of shop towels and mats only shall be extended to December 31, 2012.
The prices specified in the Agreement shall remain in effect during this extended period.


       No other provisions of the Agreement are affected by this Addendum.




                                             __________________________________
                                             Signature of Authorized Representative
                                             Arrow Uniform

                                             __________________________________
                                             Printed Name and Title/Position Date




                                             __________________________________
                                             Signature of Authorized Representative
                                             City of Muskegon

                                             __________________________________
                                             Printed Name and Title/Position Date
Date:         March 10, 2009
To:           Honorable Mayor and City Commission
From:         Engineering
RE:           Grant Applications for Safety Funds


SUMMARY OF REQUEST:
Authorize staff to submit the following projects for possible Safety Funds in 2010:

   1- Intersection of Laketon & Henry to improve skid resistance at $200,000 total cost of
      which $50,000 is local match.
   2- Upgrade the traffic signals to box span on Laketon @ Hoyt, Getty & Roberts for an
      estimated total cost of $240,000 of which $60,000 is the local match.


FINANCIAL IMPACT:
A local match of $110,000 (25%) will be required for all projects and will be budgeted for in
2010.



BUDGET ACTION REQUIRED:
None at this time; should either or both be approved for grants, they will be listed in the
2010 budget.

STAFF RECOMMENDATION:
Authorize staff to submit the application(s).

COMMITTEE RECOMMENDATION:
Date:         March 13, 2009
To:           Honorable Mayor and City Commissioners
From:         Engineering
RE:           Maintenance agreement Trane for City Hall Chiller




SUMMARY OF REQUEST:
Authorization staff to enter into a five (5) years service agreement with Trane starting May 1st
2009 and ending April 30 2014 to perform scheduled maintenance such as annual
maintenance, operating inspection, oil analysis, condenser wash and vibration analysis on
the chiller at City hall. The five year fees structure is: First year $2,197; second year $2,263;
third year $2,263; fourth year 2,330 and the fifth year $2,330.00 for a total contract price of
$11,383.

Trane is being recommended since they are the soul source for the brand of chiller at City
hall.

FINANCIAL IMPACT:
The total value of the contract of $11,383.00.



BUDGET ACTION REQUIRED:
None at this time.

STAFF RECOMMENDATION:
Authorize staff to enter into a five year maintenance contract with Trane starting May 1st
2009 and ending April 30th of 2014.



COMMITTEE RECOMMENDATION:
Date:         March 10, 2009
To:           Honorable Mayor and City Commissioners
From:         Engineering
RE:           Consideration of Bids for:
              Hackley Ave., Hudson to Seaway Dr. (H-1560 & W-712)




SUMMARY OF REQUEST:
Award the Wood Street project, H-1560 & W-712, to Felco Contractors out of Muskegon
since they were the lowest responsible bidder with a total bid price of $240,235.50 (see
attached bid tabulation).


FINANCIAL IMPACT:
The construction cost of $240,235.50 plus engineering cost which is estimated at an
additional 15%.

BUDGET ACTION REQUIRED:
None


STAFF RECOMMENDATION:
Award the contract to Felco Contractors.



COMMITTEE RECOMMENDATION:
                                                                                                                                                                                                                                                                                                                  1 OF 3




                                                                                                        H-1560 - HACKLEY AVE., HUDSON ST. TO SEAWAY DR
                                                                                                                    BID TABULATION - 03/03/09
                                                         CONTRACTOR                      WADEL STABILIZATION, INC THOMPSON BROS., INC.   BRENNER EXCAVATING       JACKSON-MERKEY        MILBOCKER & SONS      MCCORMICK SAND INC. LEES TRENCHING SERVICE
                                                             ADDRESS     ENGINEER'S         2500 N. OCEANA DR.     388 W. MCMILLAN RD.      2841 132ND AVE.     555 W. WESTERN AVE.         1256 29TH ST.       5430 RUSSELL RD.          1201 76TH ST.
                                                           CITY/ST/ZIP    ESTIMATE             HART, MI 49420      TWIN LAKE, MI 49445     HOPKINS, MI 49328    MUSKEGON, MI 49441       ALLEGAN, MI 49010     TWIN LAKE, MI 49457  BYRON CENTER, MI 49315
                                  ITEM OF WORK            UNIT QTY UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE
1 ADJUST CATCH BASIN CASTING                              EACH        3      $450.00    $    1,350.00   $   250.00    $     750.00    $   300.00    $     900.00    $   390.00    $    1,170.00   $   275.00   $     825.00    $   450.00    $     1,350.00   $   450.00    $    1,350.00   $   400.00   $     1,200.00
2 ADJUST MH CASTING                                       EACH       10      $450.00    $    4,500.00   $   400.00    $    4,000.00   $   300.00    $    3,000.00   $   390.00    $    3,900.00   $   345.00   $    3,450.00   $   450.00    $     4,500.00   $   450.00    $    4,500.00   $   400.00   $     4,000.00
3 AGGREGATE BASE 22A C.I.P.                              SQ.YD.     2220       $6.00    $   13,320.00   $     8.00    $   17,760.00   $     2.80    $    6,216.00   $     5.00    $   11,100.00   $     6.50   $   14,430.00   $     5.80    $    12,876.00   $     3.90    $    8,658.00   $     5.25   $    11,655.00
4 AGGREGATE PREPARATORY WORK                              STA.      15.9     $500.00    $    7,950.00   $   550.00    $    8,745.00   $   475.00    $    7,552.50   $    68.50    $    1,089.15   $   800.00   $   12,720.00   $   800.00    $    12,720.00   $   670.00    $   10,653.00   $   500.00   $     7,950.00
5 BENDS D.C.I. 8" 45º M.J.                                EACH       26      $325.00    $    8,450.00   $   292.00    $    7,592.00   $   380.00    $    9,880.00   $   275.00    $    7,150.00   $   300.00   $    7,800.00   $   260.00    $     6,760.00   $   359.00    $    9,334.00   $   330.00   $     8,580.00
6 BIT. LEVELING MIX 3C @ 220#/SQ.YD.                      TON       635       $60.00    $   38,100.00   $    66.95    $   42,513.25   $    67.00    $   42,545.00   $    71.00    $   45,085.00   $    71.50   $   45,402.50   $    66.95    $    42,513.25   $    67.00    $   42,545.00   $    75.00   $    47,625.00
7 BIT. TOP MIX 4C @ 220#/SQ.YD.                           TON       635       $65.00    $   41,275.00   $    71.55    $   45,434.25   $    71.50    $   45,402.50   $    75.50    $   47,942.50   $    75.50   $   47,942.50   $    71.55    $    45,434.25   $    72.00    $   45,720.00   $    78.25   $    49,688.75
8 CONCRETE SIDEWALK 4"                                   SQ.FT.     871        $3.00    $    2,613.00   $     3.00    $    2,613.00   $     2.35    $    2,046.85   $     3.10    $    2,700.10   $     3.75   $    3,266.25   $     2.87    $     2,499.77   $     3.20    $    2,787.20   $     5.25   $     4,572.75
9 CORP. STOP 1" MUELLER #15000 OR EQUAL                   EACH       11      $200.00    $    2,200.00   $   400.00    $    4,400.00   $   130.00    $    1,430.00   $   183.00    $    2,013.00   $   200.00   $    2,200.00   $   300.00    $     3,300.00   $   250.00    $    2,750.00   $   185.00   $     2,035.00
10 CROSS D.C.I. 8"x 8" M.J.                               EACH        2      $500.00    $    1,000.00   $   595.00    $    1,190.00   $   700.00    $    1,400.00   $   560.00    $    1,120.00   $   625.00   $    1,250.00   $   600.00    $     1,200.00   $   734.00    $    1,468.00   $   615.00   $     1,230.00
11 CURB STOP I" W / BOX MUELLER #15150 OR EQUAL           EACH        8      $200.00    $    1,600.00   $   300.00    $    2,400.00   $   200.00    $    1,600.00   $   251.00    $    2,008.00   $   280.00   $    2,240.00   $   400.00    $     3,200.00   $   335.00    $    2,680.00   $   260.00   $     2,080.00
12 EROSION CONTROL, INLET PROTECTION, FABRIC DROP         EACH       11       $90.00    $     990.00    $   125.00    $    1,375.00   $    50.00    $     550.00    $    98.00    $    1,078.00   $   115.00   $    1,265.00   $    97.00    $     1,067.00   $    44.00    $     484.00    $   120.00   $     1,320.00
13 HYDRANT STD.                                           EACH        4     $1,750.00   $    7,000.00   $ 2,300.00    $    9,200.00   $ 2,000.00    $    8,000.00   $ 2,358.00    $    9,432.00   $ 1,910.00   $    7,640.00   $ 2,030.00    $     8,120.00   $ 1,956.00    $    7,824.00   $ 2,005.00   $     8,020.00
14 MANHOLE CASTING E.J.#1045 OR EQUAL                     EACH        9      $500.00    $    4,500.00   $   580.00    $    5,220.00   $   600.00    $    5,400.00   $   564.00    $    5,076.00   $   305.00   $    2,745.00   $   322.00    $     2,898.00   $   414.00    $    3,726.00   $   420.00   $     3,780.00
15 PAVMT. MARK. OVERLAY, COLD PLASTIC (LT. TURN ARROW)    EACH        3      $100.00    $     300.00    $   125.00    $     375.00    $   125.00    $     375.00    $   132.00    $     396.00    $   135.00   $     405.00    $   125.00    $      375.00    $   125.00    $     375.00    $   135.00   $      405.00
16 PAVMT. MARK. OVERLAY, COLD PLASTIC (ONLY)              EACH        3      $100.00    $     300.00    $   135.00    $     405.00    $   135.00    $     405.00    $   143.00    $     429.00    $   145.00   $     435.00    $   150.00    $      450.00    $   135.00    $     405.00    $   145.00   $      435.00
17 PAVMT. MARK. OVERLAY, COLD PLASTIC 18" STOP BAR       LIN.FT.     66        $5.00    $     330.00    $     8.50    $     561.00    $     8.50    $     561.00    $     9.00    $     594.00    $     9.00   $     594.00    $     2.00    $      132.00    $     8.50    $     561.00    $     9.00   $      594.00
18 PAVMT. MARKING WATERBORNE 4" WHITE                     EACH      300        $0.50    $     150.00    $     1.05    $     315.00    $     1.04    $     312.00    $     1.10    $     330.00    $     1.10   $     330.00    $     0.95    $      285.00    $     1.05    $     315.00    $     1.10   $      330.00
19 PAVMT. MARKING WATERBORNE 4" YELLOW                   LIN.FT.    981        $0.50    $     490.50    $     1.05    $    1,030.05   $     1.04    $    1,020.24   $     1.10    $    1,079.10   $     1.10   $    1,079.10   $     0.95    $      931.95    $     1.05    $    1,030.05   $     1.10   $     1,079.10
20 REDUCERS 8" TO 4" D.C.I. M.J.                          EACH        2      $320.00    $     640.00    $   250.00    $     500.00    $   265.00    $     530.00    $   225.00    $     450.00    $   250.00   $     500.00    $   210.00    $      420.00    $   311.00    $     622.00    $   275.00   $      550.00
21 REDUCERS 8" TO 6" D.C.I. M.J.                          EACH        4      $350.00    $    1,400.00   $   252.00    $    1,008.00   $   280.00    $    1,120.00   $   234.00    $     936.00    $   250.00   $    1,000.00   $   220.00    $      880.00    $   320.00    $    1,280.00   $   285.00   $     1,140.00
22 REMOVING BIT SURFACE                                  SQ.YD.     5778       $2.50    $   14,445.00   $     2.00    $   11,556.00   $     2.00    $   11,556.00   $     1.25    $    7,222.50   $     0.60   $    3,466.80   $     3.00    $    17,334.00   $     1.16    $    6,702.48   $     2.60   $    15,022.80
23 SAND REFILL                                           CU.YD.     1056       $7.00    $    7,392.00   $    12.00    $   12,672.00   $     9.50    $   10,032.00   $     8.00    $    8,448.00   $     5.80   $    6,124.80   $     9.80    $    10,348.80   $     5.00    $    5,280.00   $     7.00   $     7,392.00
24 SLEEVE LONG 6" D.C.I. M.J.                             EACH        2      $350.00    $     700.00    $   750.00    $    1,500.00   $   270.00    $     540.00    $   202.00    $     404.00    $   250.00   $     500.00    $ 1,300.00    $     2,600.00   $   507.00    $    1,014.00   $   955.00   $     1,910.00
25 SLEEVES LONG 4" D.C.I. M.J.                            EACH        2      $350.00    $     700.00    $   750.00    $    1,500.00   $   220.00    $     440.00    $   165.00    $     330.00    $   170.00   $     340.00    $ 1,340.00    $     2,680.00   $   437.00    $     874.00    $   785.00   $     1,570.00
26 SLEEVES LONG 8" D.C.I. M.J.                            EACH        9      $350.00    $    3,150.00   $   750.00    $    6,750.00   $   330.00    $    2,970.00   $   279.00    $    2,511.00   $   305.00   $    2,745.00   $ 1,440.00    $    12,960.00   $   550.00    $    4,950.00   $ 1,155.00   $    10,395.00
27 TEE D.C.I. 8" x 8" x 8" M.J.                           EACH        3      $435.00    $    1,305.00   $   445.00    $    1,335.00   $   500.00    $    1,500.00   $   410.00    $    1,230.00   $   435.00   $    1,305.00   $   360.00    $     1,080.00   $   546.00    $    1,638.00   $   485.00   $     1,455.00
28 TEE D.C.I. 8"X8"X6" M.J.                               EACH        4      $435.00    $    1,740.00   $   420.00    $    1,680.00   $   450.00    $    1,800.00   $   385.00    $    1,540.00   $   415.00   $    1,660.00   $   380.00    $     1,520.00   $   521.00    $    2,084.00   $   435.00   $     1,740.00
29 TRAFFIC CONTROL                                        LUMP        1    $15,000.00   $   15,000.00   $ 11,500.00   $   11,500.00   $ 96,033.00   $   96,033.00   $ 15,000.00   $   15,000.00   $ 6,650.00   $    6,650.00   $ 27,000.00   $    27,000.00   $ 18,634.00   $   18,634.00   $ 9,425.00   $     9,425.00
30 TRENCH REPAIR SPECIAL                                 LIN. FT.   159       $40.00    $    6,360.00   $    75.00    $   11,925.00   $     9.50    $    1,510.50   $    88.50    $   14,071.50   $    32.00   $    5,088.00   $    33.00    $     5,247.00   $    32.00    $    5,088.00   $    43.00   $     6,837.00
31 VALVE 6" GATE M.J. W/BOX                               EACH        4      $650.00    $    2,600.00   $   975.00    $    3,900.00   $   800.00    $    3,200.00   $   860.00    $    3,440.00   $   705.00   $    2,820.00   $   740.00    $     2,960.00   $   893.00    $    3,572.00   $   730.00   $     2,920.00
32 VALVE 8" GATE M.J. W/BOX                               EACH       11      $800.00    $    8,800.00   $ 1,250.00    $   13,750.00   $ 1,000.00    $   11,000.00   $ 1,178.00    $   12,958.00   $   890.00   $    9,790.00   $   970.00    $    10,670.00   $ 1,169.00    $   12,859.00   $ 1,000.00   $    11,000.00
33 WATER METER PIT COMPLETE                               EACH        3      $600.00    $    1,800.00   $   500.00    $    1,500.00   $   700.00    $    2,100.00   $   544.00    $    1,632.00   $   530.00   $    1,590.00   $   800.00    $     2,400.00   $   595.00    $    1,785.00   $   640.00   $     1,920.00
34 WATER SERVICE 1" TYPE "K" COPPER                      LIN. FT.   260       $25.00    $    6,500.00   $    10.00    $    2,600.00   $    12.60    $    3,276.00   $    10.30    $    2,678.00   $    28.00   $    7,280.00   $    17.00    $     4,420.00   $    11.00    $    2,860.00   $    17.75   $     4,615.00
35 WATERMAIN 4" D.C.I. CL. 52                            LIN.FT.      8       $50.00    $     400.00    $    39.00    $     312.00    $    24.00    $     192.00    $    39.00    $     312.00    $    38.00   $     304.00    $    60.00    $      480.00    $    30.00    $     240.00    $    36.65   $      293.20
36 WATERMAIN 6" D.C.I. CL. 52                            LIN. FT.    85       $35.00    $    2,975.00   $    31.00    $    2,635.00   $    23.00    $    1,955.00   $    27.40    $    2,329.00   $    40.00   $    3,400.00   $    60.00    $     5,100.00   $    32.00    $    2,720.00   $    33.70   $     2,864.50
37 WATERMAIN 8" D.C.I. CL. 52                            LIN. FT. 1772        $35.00    $   62,020.00   $    32.90    $   58,298.80   $    26.00    $   46,072.00   $    30.90    $   54,754.80   $    40.10   $   71,057.20   $    36.00    $    63,792.00   $    40.00    $   70,880.00   $    39.10   $    69,285.20
                                                                              TOTAL $ 274,345.50                      $ 300,800.35    CALC ERR      $ 334,422.59                  $ 273,938.65                 $ 281,640.15                  $   322,504.02                 $ 290,247.73                 $   306,914.30
                                                                                                                                                                                                                                                                                     2 OF 3




                                                                                                  H-1560 - HACKLEY AVE., HUDSON ST. TO SEAWAY DR
                                                                                                              BID TABULATION - 03/03/09
                                                           CONTRACTOR                              KAMMINGA & ROODVOETSLODESTAR CONSTRUCTION NAGEL CONSTRUCTION               SCHIPPERS EXCAVATING         BULTEMA BROTHERS           WYOMING EXCAVATORS            FELCO CONTRACTORS
                                                                 ADDRESS        ENGINEER'S           3435 BROADMOOR SE        333 NORTH PARK NW            PO BOX 10          9829 LAKE MICHIGAN DR        7744 S. DIVISION AVE.           9580 3 MILE RD             874 PULASKI AVE.
                                                               CITY/ST/ZIP       ESTIMATE          GRAND RAPIDS, MI 49512 GRAND RAPIDS, MI 49544 MOLINE, MI 49335-0010          WEST OLIVE, MI 49460     GRAND RAPIDS, MI 49548            ADA, MI 49301            MUSKEGON, MI 49441
                                  ITEM OF WORK               UNIT QTY UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE             UNIT PRICE TOTAL PRICE     UNIT PRICE TOTAL PRICE       UNIT PRICE TOTAL PRICE      UNIT PRICE TOTAL PRICE
 1   ADJUST CATCH BASIN CASTING                              EACH        3   $450.00 $    1,350.00 $   300.00 $      900.00 $   350.00 $   1,050.00 $   125.00 $     375.00   $    350.00 $   1,050.00   $   515.00 $      1,545.00   $   627.00 $     1,881.00   $   250.00 $      750.00
 2   ADJUST MH CASTING                                       EACH       10   $450.00 $    4,500.00 $   400.00 $    4,000.00 $   350.00 $   3,500.00 $   250.00 $   2,500.00   $    350.00 $   3,500.00   $   515.00 $      5,150.00   $   737.00 $     7,370.00   $   250.00 $    2,500.00
 3   AGGREGATE BASE 22A C.I.P.                              SQ.YD. 2220         $6.00 $ 13,320.00 $       6.00 $ 13,320.00 $      9.00 $ 19,980.00 $      6.90 $ 15,318.00    $      8.85 $ 19,647.00    $     7.10 $     15,762.00   $     8.00 $ 17,760.00      $     4.90 $   10,878.00
 4   AGGREGATE PREPARATORY WORK                              STA.     15.9   $500.00 $    7,950.00 $   200.00 $    3,180.00 $   900.00 $ 14,310.00 $    400.00 $   6,360.00   $    450.00 $   7,155.00   $ 1,073.20 $     17,063.88   $   770.00 $ 12,243.00      $   155.00 $    2,464.50
 5   BENDS D.C.I. 8" 45º M.J.                                EACH       26   $325.00 $    8,450.00 $   375.00 $    9,750.00 $   350.00 $   9,100.00 $   300.00 $   7,800.00   $    300.00 $   7,800.00   $   300.00 $      7,800.00   $   518.50 $ 13,481.00      $   185.00 $    4,810.00
 6   BIT. LEVELING MIX 3C @ 220#/SQ.YD.                       TON      635     $60.00 $ 38,100.00 $     66.95 $ 42,513.25 $      68.00 $ 43,180.00 $     67.00 $ 42,545.00    $     68.50 $ 43,497.50    $    66.95 $     42,513.25   $    74.00 $ 46,990.00      $    72.00 $   45,720.00
 7   BIT. TOP MIX 4C @ 220#/SQ.YD.                            TON      635     $65.00 $ 41,275.00 $     71.55 $ 45,434.25 $      72.00 $ 45,720.00 $     71.60 $ 45,466.00    $     80.00 $ 50,800.00    $    71.55 $     45,434.25   $    79.00 $ 50,165.00      $    76.00 $   48,260.00
 8   CONCRETE SIDEWALK 4"                                   SQ.FT.     871      $3.00 $   2,613.00 $      3.00 $   2,613.00 $     2.50 $   2,177.50 $     3.00 $   2,613.00   $      2.50 $   2,177.50   $     3.56 $      3,100.76   $     3.50 $     3,048.50   $     3.00 $    2,613.00
 9   CORP. STOP 1" MUELLER #15000 OR EQUAL                   EACH       11   $200.00 $    2,200.00 $   230.00 $    2,530.00 $   175.00 $   1,925.00 $   100.00 $   1,100.00   $    165.00 $   1,815.00   $   116.70 $      1,283.70   $   200.00 $     2,200.00   $   110.00 $    1,210.00
10   CROSS D.C.I. 8"x 8" M.J.                                EACH        2   $500.00 $    1,000.00 $   650.00 $    1,300.00 $   825.00 $   1,650.00 $   515.00 $   1,030.00   $    650.00 $   1,300.00   $   547.60 $      1,095.20   $   808.50 $     1,617.00   $   375.00 $      750.00
11   CURB STOP I" W / BOX MUELLER #15150 OR EQUAL            EACH        8   $200.00 $    1,600.00 $   300.00 $    2,400.00 $   250.00 $   2,000.00 $   190.00 $   1,520.00   $    280.00 $   2,240.00   $   377.10 $      3,016.80   $   282.00 $     2,256.00   $   145.00 $    1,160.00
12   EROSION CONTROL, INLET PROTECTION, FABRIC DROP          EACH       11     $90.00 $     990.00 $   100.00 $    1,100.00 $   125.00 $   1,375.00 $    85.00 $     935.00   $     75.00 $     825.00   $   126.50 $      1,391.50   $   115.50 $     1,270.50   $   250.00 $    2,750.00
13   HYDRANT STD.                                            EACH        4  $1,750.00 $   7,000.00 $ 1,650.00 $    6,600.00 $ 2,000.00 $   8,000.00 $ 2,200.00 $   8,800.00   $ 1,850.00 $    7,400.00   $ 2,259.00 $      9,036.00   $ 2,123.00 $     8,492.00   $ 2,300.00 $    9,200.00
14   MANHOLE CASTING E.J.#1045 OR EQUAL                      EACH        9   $500.00 $    4,500.00 $   250.00 $    2,250.00 $   625.00 $   5,625.00 $   400.00 $   3,600.00   $    500.00 $   4,500.00   $   624.00 $      5,616.00   $   286.00 $     2,574.00   $   500.00 $    4,500.00
15   PAVMT. MARK. OVERLAY, COLD PLASTIC (LT. TURN ARROW)     EACH        3   $100.00 $      300.00 $   125.00 $      375.00 $   130.00 $     390.00 $   125.00 $     375.00   $    135.00 $     405.00   $   125.00 $        375.00   $   137.50 $       412.50   $   375.00 $    1,125.00
16   PAVMT. MARK. OVERLAY, COLD PLASTIC (ONLY)               EACH        3   $100.00 $      300.00 $   135.00 $      405.00 $   140.00 $     420.00 $   135.00 $     405.00   $    145.00 $     435.00   $   135.00 $        405.00   $   148.50 $       445.50   $   375.00 $    1,125.00
17   PAVMT. MARK. OVERLAY, COLD PLASTIC 18" STOP BAR        LIN.FT.     66      $5.00 $     330.00 $      8.50 $     561.00 $     9.00 $     594.00 $     8.50 $     561.00   $      9.00 $     594.00   $     8.50 $        561.00   $     9.50 $       627.00   $    10.00 $      660.00
18   PAVMT. MARKING WATERBORNE 4" WHITE                      EACH      300      $0.50 $     150.00 $      1.04 $     312.00 $     1.10 $     330.00 $     1.05 $     315.00   $      1.10 $     330.00   $     1.04 $        312.00   $     1.50 $       450.00   $     2.00 $      600.00
19   PAVMT. MARKING WATERBORNE 4" YELLOW                    LIN.FT.    981      $0.50 $     490.50 $      1.04 $   1,020.24 $     1.10 $   1,079.10 $     1.00 $     981.00   $      1.10 $   1,079.10   $     1.04 $      1,020.24   $     1.50 $     1,471.50   $     2.00 $    1,962.00
20   REDUCERS 8" TO 4" D.C.I. M.J.                           EACH        2   $320.00 $      640.00 $   275.00 $      550.00 $   300.00 $     600.00 $   200.00 $     400.00   $    250.00 $     500.00   $   214.00 $        428.00   $   377.00 $       754.00   $   175.00 $      350.00
21   REDUCERS 8" TO 6" D.C.I. M.J.                           EACH        4   $350.00 $    1,400.00 $   280.00 $    1,120.00 $   300.00 $   1,200.00 $   230.00 $     920.00   $    260.00 $   1,040.00   $   223.00 $        892.00   $   392.00 $     1,568.00   $   175.00 $      700.00
22   REMOVING BIT SURFACE                                   SQ.YD. 5778         $2.50 $ 14,445.00 $       2.25 $ 13,000.50 $      1.25 $   7,222.50 $     1.00 $   5,778.00   $      2.00 $ 11,556.00    $     1.31 $      7,569.18   $     2.50 $ 14,445.00      $     1.00 $    5,778.00
23   SAND REFILL                                            CU.YD. 1056         $7.00 $   7,392.00 $      9.00 $   9,504.00 $    16.50 $ 17,424.00 $      6.50 $   6,864.00   $      6.00 $   6,336.00   $    10.43 $     11,014.08   $     6.50 $     6,864.00   $     6.00 $    6,336.00
24   SLEEVE LONG 6" D.C.I. M.J.                              EACH        2    $350.00 $     700.00 $   650.00 $    1,300.00 $ 1,450.00 $   2,900.00 $   390.00 $     780.00   $    340.00 $     680.00   $   567.00 $      1,134.00   $   879.00 $     1,758.00   $   305.00 $      610.00
25   SLEEVES LONG 4" D.C.I. M.J.                             EACH        2    $350.00 $     700.00 $   600.00 $    1,200.00 $ 1,375.00 $   2,750.00 $   310.00 $     620.00   $    300.00 $     600.00   $   524.00 $      1,048.00   $   827.50 $     1,655.00   $   275.00 $      550.00
26   SLEEVES LONG 8" D.C.I. M.J.                             EACH        9   $350.00 $    3,150.00 $   700.00 $    6,300.00 $ 1,550.00 $ 13,950.00 $    520.00 $   4,680.00   $    400.00 $   3,600.00   $   625.00 $      5,625.00   $ 1,562.00 $ 14,058.00      $   375.00 $    3,375.00
27   TEE D.C.I. 8" x 8" x 8" M.J.                            EACH        3   $435.00 $    1,305.00 $   465.00 $    1,395.00 $   450.00 $   1,350.00 $   325.00 $     975.00   $    450.00 $   1,350.00   $   430.00 $      1,290.00   $   556.50 $     1,669.50   $   475.00 $    1,425.00
28   TEE D.C.I. 8"X8"X6" M.J.                                EACH        4   $435.00 $    1,740.00 $   450.00 $    1,800.00 $   425.00 $   1,700.00 $   305.00 $   1,220.00   $    425.00 $   1,700.00   $   399.00 $      1,596.00   $   522.00 $     2,088.00   $   450.00 $    1,800.00
29   TRAFFIC CONTROL                                        LUMP         1 $15,000.00 $ 15,000.00 $ 10,000.00 $ 10,000.00 $ 9,000.00 $     9,000.00 $ 8,000.00 $   8,000.00   $ 12,000.00 $ 12,000.00    $ 8,200.00 $      8,200.00   $ 8,800.00 $     8,800.00   $ 9,000.00 $    9,000.00
30   TRENCH REPAIR SPECIAL                                 LIN. FT.    159     $40.00 $   6,360.00 $    30.00 $    4,770.00 $   125.00 $ 19,875.00 $     16.00 $   2,544.00   $     30.00 $   4,770.00   $    34.95 $      5,557.05   $    77.00 $ 12,243.00      $    25.00 $    3,975.00
31   VALVE 6" GATE M.J. W/BOX                                EACH        4   $650.00 $    2,600.00 $   800.00 $    3,200.00 $   675.00 $   2,700.00 $   700.00 $   2,800.00   $    750.00 $   3,000.00   $   923.00 $      3,692.00   $   799.50 $     3,198.00   $   725.00 $    2,900.00
32   VALVE 8" GATE M.J. W/BOX                                EACH       11   $800.00 $    8,800.00 $   825.00 $    9,075.00 $   900.00 $   9,900.00 $   900.00 $   9,900.00   $ 1,000.00 $ 11,000.00     $ 1,178.00 $     12,958.00   $ 1,014.50 $ 11,159.50      $   870.00 $    9,570.00
33   WATER METER PIT COMPLETE                                EACH        3   $600.00 $    1,800.00 $ 2,000.00 $    6,000.00 $ 1,000.00 $   3,000.00 $   500.00 $   1,500.00   $    880.00 $   2,640.00   $   529.00 $      1,587.00   $ 1,664.50 $     4,993.50   $   500.00 $    1,500.00
34   WATER SERVICE 1" TYPE "K" COPPER                      LIN. FT.    260     $25.00 $   6,500.00 $    36.00 $    9,360.00 $    35.00 $   9,100.00 $    16.00 $   4,160.00   $     14.00 $   3,640.00   $    10.65 $      2,769.00   $    36.50 $     9,490.00   $     9.00 $    2,340.00
35   WATERMAIN 4" D.C.I. CL. 52                             LIN.FT.      8     $50.00 $     400.00 $    45.00 $      360.00 $   135.00 $   1,080.00 $    60.00 $     480.00   $     33.00 $     264.00   $    55.85 $        446.80   $    79.00 $       632.00   $    28.00 $      224.00
36   WATERMAIN 6" D.C.I. CL. 52                            LIN. FT.     85     $35.00 $   2,975.00 $    38.00 $    3,230.00 $    90.00 $   7,650.00 $    35.00 $   2,975.00   $     34.00 $   2,890.00   $    29.59 $      2,515.15   $    65.00 $     5,525.00   $    29.00 $    2,465.00
37   WATERMAIN 8" D.C.I. CL. 52                            LIN. FT. 1772       $35.00 $ 62,020.00 $     40.00 $ 70,880.00 $      65.00 $ 115,180.00 $    50.00 $ 88,600.00    $     38.00 $ 67,336.00    $    36.26 $     64,252.72   $    58.50 $ 103,662.00     $    25.00 $   44,300.00
                                                                               TOTAL $ 274,345.50              $ 293,608.24            $ 388,987.10            $ 285,795.00               $ 291,452.10                $ 295,055.56                $ 379,317.00               $ 240,235.50
                                                                                                                                                                                                                                          3 OF 3




                                                                                                   H-1560 - HACKLEY AVE., HUDSON ST. TO SEAWAY DR
                                                                                                               BID TABULATION - 03/03/09
                                                           CONTRACTOR                             RON MEYER & ASSOC. EXC          C & D HUGHES          HALLACK CONTRACTING         DAN HOE EXCAVATING          JACK DYKSTRA EXC
                                                                 ADDRESS        ENGINEER'S              1357 76TH AVE.          3097 LANSING RD.            4223 W POLK RD            13664 ROCKY'S RD.             3677 3 MILE
                                                               CITY/ST/ZIP       ESTIMATE            ZEELAND, MI 49464        CHARLOTTE, MI 48113            HART, MI 49420          HOLLAND, MI 49424       GRAND RAPIDS, MI 49435
                                  ITEM OF WORK               UNIT QTY UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE              UNIT PRICE TOTAL PRICE     UNIT PRICE TOTAL PRICE    UNIT PRICE TOTAL PRICE
 1   ADJUST CATCH BASIN CASTING                              EACH        3   $450.00 $    1,350.00 $   125.00 $      375.00 $    600.00 $    1,800.00   $   250.00 $      750.00   $   400.00 $   1,200.00   $   400.00 $      1,200.00
 2   ADJUST MH CASTING                                       EACH       10   $450.00 $    4,500.00 $   375.00 $    3,750.00 $    600.00 $    6,000.00   $   250.00 $    2,500.00   $   450.00 $   4,500.00   $   405.00 $      4,050.00
 3   AGGREGATE BASE 22A C.I.P.                              SQ.YD. 2220         $6.00 $ 13,320.00 $      3.90 $    8,658.00 $      5.00 $ 11,100.00     $      7.00 $ 15,540.00    $     6.50 $ 14,430.00    $     6.25 $     13,875.00
 4   AGGREGATE PREPARATORY WORK                              STA.     15.9   $500.00 $    7,950.00 $   500.00 $    7,950.00 $    350.00 $    5,565.00   $   350.00 $    5,565.00   $   265.00 $   4,213.50   $   500.00 $      7,950.00
 5   BENDS D.C.I. 8" 45º M.J.                                EACH       26   $325.00 $    8,450.00 $   305.00 $    7,930.00 $    250.00 $    6,500.00   $   375.00 $    9,750.00   $   375.00 $   9,750.00   $   245.00 $      6,370.00
 6   BIT. LEVELING MIX 3C @ 220#/SQ.YD.                       TON      635     $60.00 $ 38,100.00 $     71.42 $ 45,351.70 $       71.42 $ 45,351.70     $     66.95 $ 42,513.25    $    75.00 $ 47,625.00    $    67.00 $     42,545.00
 7   BIT. TOP MIX 4C @ 220#/SQ.YD.                            TON      635     $65.00 $ 41,275.00 $     74.40 $ 47,244.00 $       74.40 $ 47,244.00     $     71.55 $ 45,434.25    $    75.00 $ 47,625.00    $    72.00 $     45,720.00
 8   CONCRETE SIDEWALK 4"                                   SQ.FT.     871      $3.00 $   2,613.00 $     2.41 $    2,099.11 $      2.25 $    1,959.75   $      2.50 $   2,177.50   $     5.00 $   4,355.00   $     3.40 $      2,961.40
 9   CORP. STOP 1" MUELLER #15000 OR EQUAL                   EACH       11   $200.00 $    2,200.00 $   125.00 $    1,375.00 $    200.00 $    2,200.00   $     83.00 $     913.00   $   250.00 $   2,750.00   $    95.00 $      1,045.00
10   CROSS D.C.I. 8"x 8" M.J.                                EACH        2   $500.00 $    1,000.00 $ 1,265.00 $    2,530.00 $    400.00 $      800.00   $   730.00 $    1,460.00   $   575.00 $   1,150.00   $   480.00 $        960.00
11   CURB STOP I" W / BOX MUELLER #15150 OR EQUAL            EACH        8   $200.00 $    1,600.00 $   237.00 $    1,896.00 $ 1,000.00 $     8,000.00   $   200.00 $    1,600.00   $   350.00 $   2,800.00   $   165.00 $      1,320.00
12   EROSION CONTROL, INLET PROTECTION, FABRIC DROP          EACH       11     $90.00 $     990.00 $    80.00 $      880.00 $    100.00 $    1,100.00   $     75.00 $     825.00   $   200.00 $   2,200.00   $   100.00 $      1,100.00
13   HYDRANT STD.                                            EACH        4  $1,750.00 $   7,000.00 $ 1,600.00 $    6,400.00 $ 2,300.00 $     9,200.00   $ 3,000.00 $ 12,000.00     $ 2,100.00 $   8,400.00   $ 1,745.00 $      6,980.00
14   MANHOLE CASTING E.J.#1045 OR EQUAL                      EACH        9   $500.00 $    4,500.00 $   525.00 $    4,725.00 $    700.00 $    6,300.00   $   400.00 $    3,600.00   $   575.00 $   5,175.00   $   300.00 $      2,700.00
15   PAVMT. MARK. OVERLAY, COLD PLASTIC (LT. TURN ARROW)     EACH        3   $100.00 $      300.00 $   125.00 $      375.00 $    125.00 $      375.00   $   125.00 $      375.00   $   150.00 $     450.00   $   125.00 $        375.00
16   PAVMT. MARK. OVERLAY, COLD PLASTIC (ONLY)               EACH        3   $100.00 $      300.00 $   135.00 $      405.00 $    135.00 $      405.00   $   135.00 $      405.00   $   150.00 $     450.00   $   135.00 $        405.00
17   PAVMT. MARK. OVERLAY, COLD PLASTIC 18" STOP BAR        LIN.FT.     66      $5.00 $     330.00 $     8.50 $      561.00 $      8.50 $      561.00   $      8.50 $     561.00   $     9.00 $     594.00   $     8.50 $        561.00
18   PAVMT. MARKING WATERBORNE 4" WHITE                      EACH      300      $0.50 $     150.00 $     1.04 $      312.00 $      1.04 $      312.00   $      1.04 $     312.00   $     1.10 $     330.00   $     1.10 $        330.00
19   PAVMT. MARKING WATERBORNE 4" YELLOW                    LIN.FT.    981      $0.50 $     490.50 $     1.04 $    1,020.24 $      1.04 $    1,020.24   $      1.04 $   1,020.24   $     1.10 $   1,079.10   $     1.10 $      1,079.10
20   REDUCERS 8" TO 4" D.C.I. M.J.                           EACH        2   $320.00 $      640.00 $   420.00 $      840.00 $    250.00 $      500.00   $   350.00 $      700.00   $   475.00 $     950.00   $   190.00 $        380.00
21   REDUCERS 8" TO 6" D.C.I. M.J.                           EACH        4   $350.00 $    1,400.00 $   405.00 $    1,620.00 $    300.00 $    1,200.00   $   350.00 $    1,400.00   $   475.00 $   1,900.00   $   235.00 $        940.00
22   REMOVING BIT SURFACE                                   SQ.YD. 5778         $2.50 $ 14,445.00 $      2.32 $ 13,404.96 $        2.00 $ 11,556.00     $      1.50 $   8,667.00   $     2.00 $ 11,556.00    $     2.00 $     11,556.00
23   SAND REFILL                                            CU.YD. 1056         $7.00 $   7,392.00 $     0.50 $      528.00 $      9.00 $    9,504.00   $      4.00 $   4,224.00   $    11.00 $ 11,616.00    $    10.75 $     11,352.00
24   SLEEVE LONG 6" D.C.I. M.J.                              EACH        2   $350.00 $      700.00 $   835.00 $    1,670.00 $    200.00 $      400.00   $   410.00 $      820.00   $   350.00 $     700.00   $   400.00 $        800.00
25   SLEEVES LONG 4" D.C.I. M.J.                             EACH        2   $350.00 $      700.00 $   610.00 $    1,220.00 $    150.00 $      300.00   $   400.00 $      800.00   $   350.00 $     700.00   $   360.00 $        720.00
26   SLEEVES LONG 8" D.C.I. M.J.                             EACH        9   $350.00 $    3,150.00 $   900.00 $    8,100.00 $    200.00 $    1,800.00   $   490.00 $    4,410.00   $   425.00 $   3,825.00   $   445.00 $      4,005.00
27   TEE D.C.I. 8" x 8" x 8" M.J.                            EACH        3   $435.00 $    1,305.00 $   635.00 $    1,905.00 $    550.00 $    1,650.00   $   470.00 $    1,410.00   $   525.00 $   1,575.00   $   355.00 $      1,065.00
28   TEE D.C.I. 8"X8"X6" M.J.                                EACH        4   $435.00 $    1,740.00 $   620.00 $    2,480.00 $    350.00 $    1,400.00   $   460.00 $    1,840.00   $   500.00 $   2,000.00   $   330.00 $      1,320.00
29   TRAFFIC CONTROL                                         LUMP        1 $15,000.00 $ 15,000.00 $ 24,269.50 $ 24,269.50 $ 10,000.00 $ 10,000.00       $ 9,750.00 $    9,750.00   $ 9,000.00 $   9,000.00   $ 8,000.00 $      8,000.00
30   TRENCH REPAIR SPECIAL                                 LIN. FT.    159     $40.00 $   6,360.00 $    30.00 $    4,770.00 $     40.00 $    6,360.00   $     20.00 $   3,180.00   $    32.00 $   5,088.00   $    50.00 $      7,950.00
31   VALVE 6" GATE M.J. W/BOX                                EACH        4   $650.00 $    2,600.00 $   635.00 $    2,540.00 $    800.00 $    3,200.00   $   640.00 $    2,560.00   $   925.00 $   3,700.00   $   655.00 $      2,620.00
32   VALVE 8" GATE M.J. W/BOX                                EACH       11   $800.00 $    8,800.00 $   805.00 $    8,855.00 $ 1,000.00 $ 11,000.00      $   800.00 $    8,800.00   $ 1,050.00 $ 11,550.00    $   905.00 $      9,955.00
33   WATER METER PIT COMPLETE                                EACH        3   $600.00 $    1,800.00 $   465.00 $    1,395.00 $ 2,500.00 $     7,500.00   $   500.00 $    1,500.00   $   725.00 $   2,175.00   $   470.00 $      1,410.00
34   WATER SERVICE 1" TYPE "K" COPPER                      LIN. FT.    260     $25.00 $   6,500.00 $    21.00 $    5,460.00 $     50.00 $ 13,000.00     $     18.00 $   4,680.00   $    19.00 $   4,940.00   $    17.75 $      4,615.00
35   WATERMAIN 4" D.C.I. CL. 52                             LIN.FT.      8     $50.00 $     400.00 $    61.50 $      492.00 $     62.00 $      496.00   $     30.00 $     240.00   $    68.00 $     544.00   $    42.00 $        336.00
36   WATERMAIN 6" D.C.I. CL. 52                            LIN. FT.     85     $35.00 $   2,975.00 $    38.00 $    3,230.00 $     68.00 $    5,780.00   $     30.00 $   2,550.00   $    25.00 $   2,125.00   $    32.30 $      2,745.50
37   WATERMAIN 8" D.C.I. CL. 52                            LIN. FT. 1772       $35.00 $ 62,020.00 $     35.65 $ 63,171.80 $       70.00 $ 124,040.00    $     32.90 $ 58,298.80    $    50.00 $ 88,600.00    $    33.80 $     59,893.60
                                                                               TOTAL $ 274,345.50              $ 289,788.31              $ 365,479.69               $ 263,131.04              $ 321,620.60               $ 271,189.60
Date:         March 10, 2009
To:           Honorable Mayor and City Commissioners
From:         Engineering
RE:           Consideration of Bids for:
              Wood Street, Isabella to Apple (H-1651 & W- 716)



SUMMARY OF REQUEST:
Award the Wood Street project, H-1651 & W-716, to Felco Contractors out of Muskegon
since they were the lowest responsible bidder with a total bid price of $116,954 (see
attached bid tabulation).


FINANCIAL IMPACT:
The construction cost of $116,954 plus engineering cost which is estimated at an
additional 15%.

BUDGET ACTION REQUIRED:
None at this, however, the first quarter forecast for 2009 will be modified to add the cost
for the watermain replacement.


STAFF RECOMMENDATION:
Award the contract to Felco Contractors.



COMMITTEE RECOMMENDATION:
                                                                                                                                                                                                                                                            1 OF 3




                                                                                             H-1651 WOOD STREET, ISABELLA AVE. TO APPLE AVE.
                                                                                                         BID TABULATION - 03/03/09
                                                    CONTRACTOR                                 WADEL STABILIZATION, INC.     BRENNER EXCAVATING           JACKSON-MERKEY            MILBOCKER & SONS            MCCORMICK SAND INC.        KAMMINGA & ROODVOETS
                                                         ADDRESS           ENGINEER'S            2500 N. OCEANA DR.             2841 132ND AVE.          555 W. WESTERN AVE.            1256 29TH ST.             5430 RUSSELL RD.           3435 BROADMOOR SE
                                                       CITY/ST/ZIP          ESTIMATE                HART, MI 49420            HOPKINS, MI 49328          MUSKEGON, MI 49441          ALLEGAN, MI 49010           TWIN LAKE, MI 49457        GRAND RAPIDS, MI 49512
                      ITEM OF WORK                   UNIT    QTY   UNIT PRICE    TOTAL PRICE   UNIT PRICE TOTAL PRICE      UNIT PRICE TOTAL PRICE      UNIT PRICE TOTAL PRICE     UNIT PRICE TOTAL PRICE      UNIT PRICE TOTAL PRICE       UNIT PRICE TOTAL PRICE
 1   BEND 45° 8" D.I. M.J.                          EACH       6       $325.00 $      1,950.00 $    292.00 $    1,752.00   $    275.00 $    1,650.00   $    300.00 $   1,800.00   $ 260.00 $       1,560.00   $     359.00 $    2,154.00   $     300.00 $   1,800.00
 2   CORP. STOP 1" MUELLER #15000 OR EQUAL          EACH      12       $210.00 $      2,520.00 $    400.00 $    4,800.00   $    184.00 $    2,208.00   $    200.00 $   2,400.00   $ 290.00 $       3,480.00   $     292.00 $    3,504.00   $     200.00 $   2,400.00
 3   CUT AND CAP 6” WATERMAIN                       EACH       1       $400.00 $        400.00 $    650.00 $      650.00   $    122.00 $      122.00   $    250.00 $     250.00   $ 100.00 $         100.00   $     300.00 $      300.00   $     500.00 $     500.00
 4   DR STRUCTURE, COVER, ADJUST                    EACH       5       $425.00 $      2,125.00 $    400.00 $    2,000.00   $    472.00 $    2,360.00   $    365.00 $   1,825.00   $ 412.00 $       2,060.00   $     450.00 $    2,250.00   $     400.00 $   2,000.00
 5   DR STRUCTURE, RECONSTRUCT                        FT.      3       $210.00 $        630.00 $    500.00 $    1,500.00   $    362.00 $    1,086.00   $    145.00 $     435.00   $ 200.00 $         600.00   $     200.00 $      600.00   $     150.00 $     450.00
 6   EROSION CONTROL, INLET PROTECTION, FABRIC DROP EACH       6       $140.00 $        840.00 $    120.00 $      720.00   $     98.00 $      588.00   $    100.00 $     600.00   $    97.00 $       582.00   $      44.00 $      264.00   $     150.00 $     900.00
 7   HMA, 2C                                         Ton       5        $75.00 $        375.00 $     70.00 $      350.00   $     74.00 $      370.00   $     75.00 $     375.00   $    70.00 $       350.00   $      70.00 $      350.00   $      70.00 $     350.00
 8   HMA, 4C                                         Ton     400        $66.50 $     26,600.00 $     74.56 $ 29,824.00     $     79.00 $ 31,600.00     $     83.00 $ 33,200.00    $    74.56 $ 29,824.00      $      74.60 $ 29,840.00     $      74.56 $ 29,824.00
 9   HMA SURFACE, REM                                S.Y.   2155         $3.50 $      7,542.50 $      5.50 $ 11,852.50     $      1.60 $    3,448.00   $      0.90 $   1,939.50   $     1.90 $     4,094.50   $       1.60 $    3,448.00   $       3.00 $   6,465.00
10   HYDRANT STANDARD                               EACH      2      $1,200.00 $      2,400.00 $ 2,650.00 $     5,300.00   $ 2,365.00 $     4,730.00   $ 1,910.00 $    3,820.00   $ 2,030.00 $     4,060.00   $   1,956.00 $    3,912.00   $   1,600.00 $   3,200.00
11   MAINTENANCE GRAVEL, LM                          C.Y.    100        $20.00 $      2,000.00 $     25.00 $    2,500.00   $      5.00 $      500.00   $      8.00 $     800.00   $    15.00 $     1,500.00   $      10.00 $    1,000.00   $       6.00 $     600.00
12   MH CASTING EAST JORDAN #1045 OR EQUAL          EACH      5        $410.00 $      2,050.00 $    710.00 $    3,550.00   $    565.00 $    2,825.00   $    305.00 $   1,525.00   $ 700.00 $       3,500.00   $     331.00 $    1,655.00   $     300.00 $   1,500.00
13   PAVT. MRKG, OVERLAY COLD PLASTIC SYMBOL, ONLY EACH        1       $120.00 $        120.00 $    165.00 $      165.00   $    175.00 $      175.00   $    145.00 $     145.00   $ 165.00 $         165.00   $     165.00 $      165.00   $     165.00 $     165.00
14   PAVT. MRKG, OVERLAY COLD PLASTIC SYMBOL, ARROWEACH        1       $100.00 $        100.00 $    155.00 $      155.00   $    164.00 $      164.00   $    135.00 $     135.00   $ 155.00 $         155.00   $     155.00 $      155.00   $     155.00 $     155.00
15   PAVT. MRKG, WATERBORNE, 4" WHITE              LIN. FT. 100          $1.30 $        130.00 $      1.00 $      100.00   $      1.00 $      100.00   $      1.10 $     110.00   $     0.97 $        97.00   $       1.00 $      100.00   $       0.97 $      97.00
16   PAVT. MRKG, WATERBORNE, 4" YELLOW             LIN. FT. 450          $1.00 $        450.00 $      1.00 $      450.00   $      1.00 $      450.00   $      1.10 $     495.00   $     0.97 $       436.50   $       1.00 $      450.00   $       0.97 $     436.50
17   REDUCER 8" X 6" D.I. M.J.                      EACH       1       $400.00 $        400.00 $    252.00 $      252.00   $    234.00 $      234.00   $    260.00 $     260.00   $ 210.00 $         210.00   $     320.00 $      320.00   $     300.00 $     300.00
18   SIDEWALK RAMP, DETECTABLE WARNING, RETRO       SQ.FT. 175           $7.00 $      1,225.00 $      8.50 $    1,487.50   $      7.30 $    1,277.50   $     55.00 $   9,625.00   $    30.00 $     5,250.00   $      12.00 $    2,100.00   $      40.00 $   7,000.00
19   SLEEVE, 8" D.I. MJ. LONG                       EACH       5       $500.00 $      2,500.00 $    750.00 $    3,750.00   $    280.00 $    1,400.00   $    310.00 $   1,550.00   $ 1,400.00 $     7,000.00   $     556.00 $    2,780.00   $     500.00 $   2,500.00
20   TEE 8" X 8" X 8" D.I. M.J.                     EACH       2       $500.00 $      1,000.00 $    450.00 $      900.00   $    412.00 $      824.00   $    400.00 $     800.00   $ 360.00 $         720.00   $     546.00 $    1,092.00   $     475.00 $     950.00
21   TEE 8" X 8" X 6" D.I. M.J.                     EACH       2       $400.00 $        800.00 $    420.00 $      840.00   $    386.00 $      772.00   $    415.00 $     830.00   $ 350.00 $         700.00   $     521.00 $    1,042.00   $     450.00 $     900.00
22   TRAFFIC CONTROL                                LUMP       1     $6,000.00 $      6,000.00 $ 5,500.00 $     5,500.00   $ 11,925.00 $ 11,925.00     $ 3,775.00 $    3,775.00   $18,500.00 $ 18,500.00      $   7,415.00 $    7,415.00   $   8,500.00 $   8,500.00
23   TRENCH REPAIR MAJOR STREET - TYPE III         LIN. FT. 730         $30.00 $     21,900.00 $     72.30 $ 52,779.00     $     35.00 $ 25,550.00     $     40.00 $ 29,200.00    $    37.00 $ 27,010.00      $      32.00 $ 23,360.00     $      36.00 $ 26,280.00
24   TRENCH REPAIR SPECIAL                         LIN. FT.   25        $36.00 $        900.00 $     57.50 $    1,437.50   $     38.00 $      950.00   $    151.00 $   3,775.00   $    46.00 $     1,150.00   $      40.00 $    1,000.00   $      30.00 $     750.00
25   VALVE GATE 6" M.J. W/BOX                       EACH       2       $750.00 $      1,500.00 $ 1,150.00 $     2,300.00   $    862.00 $    1,724.00   $    710.00 $   1,420.00   $ 750.00 $       1,500.00   $     893.00 $    1,786.00   $     750.00 $   1,500.00
26   VALVE GATE 8" M.J. W/BOX                       EACH       4       $900.00 $      3,600.00 $ 1,350.00 $     5,400.00   $ 1,182.00 $     4,728.00   $    890.00 $   3,560.00   $ 970.00 $       3,880.00   $   1,169.00 $    4,676.00   $     900.00 $   3,600.00
27   WATER SERVICE 1" TYPE "K" COPPER              LIN. FT. 134         $20.00 $      2,680.00 $     10.00 $    1,340.00   $     10.50 $    1,407.00   $     28.00 $   3,752.00   $    28.00 $     3,752.00   $      11.00 $    1,474.00   $      40.00 $   5,360.00
28   WATERMAIN 6" D.I. CL 52                       LIN. FT.   44        $40.00 $      1,760.00 $     45.00 $    1,980.00   $     30.25 $    1,331.00   $     40.00 $   1,760.00   $    40.00 $     1,760.00   $      32.00 $    1,408.00   $      43.00 $   1,892.00
29   WATERMAIN 8" D.I. CL 52                       LIN. FT. 690         $40.00 $     27,600.00 $     35.90 $ 24,771.00     $     32.00 $ 22,080.00     $     43.00 $ 29,670.00    $    35.00 $ 24,150.00      $      36.00 $ 24,840.00     $      44.00 $ 30,360.00
                                                                                                           $         -                  $        -                 $        -                 $         -                  $         -                  $        -
                                                                                                           $         -                  $        -                 $        -                 $         -                  $         -                  $        -
                                                                        TOTAL $     122,097.50 CALC ERR $ 168,405.50                    $ 126,578.50               $ 139,831.50               $ 148,146.00                 $ 123,440.00                 $ 140,734.50
                                                                                                                                                                                                                                                             2 OF 3




                                                                                             H-1651 WOOD STREET, ISABELLA AVE. TO APPLE AVE.
                                                                                                         BID TABULATION - 03/03/09
                                                    CONTRACTOR                                 LODESTAR CONSTRUCTION        NAGEL CONSTRUCTION         SCHIPPERS EXCAVATING         BULTEMA BROTHERS            WYOMING EXCAVATORS          RON MEYER & ASSOC. EXC.
                                                         ADDRESS           ENGINEER'S            333 NORTH PARK NW                PO BOX 10            9829 LAKE MICHIGAN DR        7744 S. DIVISION AVE.           9580 3 MILE RD                1357 76TH AVE.
                                                       CITY/ST/ZIP          ESTIMATE            GRAND RAPIDS, MI 49544      MOLINE, MI 49335-0010       WEST OLIVE, MI 49460      GRAND RAPIDS, MI 49548             ADA, MI 49301             ZEELAND, MI 49464
                      ITEM OF WORK                   UNIT    QTY   UNIT PRICE    TOTAL PRICE   UNIT PRICE TOTAL PRICE     UNIT PRICE TOTAL PRICE      UNIT PRICE TOTAL PRICE      UNIT PRICE TOTAL PRICE      UNIT PRICE TOTAL PRICE         UNIT PRICE TOTAL PRICE
 1   BEND 45° 8" D.I. M.J.                          EACH       6       $325.00 $      1,950.00 $    400.00 $   2,400.00   $    265.00 $    1,590.00   $    300.00 $    1,800.00   $ 354.35 $       2,126.10   $     447.00 $     2,682.00    $    305.00 $    1,830.00
 2   CORP. STOP 1" MUELLER #15000 OR EQUAL          EACH      12       $210.00 $      2,520.00 $    200.00 $   2,400.00   $    100.00 $    1,200.00   $    170.00 $    2,040.00   $ 131.14 $       1,573.68   $     200.50 $     2,406.00    $    125.00 $    1,500.00
 3   CUT AND CAP 6” WATERMAIN                       EACH       1       $400.00 $        400.00 $    350.00 $     350.00   $    400.00 $      400.00   $ 1,000.00 $     1,000.00   $ 229.56 $         229.56   $     287.50 $       287.50    $    250.00 $      250.00
 4   DR STRUCTURE, COVER, ADJUST                    EACH       5       $425.00 $      2,125.00 $    400.00 $   2,000.00   $    250.00 $    1,250.00   $    350.00 $    1,750.00   $ 374.66 $       1,873.30   $     737.00 $     3,685.00    $    125.00 $      625.00
 5   DR STRUCTURE, RECONSTRUCT                        FT.      3       $210.00 $        630.00 $     50.00 $     150.00   $    150.00 $      450.00   $    500.00 $    1,500.00   $ 527.29 $       1,581.87   $     737.00 $     2,211.00    $    250.00 $      750.00
 6   EROSION CONTROL, INLET PROTECTION, FABRIC DROP EACH       6       $140.00 $        840.00 $    135.00 $     810.00   $     75.00 $      450.00   $    100.00 $      600.00   $ 131.53 $         789.18   $     115.50 $       693.00    $     60.00 $      360.00
 7   HMA, 2C                                         Ton       5        $75.00 $        375.00 $     80.00 $     400.00   $     70.00 $      350.00   $     81.00 $      405.00   $ 110.00 $         550.00   $      77.00 $       385.00    $     70.00 $      350.00
 8   HMA, 4C                                         Ton     400        $66.50 $     26,600.00 $    100.00 $ 40,000.00    $     75.00 $ 30,000.00     $     86.00 $ 34,400.00     $    75.00 $ 30,000.00      $      82.50 $ 33,000.00       $     75.00 $ 30,000.00
 9   HMA SURFACE, REM                                S.Y.   2155         $3.50 $      7,542.50 $      2.00 $   4,310.00   $      2.00 $    4,310.00   $      2.00 $    4,310.00   $     2.73 $     5,883.15   $       3.00 $     6,465.00    $      4.00 $    8,620.00
10   HYDRANT STANDARD                               EACH      2      $1,200.00 $      2,400.00 $ 2,500.00 $    5,000.00   $ 2,250.00 $     4,500.00   $ 1,850.00 $     3,700.00   $ 2,372.00 $     4,744.00   $   2,062.50 $     4,125.00    $  1,600.00 $    3,200.00
11   MAINTENANCE GRAVEL, LM                          C.Y.    100        $20.00 $      2,000.00 $     25.00 $   2,500.00   $      5.00 $      500.00   $     20.00 $    2,000.00   $     6.71 $       671.00   $      22.00 $     2,200.00    $     20.00 $    2,000.00
12   MH CASTING EAST JORDAN #1045 OR EQUAL          EACH      5        $410.00 $      2,050.00 $    625.00 $   3,125.00   $    425.00 $    2,125.00   $    500.00 $    2,500.00   $ 392.79 $       1,963.95   $     313.50 $     1,567.50    $    550.00 $    2,750.00
13   PAVT. MRKG, OVERLAY COLD PLASTIC SYMBOL, ONLY EACH        1       $120.00 $        120.00 $    170.00 $     170.00   $    165.00 $      165.00   $    150.00 $      150.00   $    90.00 $        90.00   $     181.50 $       181.50    $    165.00 $      165.00
14   PAVT. MRKG, OVERLAY COLD PLASTIC SYMBOL, ARROWEACH        1       $100.00 $        100.00 $    160.00 $     160.00   $    155.00 $      155.00   $    140.00 $      140.00   $    85.00 $        85.00   $     170.50 $       170.50    $    165.00 $      165.00
15   PAVT. MRKG, WATERBORNE, 4" WHITE              LIN. FT. 100          $1.30 $        130.00 $      1.00 $     100.00   $      0.97 $       97.00   $      2.00 $      200.00   $     0.21 $        21.00   $       1.50 $       150.00    $      1.00 $      100.00
16   PAVT. MRKG, WATERBORNE, 4" YELLOW             LIN. FT. 450          $1.00 $        450.00 $      1.00 $     450.00   $      1.00 $      450.00   $      2.00 $      900.00   $     0.95 $       427.50   $       1.50 $       675.00    $      1.00 $      450.00
17   REDUCER 8" X 6" D.I. M.J.                      EACH       1       $400.00 $        400.00 $    200.00 $     200.00   $    330.00 $      330.00   $    260.00 $      260.00   $    59.67 $        59.67   $     381.00 $       381.00    $    405.00 $      405.00
18   SIDEWALK RAMP, DETECTABLE WARNING, RETRO       SQ.FT. 175           $7.00 $      1,225.00 $     10.00 $   1,750.00   $      7.00 $    1,225.00   $     35.00 $    6,125.00   $     6.92 $     1,211.00   $      11.00 $     1,925.00    $      7.50 $    1,312.50
19   SLEEVE, 8" D.I. MJ. LONG                       EACH       5       $500.00 $      2,500.00 $ 1,550.00 $    7,750.00   $    610.00 $    3,050.00   $    400.00 $    2,000.00   $ 660.39 $       3,301.95   $   1,317.00 $     6,585.00    $    900.00 $    4,500.00
20   TEE 8" X 8" X 8" D.I. M.J.                     EACH       2       $500.00 $      1,000.00 $    425.00 $     850.00   $    355.00 $      710.00   $    450.00 $      900.00   $ 509.59 $       1,019.18   $     586.50 $     1,173.00    $    635.00 $    1,270.00
21   TEE 8" X 8" X 6" D.I. M.J.                     EACH       2       $400.00 $        800.00 $    425.00 $     850.00   $    300.00 $      600.00   $    425.00 $      850.00   $ 473.84 $         947.68   $     552.50 $     1,105.00    $    620.00 $    1,240.00
22   TRAFFIC CONTROL                                LUMP       1     $6,000.00 $      6,000.00 $ 5,350.00 $    5,350.00   $ 3,600.00 $     3,600.00   $ 7,000.00 $     7,000.00   $ 3,596.00 $     3,596.00   $   3,960.00 $     3,960.00    $  8,596.00 $    8,596.00
23   TRENCH REPAIR MAJOR STREET - TYPE III         LIN. FT. 730         $30.00 $     21,900.00 $     40.00 $ 29,200.00    $     39.00 $ 28,470.00     $     38.00 $ 27,740.00     $    43.00 $ 31,390.00      $      60.00 $ 43,800.00       $     26.33 $ 19,220.90
24   TRENCH REPAIR SPECIAL                         LIN. FT.   25        $36.00 $        900.00 $    125.00 $   3,125.00   $     20.00 $      500.00   $     36.00 $      900.00   $    54.09 $     1,352.25   $      62.00 $     1,550.00    $     38.80 $      970.00
25   VALVE GATE 6" M.J. W/BOX                       EACH       2       $750.00 $      1,500.00 $    850.00 $   1,700.00   $    710.00 $    1,420.00   $    750.00 $    1,500.00   $ 902.78 $       1,805.56   $     868.00 $     1,736.00    $    635.00 $    1,270.00
26   VALVE GATE 8" M.J. W/BOX                       EACH       4       $900.00 $      3,600.00 $ 1,000.00 $    4,000.00   $    890.00 $    3,560.00   $ 1,000.00 $     4,000.00   $ 1,154.66 $     4,618.64   $   1,174.00 $     4,696.00    $    805.00 $    3,220.00
27   WATER SERVICE 1" TYPE "K" COPPER              LIN. FT. 134         $20.00 $      2,680.00 $     45.00 $   6,030.00   $     21.00 $    2,814.00   $     14.00 $    1,876.00   $    14.47 $     1,938.98   $      65.50 $     8,777.00    $     21.00 $    2,814.00
28   WATERMAIN 6" D.I. CL 52                       LIN. FT.   44        $40.00 $      1,760.00 $     50.00 $   2,200.00   $     42.00 $    1,848.00   $     37.00 $    1,628.00   $    31.15 $     1,370.60   $      63.00 $     2,772.00    $     38.00 $    1,672.00
29   WATERMAIN 8" D.I. CL 52                       LIN. FT. 690         $40.00 $     27,600.00 $     50.00 $ 34,500.00    $     49.00 $ 33,810.00     $     39.00 $ 26,910.00     $    40.00 $ 27,600.00      $      62.50 $ 43,125.00       $     31.15 $ 21,493.50
                                                                                                           $        -                 $         -                 $         -                  $        -                   $         -                   $        -
                                                                                                          $        -                  $        -                  $        -                  $        -                   $        -                    $        -
                                                                         TOTAL     $122,097.50            $ 161,830.00                $ 129,929.00                $ 139,084.00                $ 132,820.80                 $ 182,469.00     CALC ERR     $ 121,098.90
                                                                                                                                                                                                                                          3 OF 3




                                                                                             H-1651 WOOD STREET, ISABELLA AVE. TO APPLE AVE.
                                                                                                         BID TABULATION - 03/03/09
                                                    CONTRACTOR                                         C & D HUGHES          LEES TRENCHING SERVICE         FELCO CONTRACTORS         ALLACK CONTRACTING, INC DAN HOE EXCAVATING
                                                         ADDRESS           ENGINEER'S                3097 LANSING RD.              1201 76TH ST.              874 PULASKI AVE.             4223 W. POLK RD.       13664 ROCKY'S RD.
                                                       CITY/ST/ZIP          ESTIMATE               CHARLOTTE, MI 48113       BYRON CENTER, MI 49315         MUSKEGON, MI 49441             HART, MI 49420         HOLLAND, MI 49424
                      ITEM OF WORK                   UNIT    QTY   UNIT PRICE    TOTAL PRICE     UNIT PRICE TOTAL PRICE      UNIT PRICE TOTAL PRICE       UNIT PRICE TOTAL PRICE      UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE
 1   BEND 45° 8" D.I. M.J.                          EACH       6       $325.00 $      1,950.00   $    250.00 $    1,500.00   $    330.00 $    1,980.00    $    225.00 $    1,350.00    $ 375.00 $      2,250.00 $   475.00 $   2,850.00
 2   CORP. STOP 1" MUELLER #15000 OR EQUAL          EACH      12       $210.00 $      2,520.00   $    600.00 $    7,200.00   $    185.00 $    2,220.00    $    130.00 $    1,560.00    $    83.00 $      996.00 $   250.00 $   3,000.00
 3   CUT AND CAP 6” WATERMAIN                       EACH       1       $400.00 $        400.00   $    500.00 $      500.00   $    250.00 $       250.00   $    375.00 $      375.00    $ 200.00 $        200.00 $   950.00 $     950.00
 4   DR STRUCTURE, COVER, ADJUST                    EACH       5       $425.00 $      2,125.00   $    950.00 $    4,750.00   $    400.00 $    2,000.00    $    325.00 $    1,625.00    $ 250.00 $      1,250.00 $   300.00 $   1,500.00
 5   DR STRUCTURE, RECONSTRUCT                        FT.      3       $210.00 $        630.00   $    425.00 $    1,275.00   $    225.00 $       675.00   $    120.00 $      360.00    $ 150.00 $        450.00 $   200.00 $     600.00
 6   EROSION CONTROL, INLET PROTECTION, FABRIC DROP EACH       6       $140.00 $        840.00   $    100.00 $      600.00   $    120.00 $       720.00   $    310.00 $    1,860.00    $    75.00 $      450.00 $   200.00 $   1,200.00
 7   HMA, 2C                                         Ton       5        $75.00 $        375.00   $     70.00 $      350.00   $     80.00 $       400.00   $     75.00 $      375.00    $    70.00 $      350.00 $    80.00 $     400.00
 8   HMA, 4C                                         Ton     400        $66.50 $     26,600.00   $     74.56 $ 29,824.00     $     78.50 $ 31,400.00      $     76.00 $ 30,400.00      $    74.56 $ 29,824.00 $      75.00 $ 30,000.00
 9   HMA SURFACE, REM                                S.Y.   2155         $3.50 $      7,542.50   $      7.00 $ 15,085.00     $      2.20 $    4,741.00    $      2.00 $    4,310.00    $     2.50 $    5,387.50 $     2.00 $   4,310.00
10   HYDRANT STANDARD                               EACH      2      $1,200.00 $      2,400.00   $ 2,300.00 $     4,600.00   $ 2,005.00 $     4,010.00    $ 2,300.00 $     4,600.00    $ 3,000.00 $    6,000.00 $ 3,000.00 $   6,000.00
11   MAINTENANCE GRAVEL, LM                          C.Y.    100        $20.00 $      2,000.00   $     12.00 $    1,200.00   $     25.00 $    2,500.00    $     22.00 $    2,200.00    $    15.00 $    1,500.00 $    20.00 $   2,000.00
12   MH CASTING EAST JORDAN #1045 OR EQUAL          EACH      5        $410.00 $      2,050.00   $    850.00 $    4,250.00   $    420.00 $    2,100.00    $    500.00 $    2,500.00    $ 400.00 $      2,000.00 $   575.00 $   2,875.00
13   PAVT. MRKG, OVERLAY COLD PLASTIC SYMBOL, ONLY EACH        1       $120.00 $        120.00   $    165.00 $      165.00   $    175.00 $       175.00   $    375.00 $      375.00    $ 165.00 $        165.00 $   175.00 $     175.00
14   PAVT. MRKG, OVERLAY COLD PLASTIC SYMBOL, ARROWEACH        1       $100.00 $        100.00   $    155.00 $      155.00   $    165.00 $       165.00   $    375.00 $      375.00    $ 165.00 $        165.00 $   175.00 $     175.00
15   PAVT. MRKG, WATERBORNE, 4" WHITE              LIN. FT. 100          $1.30 $        130.00   $      0.97 $       97.00   $      1.05 $       105.00   $      2.00 $      200.00    $     0.97 $       97.00 $     1.00 $     100.00
16   PAVT. MRKG, WATERBORNE, 4" YELLOW             LIN. FT. 450          $1.00 $        450.00   $      0.97 $      436.50   $      1.05 $       472.50   $      2.00 $      900.00    $     0.97 $      436.50 $     1.00 $     450.00
17   REDUCER 8" X 6" D.I. M.J.                      EACH       1       $400.00 $        400.00   $    250.00 $      250.00   $    285.00 $       285.00   $    175.00 $      175.00    $ 350.00 $        350.00 $   460.00 $     460.00
18   SIDEWALK RAMP, DETECTABLE WARNING, RETRO       SQ.FT. 175           $7.00 $      1,225.00   $      9.50 $    1,662.50   $     19.00 $    3,325.00    $     25.00 $    4,375.00    $     7.00 $    1,225.00 $    35.00 $   6,125.00
19   SLEEVE, 8" D.I. MJ. LONG                       EACH       5       $500.00 $      2,500.00   $    250.00 $    1,250.00   $ 1,155.00 $     5,775.00    $    175.00 $      875.00    $ 490.00 $      2,450.00 $   425.00 $   2,125.00
20   TEE 8" X 8" X 8" D.I. M.J.                     EACH       2       $500.00 $      1,000.00   $    600.00 $    1,200.00   $    485.00 $       970.00   $    475.00 $      950.00    $ 470.00 $        940.00 $   525.00 $   1,050.00
21   TEE 8" X 8" X 6" D.I. M.J.                     EACH       2       $400.00 $        800.00   $    350.00 $      700.00   $    435.00 $       870.00   $    450.00 $      900.00    $ 460.00 $        920.00 $   500.00 $   1,000.00
22   TRAFFIC CONTROL                                LUMP       1     $6,000.00 $      6,000.00   $ 10,000.00 $ 10,000.00     $ 4,755.00 $     4,755.00    $ 4,000.00 $     4,000.00    $ 4,000.00 $    4,000.00 $ 5,000.00 $   5,000.00
23   TRENCH REPAIR MAJOR STREET - TYPE III         LIN. FT. 730         $30.00 $     21,900.00   $    115.00 $ 83,950.00     $     48.00 $ 35,040.00      $     38.00 $ 27,740.00      $    37.80 $ 27,594.00 $      50.00 $ 36,500.00
24   TRENCH REPAIR SPECIAL                         LIN. FT.   25        $36.00 $        900.00   $    125.00 $    3,125.00   $     30.00 $       750.00   $     70.00 $    1,750.00    $    15.00 $      375.00 $    75.00 $   1,875.00
25   VALVE GATE 6" M.J. W/BOX                       EACH       2       $750.00 $      1,500.00   $    950.00 $    1,900.00   $    730.00 $    1,460.00    $    725.00 $    1,450.00    $ 640.00 $      1,280.00 $   925.00 $   1,850.00
26   VALVE GATE 8" M.J. W/BOX                       EACH       4       $900.00 $      3,600.00   $ 1,200.00 $     4,800.00   $ 1,000.00 $     4,000.00    $    950.00 $    3,800.00    $ 800.00 $      3,200.00 $ 1,050.00 $   4,200.00
27   WATER SERVICE 1" TYPE "K" COPPER              LIN. FT. 134         $20.00 $      2,680.00   $     50.00 $    6,700.00   $     15.00 $    2,010.00    $      9.00 $    1,206.00    $    25.00 $    3,350.00 $    22.00 $   2,948.00
28   WATERMAIN 6" D.I. CL 52                       LIN. FT.   44        $40.00 $      1,760.00   $     61.00 $    2,684.00   $     32.00 $    1,408.00    $     27.00 $    1,188.00    $    30.00 $    1,320.00 $    45.00 $   1,980.00
29   WATERMAIN 8" D.I. CL 52                       LIN. FT. 690         $40.00 $     27,600.00   $     71.00 $ 48,990.00     $     38.00 $ 26,220.00      $     22.00 $ 15,180.00      $    32.90 $ 22,701.00 $      50.00 $ 34,500.00
                                                                        TOTAL $     122,097.50                $ 239,199.00                $ 140,781.50                $ 116,954.00                 $ 121,226.00            $ 156,198.00
Date:      March 10, 2009
To:        Honorable Mayor and City Commissioners
From:      Ann Marie Becker, City Clerk
RE:        Recommendation for Annual Renewal of Liquor
           Licenses




SUMMARY OF REQUEST: To adopt a resolution recommending non-
renewal of those liquor license establishments who are in violation of
Section 50-146 and 50-147 of the Code of Ordinances for the City of
Muskegon. These establishments have been found to be in non-
compliance with the City Code of Ordinances and renewal of their liquor
licenses should not be recommended by the City Commission. If any of
these establishments come into compliance by March 23, 2009, they will
be removed from this resolution, and recommendation for their renewal
will be forwarded to the Liquor Control Commission.


FINANCIAL IMPACT: None.


BUDGET ACTION REQUIRED: None.


STAFF RECOMMENDATION: Adoption of the resolution.
  RESOLUTION RECOMMENDING STATE WITHHOLD
     RENEWAL OF LIQUOR LICENSES FOR CODE
                 VIOLATIONS
                                 Resolution No. 2009-

THE CITY COMMISSION OF THE CITY OF MUSKEGON DO RESOLVE, that
whereas, the attached business establishments in the City of Muskegon have liquor
licenses and are found to be in violation of Article V, Section 50-146 and 50-147 of the
Code of Ordinances of the City of Muskegon:

AND WHEREAS, a hearing was held on March 10, 2009, before the City Commission to
allow such licensees an opportunity to refute the determination of the City Commission
that such establishments are in non-compliance with the City Code of Ordinances and
renewal of their liquor licenses should not be recommended by the City Commission; and

WHEREAS, an affidavit of mailing of Notices of Hearing and Notification of Non-
Compliance to City Standards to the licensees has been filed;

NOW, THEREFORE, BE IT RESOLVED, that the City Commission of the City of
Muskegon hereby recommends that these liquor licenses not be approved for renewal,
and a copy of this Resolution be sent to the State Liquor Control Commission. If any of
these establishments come into compliance before March 23, 2009, they will be removed
from this Resolution.

Approved and adopted this 10th day of March, 2009.

AYES:

NAYS:

ABSENT:




                                           By:_________________________________
                                                 Ann Marie Becker, MMC
                                                 City Clerk
                                                                Occupancy     Property
 Liquor License Holder Name          Address      Application   Certificate    Taxes     Police   Registered Income Tax
Captain Jack's Bar & Grill    1601 Beach               X            X            X         X          X
Charity Lodge (Elks)          149 Ottawa               X                         X         X          X          X
City Café                     413-415 W Western                     X                      X          X
Clay Ave. Cellars             611 W. Cllay            X                          X         X          X          X
Cuti's Sports Bar & Grill     677 W. Laketon          X             X                      X          X
Express Mart                  1992 S Getty            X             X                      X          X
H & J Dollar Party            939 E. Laketon                        X                      X          X
Lake Express                  1918 Lakeshore                        X            X         X          X          X
Lakeshore Tavern              1963 Lakeshore          X             X                      X          X
Musk. Aerie #668 (Eagles)     625 W Western                         X            X         X          X          X
Muskegon Family Foods         1157 Third              X                          X         X          X          X
Muskegon Rec. Club            1763 Lakeshore          X             X                      X          X          X
Old Clover Bar                817 Forest              X             X                      X          X
Racquets                      446 W Western                         X            X         X          X          X
Sardine Room                  2536 Henry                            X            X         X          X          X
Someplace Else III            1508 W Sherman                        X            X         X          X          X
Tipsy Toad                    609 W Western           X             X                      X          X          X
Wesco Inc                     1075 W Laketon          X                          X         X          X          X
Westside Inn                  1635 Beidler                          X            X         X          X          X
                            AGENDA ITEM NO. ________________

                CITY COMMISSION MEETING _________________________



TO:         Honorable Mayor and City Commissioners

FROM:       Bryon L. Mazade, City Manager

DATE:       February 23, 2009

RE:         Padlock Ordinance – 287 McLaughlin



SUMMARY OF REQUEST:
To approve initiating the process to consider padlocking the residence at 287 McLaughlin,
pursuant to City Ordinance 26-263 (Padlock Ordinance) and the request of the City’s Public
Safety Director. It is also requested that the City Commission delegate the responsibility for the
hearing required by city ordinance to a hearing officer and that the City Manager be authorized
to appoint such hearing officer.

FINANCIAL IMPACT:
Costs associated with holding the hearing required by city ordinance.




BUDGET ACTION REQUIRED:
None.




STAFF RECOMMENDATION:
To approve initiation of the process to consider padlocking the residence at 287 McLaughlin,
delegate the hearing requirement to a hearing officer, and authorize the City Manager to appoint
the hearing officer.



COMMITTEE RECOMMENDATION:
None.




pb\AGENDA\PADLOCK ORDNC 287 MCLAUGHLIN 022309
Date: March 10, 2009
To: Honorable Mayor and City Commissioners
From: Finance Director
RE: 2009-2010 Healthcare Program


SUMMARY OF REQUEST: It is time to renew the City's healthcare coverage for
the 2009-10 plan year. Healthcare costs continue to rise. Renewal rates for the
City's current healthcare program initially came in at $930.99/employee/month,
11.5% higher than the current rate ($835.19). After going through a bid process and
exploring alternatives, staff recommends renewing coverage through Priority Health,
but making several program changes to control costs as described in the attached
memorandum.


FINANCIAL IMPACT:            Current year cost of the healthcare program is $2,365,258.
Renewing the program “as is” would cost $2,636,564 in the coming year. With
implementation of the proposed changes, we estimate annualized costs to be $2,392,554.


BUDGET ACTION REQUIRED:                      None at this time.   Employee and retiree
healthcare costs are included in the 2009 budget.



STAFF RECOMMENDATION:                  Authorize staff to execute documents with Priority
Health implementing the changes outlined in the attached memorandum.



COMMITTEE RECOMMENDATION: None.




                                                                                       1
                                                                     Finance
                                                                     Administration




Memo
To:     City Commission            City Manager
From: Finance Director
Date: March 3, 2009
Re:     2009-10 Healthcare Program


Healthcare costs for active and retired city employees are second only to salaries
and wages as a cost component of city operations. Controlling these costs is
essential to managing the city’s budget, particularly as we face unprecedented
national and state financial crises and a very uncertain future.

Over the last several months staff has worked with our healthcare consultant (Julie
Balgooyen) to ensure that the healthcare program for the coming year is cost-
effective while maintaining quality benefit levels. This has entailed the following:

    1. Thorough review of historic claims data to better understand the relationship
       between the premiums the city pays and the actual costs of benefits provided.

    2. RFP process to meet bidding requirements of PA 106 and to assess what
       programs (other than Priority Health) might be cost-effective solutions for the
       city; and

    3. Solicitation of ideas from healthcare experts to make the city’s program more
       cost-effective.



From this process, I can report the following:




  Page 1




C:\Documents and Settings\Paul\Desktop\MEMO - CITY COMMISSION 2009 HEALTHCARE RENEWAL.docx
  1. The City’s current healthcare program for active employees (fully-insured
     community-rated HMO through Priority Health) is likely the best option
     available at this time. Priority Health provided access to several years’
     detailed claims data as well as confidential profit/loss information for our
     account. From reviewing this information, I am satisfied that the ratio of
     premiums to clams/costs is reasonable and that there are no large sums of
     money that the city could save by self-insuring. Further, the community-rated
     aspect of the program provides a degree of protection against large claims
     and poor experience.

  2. This conclusion was more or less confirmed by the RFP results. We received
     proposals as follows:

     Provider                            Actives                  Retirees

         Priority Health (Current
          Program Setup w/o           Fully-Insured              Self-Funded
              Modifications)

         Priority Health (Current
           Program Setup w/           Fully-Insured              Self-Funded
              Modifications)

      BCBS of Michigan (Not
     Able to Mimic Current Plan
                                       Self-Funded               Self-Funded
      – i.e. Retirees Only Self-
               funded)

         Physicians Care ASR           Self-Funded               Self-Funded

           United Healthcare        Declined to Quote         Declined to Quote

                 MERS               Declined to Quote         Declined to Quote



     Detail underlying each proposal received is provided in the attached report.
     Suffice it to say that none of the proposals exhibited savings or other
     justification to move away from the current program.

  3. Staff, however, is proposing several modifications to the current Priority
     Health program that will allow us to better control costs now and in the future:

           a. Adoption of Priority’s “co-pay alignment” program. This program sets
              service co-pays at levels recommended by Priority to encourage cost-




Page 2
               effective service utilization.     Adopting co-pay alignment will impact
               employees as follows:



Co-pay                                  Current        Proposed          Comment

Physicians Office                  $15               $15            No Change

Specialist Office Visit            $15               $30

Hospital Emergency Room            $50 (waived $100 (waived City has very poor
                                   if admitted) if admitted) emergency room
                                                             utilization
                                                             experience

Urgent Care Center                 $25               $45            City has very poor
                                                                    urgent        care
                                                                    utilization
                                                                    experience

Advanced Imaging (CT, MRI)         $0                $150           City    experience
                                                                    has been about 3
                                                                    per    year.    We
                                                                    propose
                                                                    reimbursing up to 5
                                                                    per year.

Prescription Drugs                 $15 Generic       $10 Generic    70%       of    City
                                                                    prescription activity
                                   $30 Brand         $40 Brand      is generic; this
                                                                    change       should
                                                                    positively   impact
                                                                    most employees

Mail Order Pharmacy                $30 Generic       $20 Generic    Same as above

                                   $60 Brand         $80 Brand

                                   90 Days           90 Days



           b. Implementation of an HRA (Health Reimbursement Account) feature.
              Under this program, the city establishes self-insured deductibles of
              $1,000 individual/$2,000 family. This lowers the HMO premium



 Page 3
              significantly, but entails the City assuming utilization risk for the
              deductible amounts. Experience shows that in most cases HRA
              deductibles save the employer money.

               For the initial year (2009), it is proposed that the city pay the entire
              $1,000/$2,000 deductible meaning there is no impact on employees.
              Starting in 2010, it is proposed that employees electing not to
              participate in a wellness program (see d below) pay the first $250 of
              the deductible amount. The city will pay the full deductible for
              employees who do participate in formal wellness initiatives.

          c. Implementation of a flex-spending account (FSA) program through
             Priority Health. The city has had an internally-administered FSA for
             many years. About 25 employees currently participate. FSA’s allow
             participants to pay for eligible medical expenses with “pre-tax” dollars,
             thereby achieving significant savings. With higher co-pays and
             deductibles, we want to encourage more FSA participation. Moving
             FSA administration to Priority will help us in this regard:

                  i. Most common reimbursable costs (e.g. doctor’s office and Rx
                     co-pays) will be automatically reimbursed to participants without
                     need for paperwork. One common complaint about the current
                     FSA setup is the paperwork required.

                  ii. If FSA participation increases as expected, it will be difficult for
                      existing staff to handle the increased workload.

          d. As noted, starting in 2010 we intend to have in place a formal wellness
             program through Priority Health. This program will encourage and, in
             some cases, require employees to work toward healthy lifestyles and
             behaviors (regular check-ups, smoking cessation, etc.). Participation
             in the program will be voluntary but integrated in a way that provides
             financial incentive to participate.

The net result of all of the above can be summarized as follows:

   •   We are comfortable that, in broad terms, the current structure of the City’s
       active employee healthcare program is cost-effective. Yet the program is still
       very costly. For 2008-09, the program cost $835.19/employee/month
       ($2,365,258/year); without modification, continuation of the program for 2009-
       10 would cost $930.99/employee/month ($2,636,564), an 11.5% increase.

   •   We are proposing changes that include introducing a certain amount of self-
       insured risk. After implementation of the benefit changes described above
       and, assuming a conservative 60% utilization of the self-insured HRA



 Page 4
      deductible, the city’s total costs for 2009-10 will be $2,392,554. Utilization rate
      under 60% will mean lower costs for the city and vice-versa.

The intent is to bring this item to the City Commission at the March 9, 2009 work
session. Prior to that time we will meet with union leadership and employees to
discuss the proposed changes.

Thank you.




 Page 5
Page 6 of 26
Page 7 of 26
Page 8 of 26

Top of Page


New Agenda Notifications

* indicates required