P17 552

CITY OF FLINT Department of Purchases & Supplies Dr. Karen Weaver Mayor Derrick F. Manager Jones Purchasing INVITATION ...

5 downloads 150 Views 3MB Size
CITY OF FLINT Department of Purchases & Supplies Dr. Karen Weaver Mayor

Derrick F. Manager Jones Purchasing INVITATION TO BID

OWNER: THE CITY OF FLINT DEPARTMENT OF PURCHASES AND SUPPLIES 1101 S. SAGINAW ST.1 Room 203 FLINT, Ml 48502 Proposal No. 17-552 SCOPE OF WORK: The City of Flint, Department of Purchases & Supplies, is soliciting sealed proposals for providing:

REPLACEMENT OF WATER SERWCE LINES, AREA 3 per the attached requirements. If your firm is interested in providing the requested services, please submit 1 original, 1 copy, and 1 CD and/or flash drive containing an electronic version of your detailed proposal to the City of Flint, Department of Purchases and Supplies, 1101 S. Saginaw St., Room 203, Flint, Ml, 48502, by Tuesday. September 20. 2016 @ 12:00 PM EST). Please note: all proposals received after 12:00 PM (EST) will not be considered. Faxed proposals into the Purchasing Department are not accepted. A pre-proposal meeting will be held on Tuesday, September j3th, 2016 @ 10:00AM (EST) at City Hall, 1101 S. Saginaw St., Flint, Ml 48502 in City Council Chambers. This will be the only venue that potential vendors will be able to have a face-to-face conversation with City Representatives. A bid guaranty or a cashier’s check, representing five percent (5%) of the bid submission, must be submitted with the bid. Please note: cashier’s check must be payable to Treasurer, City of Flint.

All additional bid documents, requirements, addendums, specifications and plansldrawings (if utilized) are available on the Purchasing page of the City of Flint’s web site at www.citvofflint.comlPurchasing under “open bids” and the specific bid or proposal number assigned to this notice.

city HALL

1101 S SAGINAW STREET, RM 203

FLINT, MICHIGAN 48502

TEL: 810-766.7340

FAX: 810-766-7240

INSTRUCTIONS TO VENDORS 1)

PRE-BID INFORMATION AND QUESTIONS: Each proposal that is timely received will be evaluated on its merit and completeness of all requested information. In preparing proposals, Bidders are advised to rely only upon the contents of this Request for Proposal (RFP) and accompanying documents and any written clarifications or addenda issued by the City of Flint. If a Bidder finds a discrepancy, error or omission in the RFP package, or requires any written addendum thereto, the Bidder is requested to notify the Purchasing contact noted on the cover of this REP, so that written clarification may be sent to all prospective Bidders. THE CITY OF FLINT IS NOT RESPONSIBLE FOR ANY ORAL INSTRUCTIONS.

2)

RFP MODIFICATIONS: The City of Flint has the right to correct, modify or cancel the RFP, in whole or in part, or to reject any proposal, in whole or in part, within the discretion of the City of Flint, or their designee. If any such changes are made, all known recipients of the REP will be sent a copy of such changes. If any changes are made to this REP document by any party other than the City of Flint, the original document in the City of Flint’s files takes precedence.

3)

BID SUBMISSION: a) The Bidder must include the following items, or the bid may be deemed non-responsive: i.e. All forms contained in this REP, fully completed. b) Proposal must be submitted to the Purchasing Department, City of Flint, 1101 S. Saginaw Street -Room 304, Flint, Michigan 48502 by the date and time indicated as the deadline. The Purchasing Department’s time stamp will determine the official receipt time. It is each Bidder’s responsibility to insure that its bid is time stamped by the Purchasing Department by the deadline. This responsibility rests entirely with the Bidder, regardless of delays resulting from postal handling or for any other reasons. Bids will be accepted at any time during the normal course of business only, said hours being 8:00 a.m. to 5:00 p.m. Local Time, Monday through Friday, legal holidays as exception. c) d)

e) f) g)

h)

Proposals must be enclosed in a sealed, non-transparent envelope, box or package, and clearly marked on the outside with the following: RFP Title, REP Number, Deadline and Bidder’s name. Submission of a proposal establishes a conclusive presumption that the Bidder is thoroughly familiar with the Request for Proposal (RFP), and that the Bidder understands and agrees to abide by each and all of the stipulations and requirements contained therein. All prices and notations must be typed or printed in ink. No erasures are permitted. Mistakes may be crossed out and corrections must be initialed in ink by the person(s) signing the bid. Proposals sent by email, facsimile or other electronic means will not be considered unless specifically authorized in this REP. All costs incurred in the preparation and presentation of the proposal are the Bidder’s sole responsibility; no pre-bid costs will be reimbursed to any Bidder. All documentation submitted with the proposal will become the property of the City of Flint. Proposal must be held firm for a minimum of 120 days.

i) Term Contract and/or all other procurement documents shall be effective until completed to the satisfaction of the City of Flint. The City of Flint reserves the right to cancel or not renew all or any part of the procurement agreement/contract at any time. -

2

4) EXCEPTIONS: Bidder shall clearly identity any proposed deviations from the Terms or Scope in the Request for Proposal. Each exception must be clearly defined and referenced to the proper paragraph in this REP. The exception shall include, at a minimum, the Bidder’s proposed substitute language and opinion as to why the suggested substitution will provide equivalent or better service and performance. It no exceptions are noted in the Bidder’s proposal, the City of Flint will assume complete conformance with this specification and the successful Bidder will be required to perform accordingly. Proposals not meeting all requirements may be rejected. 5) DUPLICATE PROPOSALS: No more than one (1) proposal from any Bidder, including its subsidiaries, affiliated companies and franchises will be considered by the City of Flint. In the event multiple proposals are submitted in violation of this provision, the City will have the right to determine which bid will be considered, or at its sole option, reject all such multiple proposal. 6) WITHDRAWAL: Proposals may only be withdrawn by written notice prior to the date and time set for the opening of bids. No proposal may be withdrawn after the deadline for submission. 7) REJECTION/GOOD STANDING: The City of Flint reserves the right to reject any or all proposals, or to accept or reject any proposal in part, and to waive any minor informality or irregularity in bids received if it is determined by the City of Flint, or their designee, that the best interest of the City will be served by doing so. No proposal will be considered from any person, firm or corporation in arrears or in default to the City on any contract, debt, taxes or other obligation, or if the Bidder is debarred by the City of Flint from consideration for a contract award. B) PROCUREMENT POLICY: Procurement for the City of Flint will be handled in a manner providing fair opportunity to all businesses. This will be accomplished without abrogation or sacrifice of quality and as determined to be in the best interest of the City. The City of Flint and their officials have the vested authority to execute a contract, subject to City Council and Mayoral approval where required. 9) BID SIGNATURES: Proposals must be signed by an authorized official of the Bidder. Each signature represents binding commitment upon the Bidder to provide the goods and/or services offered to the City of Flint if the Bidder is determined to be the lowest Responsive and Responsible Bidder. 10) CONTRACT AWARD/SPLIT AWARDS: This contract will be awarded in full to the lowest responsive, responsible Bidder based on the criteria set in #44 below. The Bidder to whom the award is made will be notified at the earliest possible date. Tentative acceptance of the bid, intent to recommend award of a contract, and actual award of the contract will be provided by written notice sent to the Bidder at the address designated in the bid if a separate Agreement is required to be executed. After a final award of the Agreement by the City of Flint, the Contractor/Vendor must execute and perform said Agreement. All bids must be firm for at least 120 days from the due date of the proposal. If, for by reasons of refusal by the vendor/contractor, a contract is not executed with the selected Bidder within 14 days after notice of recommendation for award, then the City may recommend the next lowest responsive and responsible Bidder. 11) NO RFP RESPONSE: Bidders who receive this REP but who do not submit a bid should return this RFP package stating “No Bid” and are encouraged to list the reason(s) for not responding. Failure to return this form may result in removal of the Bidder’s name from all bidder lists. 12) FREEDOM OF INFORMATION ACT REQUIREMENTS: Proposals are subject to public disclosure 3

after the deadline for submission in accordance with state law.

13) ARBITRATION: ContractorNendor agrees to submit to arbitration all claims, counterclaims, disputes and other mailers in question arising out of or relating to this agreement or the breach thereof. The Contractor’s agreement to arbitrate shall be specifically enforceable under the prevailing law of any court having jurisdiction to hear such mailers. Contractor’s obligation to submit to arbitration shall be subject to the following provisions: (a)

Notice of demand for arbitration must be submitted to the City in writing within a reasonable time after the claim, dispute or other matter in question has arisen. A reasonable time is hereby determined to be fourteen (14) days from the date the party demanding the arbitration knows or should have known the facts giving rise to his claim, dispute or question. In no event may the demand for arbitration be made after the time when institution of legal or equitable proceedings based on such claim dispute or other mailers in question would be barred by the applicable statute of limitation.

(b)

Within fourteen (14) days from the date demand for arbitration is received by the City, each party shall submit to the other the name of one person to serve as an arbitrator. The two arbitrators together shall then select a third person; the three together shall then serve as a panel in all proceedings. Any decision concurred by a majority of the three shall be a final binding decision.

(c)

The final decision rendered by said arbitrators shall be binding and conclusive and shall be subject to specific enforcement by a court of competent jurisdiction.

(d)

The costs of the arbitration shall be split and borne equally between the parties and such costs are not subject to shifting by the arbitrator.

14) BID HOLD: The C~y of Flint may hold proposals for a period of one hundred -(120) days from opening, for the purpose of reviewing the results and investigating the qualifications of bidders prior to making an award. 15) NONCOMPLIANCE: Failure to deliver in accordance with specifications will be cause for the City of Flint and they may cancel the contract or any part thereof and purchase on the open market, charging any additional cost to the ContractorNendor. 16) DISCLAIMER OF CONTRACTUAL RELATIONSHIP: Nothing contained in these documents shall create any contractual relationship between the City and any Subcontractor or Sub-subcontractor. 17) ERRORS AND OMISSIONS: Bidder is not permitted to take advantage of any obvious errors or omissions in specifications. 18) INTERPRETATION: In the event that any provision contained herein shall be determined by a court of competent jurisdiction or an appropriate administrative tribunal to be contrary to the provision of law or to be unenforceable for any reason, then, to the extent necessary and possible to render the remainder of this Agreement enforceable, such provision may be modified or severed by such court or administrative tribunal having jurisdiction over this Agreement and the interpretation thereof, or the parties hereto, so as to, as nearly as possible, carry out the intention of the parties hereto, considering the purpose of the entire Agreement in relation to such provision. 19) LAWS AND ORDINANCES: The bidder shall obey and abide by all of the laws, rules and regulations of the Federal Government, State of Michigan, Genesee County and the City of Flint, applicable to 4

the performance of this agreement, including, but not limited to, labor laws, and laws regulating or applying to public improvement, local government, and its operational requirements. 20) LOCAL PREFERENCE: Vendors located within the corporate city limits of Flint, Michigan may be given a seven percent (7%) competitive price advantage. Additionally, if the lowest responsible vendor is not located within the limits of the City of Flint, but is located within the county of Genesee and vendor does not exceed the bid of the lowest non-local bidder by more than three and a half percent (3 14%), the County vendor may have a competitive advantage. Local preference and competitive advantage shall not apply if it results in any ¾” line bids exceeding $5,000 for replacement costs per location.

21) MATERIAL WORKMANSHIP AND STANDARDS OF PERFORMANCE: The bidder agrees to exercise independent judgment and to complete performance under this Agreement in accordance with sound professional practices. In entering into this Agreement, the City is relying upon the professional reputation, experience, certification and ability of the bidder. The bidder agrees that all of the obligations required by him/her pursuant to this Agreement shall be performed by him/her or by others employed pursuant to this Agreement shall be performed by him/her and working under his direction and control. The continued effectiveness of this Agreement during its term or any renewal term shall be contingent, in part, upon the bidder maintaining his/her operating qualifications in accordance with the requirements of federal, state and local laws. All materials furnished must be new, of latest model and standard first grade quality or best workmanship and design, unless otherwise expressly specified. Bidder, if required, must furnish satisfactory evidence of quality materials; offers of experimental or unproven equipment may be disregarded. 22) MODIFICATIONS/CHANGES/PRICE VARIATIONS: Any modification to this agreement must be in writing and signed by the authorized employee, officer, board or council representative authorized to make such modifications pursuant to the State law and local ordinances. Commodities subject to market price variation shall be considered on all term agreements subject to a 30-day advance written notification from the vendor. Such notice must be substantiated by a written price change from the manufacturer and shall be required for both price increases and decreases. 23) NON-COLLUSION: The bidder acknowledges that by signing this document that he/she is duly authorized to make said offer on behalf of the company he/she represents and that said bid is genuine and not sham or collusive and not made in the interests or on behalf of any person not therein named, and that he/she and said bidder have not directly induced or solicited any other person(s) or corporation to refrain from responding to this solicitation and that he/she and said bidder have not in any manner sought by collusion to secure to himself/herself and said bidder any advantage over any other bidder. 24) NON-DISCRIMINATION: Pursuant to the requirements of 1976 P.A. 453 (Michigan Civil Rights Act) and 1976 PA. 220 (Michigan Handicapped Rights Act), the local unit and its’ agent agree not to discriminate against any employee or applicant for employment with respect to hire, tenure, terms, conditions, or privileges of employment or a matter directly or indirectly related to employment because of race, color, religion, national origin, age, sex, height, weight, marital status or because of a handicap that is unrelated to the person’s ability to perform the duties of nondiscrimination provision identical to this provision and binding upon any and all contractors and subcontractors. A breach of this covenant shall be regarded as a material breach of this contract. 25) SUBCONTRACTING: No subcontract work shall be started prior to the written approval of the subcontractor by the City. The City reserves the right to accept or reject any subcontractor.

5

26) WAIVER: Failure of the City to insist upon strict comphance with any of the terms, covenants or conditions of this Agreement shall not be deemed a waiver of that term, covenant or condition or of any other term, covenant or condition. Any waiver or relinquishment of any right or power hereunder at any one or more times shall not be deemed a waiver or relinquishment of that right or power at any other time. 27) JURISDICTION OF OMBUDSMAN: Any person, business or other entity submitting a bid or bid in response to a request by the City consents to be subject to the jurisdiction of the Ombudsman of the City of Flint and to comply with the respective Charter provisions governing the Ombudsman’s duties, jurisdiction and powers. 28) PREVAILING WAGE: The successful bidder providing any contractual labor services must comply with all requirements and pay prevailing wages and fringe benefits on this project per the City’s Resolution R-12 adopted 418/91,The bidder is aware of City of Flint Resolution #R-1 2 dated April 8, 1991, a copy of which is annexed hereto (Appendix #4, Rates Appendix #5) and incorporated herein, and agrees to abide by all of the applicable covenants and requirements set forth in said resolution. —

29) CITY INCOME TAX WITHHOLDING: Contractor and any subcontractor engaged in this contract shall withhold from each payment to his employees the City income tax on all of their compensation subject to tax, after giving effect to exemptions, as follows: (a)

Residents of the City: At a rate equal to 1 % of all compensation paid to the employee who is a resident of the City of Flint.

(b)

Non-residents: At a rate equal to 1/2% of the compensation paid to the employee for work done or services performed in the City of Flint.

These taxes shall be held in trust and paid over to the City of Flint in accordance with City ordinances and State law. Any failure to do so shall constitute a substantial and material breach of this contract. 31) CONTRACT/PROCUREMENT DOCUMENTS: The invitation for bids, instructions to bidders, bid, affidavit, addenda (if any), statement of bidder’s qualifications (when required), general conditions, special conditions, performance bond, labor and material payment bond, insurance certificates, (if required), technical specifications, and drawings, together with this agreement, form the contract, and they are as fully a part of the contract as if attached hereto or repeated herein. 32) DISCLAIMER OF CONTRACTUAL RELATIONSHIP WITH SUBCONTRACTORS: Nothing contained in the Contract Documents shall create any contractual relationship between the City and any Subcontractor or Sub-subcontractor. 33) EFFECTIVE DATE: Any agreement between the City and the contractor shall be effective upon the date that it is executed by all parties hereto. 34) FORCE MAJEURE: Neither party shall be responsible for damages or delays caused by Force Majeure or other events beyond the control of the other party and which cot~d not reasonably have been anticipated or prevented. For purposes of this Agreement, Force Majeure includes, but is not limited to, adverse weather conditions, floods, epidemics, war, riot, strikes, lockouts, and other industrial disturbances; unknown site conditions, accidents, sabotage, fire, and acts of God. Should Force Majeure occur, the parties shall mutually agree on the terms and conditions upon which the services may continue. 35) INDEMNIFICATION: To the fullest extent permitted bylaw, Contractor agrees to defend, pay on behalf of, indemnify, and hold harmless the City of Flint, its elected and appointed officials, 6

employees and volunteers and others working on behalf of the City of Flint, including the Project Manager, against any and all claims, demands, suits, or losses, including all costs connected therewith, and for any damages which may be asserted, claimed, or recovered against or from the City of Flint, its elected and appointed officials, employees, volunteers or others working on behalf of the City of Flint, by reason of personal injury, including bodily injury or death and/or property damage, including loss of use thereof, which may arise as a result of Contracto?s acts, omissions, faults, and negligence or that of any of his/her employees, agents, and representatives in connection with the performance of this contract. Should the Contractor fail to indemnify the City in the above-mentioned circumstances, the City may exercise its option to deduct the cost that it incurs from the contract price forthwith. 36) INDEPENDENT CONTRACTOR: No provision of this contract shall be construed as creating an employer-employee relationship. It is hereby expressly understood and agreed that Contractor is an “independent contractor’ as that phrase has been defined and interpreted by the courts of the State of Michigan and, as such, Contractor is not entitled to any benefits not otherwise specified herein. 37) NO THIRD-PARTY BENEFICIARY: No contractor, subcontractor, mechanic, material man, laborer, vendor, or other person dealing with the principal Contractor shall be, nor shall any of them be deemed to be, third-party beneficiaries of this contract, but each such person shall be deemed to have agreed (a) that they shall look to the principal Contractor as their sole source of recovery if not paid, and (b) except as otherwise agreed to by the principal Contractor and any such person in writing, they may not enter any claim or bring any such action against the City under any circumstances. Except as provided by law, or as otherwise agreed to in writing between the City and such person, each such person shall be deemed to have waived in writing all rights to seek redress from the City under any circumstances whatsoever. 38) NON-ASSIGNABILITY: Contractor shall not assign or transfer any interest in this contract without the prior written consent of the City provided, however, that claims for money due or to become due to Contractor from the City under this contract may be assigned to a bank, trust company, or other financial institution without such approval. Notice of any such assignment or transfer shall be furnished promptly to the City. 39) NQNDISCLOSUREICONFIDENTIALITy: Contractor agrees that the documents identified herein as the contract documents are confidential information intended for the sole use of the City and that Contractor will not disclose any such information, or in any other way make such documents public, without the express written approval of the City or the order of the court of appropriate jurisdiction or as required by the laws of the State of Michigan. 40) RECORDS PROPERTY OF CITY: All documents, information, reports and the like prepared or generated by Contractor as a result of this contract shall become the sole property of the City of Flint. 41) SEVERABILITY: In the event that any provision contained herein shall be determined by a court or administrative tribunal to be contrary to a provision of state or federal law or to be unenforceable for any reason, then, to the extent necessary and possible to render the remainder of this Agreement enforceable, such provision may be modified or severed by such court or administrative tribunal so as to, as nearly as possible, carry out the intention of the parties hereto, considering the purpose of the entire Agreement in relation to such provision. The invalidation of one or more terms of this contract shall not affect the validity of the remaining terms. 42) TERMINATION: In the event of a failure by Contractor to perform any material provision of this Contract, the City or DEQ shall give written notice of such breach to the Contractor. The City may allow up to five (5) days (the “cure period”) to correct such a breach. City may terminate this Contract after such cure period if Contractor has not adequately corrected such breach in accordance with this Contract and City so notifies Contractor in writing of such termination action. At such time, City shall pay Contractor only all charges and fees for the services performed on or before such termination date. Thereafter, in the event such termination, City, as 7

its sole and exclusive remedy may exercise its rights under Contractor’s performance bond, and procure the services of another contractor to complete the work covered under this contract. If a cure period is allowed, it will not negate any liquidated damage charges resulting from the contractor failing to meet the completion date. In the event of a failure by City to perform any material provision of this Contract, the Contractor shall give written notice of such breach to the City along with at least five (5) days (the “cure period”) to correct such breach. Contractor may terminate this Contract after such cure period if City has not adequately corrected such breach in accordance with this Contract and Contractor so notifies City in writing of such termination action. At such time, City shall pay Contractor for all charges and fees for the services performed on or before such termination date. Thereafter, following any such termination and the final payment from the City to the Contractor, neither party shall have any further obligation under this Contract other than for claims for personal injuries or property damage as expressly provided in these terms and arising prior to such termination date. In the event a Court of competent jurisdiction enters an order holding that this Contract is invalid, illegal, or unenforceable, then either party may terminate the Contract. At such time, City shall pay Contractor for all charges and fees for the services performed on or before such termination date. Thereafter, following any such termination and the final payment from the City to the Contractor, neither party shall have any further obligation under this Contract other than for claims for personal injuries or property damage as expressly provided in these terms and arising prior to such termination date. 43) TIME PERFORMANCE: Contractor’s services shall commence after receipt of the notice to proceed and shall be carried out per the specifications of this document. Please refer to #4, 5, and 6 under “Scope of Work”. 44) EVALUATION OF BIDS: In the City’s evaluation of proposals, at minimum; firm’s written proposal, the qualifications of the firm, the overall fee structure, feedback from references, and all requirements set forth in this document shall be considered as selection and award criteria unless otherwise as specified. The City reserves the right to enter into negotiations with the selected vendor for further clarification, even though these negotiations may result in minor changes to specifications and pricing. 45) FURNISHING OF BONDS: Contractor shall fumish to the City at his or her own cost, performance and payment bonds in the full amount of the contract price insuring that it shall futfill all of the provisions of the contract documents, shall satisfactorily complete the Work, and shall make prompt payment to all persons furnishing material or labor required in prosecution of the Work as required bylaw. Bonds must be issued by a surety company. Contractor’s bonds shall be accompanied by powers of attorney authorizing execution of behalf of the surety and Contractor, and must be countersigned by a duly authorized Michigan agent of the surety. INSURANCE REQUIREMENTS The Contractor shall notify all insurance agents and companies retained by the Contractor that these insurance requirements shall be included in any Agreement between the Contractor and the City of Flint. The Contractor shall purchase and maintain, at its sole expense and as long as it is providing services to the City, the following insurance coverage: Commercial General Liability Occurrence form, including coverage for bodily injury, personal injury, property damage (broad form), premises/operations, blanket contractual, and products/completed operations. Coverage shall be endorsed to include the City as an additional insured for work performed by the Contractor in accordance with the Agreement. —

Minimum Limits: S



$1,000,000 per occurrence/$2,000,000 general aggregate



$2,000,000 aggregate for products and completed operations



$1,000,000 personal and advertising injury

Automobile Michigan “no-fault” coverage, and residual automobile liability, comprehensive form, covering owned, hired, and non-owned automobiles. Coverage shall be endorsed to include the City as an additional insured for work performed by the Contractor in accordance with the Agreement. —

Minimum Limits: •

No-fault coverages



$500,000 per person/$1 ,000,000 per accident



$500,000 per occurrence



A combined single limit of $1,000,000 per occurrence



statutory





bodily injury

property damage

Workers’ Compensation and Employer’s Liability— Statutory coverage or proof acceptable to the City of approval as a self-insurer by the State of Michigan. Minimum Limits: •

Workers’ Compensation



Employer’s Liability -$100,000 each accident/$1 00,000 disease



$500,000 disease





statutory —

each employee

policy limit

Professional Liability Covering acts, errors or omissions of a professional nature committed or alleged to have been committed by the Contractor or any of its subcontractors. Coverage shall be effective upon the date of the Agreement and shall remain effective for a period of three (3) years after the date of final payment thereunder. Such coverage shall be endorsed to include any subcontractors hired by the Contractor. —

Minimum Limits: •

$1,000,000 per occurrence, $1,000,000 annual aggregate

Insurance coverage shall cover all claims against the City of Flint, its officials and employees, arising out of the work performed by the Contractor or any subcontractors under the Agreement. Should any work be subcontracted, it shall be the responsibility of the Contractor to maintain Independent Contractor’s Protective Liability Insurance with limits equal to those specified above for Commercial General Liability Insurance. In addition, the Contractor shall provide proof of Workers’ Compensation Insurance for all subcontractors in compliance with the required statutory limits of the State of Michigan. Said policies of insurance shall be with companies licensed to do business in the State of Michigan and in a form satisfactory to the City. All insurance companies must maintain a rating of B-i-, VIII or better from AM. Best Company. Certificates of insurance with a thirty-(30) day cancellation clause shall be filed with and approved by the City at least five (5) days in advance of commencing work under the Agreement. Cancellation, material restriction, non-renewal or lapse of any of the required policies shall be grounds for immediate termination of the Agreement by the City. The City reserves the right to request a complete certified copy of the policies for the above coverage’s.

9

Any reduction or exhaustion in the limits of required insurance coverage shall not be deemed to limit the indemnification afforded in accordance with the Agreement or any amendments thereto. Depending on the subject matter of the transaction, the City may require other insurance coverage in addition to the coverage’s contained herein.

Proposal Submission Proposal Due Date:

Tuesday, September 20, 2016 by 12:00pm (EST)

Submit to City:1 printed, signed, original proposal and signed addenda, 1 copy of all submitted documents 1 CD and/or flash drive containing an electronic version of the proposal Send to: City of Flint Department of Purchases & Supplies 1101 S. Saginaw St., Rm. 203 Flint, Michigan 48502 Important Notice: Effective immediately upon release of this request for proposal (RFP), and until notice of contract award, all official communications from proposers regarding the requirements of this REP shall be directed to: Derrick F. Jones 810 766-7340 [email protected] The City, or designee, shall distribute all official changes, modifications, responses to questions or notices relating to the requirements of this RFP. It is anticipated that an addenda to this RFP will be developed and shared with all Vendors. Addenda will include Vendor questions, City responses and additional information that the City wishes to include to assist Vendors with development of responses. Any other information of any kind from any other source shall not be considered official, and proposers relying on other information do so at their own risk. Anticipated Timeline Overview Listed below are specific and estimated dates and times of actions related to this request for proposal (RFP). The actions with specific dates must be completed as indicated unless otherwise changed. In the event that it is necessary to change any of the specific dates and times in the calendar of events listed below, an addendum to this REP will be issued.

Milestone RFP issuance and release RFP posted to City’s Website

Timeframe jTuesday, Sept. [Tuesday, Sept.

6th, 61h,

2016 after 3:00 PM 2016 after 4:00 PM 10

Place Ad in Newspaper, periodicals Deadline for clarification questions Vendor Pre-Proposal Meeting City distributes responses for RFP Dlarification questions and additional information in addenda vendor proposals due date Notification of interviews (if applicable) Jendor interviews Selection of Vendor(s) Selected Awards Presented to City If approved by City Council, selected awards presented to RTAB

Friday, Sept. gth, 2016 for Sunday’s Edition Monday, Sept. 12, 2016 before 5:00 PM (EST) ruesday, Sept. 13, 2016 at 10:00 AM (EST) No later than 5:00 PM on Friday, Sept. 16, 2016 ruesday, September 20, 2016 before 12:00 PM (EST) WA As Needed WA As Needed No later than September 22~, 2016 Monday, September 26th, 2016 Nednesday, October 12, 2016 — —

Any written questions regarding this project shall be directed to Derrick Jones @ diones@cityofflint corn using the subject title of “RFP 17-552 Question.” Questions must be submitted by Monday, September 12, 2016 before 5:00 PM (EST), and the responses will be discussed during the pre-bid meeting and posted no later than Friday, September 16, 2016. -

Sincerely,

Derrick F. Jones, Purchasing Manager Department of Purchases & Supplies

INTRODUCTION Information about the City of Flint The City of Flint (the City), incorporated in 1855, is located in the eastern part of the State of Michigan. The City currently occupies a land area of 32.8 square miles and serves a population of 111,475 (2010 Census Estimate). The City is empowered to levy a property tax on both real and personal properties located within its boundaries, as well as a 1% income tax for those who live within the City limits, or .5% for those who only work within the City limits. The City does not collect a fee from its residents; however, a three percent (3%) millage is assessed on properties within the City’s boundaries. The City has operated under the strong mayor- Council form of government since November 4, 1975, when the present charter was adopted. Legislative authority is vested in a City Council consisting of nine members elected for a four-year term (no term limits), from each of the nine wards in the City. The City Council is responsible for passing ordinances, adopting the annual budget, approving resolutions, appointing committees, and other responsibilities as outlined in the City’s Code of Ordinances. The Mayor is an elected official who serves as the chief executive officer of the City for a four-year term, in which he/she may be re-elected for additional terms. The Mayor may appoint a City Administrator to handle the day-to-dayoperations for the municipality. On November 29, 2011, the governor of Michigan appointed an emergency manager, pursuant to Public Act 4 of 2011, to handle all of the day-to-day operations for the City. Considerable progress was made in reducing the deficit, whereas by June 30, 2015 a positive fund balance was realized. As a result of many financial achievements of the City, Governor Snyder has declared that the City’s financial emergency has been resolved. With oversight from a receivership transition advisory board (RTAB), City operations have returned have been partially returned to the Mayor and Charter-designated leaders. Water Line Replacement Proiect An analysis of service lines has been performed for the City and it has been determined that there is a need to replace said service lines in different areas of the City. The focus of the replacement will be in neighborhoods with the greatest density of lead and galvanized service lines. Replacement of these service lines has been determined to be the best remedy in restoring the integrity of the drinking water system. It is estimated, based on the City records and a Pilot Study, that there are 3,414 known lead service lines, 7,889 known galvanized lines and 8,969 lines of unknown composition, but which may be lead or galvanized. Other reliable sources, based on comparison of known lines with homes of similar age, construction methods, and locations, believe that there are 4,376 known lead lines and 11,000 unknowns, but project that, based upon trends in data previously used, another 4,000 service lines are lead-based. This data will be continuously updated for later phases of service line replacement. The City has received funding from the State towards this project. The requirements of this state money limits funding to $5,000 for replacement work (not including restoration) per location therefore the City expects that the work will not exceed this amount. The City may receive additional funding from the state or federal funding in order to continue the replacement of lead and galvanized residential service lines, as expeditiously as possible. —

This RFP is for a portion of the second phase of service line removal which will include the removal and replacement of lead and galvanized service lines to as many homes as possible, with the object to replace as many lead and galvanized lines as possible prior to winter. The City 12

has designated the areas for service line replacement based upon a combination of the criteria discussed above and others including census data, water sample results, age of water, and composition of pipe. —

The City will continue to validate the accuracy of the City Water Department records on the composition of the residential service lines as well as gain further needed knowledge on the depth of the lines, soil composition, age of homes most likely to have a lead service line, the methods used for original line installation, the effects of the corrosivity on service lines, and to better assess the method and costs of service line replacement. Thus, successful bidders will be required to cooperate in data collection on all replacement locations. Scope of Work Requested Services The City is seeking a General Contractor, or the like, that has at least five (5) years’ worth of experience in replacing service lines, and has a certified licensed plumber on staff to perform the replacement of service lines to various residential homes/buildings located within the City of Flint. The selected vendor will have a designated individual who will perform as a “project manager,” or like, in which the City will provide direction and receive timely updates as to vendor’s progress on this project. This project work shall consist of replacing service lines by excavating streets and/or yard areas, removing existing lines, installing copper water service lines, extending service Tines into the interior of houses, patching pipe penetration, and temporary restoration (full restoration in green areas). Vendors should be capable of installing water service lines using trenchless technology and equipment. Vendors may submit proposals that utilizes a different methodology as described in this REP, however, said methodology will have to be approved by the City and the vendor will have to articulate the full process in which they will install service lines in their proposal. If vendors are awarded a contract and are seeking to expand their workforce to accommodate the contract, the City encourages hiring and training (ie an apprentice program) residents that reside within the City’s corporate limits in order to fulfill the vendor’s requirements. 1. Requirement All project installation work shall be completed in conformance with the general conditions and construction specifications established by the City of Flint, Michigan Department of Transportation (MDOT) and any other provisions established herein. 2. Utilities The selected Contractor shall be responsible for obtaining utility locations from the MISS DIG System. Contractor shall be responsible for conducting an evaluation to assess the nature, depth and location of all sewer mains and laterals. If the contractor uses an installation method that requires the exposing of utilities, the contractor shall solely be responsible for the cost of the excavation, hand digging, and backfilling regardless of the location of the utility. If the utility is located in a paved area, the contractor shall backfill to grade according to City of Flint standards (included). The City will complete the paving work. 3. Subcontractors The Contractor shall submit a list of all subcontractors that may be used on the project to assist with project work. The City will certify that they have checked SAM.gov to ensure no contractors are on the federal debarment/suspension list. All subcontractors must be approved by the City, and the City reserves the right to accept or reject any subcontractor. 4. Contract Time The Contractor shall begin work immediately after receiving the notice to proceed from the City. Along with the notice to proceed, the City will provide a list of 100 locations from the list of potential locations listed in Appendix D. The Contractor shall complete a minimum of 100 locations within 35 calendar days from the notice to -

-





-

13

proceed. Construction work will not be allowed on Saturday or Sunday without approval from the COF Water Services Dept and BSI Department. Any cost incurred for overtime utilized to stay on schedule will be at the contractor’s expense. 5. Liquidated Damages Liquidated damages will be assessed for failure to meet the above schedule. Liquidated damages of $2,000 will be assessed per calendar day after the contract completion date as calculated above, until all 100 locations have been completed and restored per the contract. 6. Additional Work If the Contractor completes the 100 locations ahead of schedule and/or weather cooperates the City may offer more locations to the Contractor at the set bid prices. These additional locations will be expected to be completed at a pace of 25 locations per week or better. If the pace is not acceptable to the City, the City may remove any uncomplete units previously granted. 7. Resident CommunicationlPermission The City will provide a general communication piece for the residents as it relates to what the project entails, along with a copy of a consent agreement that will be executed by the home owner. Vendor will have to communicate with awarded neighborhoods and residents to provide this information and to obtain the required signatures. Vendor is to inform residents of the work that will be performed along with a time frame in which a resident’s home will undergo construction. The vendor will allow adequate time to provide the property owner and/or resident five (5) calendar days advance notice of the day work is to occur on their property. Notification of water shutoff shall also be provided to the resident on the morning of the day work is to be performed. Information disseminated to residents must reflect any instructions that will have to be performed by the homeowner (resident) during and after the construction. 8. Coordination of Work with City Representatives Contractor will be responsible for notifying designated individuals at the City of Flint Streets, Water Services and BSI departments, as well as the designated City project manager. The Water Services Dept intend on installing new water meters at the time of replacement. This labor will be performed by City crews. 9. Suspension of Operations The City or DEQ can suspend operation of work without! cost to the City/DEQ if the Contractor has failed to correct unsafe conditions, failed to carry out provisions of the contract, conditions deemed to be in the public interest, when City has determined that additional excavations in needed prior to installation of service lines, and when quality or quantity of work being performed is not in adherence to the project specifications or schedule. 10. Permits Vendor will be responsible to obtain any required permits prior to commencing work including the excavation permit and the plumbing permit. NO PERMIT FEES WILL BE CHARGED TO THE CONTRACTOR for work on this contract. 11. Contract Work Schedule and Project Coordination Vendor shall be responsible for coordinating and scheduling all project work to avoid conflicts with other construction activities occurring in and near project areas. The contractor will also be required to coordinate with government or university representatives taking water and/or pipe samples, and COF Water Services who will install new meters. 12. Traffic Control Contractor shall be responsible for the placement, maintenance, and removal of all traffic control signs, barricades and fencing necessary to protect the public and residents from injury. All sidewalks and roadway in the work zone shall be completely closed and blocked off properly. No work shall be allowed after sunset without proper lighting and clothing per the current MMLJTCD and MDOT Specifications for Construction. Work after sunset is at the contractor’s expense and shall be complete by 8pm. Whenever small openings such as “window cuts” are made in a road pavement that —









-







-

14

must remain open to traffic during the time there is no work activity, they shall be covered with steel plates. The steel plates shall be of adequate size and thickness (minimum ¾”) to support all legal axle loads and shall overlap existing pavement by at least two feet on all sides of the hole. 13. Service Line Installation Procedures Non-standard (lead and galvanized iron pipe) water service lines may exist between the watermain and curb box; or between the curb box and water meter located inside the house (or in a meter pit outside of the house/building). In other instances, the entire water service line from water main to meter may consist of non-standard materials. Contractors will perform the work as follows: —

Pre-construction Procedures a) _____Contact Property Owners and Residents as stated above. Obtain Private Property Consent for access. Prior to conducting any construction work, the contractor will explain the process to the homeowner and conduct an inspection of the internal plumbing to determine potential impacts on fixtures due to the replacement work. This inspection will be documented. b) _____Obtain Water Service Replacement Permits (No Charge) c) _____Submit Indemnification Insurance Certificates to the City of Flint Finance Department d) _____Notify City of Flint Department of Transportation Traffic Engineering, a minimum of 3 working days of Temporary Maintaining of Traffic Plans for streets affected by water service replacements. Also notify Department of Water Services, and Department of Building Safety and Inspection. e) _____Notify Miss Dig 72 hours prior to construction. f) _____Provide video of outside property and house interior (vicinity of meter) prior to start of construction. g) _____Provide video of the sewer lateral from main to building prior to start of construction. h) _____Provide a communication plan for all awarded areas. i) _____Contact the DEQ or the water sampling agency at least five days prior to replacement, so water sampling can be done. —





A procedure for watermain emergency work will be provided to the contractor. All valve turning and watermain work shall be completed by the COF Water Services Dept. **

Construction Procedure Typical Site (residential home on residential street) Procedure/Specification: The contractor shall be responsible to assure all valves serving the house/building are turned off to prevent particles from entering the water system. No segment of the water service line shall be used for water service until all non-standard segments are replaced. **

a) ______Locate starting excavation area per location type of replacement (Watermain or Curb Stop). Water Services will mark the water infrastructure to the best of their ability. It is the contractor’s responsibility to trace and locate the

15

b) c)

curb stop/box and watermain connection. In most cases, these connection locations may not be clearly apparent without investigation. _____Excavate to identify water service material _____If lead or galvanized material is identified, replace the service line segment, curb stop with box, and connections, If a ¾” or 1” corporation is in good, working order the contractor is to use the same corporation. On larger lines, the corporation is to be re-tapped and the Contractor shall seek guidance from the COF Water Service Center. All connections shall be per the Plumbing Code. See Appendix #3 for a list of Specified materials and Approved Parts. Replacement lines shall be ¾” Type K Copper. If a service larger than 1” is found, notify the Water Services Dept. for a replacement size decision. Water services are to be installed a minimum 48” below the surface. Preferably 60” below roadways. Water services need to be at 90 degrees to curb stop and corporation connections, no curving or looping of copper at any location along the alignment of the new water service being installed. If work is required on water main, it shall be completed by City of Flint Water Service Center personnel only. _____If lead or galvanized material is identified in a segment not intended to be replaced, notify the City immediately. _____Water service lines shall be perpendicular to buildings and main having no curves between building and main (preferred, if possible). Trenchless installation of water services using push bores, directional drilled, cable method and other approve methods shall use standard, approved construction methods. The contractor shall submit a boring plan detailing equipment, materials and procedure to be used prior to beginning work. Contractor will be responsible for approved repair to any damaged utility facilities at no additional cost to the contract. _____All excavations necessary to complete the water service replacement (under roadways, curbs, driveways, approaches, and sidewalks must follow the attached utility trench details to at least 95% of the materials maximum density. All such excavations shall be capped off with a minimum of 8” of 23A limestone aggregate in the thickness under sidewalks, driveways, and approaches. A minimum of 12” of 23A limestone is required under all roadways and curb lines. These temporary restorations will be maintained by the vendor until the City has performed the final restoration. The vendor will only be responsible for maintaining these areas for a maximum of 30 calendar days. ______All excavations with the lawn/green belt areas are to be backfilled with the excavated material, well graded and free of any debris. These excavations will be filled to the level of the adjacent ground and left smooth. The top 3 inches of backfill material will be removed and 3” of screened topsoil will be placed in the excavation. Seed and mulch will be placed per manufacturer’s recommendations. This restoration work does not need to be completed at the time of installation, but shall be completed within two (2) weeks of installation. —

d) e)

f)

g)

16

Post-Construction Items a) _____All joints, fittings and valve connections shall be exposed during a test period. The vendor will contact the City (the Water Service Center) in order for an inspection to be performed to ensure that work has been done correctly and to properly record the work for the City’s annals. All newly installed service lines shall be flushed for at least two (2) minutes and pressure tested in accordance with the City of Flint specifications. Testing shall consist of installing a pressure gauge on the water service line to normal water main pressure. The test is run for five (5) minutes, and if there is no loss in pressure during the period, the service line will be considered as having passed the pressure test. The contractor shall locate and repair service lines which do not pass the pressure test. b) _____After reconnection of the service line, flushing protocol will commence by running an outside faucet for a period of at least fifteen minutes to further flush any foreign material from the service line, and then flushing of all taps for at least fifteen minutes. Vendor will advise resident to continue to use filter for a period of until further notice. c) _____All work on replacing water service is completed, including “temporary” restorations in paved areas and permanent restoration in green areas. d) _____All documents related to replacing the water service line have been completed. A website link will be provided to the Contractor which will bring up a form to be completed. Minor additional documentation may be required for invoicing. e) _____All documents provided to all necessary agencies including the City of Flint Water Service Center. f) _____Provide video of the sewer lateral from main to building to ensure the sewer line was not damaged. g) The contractor shall conduct an inspection of the internal plumbing to determine potential impacts on fixtures due to the replacement work. This inspection will be documented. h) Proper inspections must be performed by City Departments (BSI, Street Maintenance, and Water Service Center) _____

14. Meetings and Documentation —Vendor will be required to submit daily reports documenting their work at each location. Vendor will also be required to participate in pre-construction meetings as needed to ensure all parties are in agreement. 15. Standard Replacement Specifications Except for excavations necessary to expose the water main and curb box, service lines shall be installed by use of trenchless technology methods unless otherwise approve by the City of Flint. The preferred method for replacing lead services is the cable method, which involves the use of a cable placed inside the existing lead service line with the new replacement copper line attached on the other side. The cable is then pulled using a winch or backhoe bucket to remove the old service line while pulling in the new copper line. This process is used separately for the service line between the main and curb box and between the curb box and house. If the old service line cannot be removed by the cable method, the new service line would need to be installed by use of boring equipment. -

17

A. From Water Main to Curb Box (Public Partial) For non-standard service lines located between the water main and curb box, the vendor shall excavate the service line at two locations; at the water main, which is typically located beneath the street pavement, and at the curb box, typically located near the sidewalk. The old service line will then be disconnected at the water main and curb stop and a new copper service line is then installed. The new copper service line will then be connected to the old corporation valve on the existing water main using appropriate adaptors and fittings. Existing corporations are typically 3%” in diameter and transition fittings may be required for connection to the new service lines. If a standard service line (copper) exists between the curb box and house/building, the vendor will connect the new service line to the existing curb box after first flushing the new service line from main to curb box. The City is requesting that vendor replace the curb stop at these locations. B. From Curb Box to House (Private Partial) For non-standard lines located between the existing curb box and house, the vendor shall excavate and replace the curb stop/box, which is typically located near the sidewalk or property line. The water service line inside the house/building on the inlet side of the water meter shall also be disconnected by the vendor. The opening in the wall at the location where the service line extends through the foundation of the house/building shall then be enlarged by the contractor if necessary. The new copper service line will then be installed between the house and curb box. The vendor shall extend the new service line into the home/building and connect the line to the water meter. If it is necessary to use boring equipment to install the service line, the boring equipment shall bore through the foundation/basement wall of structure and the old service line shall be abandoned on the inside of the basement wall by removing at least two (2) inches of the lead service lines from within the basement wall, filling the interior of the remaining pipe with mortar. If it becomes necessary for the vendor to excavate on the outside of the building foundation to facilitate installation of the water service line, such work shall be completed in a manner that causes the least amount of disruption to yard areas and other locations near the home/building. The vendor will contact the City (the Water Service Center) in order for an inspection to be performed to ensure that work has been done correctly and to properly record the work for the City’s annals. C. From Water Main to House (FulE) Where the entire water service line (water main to building) consist of non-standard materials, the vendor shall follow the installation procedures described above and also install a new curb stop valve and curb box near the sidewalk at a location approved by the City. The vendor will contact the City (the Water Service Center) in order for an inspection to be performed to ensure that work has been done correctly and to properly record the work for the City’s annals. D. Copper Service Line Found from Water Main to House Where the entire water service line consists of standard materials (copper) from the main to the house, the vendor shall restore the site to original conditions. The vendor will contact the City (the Water Service Center) in order for an inspection to be performed to ensure that work has been done correctly and to properly record the work for the City’s annals In all cases, prior to reconnecting the water meter, the new service line shall be thoroughly flushed with sufficient water volume and velocity to remove all foreign material from within the pipe. If material within the pipe damages or plugs a customer’s meter or service piping, the vendor shall be responsible for the cost of all repairs to the service line and related plumbing. 18

After reconnection of the service line, flushing protocol will commence by running an outside faucet for a period of at least fifteen minutes to further flush any foreign material from the service line, and then flushing of all taps for at least fifteen minutes. Vendor will advise resident to continue to use filters until further notice. 16. Unusual Replacement Situations A. In the event that a shared service line is discovered, the Contractor shall place separate service lines to each home and shall be paid separately for each service line. B. In the event that an abandoned house lead is encountered, the Contractor shall cut and cap the service line to the abandoned house at the main. The Contractor shall note the abandoned home and the disposition in weekly reports. C. In the event that tree or tree roots prevent installation, a bid item for tree removal is included in this document. The bid item shall include all work necessary to eliminate the tree and roots from interfering with the installation, as well as the stump grinding or restoration necessary to bring the yard to a uniform grade. If a tree is an issue, notify the Water Services Department for a decision on whether the tree should be removed or a relocated line shall be used prior to taking action. D. In the event that a partial service line is expected, but it is found that a full replacement is needed, the Contractor shall perform a full replacement at the proper bid item price. E. In the event that a line is excavated and found to be copper, the Contractor shall backfill and restore the excavated area. A bid item is established to pay for this situation. 17. Excavation —Vendor shall furnish all labor, equipment and materials necessary to expose all necessary appurtenances to replace the existing water service line as directed. Except where otherwise approved by the City, vendor will saw cut pavement/curb/sidewalk to an appropriate dimension to carry out the appropriate repair, and the excavation and installation process shall be performed in a manner to allow placement of the new service line at a final cover depth of (five) 5 to (six) 6 feet below finished grade regardless of the depth of the existing water service or water main. The pavement sawcut shall be clean and square. If the sawcut edge is damaged during construction, it shall be re-sawcut upon construction completion. If excavated roads contain pavement bricks, the bricks shall be excavated in a manner that minimizes damage to the bricks. The bricks shall then be set in a safe location for City personnel to retrieve, and the Streets Department notified. No additional compensation will be granted for the salvaging of the bricks. Except where otherwise approved by the City, all excavations necessary to complete the water service replacement (under roadways, curbs, driveways, approaches, and sidewalks) must follow the utility trench details (see Appendix 1) to at least 95% of the materials maximum density. All such excavation shall be capped off with a minimum of 8” of 23A limestone aggregate in the thickness under sidewalks, driveways, and approaches. A minimum of 12” of 23A limestone is required under all roadways and curb lines. These temporary restorations will be maintained at the contractor’s expense until the City has performed final restoration (up to 30 days). All excavations with the lawn/green belt areas are to be backfilled with the excavated material, well graded and free of any debris. These excavations will be filled to the level of the adjacent ground and left smooth. Within two (2) weeks, the top three (3) inches of backfill material will be removed and 3” of screened topsoil will be placed in the excavation. Seed and mulch will be placed per manufacturer’s recommendation. 18. Resident Courtesy The contractor, subcontractors, and all members of the construction crew shall continuously use all courtesies when working with the residents and their property. Such practices include, but are not limited to, using foot covers when -



19

inside the home, using electric saws, and performing dust control to minimize any air contamination. Contractors shall minimize property disturbance to the minimum necessary disturbance in order to complete the replacement work. 19. Service Line Material Any service line material removed from the ground is City property and shall be given to Water Service personnel or delivered to a location specified by the Water Services Dept. 20. Contaminated Soil If unknown areas of contaminated soils are encountered, the Contractor shall notify the DEQ and City. The Contractor shall share the plan of action for the contaminated soil area with the DEQ and City prior to implementation. Storage and disposal of contaminated soil shall be in accordance with all local, State and Federal solid and hazardous waste laws and regulations. 21. Spills Contractors shall clean up all leaks and spills from containers and other items on or off site. Immediate containment shall be taken as necessary to minimize the effect of any spill or leak. The City shall notify the DEQ and City of the incident. Cleanup shall be in accordance with applicable Federal, State, and Local laws and regulations at no additional cost to the DEQ or City. 22. Storage of Materials and Equipment Contractors shall make all arrangements and provisions necessary for the storage of materials and equipment. Materials and equipment shall be kept neatly and compactly stored in locations that will cause a minimum of inconveniences to other contractors, public travel, residents, tenants, occupants, and businesses. Replacement material shall be stored in a secured location. 23. Cleanup of Soils, Waste, Rubbish, Debris, and Litter Contractor shall remove and dispose of any soils, waste, rubbish, debris, and litter in accordance with federal and state law and local ordinance. 24. Safety Vendor(s) will furnish the City written detailed safety procedures that will be instituted to maintain selected vendor(s) and their subcontractor employee’s safety on awarded job sites. The procedures should address the manner in which vendor will meet the following requirements: A. Vendor will adhere to all safety procedures (or processes) that have been mandated by all applicable federal and state safety regulations, safe practice, using materials, tools and rigging of a safe character. Vendor shall strictly comply with these laws, rules, and regulations including, but not limited to, OSHA and MIOSHA requirements, including without limitation MIOSHA “Right to Know” obligations, Michigan Occupational Safety and Health Act of 1974, and shall provide documented evidence of compliance upon request. B. Vendor shall provide and use all necessary guards, railings, barricades and other protective devices to permit a safe working environment for vendor’s employees, other contractors in the area of work site, City employees, and the public. C. The employees of the vendor shall wear the appropriate safety protective gear such as safety glasses, side shields, hearing protection, and any other gear deemed required to wear within construction site. D. Vendor shall comply with OSHA and MIOSHA confined space requirements and procedures. E. Vendor must make the City aware of safety violations or any injuries that have occurred on job sites. F. Vendors shall wear an identifiable badge at all times. Entry into houses will be limited to authorized workers whose duties are to complete inside work. —









-

20

APPENDIX Appendix 1



City of Flint Backfill Requirements

Appendix 2 A plan view sketch of service line replacement -

Appendix 3 Appendix 4 Appendix 5



-



Approved Parts List City of Flint Resolution #R-12 (Prevailing Wage) Current Prevailing Wage Rates

21

APPENDIX 1 CITY OF FLINT BACKFILL REQUIREMENTS

UTILITY TRENCH EXCAVATION (for repair/replacement of public or private utility)



Provide a safe working excavation by providing bracing (trench box, sheeting, etc.). If needed, cut back slopes to stable conditions.



Clear excavation around utility to be repairedlreplaced. Provide excavation to “good” piece of utility plus two (2) feet. Excavate to a minimum of twelve (12) inches below utility or sound material (judgment call in the field).



If excavation is wet, attempt to pump it “dry” and stable. If it can’t be pumped “dry” place small stone (pea stone) in bottom of excavation up to bottom of utility.



Complete utility repair/replacement.



Place Class II sand backfill up both sides of utility. This shall be compacted in no more than twelve (12) inch lifts. If diameter of utility is less than twelve (12) inches, compact once backfill is at top of utility. Continue with class II material until twelve (12) inches above utility.



Place crushed 23A limestone to within approximately nine (9) inches (winter construction) or three (3) inches (summer construction) of finish grade.



For winter construction, pour six (6) inches of 3500 psi (6 sack mix) concrete on compacted limestone. The edge of patch area shall be saw cut to provide at least six (6) inches of ledge on undisturbed material.



Finish course shall be determined based on season and condition of existing roadway, etc.

UTILITY TRENCH DETAIL UNDER ROADWAY

ASPHALT (SUMMER CONSTRUCT/ON) .1 QPR 2000 OR EQUIVALENT (VAN TER CONSTRUCT/ON) .3’

2nd INSPECTION TO BE COMPLETED DY CiTY PERSONNEL AT THIS LEVEL

1st INSPECIION TO BE COMPLETED ar CITY PERSONNEL AT THIS LEVEL

(WATER, 5E14ER, GAS, ELECTRIC U1ILIT)~

UNDISTURBED GROUND

UTILITY TRENCH DETAIL UNDER SIDEWALK

4 CONCRETE WALK 6~ CONCRETE ORMS 2nd INSPECTiON TO BE COMPLETED BY CITY PERSONNEL AT lIZ LEVEL

1st INSPECTION TO BE COMPLETED BY CITY PERSONNEL AT THIS LEVEL

(WATER. SEKER, GAS ELECTRIC OTILIT)

UNOISTIJRREO

APPENDIX 2 A PLAN VIEW SKETCH OF SERVICE LINE REPLACEMENT

EX. CURB (TYP.) EX. SIDEWALK (TYP.) NEW CORP ATTACHMENT FITTINGS (TYP3 MAX. 50’ HOUSE TO

MAX. 50’ CURB STOP TO MAIN

ONE FLAG (4’x4’ MIN) CONCRETE SIDEWALK REMOVAL (TVP3

EX. WATER METER (TYP.) H OU SE (LONG SIDE F--

H OU SE E)

CONNECT TO EX WATER METER NEW 34” K-COPPER WATER SERVICE (TV P3 NEW CURB STOP WITH FITTINGS AND STOP BOX (TV P3 1O’xlO’ PAVEMENT/CURB CUT

0

H

CITY OF FLINT WATER SERVICE REPLACEMENT PLAN VIEW SKETCH

EX. WATER MAIN

APPENDIX 3 APPROVED PARTS LIST

Appendix #3 Approved Parts List -

ITEM ID 6700002000 6700146000 6700116000 6700125000 6700175000 6700160000 6700246000 6700178000 6700439000 6700439020 6700002040 6700133000 6700237050 6700147000 6700118000 6700114000 6700176000 6700157000 6700246020 6700171000 6700001000 6700002020 6700135000 6700145000 6700117000

DESCRIPTION

YOM

A.M.S. w/handles 3/4” Ford #KV23-332, HT-3

EA

Corporation StoOp, Cop Ford #F-600-3 Coupling, cop-cop 3/4” Ford #C22-33 Coupling, cop-iron 3/4” Ford #C28-33 Coupling, cop-cop 3/4” Ford #C44-33 Curb stop, cop 3/4” Ford #Z22-333 Curb stop, iron 3/4” Ford #Z1 1-333 Coupling, iron 3/4” Ford #028-33 Valve, cop 3/4” Ford #B21 -233D-HB-2 Valve iron, 3/4” (iron C&W) Ford #B1 1-233D-HB-2 Coupling, Meter 3)4” x 2.” Ford #C38-23-2.5 Coupling, Compression 3/4” Ford #C84-33 Coupling, angle meter 3/4” Ford #L38-23 Corporation stop 1” Ford #F-600-4 Coupling, cop-cop 1” Ford #C22-44 Coupling, cop-iron 1” Ford #C28-44 Coupling cop-cop 1” Ford #C44-44 Curb stop, cop 1” Ford #Z22-444 Curb stop, iron 1” Ford #Z1 1-444 Coupling, iron 1” Ford #02844 A.M.S. w/handles 1” Ford #KV23-444-HT-4 Meter adapter, brass 1-1/2” 1” Ford #A46 Coupling, compression 1” Ford #C8444 Corporation stop, cop 2” Ford #F-600-7 Coupling, cop-cop 2” 3/41T

-

EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA

67001400100 6700120000 6700158010 6700158020 6700002030 6700002060 8800000000

Ford #C22-77 Coupling, cop-iron 2”: Ford #C28-77 Coupling, cop 2” Ford #C44-77 Curb stop, cop 2” Ford #B22-777 Curb stop, iron 2” Ford #B1 1-777 Meter adapter, brass to I” Ford #A47 Coupling, flanged” Ford #CF3I-77 Gasket, 3/4”, 100 per box Ford #GT-114 “

EA EA EA EA EA EA PA

APPENDIX 4 CITY OF FLINT RESOLUTION #R-12 (PREVAILING WAGE)

f94c4o~[//rnJ PRESENTED: 4/8/91 ADOPTED:

4/6/91

(ii, BY THE MAYOR:

WHEREAS, it is in the best interests of the people of the City of Flint that the construction work performed on its property, with its money and for the benefit of it citizens, be done by contractors and subcontractors who pay pre vailing wages and fringe benefits. NOW, THEREFORE, BE IT RESOLVED, by this City Council that: 1.

Every Contract, as defined herein, entered into by the City of Flint or with

its contracting agent must contain the following express covenants: Ca)

The rates of wages and fringe benefits paid to each construction

mechanic employed by the contractor and any subcontractor, who furnishes labor on the project which is the subject of this contract,

shall be not less than the

prevailing wages and fringe benefits for such labor in the City of Flint. (b)

The contractor and any subcontractor shall not discriminate against any

employee or applicant for employment with respect to hire, tenure,

terms, con

ditions or privileges of employment because of race, color, religion, national origin, ancestry, sex or age during the tern of this contact. 2.

Every contract executed between the City of Flint, or its contracting

agent, and a successful bidder as Contractor, which Contract requires or involves

the employment of construction mechanics, and which is financed in

vhole or in part by the

City,

shall contain a wage and fringe benefits schedule

for each class of construction mechanic called for by the contract, which respective wage and fringe benefits schedule shall be, at least, the prevailing wage and fringe benefits rates paid to that class of construction mechanics

goat o M. ~t4P~N0~ ?o~YQf M

PATLI’4’

in the City of Flint as determined by collective bargaining agreements or understandings between bona fide organizations of construction mechanics and their employers. Such agreements or understandings, to meet the requirements of thi6 paragraph, shall not be controlled in any way be either an employee or employer organization.

Each schedule of prevailing rates of wages and fringe

benefits shall be mads a part of the specifications for the work, to be per formed. 3.

Every contractor end subcontractor shall keep posted on the construc

tion site, in a conspicuous place, a copy of all prevailing wage and fringe benefits rates prescribed in the contract and shall keep accurate records showing the name and occupation of, and actual wages and benefits paid to each construction mechanic employed by said contractor or subcontractor in con nection with said contract. 4.

If

the contractor or subcontractor violates or is in breach of either

covenant set forth in paragraph 1 above, contracting agent,

the Purchasing Agent, or the

if any, shall proceed to enforce said covenant in accordance

with the terms of the contract and/or by seeking any remedy authorized by state law. 5.

lay construction mechanic of a contractor under contract with the City

of flint, or its contracting agent, or a construction mechanic of a subcontractor of such contractor, or any bona fide organization representing construction mechanics, may file a written complaint with the Purchasing Agent of the City of Flint, or its contracting agent,

if any,

challenging the compliance by the

contractor or subcontractor with the covenants of paragraph 1.

The Purchasing

Agent or contracting agent shall then conduct an investigation to determine whether to proceed as provided in paragraph 4 above. 6.

In addition to any other lawful remedy, any contractor or subcontractor

found by a court of competent jurisdiction to be in violation of this resolu tion and/or in breach of the covenants of a contract with the City of Flint or its contracting agent shall be subject to the provisions of Section 18-21.1(J) of the Flint City Code. 7.

As used herein,

(a)

“Contracting Agent” means any officer, board, commission, department,

agency, or organization authorized to enter into a contract by or on behalf of the City of Flint. Ib)

‘Contract” means any agreement as a result of competitive bids or

otherwise,

for new construction, alteration, repair, installation, painting,

decorating, completion, demolition, conditioning, reconditioning or improvement of public buildings, works, bridges, highways or roads, which is to be performed in the City of Flint and either on City of Flint property or financed by or through the City of Flint. Cc)

“Construction Mechanic” means any skilled or unskilled mechanic,

laborer, worker, helper, assistant, apprentice or driver, but shall not include executive administrative, professional, office employees, and shall not include City of Flint employees who are working pursuant to a collective bargaining agreement between said city and a bonafide labor organization, 8.

Contracts which contain provisions requiring the payment of prevailing

wages as determined by the United States Secretary of Labor pursuant to the Federal Davis-Bacon Act (United States Code,

title 40, Section 276aetj~g.)

or which contain provisions requiring the payment of prevailing wages as deter mined by the Michigan Department of Labor pursuant to 1965 PA 166, as amended, being MCL 408.551 et 9.

~

are exempt from the provisions of this resolution.

Any lease of property owned by the City of Flint shall include a provi

sion that new construction, alteration, repair, installation, painting,

decorating,

completion,

demolition,

conditioning, reconditioning or improvement

of buildings, works, bridges, highways or roads on such proeprty shall be con sidered work on public buildings, work, bridges, highways or roads within the meaning of paragraph 7(b) of this resolution and that the lessee or sub-lessee will be bound by the provisions of this resolution. 10.

It is the intent of this City Council that every contracting agent

shall adopt the preceding paragraphs of this ordinance. 11,

The City of Flint Purchasing Agent,

the City of Flint Finance Director

and the City of Flint Affirmative Action Officer are hereby authorized to effectuate this resolution on behalf of the

City

of Flint within their respective

spheres of responsibility. 12.

The City of Flint Clerk is hereby directed to forward to each City of

Flint Council member,

elected official, agency and department a copy of this

resolution and a notation of the adoption of Same.

Raymond J. Branch7 Deputy Chief Legal Of ficer

APPENDIX 5 CURRENT PREVAILING WAGE RATES

State of Michigan

Date Rendered:

71112016

WHPWRequest~michigan.gov

2016 Prevailing Wage Rates for State Funded Projects

Genesee County Page 1 of 29 Classification Name DescrIption

Straight Hourly

Time and a Half

Double Time Overtime Provision

Asbestos. & Lead Abatement Laborer Asbestos & Lead Abatement Laborer 4 ten hour days @ straight time allowed MondaySaturday, must be consecutive calendar days

MLDC

$40.75

$54.34

$67.93

H H H X X X X D Y

A5207

$40.75

$54.25

$67.75

H H HXXXXDY

B0169

$54.70

$81.08 $10745

H H H H H H H DY

Asbestos & Lead Abatement, Hazardous Material Handler Asbestos and Lead Abatement, Hazardous Material Handler 4 ten hour days @ straight time allowed MondaySaturday must be consecutive calendar days

Boilermaker BoHermaker

Apprentice Rates:

County: Genesee Date Rendered:

71112016

lst6 months

$40.31

$59.49

$78.67

2nd 6 months

$41.45

$61.21

$80.95

3rd 6 months

$42.57

$62.88

$83.19

4th 6 months

$43.69

$64.57

$85.43

5th 6 months

$44.81

$66.24

$57.67

6th 6 months

$48.63

$72.50

$96.35

7th 6 months

$49.32

$73.01

$96.69

8th 6 months

$51.58

$76.40 $101.21

Genesee County Page 2 of 29 Classification Name Description

Straight Hourly

Time and a Half

Double Time Overtime Provision

Bricklayer

8R9-12-BL

Bricklayer and Block

$48.04

$62.87

$77.70

0-749 hours

$36.18

$45.08

$53.98

750- ‘1,499 hours

$37.66

$47.30

$56.94

1.500-2,249 hours

$39.14

$49.52

$59.90

2.250-2,999 hours

$40.62

$51.74

$62.86

3,000 -3,749 hours

$42.11

$53.98

$65.84

3,750-4,499 hours

$43.59

$56.20

$68.80

4,500-5,249 hours

$45.07

$58.42

$71.76

5,250 - 6,000 hours

$46.56

$60.65

$74.74

$62.87

$77.70

H H H H H H H DY

Make up day allowed Comment 4 1 Os allowed M-F; Saturday make up day Apprentice Rates:

Stone Mason, Artificial Masonry, Marble Masonry, and Pointing, Cleaning and Caulking 4 lOs allowed M-F

BR9-12-S

$48.04

Apprentice Rates:

County: Genesee Date Rendered:

7/112016

0-749 hours

$37.66

$47.30

$56.94

750-1499 hours

$39.14

$49.52

$59.90

1500-2249 hours

$40.62

$51.74

$62.86

2250-2999 hours

$42.11

$53.98

$65.84

3000-3749 hours

$43.59

$56.20

$68.80

3750-4499 hours

$45.07

$58.42

$71.76

H H H H H H H DY

Genesee County Page 3 of 29 Classification Name Description

Straight Hourly

Time and a Half

Double Time Overtime Provision

Carpenter Carpet and Resilient Floor Layer, (does not include installation of prefabricated formica & parquet boring which is to be paid carpenter rate)

CAl 045

$50.21

$71.55

$92.89

1st 6 months

$24.86

$33.53

$42.19

2nd 6 months

$28.87

$39.54

$50.21

3rd 6 months

$31.01

$42.76

$54.49

4th 6 months

$33.14

$45.95

$56.75

5th 6 months

$35.28

$49.16

$63.03

6th 6 months

$37.41

$52.36

$67.29

7th 6 months

$39.54

$55.54

$71.55

8th 6 months

$41.67

$58.74

$75.81

$56.17

$68.48

X X H X X XX D Y

Apprentice Rates:

Carpenter, Acoustical Ceiling Tile Erector, Piledriver

CA7O6F

$43.86

X X H H H H H D N

Apprentice Rates:

Cement Finisher

1st year

$34.01

$41.40

$48.78

2nd year

$36.47

$45.08

$53.70

3rd year

$37.70

$46.93

$56.16

4th year

$40.17

$50.64

$61.10

$42.56

$55.96

$69.35

-

BR9-12-CF

Cement Finisher -4 lOs allowed M-F

Apprentice Rates:

County: Genesee Date Rendered:

71112016

0-749 hours

$33.18

$41.89

$50.59

750-1499 hours

$34.52

$43.89

$53.27

1500-2249 hours

$35.86

$45.91

$55.95

2250-2999 hours

$37.20

$47.91

$58.63

3000-3749 hours

$38.54

$49.93

$61.31

3750-4499 hours

$39.88

$51.93

$63.99

X X H X )< X H D Y

Genesee County Page 4 of 29 Classification Name Description

Straight Time and Hourly a Half

Double Time Overtime Provision

Cement Mason

PL16-6

Cement Mason

$38.46

$51.25

$64.04

H H H H H H H D Y

Four los allowed Monday-Thursday with Friday or Saturday inclement weather make up days. Saturday hours for inclement weather make up shall be paid straight rate unless over 40 hours worked. Make up day allowed Comment Friday or Saturday for inclement weather Apprentice Rates: 1st year

$29.51

$37.82

$46.14

2nd year

$32.06

$41.65

$51.24

3rd year

$34.62

$45.49

$56.36

$37.97

$50.98

$63.99

Drywall

PT-1052-DF

Finisher-hand finishing

X X H X XX H DY

The regular weekly work schedule may consist of 4 lOs on consecutive days, Monday thru Saturday. A make-up day may be scheduled for work missed due to holiday or inclement weather. Make up day allowed Apprentice Rates: lstyear

$24.96

$31.47

$37.97

2nd year, 1st 6 months

$27.56

$35.37

$43.17

2nd year. 2nd 6 months

$30.16

$39.27

$48.37

3rd year, 1st 6 months

$32.77

$43.18

$53.59

Until completion

$35.37

$47.08

$58.79

Elactriôian Inside Wireman 4 lOs allowed as consecutive days, M-Th orT-F

EC-948-IW

$56.04

$80.26 $104.47

Apprentice Rates:

County: Genesee Date Rendered:

71112016

1st period

$22.06

$30.16

$38.26

2nd period

$24.08

$33.20

$42.30

3rd period

$26.11

$36.24

$46.36

4th period

$30.15

$42.30

$54.44

5th period

$32.18

$45.35

$58.50

6th period

$36.23

$51.41

$66.60

HHHHHHHDy

Genesee County Page5of29 Classification Name Description

Straight Hourly

Sound and Communication Installer/Technician Four los may be worked Monday-Thursday or TuesdayFriday.

EC-948-SC

Time and a Half

Double Time Overtime Provision

$41.72

$58.87

$75.03

lstyear

$15.15

$21.47

$27.79

2nd year

$16.56

$23.59

$30.61

3rd year

$20.59

$29.81

$39.02

4th year

$23.66

$34.97

$45.90

H H H H H H H DY

Apprentice Rates:

Elevator Constiuctor

EL-85

Elevator Constructor Mechanic

$70.77

$116.32

D D D D 0 D D DY

Comment 4 tens allowed M-TH Apprentice Rates: 1st year

$50.27

$75.32

2nd year

$54.83

$84.44

3rd year

$57.10

$88.98

4th year

$61.66

$98.10

GlazIer

GL-826

Glazier 4 tens allowed on consecutive days

$44.78

$60.87

$76.95

lstG months

$31.91

$41.57

$51.21

2nd 6 months

$33.52

$43.98

$54.43

3rd 6 months

$35.12

$46.38

$57.63

4th 6 months

$36.74

$48.81

$60.87

5th 6 months

$38.35

$51.22

$64.09

6th 6 months

$39.96

$53.64

$67.31

7th 6 months

$41.57

$56.05

$70.53

8th 6 months

$43.17

$58.45

$73.73

$25.29

$36.51

H H H H H H H 0Y

Apprentice Rates:

Heat and Frost Insulator

AS25S

Spray Insulation

County: Statewide Date Rendered:

71112016

X X X H H H H H N

Genesee County Page 6 of 29 Classification Name Description

Straight Hourly

Time and a Half

Double Time Overtime Provision

Heat and Frost Insulator and Asbestos Worker Heat and Frost Insulator and Asbestos Worker

AS47

$45.25

$59.86

$74.47

H H H H H H H 0 Y

Make up day allowed Comment Friday for cancelled work in a 4 10 schedule Apprentice Rates: 1st year

$26.38

$33.69

$40.99

2nd year

$30.15

$38.92

$47.68

3rd year

$33.92

$44.15

$54.37

4th year

$37.70

$49.39

$61.08

5th year

$41.48

$54.63

$67.78

$47.55

$59.55

Ironworker Fence, Sound Barrier & Guardrail erection/installation and IR-25-F1 Exterior Signage work Four ten hour work days may be worked during MondaySaturday.

$35.55

X X H X X X H D Y

Apprentice Rates: 60% Level

$25.15

$32.35

$39.55

65% Level

$26.45

$34.25

$42.05

70% Level

$27.76

$36.16

$44.56

75% Level

$29.05

$38.05

$47.05

80% Level

$30.35

$39.95

$49.55

85% Level

$31.65

$41.85

$52.05

$47.16

$58.82

$70.48

Siding, Glazing, Curtain Wall 4 tens may be worked Monday thru Thursday time. Make up day allowed Comment Friday

@ straight

IR-25-GZ2

Apprentice Rates:

County: Genesee Date Rendered:

71112016

Level 1

$30.23

$36.84

$43.43

Level 2

$32.34

$39.58

$46.80

Level 3

$34.46

$42.33

$50.19

Level 4

$36.58

$45.08

$53.57

Level 5

$36.69

$47.82

$56.95

Level 5

$40.81

$50.57

$60.33

X X H H H H 0 0 Y

Genesee County Page 7 of 29 Classification Name Description

Straight Hourly

IR-25-PE-Z1

Pre-engineered Metal Work

$47.49

Time and a Half

Double Time Overtime Provision

$58.03

$68.56

X X H X X X X D Y

Make up day allowed Comment 4 tens allowed M-Th with Saturday make up day Apprentice Rates: lstYear

$28.36

$34.09

$39.81

3rd 6 month period

$30.48

$36.95

$43.43

4th 6 month period

$32.61

$39.84

$47.08

5th 6 month period

$34.73

$42.72

$50.70

6th 6 month period

$36.86

$45.60

$54.34

$56.11

$84.03 $111.95

Reinforced Iron Work

IR-25-RF

H H D H D DO D N

Make up day allowed Apprentice Rates: Level 1

$36.76

$54.83

$72.88

Level 2

$39.13

$58.37

$77.62

Level 3

$41.49

$61.92

$82.34

Level 4

$44.03

$65.72

$87.42

Level 5

$46.56

$69.53

$92.48

Level 6

$49.10

$73.33

$97.56

IR-25-RIG

Rigging Work

$62.08

$92.78 $123.47

H H H H H H H D N

Apprentice Rates: Level 1&2

$37.38

$55.69

$74.01

Level 3

$40.21

$59.94

$79.67

Level 4

$43.03

$64.17

$85.31

Level 5

$45.86

$68.42

$90.97

Level 6

$48.69

$72.67

$96.63

Decking IR-25-SD 4 tens may be worked Monday thru Thursday © straight time. If bad weather. Friday may be a make up day. If holiday celebrated on a Monday, 4 lOs may be worked Tuesday thru Friday. Work in excess of 12 hours per day must be paid © double time. Make up day allowed Comment Friday for4 tens M-Th Saturday for 5 eights M-F

County: Genesee Date Rendered:

71112016

$54.04

$80.73 $107.42

X X H H H H D 0 Y

Genesee County Page 8 of 29 Classification Name Description

Straight Hourly

Structural, ornamental, welder and pre-cast IR-25-STR 4 tens may be worked Monday thru Thursday @ straight time. If bad weather, Friday may be a makeup day. If holiday celebrated on a Monday, 4 lOs may be worked Tuesday thru Friday. Work in excess of 12 hours per day must be paid @ double time. Make up day allowed

$62.21

Time and a Half

Double Time Overtime Provision

$92.94 $123.67

H H H H H H D D Y

Apprentice Rates:

Industrial Door erection & construction

Levels I & 2

$36.79

$55.10

$73.42

Level 3

$39.62

$59.35

$79.08

Level 4

$42.44

$63.58

$84.72

Level 5

$45.27

$67.83

$90.38

Level 6

$48.10

$72.08

$96.04

Level 7

$50.92

$76.30 $101.68

Level 8

$53.75

$80.55 $107.34

IR-25-STR-D

$42.54

$63.44

$84.34

H H H H H H D 0Y

Make up day allowed Comment Friday for bad weather when 4 tens scheduled for M-Th. If holiday celebrated on M, 4 tens may be worked T-F. Work in excess of 12 hours per day must be paid @ double time.

Ccunty: Genesee Date Rendered:

71112016

Genesee County Page 9 of 29 Classification Name Description

Straight Hourly

Time and a Half

Double Time Overtime Provision

Laborer Carpenter tender, mason tender, cement finisher tender, L1075 plasterer tender, signal man & top man (sewer work), watchman, tunnel mucker, jackhammer & air spade operator, tunnel man (concrete shoveler, car pusher) bottom man (sewer work), windlass operator (caisson work), demolition laborer, morter mixer, air, electric, gas tool operator, pump operatcr (all 3’ pumps and below), air & electric bush hammers, concrete gas buggy, concrete saw operator, crock and pipe layers (conduit & vitrified tile, except 4 drain tile around buildings), & Caisson work inside building. Cleaning and clearing of all debris, including wire brushing of windows, scraping of floors, removal of surplus material from all fixtures within confines of structure and cleaning all debris in building and construction area. The general cleanup, including sweeping, cleaning, washdown and wiping of construction facility, equipment and fumishings and removal and loading or buming of all debris including crates, boxes, packaging waste material. Washing and cleaning of walls, partitions, ceilings, windows, bathrooms, kitchens, laboratory, and all fixtures and facilities therein. Cleanup, mopping, washing, waxing and polishing or dusting of all floors or areas.

$35.92

$47.18

$58.43

0-1,000 work hours

$30.29

$38.73

$47.17

1,001-2,000 work hours

$31.42

$40.43

$49.43

2,001-3,000 work hours

$32.54

$42.11

$51.67

3,0014,000 work hours

$34.79

$45.48

$56.17

A four-ten workweek may be worked Monday thru Thursday or Tuesday thru Friday. Make up day allowed Comment Saturday Apprentice Rates:

County: Genesee Date Rendered:

71112016

X X H H H H H D Y

Genesee County Page 10 of 29 Classification Name Description

Straight Hourly

Time and a Half

Double Time Overtime Provision

Laborer - Hazardous Class A Laborer - performing work in conjunction with site LHAZ-Z7-A $35.24 preparation and other preliminary work prior to actual removal, handling, or containment of hazardous waste substances not requiring use of personal protective equipment required by state or federal regulations; or a laborer performing work in conjunction with the removal, handling, or containment of hazardous waste substances when use of personal protective equipment level “D~ is required. Make up day allowed Comment 4 1 Os allowed M-Th or T-F; inclement weather makeup day Friday

$49.96

$64.68

H H H H H H H D Y

Apprentice Rates: 0-1,000workhours

$29.64

$41.56

$53.48

1,001-2,000 work hours

$30.76

$43.24

$65.72

2,001-3,000 work hours

$31.88

$44.92

$57.96

3,0014,000 work hours

$34.12

$48.28

$62.44

$51.46

$66.68

Class B Laborer - performing work in conjunction with the LHAZ-Z7-B removal, handling, or containment of hazardous waste substances when the use of personal protective equipment levels ‘A”, “B” or “C” is required.

$36.24

H H H H H H H 0 Y

Make up day allowed Comment 4 1 Os allowed M-Th or T-F; inclement weather makeup day Friday Apprentice Rates: 0-1,000 work hours

$30.39

$42.68

$54.98

1,001-2,000 work hours

$31.56

$44.44

$57.32

2,001-3,000 work hours

$32.73

$46.20

$59.66

3,0014,000 work hours

$35.07

$49.70

$64.34

$35.67

$47.07

$58.47

0-1,000 work hours

$30.52

$39.35

$48.17

1,001-2,000 work hours

$31.55

$40.90

$50.23

2,001-3,000 work hours

$32.58

$42.44

$52.29

3,0014,000 work hours

$34.64

$45.53

$56.41

Laborer Underground - Tunnel, Shaft & Caisson Class I - Tunnel, shaft and caisson laborer, dump man, LAUCT-Z2-1 shanty man, hog house tender, testing man (on gas), and watchman. Apprentice Rates:

County: Genesee Date Rendered:

71112016

X X XX X X X D V

Genesee County Page 11 of 29 Classification Name Description

Straight Time and Hourly a Half

Class II - Manhole, headwall, catch basin builder! bricklayer tender, mortar man, material mixer, fence erector, and guard rail builder

LAUCT-Z2-2

$35.76

Double Time Overtime Provision

$47.21

$68.65

X X XX X X X 0 Y

Apprentice Rates: 0-1,000 work hours

$30.58

$39.44

$48.29

1,001-2,000 work hours

$31.62

$41.00

$50.37

2,001-3,000 work hours

$32.66

$42.55

$52.45

3,0014,000 work hours

$34.72

$45.65

$56.57

$35.86

$47.36

$58.85

Class Ill - Air tool operator Gack hammer man, bush LAUCT-Z2-3 hammer man and grinding man), first bottom man, second bottom man, cage tender, car pusher, carrier man, concrete man, concrete form man, concrete repair man, cement invert laborer, cement finisher, concrete shoveler, conveyor man, floor man, gasoline and electric tool operator, gunnite man, grout operator, welder, heading dinky man, inside lock tender, pea gravel operator, pump man, outside lock tender, scaffold man, top signal man, switch man, track man, tugger man, utility man, vibrator man, winch operator, pipe jacking man, wagon drill and air track operator and concrete saw operator (under 40 h.p.).

X X XX X XX 0 Y

Apprentice Rates: 0-1,000 work hours

$30.66

$39.56

$48.45

1,001-2,000 work hours

$31.70

$41.12

$50.53

2,001-3,000 work hours

$32.74

$42.68

$52.61

3,0014,000 work hours

$34.82

$45.80

$56.77

$47.60

$59.17

Class IV - Tunnel, shaft and caisson mucker, bracer man, LAUCT-Z2-4 liner plate man, long haul dinky driver and well point man.

$36.02

Apprentice Rates:

County: Genesee Date Rendered:

71112016

0-1.000 work hours

$30.78

$39.74

$48.69

1,001-2,000 work hours

$31.83

$41.32

$50.79

2,001 -3,000 work hours

$32.86

$42.89

$52.89

3,001-4,000 work hours

$34.97

$46.02

$57.07

X X XX X XX 0 Y

Genesee County Page 12 of 29 Classification Name Description

Straight Hourly

Class V - Tunnel, shaft and caisson miner, drill runner, keyboard operator, power knife operator, reinforced steel or mesh man (e.g. wire mesh, steel mats, dowel bars)

LAUCT-z2-5

Time and a Half

Double Time Overtime Provision

$36.28

$47.99

$59.69

0-1,000 work hours

$30.98

$40.04

$49.09

1,001-2,000 work hours

$32.04

$41.63

$51.21

2,001-3,000 work hours

$33.10

$43.22

$53.33

3,001 4,000 work hours

$35.22

$46.40

$57.57

$48.45

$60.31

X XXX X X X D Y

Apprentico Rates:

LAUCT-Z2-6

Class VI - Dynamite man and powder man.

$36.59

X X X X X X X D Y

Apprentice Rates: 0-1,000 work hours

$31.21

$40.38

$49.55

1,001-2,000 work hours

$32.28

$41.99

$51.69

2,001-3,000 work hours

$33.36

$43.61

$53.85

3,0014,000 work hours

$35.51

$46.84

$58.15

$28.86

$36.86

$44.85

0-1,000 work hours

$25.41

$31.68

$37.95

1,001-2,000 work hours

$26.10

$32.72

$39.33

2,001-3,000 work hours

$26.79

$33.76

$40.71

3,0014,000 work hours

$28.17

$35.82

$43.47

$28.98

$40.04

$51.09

Class VII - Restoration laborer, seeding, sodding, planting, cutting, mulching and topsoil grading and the restoration of property such as replacing mail boxes, wood chips, planter boxes and flagstones.

LAUCT-Z2-7

X X X X X X X 0 Y

Apprentice Rates:

Landscape Laborer Landscape Specialist includes air, gas, and diesel equipment operator, skidsteer (or equivalent), lawn sprinkler installer on landscaping work where seeding, sodding, planting, cuffing, trimming, backfllling, rough grading or maintenance of landscape projects occurs. Sundays paid at time & one half. Holidays paid at double time.

County: Genesee Date Rendered:

71112016

LLAN-Z1-A

X X H X X X H DY

Genesee County Page 13 of 29 Classification Name Description

Straight Hourly

Skilled Landscape Laborer small power tool operator, LLAN-Zi-B lawn sprinkler installers’ tender, material mover, truck driver when seeding, sodding, planting, cutting, trimming, backfilling, rough grading or maintaining of landscape projects occurs Sundays paid at time & one half. Holidays paid at double time.

Time and a Half

Double Time Overtime Provision

$24.76

$33.71

$42.65

X X H X X X H D Y

$41.45

$54.28

$67.10

H H H H H H H DY

Marble, MosaIc, Tile and Ten-ano Softer Marble, Mosaic, Tile and Terrazzo Setter-4 lOs allowed M-F

BR9-12-TL

Apprentice Rates: 0-749 hours

$32.47

$40.80

$49.14

750-1499 hours

$33.75

$42.72

$51.70

1500-2249 hours

$35.04

$44.66

$54.28

2250-2999 hours

$36.32

$46.58

$56.84

3000-3749 hours

$37.60

$48.50

$59.40

3750-4499 hours

$38.88

$50.42

$61.96

$49.55

$63.42

$77.29

Operating Engineer Class C- Regular equipment operator, crane, stiff leg derrick, scraper dozer, grader, front end loader, hoist, job mechanic, head grease man, concrete pump truck and hydro excavators

EN-324-BH2C

Four 10 hour days may be scheduled Monday-Thursday or Tuesday-Friday. Work not performed due to weather, Monday-Thursday may be scheduled on Friday. Apprentice Rates:

County: Genosee Date Rendered:

71112016

0 - 999 hours

$40.33

$50.04

$59.75

1,000-1,999 hours

$41.71

$52.11

$62.51

2,000 - 2,999 hours

$43.10

$54.19

$65.29

3,000-3,999 hours

$44.49

$56.28

$68.07

4,000 -4,999 hours

$45.88

$58.37

$70.85

5,000-5,999 hours

$47.26

$60.43

$73.61

H H H H H H H D Y

Genesee County Page 14 of 29 Classification Name Description

Straight Hourly

Time and a Half

Double Time Overtime Provision

EN-324-BH2D

$44.75

$56.22

$67.69

H H H H H H H D Y

EN-324-BH2E

$44.15

$55.32

$66.49

H H H H H H H D Y

Clasá F- Air compressor, welder, generators, conveyors, EN-324-BH2F pumps under 6’, Grease man, and fork truck 20’ or less lift

$41.70

$51.65

$61.59

H H H H H H H D Y

EN-324-BI-12c3

$40.00

$49.10

$58.19

H H H H H H H 0 Y

EN-OSA

$50.90

$65.45

$79.99

H H H H H H H D Y

EN-OSA3

$52.40

$67.70

$82.99

H H H H H H H 0 Y

EN-OSA4

$53.90

$69.95

$85.99

H H H H H H H 0V

Class D- Air tugger (single drum), material hoist, boiler operator, sweeping machine, winch truck, Bob Cat and similar equipment, elevators (when operated by an operating engineer), and fork truck over 20’ lift Four 10 hour days may be scheduled Monday-Thursday or Tuesday-Friday. Work not performed due to weather, Monday-Thursday may be scheduled on Friday.

Class E- Pump 6” or over, well points, freeze systems, boom truck (non-swinging), end dumps and laser/power screed, concrete wire saw 20 h.p. and over and brokk concrete breaker Four 10 hour days may be scheduled Monday-Thursday or Tuesday-Friday. Work not performed due to weather, Monday-Thursday may be scheduled on Friday.

Four 10 hour days may be scheduled Monday-Thursday or Tuesday-Friday. Work not performed due to weather, Monday-Thursday may be scheduled on Friday.

Class G- Oiler, fireman and heater operator Four 10 hour days may be scheduled Monday-Thursday or Tuesday-Friday. Work not performed due to weather, Monday-Thursday may be scheduled on Friday.

Class A- Crane w/ main Boom & Jib 220’ or longer Four 10 hour days may be scheduled Monday-Thursday or Tuesday-Friday. Work unabled to be performed due to weather, Monday-Thursday may be scheduled on Friday.

Class A- Crane w/ main Boom & Jib 300’ or longer Four 10 hour days may be scheduled Monday-Thursday or Tuesday-Friday. Work unabled to be performed due to weather, Monday-Thursday may be scheduled on Friday.

Class A- Crane w/ main Boom & Jib 400’ or longer Four 10 hour days may be scheduled Monday-Thursday or Tuesday-Friday. Work not performed due to weather, Monday-Thursday may be scheduled on Friday.

County: Genesee Date Rendered:

7/112016

Genesee County Page 15 of 29 Classification Name Description

Straight Time and Hourly a Half

Class B- Crane Operator with main boom and jib ‘140’ or longer, tower cranes, gantry crane, whiiley derrick

Double Time Overtime Prevision

EN-OSB

$50.65

$65.07

$79.49

H H H H H H H D Y

GLF U

$52.80

$79.20 $105.60

H H H H H H H 0 N

GLF-1

$65.00

$84.85 $104.70

XX H H H H H DY

$82.60 $101.70

X X H H H H H D Y

$84.10 $103.70

X X H H H H H 0 Y

$76.30

X X H H H H K 0 Y

Four 10 hour days may be scheduled Monday-Thursday or Tuesday-Friday. Work unabled to be performed due to weather, Monday-Thursday may be scheduled on Friday.

Operating Engineer - DIVER Diver/Wet Tender/Tender/Rev Pilot/Rev Tender

Operating Engineer - Marine Construction Diver/Wet Tender, Engineer (hydraulic dredge) Holiday pay= $124.55 per hour, wages & fringes Make up day allowed Subdivision of county

all Great Lakes, islands therein, & connecting & tributary waters

Crane/Backhoe Operator, 70 tenor over Tug Operator, Mechanic/Welder, Assistant Engineer (hydraulic dredge), Leverman (hydraulic dredge). Diver Tender

GLF-2

$63.50

Holiday pay = $120.80 per hour, wages & fringes Make up day allowed Subdivision of county

All Great Lakes, islands therein, & connecting & tributary waters

Friction, Lattice Boom or Crane License Certification Holiday pay

=

GLF-2B

$123.30

Make up day allowed Subdivision of county

-

MI Great Lakes, islands, therein, & connecting & tributary waters

Deck Equipment Operator, Machineryman, Maintenance GLF-3 of Crane (over 50 ton capacity) or Backhoe (115,000 lbs or more), Tug/Launch Operator, Loader, Dozer on Barge, Deck Machinery Holiday pay

=

$64.50

$59.30

$93.30

$110.30 per hour, wages & fringes

Make up day allowed Subdivision of county

All Great Lakes, islands therein, & connecting & tributary waters

Deck Equipment Operator, (Machineryman/Fireman), (4 equipment units or more), Off Road Trucks, Deck Hand, Tug Engineer, & Crane Maintenance 50 ton capacity and under or Backhoe 115,000 lbs or less, Assistant Tug Operator Holiday pay

GLF-4

$53.60

$96.05 per hour, wages & fringes

Make up day allowed Subdivision of county

County: Statewide Date Rendered:

All Great Lakes, islands therein, & connecting & tributary waters

7/1/2016

—______________________________ -

$67.75

$81.90

X X H H H H H 0 Y

Genesee County Page 16 of 29 Classification Name Description

Straight Hourly

Time and a Half

Double Time Overtime Provision

Operating Engineer Steel Work Forklift, 1 Drum Hoist

EN-324-ef

$58.91

$77.25

$95.58

H H 0 H H H D 0Y

$81.30 $100.98

H H 0 H H H D D Y

$82.80 $102.98

H H D H H H DO Y

$83.07 $103.34

H H D H H H D 0 Y

$84.57 $105.34

H H 0 H H H D D Y

$83.47 $103.88

H H D H H H 0 D Y

$84.97 $105.88

H H 0 H H H 0 D Y

$85.72 $106.88

H H 0 H H H 0 D V

$87.22 $108.88

H H 0 H H H 0 D V

$87.97 $109.88

H H D H H H 0 0 V

$89.47 $111.88

H H D H H H 0 0 V

Make up day allowed Comment 4 lOs allowed M-Th with Friday makeup day because of bad weather

EN-324-SWI2O

Crane wI 120 boom or longer

$61.61

Make up day allowed Comment 4 1 Os allowed M-Th with Friday makeup day because of bad weather Crane wI 120’ boom orlonger wI Oiler

EN-324-5W120-O

$62.61

Make up day allowed Comment 4 lOs allowed M-Th with Friday makeup day because of bad weather

EN-324-SWI4O

Crane wI 140’ boom or longer

$62.79

Make up day allowed Comment 4 1 Os allowed M-Th with Friday makeup day because of bad weather Crane wI 140’ boom or longer WI Oiler

EN-324-S Wi 40-0

$63.79

Make up day allowed Comment 4 lOs allowed M-Th with Friday makeup day because of bad weather

EN-324-SW22O

Boom & Jib 220’ or longer

$63.06

Make up day allowed Comment 4 lOs allowed M-Th with Friday makeup day because of bad weather Crane w/ 220’ boom or longer wI Oiler

EN-324-SW220-Q

$64.06

Make up day allowed Comment 4 lOs allowed M-Th with Friday makeup day because of bad weather

EN-324-SW300

Boom & Jib 300’ or longer

$64.56

Make up day allowed Comment 4 lOs allowed M-Th with Friday makeup day because of bad weather Crane w/ 300’ boom or longer wI Oiler

EN-324-SW300-0

$65.56

Make up day allowed Comment 4 1 Os allowed M-Th with Friday makeup day because of bad weather

EN-324-SW400

Boom & Jib 400’ or longer

$66.06

Make uj~ day allowed Comment 4 1 Os allowed M-Th with Friday makeup day because of bad weather Crane wf 400’ boom or longer w/ Oiler

EN-324-SW400-0

$67.06

Make up day allowed Comment 4 1 Os allowed M-Th with Friday makeup day because of bad weather

County: Genesee Date Rendered:

7/112016

Genesee County Page 17 of29 Classification Name Description

Straight Hourly

Crane Operator, Job Mechanic, 3 Drum Hoist & Excavator

EN-324-SWCO

$61.25

Time and a Half

Double Time Overtime Provision

$80.76 $100.26

HH DH HHDDY

Make up day allowed Comment 4 lOs allowed M-Th with Friday makeup day because of bad weather Apprentice Rates: 0-999 hours

$48.54

$62.19

$75.84

1,000-1,999 hours

$50.50

$65.13

$79.76

2,000-2,999 hours

$52.45

$68.06

$83.66

3,000-3,999 hours

$54.39

$70.96

$87.54

40004,999 hours

$56.35

$73.91

$91.46

5,000 hours

$58.29

$76.82

$95.34

EN-324-SWCO-O

Crane Operatorw/ Oiler

$62.25

$82.26 $102.26

H H 0 H H H D DY

$69.58

$85.36

H H 0 H H H D DY

$79.80

$98.98

H H D H H H D D Y

$67.47

$82.54

H H 0 H H H D D Y

$82.39 $102.44

H H D H H H 0 D Y

$83.89 $104.44

H H 0 H H H 0 0 Y

Make up day allowed Comment 4 lOs allowed M-Th with Friday makeup day because of bad weather Compressor or Welder Operator

EN-324-SWCW

$53.80

Make up day allowed Comment 4 lOs allowed M-Th with Friday makeup day because of bad weather Hoisting Operator, 2 Drum Hoist, & Rubber Tire Backhoe

EN-324-SWHQ

$60.61

Make up day allowed Comment 4 lOs allowed M-Th with Friday makeup day because of bad weather

EN-324-SW0

Oiler

$52.39

Make up day allowed Comment 4 lOs allowed M-Th with Friday makeup day because of bad weather Tower Crane & Derrick where work is 50’ or more above EN-324-SWTD5O $62.34 first level Make up day allowed Comment 4 lOs allowed M-Th with Friday makeup day because of bad weather Tower Crane & Derrick 50 or more w/ Oiler where work station is 50’ or more above first level

EN-324-SWTD5O-O

$63.34

Make up day allowed Comment 4 lOs allowed M-Th with Friday makeup day because of bad weather

County: Genesee Date Rendered:

71112016

Genesee County Page 18 ot29 Classification Name Description

Straight Time and Hourly a Half

Double Time Overtime Provision

Operating Engineer Underground

EN-324A1-UC1

Class I Equipment

$53.14

$68.73

$84.32

H H H H H H H 0Y

Apprentice Rates: 0-999 hours

$42.99

$53.91

$64.82

1000-1,999 hours

$44.54

$56.24

$67.92

2,000-2999 hours

$46.10

$58.58

$71.04

3,000-3,999 hours

$47.60

$60.91

$74.16

4,000-4,999 hours

$49.22

$63.25

$77.28

5,000-5,999 hours

$50.77

$65.57

$80.38

Class II Equipment

EN-324A1-UC2

$48.41

$61.64

$74.86

H H H H H H H D Y

Class Ill Equipment

EN-324A1-UC3

$47.68

$60.54

$73.40

H H H H H H H 0 Y

Class IV Equipment

EN-324A1-UC4

$47.11

$59.69

$72.26

H H H H H H H DY

Master Mechanic

EN-324A1-UMM

$53.39

$69.56

$85.73

H H H H H H H D Y

PT-i 052-BR

$35.80

$47.68

$59.55

X X H X X X H D Y

Painter Painter

The regular weekly work schedule may consist of 4 1 Os on consecutive days, Monday thru Saturday. Make up day allowed Comment A make-up day may be scheduled for work missed due to holiday or inclement weather. Apprentice Rates:

County: Genesee Date Rendered:

71112016

1st year

$23.93

$29.87

$35.81

2nd year, 1st 6 months

$26.30

$33.43

$40.55

2nd year, 2nd 6 months

$28.67

$36S8

$4529

3rd year, lstG months

$31.05

$40.55

$50.05

Until completion

$33.43

$44.12

$54.81

Genesee County Page 19 of 29 Classification Name Description

Straight Hourly

Work of a high risk nature of a falling height up to 30 feet

PT-I 052-HR

$36.10

Time and a Half $48.48

Double Time Overtime Provision $60.85

X X H X X X H D Y

The regular weekly work schedule may consist of 4 1 Os on consecutive days, Monday thru Saturday. Make up day allowed Comment A make-up day may be scheduled for work missed due to holiday or inclement weather. Apprentice Rates: lstyear

$23.73

$29.92

$36.11

2nd year. 1st 6 months

$26.20

$33.63

$41.05

2nd year, 2nd 6 months

$28.67

$37.33

$45.99

3rd year, lste months

$31.15

$41.05

$50.95

Until completion

$33.63

$44.77

$55.91

$48.93

$61.45

PT-1052-HRO1

All work of a falling height of 31 -44 feet

$36.40

X X H X X X H 0 V

The regular weekly work schedule may consist of 4 lOs on consecutive days, Monday thru Saturday. Make up day allowed Comment A make-up day may be scheduled for work missed due to holiday or inclement weather. ApprentIce Rates:

All work of a falling height of 45-59 feet

lstyear

$23.87

$30.13

$36.39

2nd year, lstG months

$26.38

$33.89

$41.41

2nd year, 2nd 6 months

$28.89

$37.66

$46.43

3rd year, 1st 6 months

$31.39

$41.41

$51.43

Until completion

$33.89

$45.16

$56.43

$49.08

$61.65

PT-I 052-HRO2

-

$36.50

The regular weekly work schedule may consist of 4 1 Os on consecutive days, Monday thru Saturday. Make up day allowed Comment A make-up day may be scheduled for work missed due to holiday or inclement weather. Apprentice Rates:

County: Genesee Date Rendered:

71112016

1st year

$23.93

$30.22

$36.51

2nd year, lstG months

$26.44

$33.99

$41.53

2nd year, 2nd 6 months

$28.95

$37.75

$46.55

3rd year, 1st 6 months

$31.47

$41.53

$51.59

Until completion

$33.99

$45.31

$56.63

X X H X X X H D V

Genesee County Page 20 of 29 Classification Name Description

Straight Hourly

PT-i 052-HRO3

All work of a falling height of 60-74 feet

$36.60

Time and a Half $49.23

Double Time Overtime Provision $61.85

X X H X X X H 0Y

The regular weekly work schedule may consist of 4 lOs on consecutive days, Monday thru Saturday. Make up day allowed Comment A make-up day may be scheduled for work missed due to holiday or inclement weather. Apprentice Rates: 1st year

$23.97

$30.28

$36.59

2nd year. 1st 6 months

$26.50

$34.07

$41.65

2nd year. 2nd 6 months

$29.02

$37.85

$46.69

3rd year, 1st 6 months

$31.55

$41.65

$51.75

Until completion

$34.07

$45.43

$56.79

$49.38

$62.05

PT-i 052-HRO4

All work of a falling height of 75-89 feet

$36.70

X X H X X X H D Y

The regular weekly work schedule may consist of 4 lOs on consecutive days, Monday thru Saturday. Make up day allowed Comment A make-up day may be scheduled for work missed due to holiday or inclement weather. Apprentice Rates: 1st year

$24.03

$30.37

$36.71

2nd year, 1st 6 months

$26.56

$34.17

$41.77

2nd year, 2nd 6 months

$29.09

$37.96

$46.83

3rd year, 1st 6 months

$31.63

$41.77

$51.91

Until completion

$34.17

$45.58

$56.99

$49.53

$62.25

PT-i 052-HRO5

All work of a falling height of 90- 104 feet

$36.80

The regular weekly work schedule may consist of 4 1 Os on consecutive days, Monday thru Saturday. Make up day allowed Comment A make-up day may be scheduled for work missed due to holiday or inclement weather. Apprentice Rates:

County: Genesee Date Rendered:

71112016

1st year

$24.07

$30.43

$36.79

2nd year, 1st 6 months

$26.62

$34.25

$41.89

2nd year, 2nd 6 months

$29.16

$38.07

$46.97

3rd year, lstG months

$31.71

$41.89

$52.07

Until completion

$34.25

$45.70

$57.15

X X H X X X H D Y

Genesee County Page 21 of 29 Classification Name Description

Straight Hourly

PT-i 052-HRO6

All work of a falling height of 105- 119 feet

$36.90

Time and a Half $49.68

Double Time Overtime Provision $62.45

X X H X X X H D V

The regular weekly work schedule may consist of 4 lOs on consecutive days, Monday thru Saturday. Make up day allowed Comment A make-up day may be scheduled for work missed due to holiday or inclement weather. Apprentice Rates: 1st year

$24.13

$30.52

$36.91

2nd year, 1st 6 months

$26.68

$34.35

$42.01

2nd year, 2nd 6 months

$29.23

$38.17

$47.11

3rd year, lstG months

$31.79

$42.01

$52.23

Until completion

$34.35

$45.85

$57.35

$49.83

$62.65

PT1O52HRO7

All work of a falling height of 120- 134 feet

$37.00

X X H X X X H D Y

The regular weekly work schedule may consist of 4 lOs on consecutive days, Monday thru Saturday. Make up day allowed Comment A make-up day may be scheduled for work missed due to holiday or inclement weather. Apprentice Rates: 1st year

$24.17

$30.58

$36.99

2nd year, 1st 6 months

$26.74

$34.43

$42.13

2nd year, 2nd 6 months

$29.30

$38.27

$47.25

3rd year, 1st 6 months

$31.87

$42.13

$52.39

Until completion

$34.43

$45.97

$57.51

$49.98

$62.85

PT-1052-HRO8

All work of a falling height of 135-149 feet

$37.10

The regular weekly work schedule may consist of 4 lOs on consecutive days, Monday thru Saturday. Make up day allowed Comment A make-up day may be scheduled for work missed due to holiday or inclement weather. Apprentice Rates:

County: Genesee Date Rendered:

71112016

1st year

$24.23

$30.67

$37.11

2nd year, 1st 6 months

$26.80

$34.53

$42.25

2nd year, 2nd 6 months

$29.37

$38.38

$47.39

3rd year, 1st 6 months

$31.95

$42.25

$52.55

Until completion

$34.53

$46.12

$57.71

X X H X X X H DY

Genesee County Page 22 of 29 Classification Name Description

Straight Hourly

PT-i 052-HRO9

All work of a falling height of 150- 164 feet

$37.20

Time and a Half $50.13

Double Time Qvertime Provision $63.05

X X H X X X I-I D Y

The regular weekly work schedule may consist of 4 lOs on consecutive days, Monday thru Saturday. Make up day allowed Comment A make-up day may be scheduled for work missed due to holiday or inclement weather. Apprentice Rates: 1st year

$24.27

$30.73

$37.19

2nd year, lstG months

$26.86

$34.61

$42.37

2nd year. 2nd 6 months

$29.45

$38.50

$47.55

3rd year. 1st 6 months

$32.03

$42.37

$52.71

Until completion

$34.61

$46.24

$57.87

$50.28

$63.25

PT-i 052-HRI Q

All work of a falling height of 165- 179 feet

$37.30

X X H X X X H D Y

The regular weekly work schedule may consist of 4 lOs on consecutive days, Monday thru Saturday. Make up day allowed Comment A make-up day may be scheduled for work missed due to holiday or inclement weather. Apprentice Rates: 1st year

$24.33

$30.82

$37.31

2nd year, 1st 6 months

$26.92

$34.71

$42.49

2nd year, 2nd 6 months

$29.51

$38.59

$47.67

3rd year, lstG months

$32.11

$42.49

$52.87

Until completion

$34.71

$46.39

$58.07

$50.43

$63.45

PT-i 052-HRi I

All work of a falling height of 180- 194 feet

$37.40

The regular weekly work schedule may consist of 4 lOs on consecutive days, Monday thru Saturday. Make up day allowed Comment A make-up day may be scheduled for work missed due to holiday or inclement weather. Apprentice Rates:

County: Genesee Date Rendered:

71112016

1st year

$24.37

$30.88

$37.39

2nd year, 1st 6 months

$26.98

$34.79

$42.61

2nd year, 2nd 6 months

$29.59

$38.71

$47.83

3rd year, lst6 months

$32.19

$42.61

$53.03

Until completion

$34.79

$46.51

$58.23

X X H X X X H D Y

Genesee County Page 23 of 29 Classification Name Description

Straight• Time and Hourly a Half

PT1052HR12

All work of a falling height of 195-209 feet

$37.50

$50.58

Double Time Overtime Provision $63.65

X X H X X X H DY

The regular weekly work schedule may consist of 4 lOs on consecutive days, Monday thru Saturday. Make up day allowed Comment A make-up day may be scheduled for work missed due to holiday or inclement weather. Apprentice Rates: 1st year

$24.43

$30.97

$37.51

2nd year, 1st 6 months

$27.04

$34.89

$42.73

2nd year, 2nd 6 months

$29.65

$38.80

$47.95

3rd year. 1st 6 months

$32.27

$42.73

$53.19

Until completion

$34.89

$46.66

$58.43

$50.73

$63.85

PT-1052-HRI3

All work of a falling height of 210-224 feet

$37.60

X X H X X X H DY

The regular weekly work schedule may consist of 4 los on consecutive days. Monday thru Saturday. Make up day allowed Comment A make-up day may be scheduled for work missed due to holiday or inclement weather. Apprentice Rates: lstyear

$24.47

$31.03

$37.59

2nd year, 1st 6 months

$27.10

$34.97

$42.85

2nd year, 2nd 6 months

$29.73

$38.92

$48.11

3rd year, lstG months

$32.35

$42.85

$53.35

Until completion

$34.97

$46.78

$58.59

$28.20

$38.20

H H H H H H H H N

Tap cutter/CCTV Tech/Grout Equipment Operator: unit TM247-2 driver and operator of CCTV; grouting equipment and tap cutting equipment

$32.70

$44.95

H H H H H H H H N

CCTV Technician/Combo Unit Operator: unit driver and operator of cctv unit or combo unit in connection with normal cleaning and televising work

TM247-3

$31.45

$43.07

H H H H H H H H N

Boiler Operator: unit driver and operator of steam/water heater units and all ancillary equipment associated

TM247-4

$33.20

$45.70

H H H H H H H H N

Pipe and Manhole Rehab General Laborer for rehab work or normal cleaning and cctv work-top man, scaffold man, CCTV assistant, jetter vac assistant

County: Statewide Date Rendered:

71112016

TM247

-

Statewide County Page 24 of 29 Classification Name Description

Straight Hourly

Time and a Half

Double Time Overtime Provision

Combo Unit driver & Jetter-Vac Operator

TM247-5

$33.20

$45.70

H H H H H H H H N

Pipe Bursting & Slip-lining Equipment Operator

TM247-6

$34.20

$47.20

H H H H H H H H N

BR9-12-PL

$43.56

$56.96

$70.35

Plasterer Plasterer -4 1 Os allowed M-F

H H H H H H H D V

Apprentice Rates: 0-749 hours

$34.18

$42.89

$51.59

750-1499 hours

$35.52

$44.89

$54.27

1500-2249 hours

$30.86

$46.91

$56.95

2250-2999 hours

$38.20

$48.91

$59.63

3000-3749 hours

$39.54

$50.93

$62.31

3750-4499 hours

$40.88

$52.93

$64.99

$36.61

$48.48

$60.34

1st year

$28.30

$36.01

$43.72

2nd year

$30.68

$39.58

$48.48

3rd year

$33.05

$43.14

$53.22

Plasterer

PL16-3 Apprentice Rates:

County: Genesee Date Rendered:

7/112016

H H H H H H H D N

Genesee County Page 26 of 29 Classification Name Description

Straight Hourly

Time and a Half

Double Time Overtime Provision

PlumberS, Pipefitier Plumber & Pipefitter 4 lOs allowed M-F

PL-370

$55.01

$82.07 $109.12

HHHH HHHDY

Apprentice Rates: 1st 6 months

$26.19

$39.01

$51.83

2nd 6 months

$27.99

$41.71

$55.43

3rd 6 months

$34.80

$51.93

$69.05

4th 6 months

$36.61

$54.64

$72.67

5th 6 months

$38.41

$57.34

$76.27

6th 6 months

$40.22

$60.05

$79.89

7th 6 months

$42.02

$62.75

$83.49

8th 6 months

$43.83

$65.47

$87.11

9th 6 months

$45.63

$68.17

$90.71

final 6 months

$47.44

$70.89

$94.33

$38.61

$50.72

$62.82

Apprentice 1

$23.23

$27.64

$32.06

Apprentice 2

$25.14

$30.51

$35.88

Apprentice 3

$27.09

$33.44

$39.78

Apprentice 4

$29.00

$36.30

$43.60

Apprentice S

$30.92

$39.18

$47.44

Apprentice 6

$32.83

$42.04

$51.26

Roofer Commercial Roofer

RO-149-MMA

HH HH HH HDY

Straight time is not to exceed ten (10) hours per day or forty (40) hours per week. Make up day allowed Apprentice Rates:

Sewer Relining

SR-I

$43.66

$59.01

$74.36

HHHHHHHDN

Class I I-Operator of hot water heaters and circulation SR-Il system; water jetters; and vacuum and mechanical debris removal systems and those assisting.

$42.13

$56.72

$71.30

H H H H H H H 0 N

Class I-Operator of audio visual CCTV system including remote in-ground cutter and other equipment used in conjunction with CCTV system.

County: Statewide Date Rendered:

71112016

Genesee County Page26of29 Classification Name Description

Straight Time and Hourly a Half

Double Time Overtime Provision

Sheet Metal Worker Sheet Metal Worker 4 lOs allowed as consecutive days, M-Th orT-F

SHM-7-4

$50.65

$65.08

$79.50

H H H X H H H D Y

Make up day allowed Comment Saturday Apprentice Rates: 1st 6 months

$26.22

$32.71

$39.20

2nd 6 months

$27.66

$34.87

$42.08

3rd 6 months

$29.11

$37.04

$44.98

4th 6 months

$30.55

$39.20

$47.86

5th 6 months

$40.10

$49.47

$58.85

6th 6 months

$41.55

$51.65

$61.75

7th 6 months

$42.99

$53.81

$64.63

8th 6 months

$44.43

$55.97

$67.51

$68.45

$85.26

Sprinkler Fitter

sp 669

Sprinkler Fitter

$51.64

Make up day allowed Apprentice Rates:

County: Genesee Date Rendered:

71112016

Class I

$23.03

$30.60

$38.16

Class 2

$24.71

$33.12

$41.52

Class 3

$34.01

$43.26

$52.50

Class 4

$35.69

$45.78

$55.86

Class 5

$37.62

$48.55

$59.47

Class 6

$39.30

$51.07

$62.83

Class 8

$42.67

$56.12

$69.57

Class 9

$44.35

$58.64

$72.93

Class 10

$46.03

$61.16

$76.29

Class 7

$40.99

$53.60

$66.21

H H H H H H H D Y

Genesee County Page 27 of 29 Classification Name Description

Straight Hourly

Time and a Half

Double Time Overtime Provision

Tile. Marble and Terrano Finisher Finisher-4 los allowed M-F

BR9-12-TF

$35.10

$45.78

$56.46

H H H H H H H DY

Apprentice Rates: 0-749 hours

$27.62

$34.56

$41.50

750-1499 hours

$28.69

$36.16

$43.64

1500-2249 hours

$29.76

$37.77

$45.78

2250-2999 hours

$30.83

$39.38

$47.92

3000-3749 hours

$31.90

$40.98

$50.06

3750-4499 hours

$32.96

$42.57

$52.18

Truck Driver on all trucks of 8 cubic yard capacity or less (except dump TM-RBI trucks of 8 cubic yard capacity or over, tandem axle trucks, transit mix and semis, euclid type equipment, double bottoms and low boys)

$44.10

$48.81

H H H H H H H H Y

of all trucks of 8 cubic yard capacity or over

TM-RB1A

$44.20

$48.96

H H H H H H H H Y

on euclid type equipment

TM-RBIB

$44.35

$49.19

H H H H H H H H V

LAIJC-Z3-1

$33.61

$43.93

$54.25

0-1,000 work hours

$29.08

$37.14

$45.19

1,001-2,000 work hours

$29.98

$38.49

$46.99

2.001-3,000 work hours

$30.89

$39.86

$48.81

3,001-4,000 work hours

$32.70

$42.57

$52.43

Make up day allowed Underground Laborer Open Cut, Class I Construction Laborer

Apprentice Rates:

County: Genesee Date Rendered:

71112018

X X XX X X X D Y

Genesee County Page 28 of 29 Classification Name Description

Straight Hourly

Time and a Half

Double Time Overtime Provision

Underground Laborer Open Cut, Class II Mortar and material mixer, concrete form man, signal man, well point man, manhole, headwall and catch basin builder, guard rail builders, headwall, seawall, breakwall, dock builder and fence erector.

LfiUC-Z3-2

$33.75

$44.14

$54.53

X XXX X X X D V

Apprentice Rates: 0-1,000 work hours

$29.18

$37.29

$45.39

1,001-2,000 work hours

$30.10

$38.67

$47.23

2,001-3,000 work hours

$31.01

$40.04

$49.05

3,0014,000 work hours

$32.84

$42.78

$52.71

$33.87

$44.32

$54.77

Underground Laborer Open Cut, Class Ill Air, gasoline and electric tool operator, vibrator operator, LAUC-Z3-3 drillers, pump man, tar kettle operator, bracers, redder, reinforced steel or mesh man (e.g. wire mesh, steel mats, dowel bars, etc.), cement finisher, welder, pipe jacking and boring man, wagon drill and air track operator and concrete saw operator (under 40 h.p.), windlass and tugger man, and directional boring man.

X X XX X X X D Y

Apprentice Rates: 0-1,000 work hours

$29.27

$37.42

$45.57

1,001-2,000 work hous

$30.19

$38.80

$47.41

2,001-3,000 work hours

$31.11

$40.18

$49.25

3,0014,000 work hours

$32.95

$42.94

$52.93

$33.92

$44.40

$54.87

Underground Laborer Open Cut, Class IV Trench or excavating grade man.

LAIJC-Z3-4 Apprentice Rates:

County: Genesee Date Rendered:

71112016

0-1,000 work hours

$29.31

$37.48

$45.65

1,001-2,000 work hours

$30.23

$38.86

$47.49

2,001-3,000workhours

$31.15

$40.24

$49.33

3,001 4,000 work hours

$33.00

$43.02

$53.03

X XXX X X X U Y

Genesee County Page 29 of 29 Classification Name Description

Straight Hourly

Time and a Half

Double Time Overtime Provision

Underground Laborer Open Cut, Class V Pipe Layer

LAUC-Z3-5

$34.06

$44.61

$55.15

XXX X X X X DY

Apprentice Rates: 0-1,000 work hours

$29.41

$37.64

$45.85

1,001-2,000 work hours

$30.34

$39.03

$47.71

2,001-3,000 work hours

$31.27

$40.42

$49.57

3,001-4,000 work hours

$33.13

$43.22

$53.29

$31.36

$40.56

$49.75

Underground Laborer Open Cut Class VI Grouting man, top man assistant, audio visual television LAUC-Z3-6 operations and all other operations in connection with closed circuit television inspection, pipe cleaning and pipe relining work and the installation & repair of water service pipe & appurtenances

XXX X XXX DY

Apprentice Rates: 0-1,000 work hours

$27.39

$34.60

$41.81

1001-2,000 work hours

$28.18

$35.79

$43.39

2,001-3,000 work hours

$28.98

$36.99

$44.99

3,0014,000 work hours

$30.57

$39.38

$48.17

$28.51

$36.28

$44.05

0-1.000 work hours

$26.25

$31.40

$37.53

1.001-2,000 work hours

$25.90

$32.37

$38.83

2,001-3,000 work hours

$26.56

$33.36

$40.15

3,001 4,000 work hours

$27.86

$35.31

$42.75

Underground Laborer Open Cut, Class VII Restoration laborer, seeding, sodding, planting, cutting, mulching and topsoil grading and the restoration of property such as replacing mail boxes, wood chips. planter boxes, flagstones etc.

~U~z3-7

Apprentice Rates:

County: Genesee Date Rendered:

71112016

XXXXXXXDY

EXHIBITA CHECKLIST OF ITEMS REQUIRED FOR SUBMISSION OF PROPOSAL 17-552 Vendors must complete this sheet and submit with their bid, along with the following items: Checklist form o

completion of Bid Analysis forms



Exhibit D

Capacity information o

Vendor has to provide information on their capacity to perform the work outlined in the proposal

Experience and qualifications o

o o

o

Describe experience your company has in providing similar services (include number of years). Identify all subcontractors (if applicable) and provide same information as proposed vendor. Vendor is to include the name of the landfill in which waste and compost will be disposed for the period of this contract. The City may request financial information of said landfill at a later date. Describe how your company meets or exceeds the minimum qualification of the services requested. Supply at least three (3) references of municipalities (city, county, township, etc.) or communities (or developments) that are similar in size to this request. Please include customer’s name, dates of contracts, summary of services provided, reference contact name, phone number, and address.

Other o

Any information that the vendor would like to submit with their proposal

Con~pletion of Collusion Form Exhibit B Completion of Bid Form and Affidavits Exhibit C -



Please note: failure to submit the above items will result in a rejection of your bid.

22

EXHIBIT B Non-Collusion Affidavit

State of

___________________________

s.s. County of

_________________

I state that I am

_______________________

of

_____________________________

(Title) (Name of Firm) and that I am authorized to make this affidavit on behalf of my Firm, its Owner, Directors and Officers. I am the person responsible in my firm for the price(s) and the amount of the bid. I state that: 1.

2.

3.

4.

5.

The price(s) and the amounts of this bid have been arrived at independently and without consultation, communication or agreement with any other contractor, bidder or potential bidder. Neither the price(s) nor the amount of the bid, and neither the approximate price(s) or the approximate amount of the bid, have been disclosed to any other firm or person who is a bidder or potential bidder, and they will not be disclosed before the bid opening. No attempt has been made or will be made to induce any firm or person to refrain from bidding on this contract, or to submit a bid higher than this bid, or to submit any intentionally high or noncompetitive or other form of complementary bid. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from, any firm or person to submit a discussion with, or inducement from, any firm or person to submit a complementary or noncompetitive bid. its affiliates, subsidiaries, officers, directors and employees are not currently under investigation by any governmental agency and have not in the last four years been convicted or found liable for any act prohibited by State or Federal law in any jurisdiction, involving conspiracy or collusion with respect to bidding on any public contract except as follows: _________________________________,

23

I state that _______________________________________________ understands and (Name of my Firm) Acknowledges that the above representations are material and important, and will be relied on by the City of Flint in awarding the contract(s) for which this bid is submitted. I understand and my firm understands that misstatement in this affidavit is and shall be treated as fraudulent concealment from the City of Flint of the true facts relating to the submission of bids for this contract.

(Signature)

(Printed Name)

(Position/Job Title)

Notary Seal:

24

EXHIBIT C BID FORM Replacement of Lead Service Lines ARTICLE 1— BID RECIPIENT 1.1

This Bid is submitted to: City of Flint 10115. Saginaw St. Flint, MI 48502

1.2

The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the otherterms and conditions of the Bidding Documents.

ARTICLE 2— BIDDER’S ACKNOWLEDGEMENTS 2.01

Bidder accepts all of the terms and conditions of the Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 120 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner.

ARTICLE 3—BIDDER’S REPRESENTATIONS 3.1

In submitting this Bid, Bidder represents that: A.

Bidder has examined and carefully studied the Bidding Documents, and any data and reference items identified in the Bidding Documents, and hereby acknowledges receipt of the following Addenda: Addendum No.

Addendum. Date

B.

Bidder has visited the area, conducted a thorough, alert visual examination of the complete areas, and become familiar with and satisfied itself as to the general, local, and area conditions that may affect cost, progress, and performance of the Work.

C.

Bidder is familiar with and has satisfied itself as to all Laws and Regulations that may affect cost, progress, and performance of the Work.

D. Bidder has considered the information known to Bidder itself; information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Bidding Documents; and any 25

Site-related reports and drawings identified in the Bidding Documents, with respect to the effect of such information, observations, and documents on (1) the cost, progress, and performance of the Work; (2) the means, methods, techniques, sequences, and procedures to be employed by Bidder; and (3) Bidder’s safety precautions and programs. E.

Bidder agrees, based on the information and observations referred to in the preceding paragraph, that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price bid and within the times required, and in accordance with the other terms and conditions of the Bidding Documents.

F.

Bidder is aware of the genera) nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Documents.

S The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions forthe performance and furnishing of the Work. H. The submission of this Bid constitutes an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article, and that without exception the Bid and all prices in the Bid are premised upon performing and furnishing the Work required by the Bidding Documents. ARTICLE 4—BIDDER’S CERTIFICATION 4.1

Bidder certifies that: A. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation; B.

Bidder has not directly dr indirectly induced or solicited any other Bidder to submit a !false or sham Bid;

C.

Bidder has not solicited or induced any individual or entity to refrain from bidding; and

D. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph 4.O1.D: 1.

“corrupt practice” means the offering, giving, receiving, or soliciting of anything of value likely to influence the action of a public official in the bidding process;

2.

“fraudulent practice” means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of Owner, (b) to establish bid prices at artificial non-competitive levels, or (c) to deprive Owner of the benefits of free and open competition; “collusive practice” means a scheme or arrangement between two or more Bidders, with or without the knowledge of Owner, a purpose of which is to establish bid prices at artificial, non-competitive levels; and

3.

4.

“coercive practice” means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect thee execution of the Contract. 26

I state that ________________________________________ understands and (Name of my Firm) Acknowledges that the above representations are material and important, and will be relied on by the City of Flint in awarding the contract(s) for which this bid is submitted. I understand and my firm understands that misstatement in this affidavit is and shall be treated as fraudulent concealment from the City of Flint of the true facts relating to the submission of bids for this contract.

(Signature)

(Printed Name)

(Position/Job Title)

27

BLANK

PAGE

28

EXHIBIT D BID ANALYSIS FORM VENDORS MUST COMPLETE THESE SECTIONS

SERVICE LEAD REPLACMENT LOCATIONS Area 3 (South): 345 Campbell between Grand Traverse and Hargott: 65 homes Leland between Grand Traverse and Hargott: 70 homes Crawford between Grand Traverse and Hargott: 70 homes Alvord between Grand Traverse and Hargott: 70 homes Clinton between Grand Traverse and Hargott: 70 homes

29

This bid document has been designed for the Contractor to submit pricing on a “lump sum” style bid with the listed degrees of change and requirements. No allowance for varying difficulty of installation, material costs, etc. will be granted unless specifically listed below. All categories shall include all work necessary, as detailed in this document, to excavate, install and restore service lines of the designated lengths. Lengths are measured in total length of placed service line, regardless of fixtures (le. Regardless whether it is a full or partial replacement). Regarding materials, each bid category includes the service line, curb stop & box, and any necessary connections/adaptors to make the connections at the watermain, curb stop and house, depending on if it is a full replacement or a partial. Service lines 1.5” and greater include a new corporation and re-tapping of the watermain. —

Construction Example The construction of an “Average” Full Replacement would consist of excavating, installing 50’ of pipe from Curb Stop to main, installing 50’ of pipe from Curb Stop to residential home connecting to water meter, installing of new curb stop with fittings and stop box, curb cut (1 O’Xl 0’), and proper testing performed to validate site operational (see attached drawing) —

The Contractor will be assigned and is required to complete 100 leads from the above location list. The assigned locations will be a mixture of partial (curb stop to home or watermain) and full (watermain to home) replacements. Every type of installation will require a new curb stop and box. If the Contractor completes the 100 locations ahead of schedule and/or weather cooperates the City may offer more locations to the Contractor at the set bid prices. These additional locations will be expected to be completed at a pace of 25 locations per week or better. —

.

Size of Service Line Installed

3/4

Cost

Cost

Cost

Cost

Cost

To replace a water service line up to 20.0 feet in total length

To replace a water service line from 20.1 40.0 feet in total length

To replace a water service line from 40.1 60.0 feet in total length

To replace a water service line from 60.1 80.0 feet in total length

To replace a water service line over 80.0 feet in total length

Per Unit (A)

Per Unit (B)

Per Unit (C)

Per Unit (D)

Per Unit (E)

-

-

-

I’

1 1 5”

2”

30

Description

Price per Unit

Cut and Cap Service Line of an Abandoned House **

$

/per Home

Note: This pay item is to be used if a contractorencounters an abandoned house lead while excavating at the main to replace

the service line of another home. The excavation and backfill is paid forthrough the line replacement pay item for the other lead. This item only includes cutting and capping an already exposed service.

Description

Price per Unit

Excavate and Backfill a Standard Line

$

/per Unit

Note: This pay item is to be used if a contractor encounters a copper line when excavating for replacement. No line

Description

Price per Unit

Repair a Broken Sanitary Lead

$

/per Unit

Note: This pay item is to be used if a sanitary lead is broken through no fault of the contractor

Description

Price per Unit

Remove and Dispose of Contaminated Soil ““

$

/perSyd

Note: This pay item is to be used if contaminated soil is encountered

Description Please provide the Discount per Location if the City were to make the initial contact with the residents and obtain the consents from the Property Owners and Residents.

Price per Unit

$

Less /per Home

31

Tree Removal

Quantity

1-6 inches in diameter

1

7-12 inches in diameter

1

13-24 inches in diameter

1

25-36 inches in diameter

1

Over 48 inches in diameter

1

**

Price to Remove

Extended Price (Quantity X_Unit_Price)

Tree Prices include removal of the tree, necessary roots, stump and restoration of the yard to grade.

Alternate Bid #1

-

The City, at its discretion, may accept restoration by the contractor or their subcontractor at the below prices: Description Price per Unit Restore Asphalt Roadway or Driveway

$

/per Syd

Asphalt pavement repairs shall be placed within two weeks after utility installation. All pavements removed shall be replaced in accordance with the following; A. A minimum of 3.5 inches compacted thickness of HMA shall be placed over compacted limestone (Previously Placed Remove top 3.5”). The Contractor shall place MDOT mix 13A in two lifts. B. Installation shall conform to the current MDOT Standard Specification for Construction manual. C. All temporary repairs shall be maintained in good condition and kept up to grade at all times until the final pavement repair is made. -

32

Description Restore Concrete or Brick Roadway or Concrete Driveway

Price per Unit

$

/per Syd

Concrete pavement repairs shall be placed within two weeks after utility installation. All pavements removed shall be replaced in accordance with the following: A. A minimum of 6.0 inches of concrete shall be placed over compacted limestone (Previously Placed Remove top 6.0”). Brick roadway areas shall be restored with concrete. B. Installation and material requirements shall conform to the current MDOT Standard Specification for Construction manual. C. All temporary repairs shall be maintained in good condition and kept up to grade at all times until the final pavement repair is made. -

Description Restore Curb & Gutter

Price per Unit

$

/per Lft

Curb & Gutter repairs shall be placed within two weeks after utility installation. All Curb & gutter removed shall be replaced in accordance with the following: A. Curb & Cutter replacement shall match the existing curb & gutter profile. Reinforcement shall be used if the current curb is reinforced. B. Installation and material requirements shall conform to the current MDOT Standard Specification for Construction manual. C. All temporary repairs shall be maintained in good condition and kept up to grade at all times until the final pavement repair is made.

Description Restore Sidewalk

Price per Unit

$

Iper Sf1

Sidewalk repairs shall be placed within two weeks after utility installation. All sidewalk removed shall be replaced in accordance with the following: A. Sidewalk shall be placed 4” in thickness. Replacement shall match the existing sidewalk width. B. Installation and material requirements shall conform to the current MDOT Standard Specification for Construction manual. C. All temporary repairs shall be maintained in good condition and kept up to grade at all times until the final pavement repair is made.

33

Certification Form Note THIS PAGE MUST BE COMPLETED AND INCLUDED WITH THE SUBMITTAL: The undersigned hereby certifies, on behalf of the respondent named in this Certification (the “Respondent”), that the information provided in this offer submitted to the City of Flint is accurate and complete, and that I am duly authorized to submit same. I hereby certify that the Respondent has reviewed all documents and requirements included in this offer and accept its terms and conditions. Fed. ID #:

________________

COMPANY NAME (Respondent):_____________________________________________ ADDRESS

______________________________________________

CITY/STATE/ZIP

_________________________________________________

PHONE

: _____________________FAX:________________________

E-MAIL

____________________________________________________

PRINT NAME and Title

____________________________________________________ (Authorized Representative)

SIGNED

: _________________________________________________ (Authorized Representative)

34