county of inghampu.ingham.org/portals/pu/86-14 asphalt parking lot replacement so.pdf · astm d...

87
County of Ingham Request for Proposals Packet #86-14 Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office Sealed Proposals Due: August 4, 2014 at 11:00 A.M. Sealed Proposals shall be delivered to the: Ingham County Purchasing Department P.O. Box 319 121 E. Maple St. Mason, Michigan 48854 Phone: (517) 676-7222

Upload: others

Post on 15-Mar-2020

6 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

County of Ingham

Request for Proposals

Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County

Sheriff’s Office

Sealed Proposals Due:

August 4, 2014 at 11:00 A.M.

Sealed Proposals shall be delivered to the:

Ingham County Purchasing Department

P.O. Box 319

121 E. Maple St.

Mason, Michigan 48854

Phone: (517) 676-7222

Page 2: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 2

1.0 PURPOSE

Ingham County (County) seeks proposals from experienced and qualified asphalt vendors for the

Asphalt Parking Lot Replacement Project at the Ingham County Sheriff’s Office.

2.0 OWNER

County of Ingham

121 E. Maple St.

Mason, Michigan 48854

3.0 CONSULTANT/ENGINEER

Robert J. Pfauth, II

Pavement Consultants, Inc.

840 S. Smith Road

Eaton Rapids, MI 48827

Phone (cell): (517) 881-5499

Fax: (517) 580-0785

Email: [email protected]

4.0 LOCATION

Ingham County Sheriff’s Office

630 N. Cedar St.

Mason, MI 48854

5.0 PRE-BID MEETING

A mandatory pre-bid meeting is scheduled for July 15, 2014 at 8:00 A.M. local time prevailing, in

the Paul Cole Conference Room of the Ingham County Sheriff’s Office.

Attendance at this meeting is important in order to fully understand the bid documents. Please send a

representative to this meeting if you are planning on bidding. The purpose of this meeting is to allow

proposers an opportunity to present questions and obtain clarification relative to any facet of this

solicitation. Any material changes resulting from this meeting will be issued in a written addendum.

Send an e-mail to [email protected] or call (517) 676-7222 to register for the meeting.

Only those vendors attending the meeting will be allowed to submit a proposal.

6.0 EXAMINATION OF BIDDING DOCUMENTS AND SITE

Before submitting a bid, each bidder must (a) examine the bidding documents thoroughly; (b)

familiarize himself/herself with Federal, State, and local laws, ordinances, rules and regulations

Page 3: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 3

affecting performance of the work; and, (c) carefully correlate his/her observations with the

requirements of the bidding documents.

The bidder shall be responsible for investigating and evaluating subsurface or latent physical

conditions along the site of the work. Where information concerning existing conditions, including

subsurface conditions, is provided or mentioned in the RFP, such information is provided for the

convenience of the bidder and to provide the bidder information known by Ingham County. However,

Ingham County does not represent or guarantee any specific site conditions, including subsurface

conditions. The bidder shall be solely responsible for all necessary site investigations and

measurements to ensure the bid is based on conditions, which exist in and adjacent to the project site.

The submission of a bid will constitute an incontrovertible representation by the bidder that he/she

has complied with and understands every requirement of these instructions. Failure or omission of

the bidder to do all of the foregoing shall in no way relieve the bidder from any obligations in respect

to his/her bid.

7.0 SCOPE OF WORK

7.1 GENERAL

1. It is the intent of this project to pulverize (Crush & Shape) a portion of the existing asphalt

parking lot where indicated. The pavement, which averages approximately 4.50 inches in

thickness shall be uniformly crushed. Ninety-five percent (95%) of the crushed material must

have a maximum particle size of 1.5 inches, with no particle size exceeding 4 inches. The

crushed material, at a moisture content not greater than optimum, shall be compacted to not

less than ninety-eight percent (95%) of its maximum unit weight. This item will be paid for

by the square yard, and shall include scarifying, crushing, grading, shaping, rolling and

compacting the existing HMA. Any water needed to obtain the required density shall be

incidental to this item. Any aggregate base required to supplement or bolster the existing

aggregate shall be MDOT 22A and shall be furnished, installed and paid for by the ton.

2. Once the above work is completed, the contractor will proof roll the new base with a loaded

truck, which meets the approval of the Consultant, to determine if there are any soft or

unstable areas. If any of these conditions are encountered, the contractor will do subgrade

undercutting, type II as indicated by the engineer. In these undercut areas, drainable fill shall

be used up to the bottom of the existing aggregate base. Aggregate base required to complete

the undercut areas shall be acceptable to the Consultant. This item shall be included by the

cubic yard. Any additional aggregate required to bolster the existing base shall be paid for by

the ton.

3. Four-inch perforated, geotextile wrapped, underdrains shall be installed as directed, and

connected to the existing drainage structures. The actual placement of these underdrains will

be determined in the field, by the Consultant. Any excess material generated by this process

and unable to be utilized in this project shall be removed from the site and properly disposed.

Page 4: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 4

4. Throughout the duration of this project, the Contractor shall have available a water truck,

capable of sprinkling the grade, and maintaining the moisture content of the aggregate base to

within two percent on either side of the optimum moisture content.

5. Once the preceding work has been completed, asphalt pavement will be placed. The new

asphalt pavement shall consist of two inches of 13A Modified base course, a bond coat of SS-

1H, applied uniformly, at a rate of 0.10-0.15 gallons per square yard, followed by one and one

half inches of 36A Modified surface. The technical specifications for these mixes are outlined

below.

6. Restoration shall consist of topsoil, seed, and mulch, as required.

7. Stripe pavement to its original configuration.

8. Contractor is responsible for all layout and grade staking.

9. All permits will be obtained by the Contractor. Minimum traffic control shall provide for safe

ingress and egress, and protection of employees and inmates from the construction operation. A

traffic control plan provided by the Contractor shall be approved by the Consultant.

10. All materials not incorporated into the work will be removed from the site; any areas that are

disturbed by the construction will be repaired to a “like” condition. Payment for this work will be

included in other items of work.

7.2 TERMINOLOGY

Quality Control (QC) - All activities that have to do with making the quality of a product according to

specifications, including training, materials sampling and testing, project oversight, and documentation.

Quality Assurance (QA) - All activities that have to do with making the quality of a product according to

specifications including materials sampling and testing, construction inspection, and review of contractor

quality control documentation.

Bituminous Mix Design - The selection and proportioning of aggregate(s), mineral filler (if required),

reclaimed asphalt pavement (RAP) and asphalt binder such that the specified mixture design criteria are

met. Laboratory evaluation is required to determine if the stated mix design complies with specifications.

Job Mix Formula (JMF) - A bituminous mixture for a specific project. This may include adjustments to

the mix design to optimize the field application.

Target Value - A JMF parameter value that may be adjusted, if approved by the engineer, to account for

changes in the physical properties of the mixture.

JMF Adjustment - The contractor may propose an adjustment to the JMF based upon QC and/or QA test

results. The proposed JMF must meet the requirements of the 2003 Standard Specifications for

Page 5: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 5

Construction. When approved by the engineer, a JMF adjustment may be applied retroactively to one lot,

for parameters with target values.

Voids in Mineral Aggregate (VMA) - The volume of void space between the aggregate particles of a

compacted paving mixture that includes the air voids and the asphalt binder, including the absorbed

asphalt binder, expressed as a percent of the total volume of mixture.

Effective Specific Gravity (Gse) - The ratio of the oven dry weight in air of a unit volume of an aggregate

(excluding voids permeable to asphalt) at a stated temperature to the weight of an equal volume of water

at a stated temperature.

Bulk Specific Gravity of Aggregate (Gsb) - The ratio of the oven dry weight in air of a unit volume of an

aggregate at a stated temperature to the weight of an equal volume of water at a stated temperature.

Maximum Specific Gravity of Mixture (Gmm) - The ratio of the weight in air of a unit volume of an

uncompacted bituminous paving mixture at a stated temperature to the weight of an equal volume of

water at the same temperature.

Lot - Bituminous mixture produced and placed under this special provision is evaluated on a lot-by-lot

basis. A lot is made up of a discrete tonnage of one mixture. Each lot is made up of three sublots. These

sublots will be of approximately equal size up to a maximum of 2000 tons. The sublot size shall be

approved by the engineer prior to the start of production. The contractor may request a change in the

sublot size during production based upon the contractor’s ability to produce a mixture that meets the

specification contained within the contract documents, and upon approval of the engineer.

If only one or two sublots are included in a lot at the end of production, they will be combined with the

previous lot using the same mix, and this combined lot will be evaluated based upon all sublot samples.

Lot Average Test Result - The average of all sublot QA test results, for a specific parameter, for the lot.

Test results for any sublot removed from the project will not be used in calculating a lot average.

However, the replacement material will be tested and the results included in the lot average.

Process Quality Control Targets - These targets are established by the contractor based upon initial

production lot test results (and from any approved trial run) for air voids, VMA, asphalt binder content

and Gmm. QC tolerances will be applied to these established targets to determine the need for production

changes, including stopping production, to control the quality of the product. Process quality control

targets must be reported to the engineer prior to the end of placement of the second lot.

Rounding of Numbers - Rounding of numerical data will follow ASTM E 29-93a, as described in the

MDOT Bituminous QC/QA Procedures Manual of Field Testing.

Random Sampling - Selection of QA samples (bituminous mixture and density) and verification samples

will be by a random process managed by the engineer. The contractor will be given the opportunity to

observe the sampling process. However, the random numbers selected and the sampling locations will

not be revealed to the contractor until the time of sampling in order to avoid bias in the random sampling

Page 6: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 6

process.

7.3 SAMPLING AND TESTING

The following sampling and testing procedures are to be followed in completing this work:

ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures

Using Marshall Apparatus (Section 4.5).

ASTM D 2172 Test Methods for Quantitative Extraction of Bitumen from Bituminous

Paving Mixtures.

ASTM D 2041 Test Method for Theoretical Maximum Specific Gravity and Density of

Bituminous Paving Mixtures.

ASTM D 2726 Test Method for Bulk Specific Gravity and Density of Compacted

Bituminous Mixtures Using Saturated Surface-Dry Specimens.

ASTM C 136 Test Method for Sieve Analysis of Fine and Coarse Aggregates.

ASTM C 117 Test Method for Materials Finer Than 75-µm (no. 200) Sieve in Mineral

Aggregates by Washing.

ASTM E 29 Practice for Using Significant Digits in Test Data to Determine Conformance

with Specifications.

MTM (Michigan Test Method) 311 Determining Aggregate Gradation for Bituminous

Mixture.

MTM 117 Determining Percentage of Crushed Particles in Aggregates.

MTM 118 Measuring Fine Aggregate Angularity.

MTM 110 Determining Deleterious and Objectionable Particles in Aggregates.

MTM 319 Determination of Asphalt Content from Asphalt Paving Mixtures by the

Ignition Method.

MTM 313 Sampling Bituminous Mixtures.

Equipment. All equipment requirements to perform these sampling and testing

procedures shall apply.

Page 7: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 7

7.4 QUALITY CONTROL (CONTRACTOR)

a. Bituminous Mixture: The contractor will take random samples of loose mixture at least every

400 tons of mixture, or a sampling frequency agreed upon with the engineer. The engineer will be

provided a split sample of all QC samples taken by the contractor. This sample may be taken

anywhere in the production process, except behind the paver. The contractor will be responsible

for establishing process quality control targets for air voids, asphalt binder content, aggregate

gradation, Gmm, obtaining QC samples, and conducting QC testing in accordance with the

contractor’s quality control plan (QCP).

Each QC sample shall be identified to allow all test reports to be linked to a specific lot or sublot

within the project.

The contractor shall maintain daily control charts and have them available for review at the plant at

all times. Copies of these control charts shall be provided to the engineer if requested. All test

results shall be plotted and used in quality control decisions. When corrective action is necessary,

the contractor shall notify the engineer in writing of the specific action taken, if it required a JMF

adjustment.

b. In-place Density: The contractor will have a density gage available for quality control testing

during the compaction process. The contractor will also have the capability to take 6” cores from

random locations throughout the paved area for acceptance testing. The contractor may take up to

three informational cores from each mixture type, to help correlate the density gage. Minimum in-

place density shall average 95 percent of theoretical maximum density, Gmm.

7.5 QUALITY ASSURANCE (ENGINEER)

a. Bituminous Mixture: The engineer may collect bituminous mixture (loose) quality assurance

samples and provide the contractor with splits of these samples. If the criteria for the verification

procedure are satisfied, the contractor’s test results may be incorporated into the acceptance and

payment decisions for the mixture. During the course of production, the engineer may acquire

random samples at any point in the production process. These samples may be tested to determine

if the mixture, the aggregate and the binder meet all of the specification requirements contained in

the contract document. As the samples are collected, the engineer may assign an alphanumeric

identifier to the sample and split, which can be used to trace the test results to the lot and sublot.

This alphanumeric identifier may be included on all engineer test reports associated with that

sample. An example is 4-2-A, which might designate the engineer’s split (A) of the sample from

sublot 2 of lot 4 on a project.

A minimum 16,000 gram sample may be taken. The sample will be divided equally for contractor

and engineer testing. The following tests may be conducted by the engineer on the QA sample

splits.

1. Maximum Specific Gravity, Gmm (ASTM D 2041)

Page 8: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 8

2. Bulk Compacted Density (ASTM D 1559, paragraph 4.5)

3. Air Voids (calculated)

4. Voids in Mineral Aggregate, VMA (calculated)

5. Composition of the Mixture - Asphalt binder content based on calculated value using

sublot maximum specific gravity (Gmm) and current JMF effective specific gravity

(Gse). The retained Gmm sample may be used for gradation (ASTM C 136, C 117) and

crushed particle content (MTM 117) from extracted (ASTM D 2172) or incinerated

(MTM 319) aggregate, or from MTM 311.

b. In-Place Density: The engineer may identify random core sample locations for each sublot

based on longitudinal and transverse measurements. The engineer will mark each core location

with a paint dot, which represents the center of the core. The contractor shall drill a 6” core sample

at each core location. The contractor shall notify the engineer sufficiently in advance of coring to

ensure that a representative can be present to witness the coring and take possession of the core.

The core density shall be calculated using the TMD from the test data obtained from that day’s

sample. The core samples shall be taken after final rolling.

As an option, when mutually agreed to by the engineer and contractor, the core samples may be

waived and the density gage will be used for acceptance testing.

Core samples shall not be damaged during removal from the pavement. If, for any reason, a core is

damaged or determined not to be representative at the time of coring, the engineer will evaluate and

document the problem and determine if re-coring is necessary.

All previous pavement, base aggregate or bond coat material shall be sawed off the bottom of the

core samples.

The core holes shall be filled with hot mixture and thoroughly compacted as part of the coring

operation. The method of filling holes and obtaining compaction shall be agreed upon prior to

production. Pavement density acceptance testing will be completed within one (1) work day after

the cores were taken. Testing will be in accordance with ASTM D 2726. The test results on the

compacted bituminous mixture will be used as a basis of acceptance and payment.

7.6 VERIFICATION OF QUALITY CONTROL TEST

a. General Procedure: The engineer will review the contractor’s sampling and testing

procedures, their test results and any engineer quality assurance test results. If, in the opinion of the

engineer, sampling and testing procedures are proper, the contractor’s quality control test data may

be used for acceptance decisions.

The contractor’s QC test results may be considered verified if the following criteria are satisfied:

1. The difference between the contractor’s QC test results and the JMF fall within the

single test tolerance shown in Table 1, or

2. The difference between the engineer’s test results and the contractor’s test results fall

Page 9: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 9

within the single test tolerance shown in Table 1.

If the difference between the contractor’s QC test results, compared to the JMF, exceeds the single

test tolerances shown in Table 1, the engineer’s test results will be used as the acceptance test. If

the sublot is not verified, the contractor shall be notified and given a copy of the test results. Both

the contractor and the engineer will verify that testing equipment is calibrated and operating

properly, and correct testing procedures have been followed. Unless it is documented that the

difference resulted from equipment or procedural problems, the engineer’s test results will remain

as the acceptance test of record.

The cost of one verification test per mixture type shall be paid by the owner. Any additional

mixture verification testing for acceptance shall be paid for by the contractor.

7.7 PROJECT DOCUMENTATION

a. General: The format of all test reports and quality control charts to be submitted by the

contractor will be approved by the engineer before mixture production is allowed to

commence. Suggested formats of reports and charts are available from the engineer. Project

documentation to be provided by the contractor shall include, but may not be limited to, the

following.

b. Lot Basis:

1. A complete report of QC tests shall be submitted to the engineer within 24 hours of

the time the last tests were completed.

2. Control charts of all test data must be current (data should be plotted as soon as the

test is complete) and available for review by the engineer.

c. Project Summation:

1. Control charts for all test data indicating individual test values, lot averages and the

running average of five.

2. A tabulation of all test data including sublot data, lot averages, project average,

project standard deviation and a projection of which lots are subject to a price

adjustment.

7.8 MEASUREMENT AND PAYMENT

Bituminous mixture will be paid for at the bituminous mixture contract unit price.

Bituminous Mixture Price Adjustment

a. General: Adjustments to the contract unit price for bituminous mixture will be

calculated for each of four sets of criteria. The largest adjustment allowable in each case

will be imposed and unit price adjustments will be applied cumulatively (lot pavement

density + pavement density + bituminous mixture + failure to suspend operations) to the

affected tonnage. Each of the unit price adjustments is detailed below.

Page 10: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 10

b. Bituminous Mixture: If, for asphalt binder content, air voids, Gmm or VMA, the

difference between the lot average and the JMF is within the lot average tolerance shown in

Table 2, no adjustment will be made to the unit price for Bituminous Mixture under this

criteria. If the lot average tolerance is exceeded for one or more parameter(s), a negative

adjustment will be made to the contract unit price for Bituminous Mixture in accordance

with Table 2. Only the largest of the four possible pay adjustments for this set of criteria

will be assessed. This price adjustment is applied to the entire lot tonnage.

c. Pavement Density: Based on pavement cores or the density gage, either a 10 percent or

a 25 percent adjustment in the Bituminous Mixture contract unit price may be imposed.

The following criteria will be used and only the highest calculated pavement density price

adjustment will be applied. This price adjustment is applied to the entire lot tonnage.

1. A negative 10 percent adjustment in the Bituminous Mixture contract unit price will

be imposed if the lot average pavement density is less than 95.0 percent, but equal to, or

greater than, 94.0 percent.

2. A negative 25 percent adjustment in the Bituminous Mixture contract unit price will

be imposed if the lot average pavement density is less than 94.0 percent, but equal to, or

greater than, 92.0 percent.

7.9 REMOVAL

a. General: The cost of the mixture removed and the removal cost will be borne by the

contractor. Removal decisions will be applied to individual sublots.

b. If the pavement density for any sublot (average of sublot cores) is less than 92.0 percent, the

contractor shall remove and replace the sublot.

c. The engineer reserves the right to evaluate any sublot whose test results for asphalt binder

content, Gmm, VMA, or air voids, exceed the single test tolerances shown in Table 1. If the

engineer determines that the in-place mixture will not perform in accordance with normal

standards, the contractor shall remove and replace the sublot.

TABLE 1 : Bituminous Quality Assurance Testing Tolerances ( + or - ) from

JMF

Parameter Single Test Lot Average

Air Voids 1.00% 0.60%

Voids in Mineral Aggregate (VMA)* 1.20% 0.75%**

Maximum Specific Gravity (Gmm)* 0.019 0.012

Asphalt Binder Content* 0.50% 0.35%

*Parameters with Target Values

**Or less, determined by VMA Value from the 2003 Standard Specifications for

Page 11: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 11

Construction.

The engineer retains the authority to make necessary adjustments to the JMF to

ensure compliance with the intent of the specifications.

TABLE 2: Bituminous Mixture Pay Adjustments

Parameter

(lot average)

Deviation (d) Negative Unit Price

Adjustment (%)

Asphalt Binder Content

(deviation from JMF)

0.35 < d < 0.55

d > 0.55

10

25

Air Voids

(deviation from JMF)

0.6 < d < 0.7

0.7 < d < 0.8

0.8 < d < 1.0

1.0 < d < 1.1

1.1 < d < 1.2

d > 1.2

2

4

6

8

10

25

Maximum Specific Gravity (Gmm)

(deviation from JMF)

0.012 < d < 0.014

0.014< d < 0.015

0.015< d < 0.017

0.017< d < 0.019

0.019< d < 0.021

d > 0.021

2

4

6

8

10

25

Voids in Mineral

Aggregate (VMA)

(deviation below minimum value in the

2003 Standard Specifications for

Construction)

0.0 < d < 0.1

0.1 < d < 0.3

0.3 < d < 0.4

0.4 < d < 0.5

0.5 < d < 0.6

d > 0.6

2

4

6

8

10

25

Page 12: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 12

7.10 TECHNICAL SPECIFICATIONS

Section 304. Bituminous Mixtures

304.01 Description. Construct the bituminous leveling and surface courses.

The contractor will furnish all necessary machinery, tools, apparatus and other means of construction to

do all the work, and furnish all the materials, except as otherwise specified, to complete the work in strict

accordance with the plans and specifications included in this proposal, and in strict compliance with the

2003 Michigan Department of Transportation Standard Specifications for Construction and special

provisions.

304.02 Technical Specifications

1. Mix Design

Submit a four-point mix design, including regression chart, to the owner for review and approval. Mix design should follow the format as indicated in the Asphalt Institute Manual MS-2 Marshall Stability Method. The mixture maximum specific gravity shall be run at each point and an aggregate effective specific gravity will be calculated for each point. It is the intent of this specification for the contractor to produce mixture at the following parameters. If the engineer believes the contractor is producing mixture at the high end or low end of any of these specification limits, the engineer shall have the authority to make any changes he feels necessary to bring the mixture back to the specified parameters.

A. MIXTURE NUMBER: 13A Mod. 36A Mod.

VMA % (eff. spec. gravity) 15.5 16.5

Air voids %* 2.5* 2.5*

Fines to binder ratio (max.) 1.2 1.2

Fine angularity min.MTM

118

2.5 3.0

L.A. Abrasion % max. 40 40

Soft Particle % max. 8 6*

B. GRADATIONS - Percent passing indicated sieve:

1” 100 100

3/4” 100 100

1/2” 75-95 100

3/8” 60-90 92-00

#4 45-80 65-90

#8 30-65 55-75

#16 20-50 --

#30 15-40 25-45

#50 10-25 --

#100 5-15 --

Page 13: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 13

#200 3-6 3-7

Crush (min.) MTM 117 50* 60

* Modified from MDOT specifications.

C. Final binder properties shall meet asphalt PG 58-28 for this project.

D. If the binder obtained from the RAP exceeds 17 percent of the total binder in the

mixture, the contractor shall furnish documentation (i.e., blending chart) in order

to determine the proper grade of the virgin binder required to achieve the desired

final binder properties.

2. In-Place Density

The average in-place density of the mixture shall be a minimum of 95 percent of

theoretical maximum density.

7.11 FIVE-YEAR WARRANTY

It is the intent of this document to provide the owner with a five-year warranty against defects caused

by deficiencies in the materials and/or workmanship provided on this project. The warranty covers the

following conditions:

1. Cracking as defined shall be any crack caused by improper joints in the pavement, either

a construction joint, a butt joint, or any cracking caused by expansion or contraction of the

pavement, i.e., thermal cracking. Cracks caused by fatigue or settlement will not be

covered by this warranty.

2. Delamination as defined shall be any instance where the surface course de-bonds from

the underlying layer of asphalt pavement, causing slippage or complete separation.

3. Raveling as defined shall be any area where the aggregate or matrix becomes loose, or

separates from the asphalt pavement. This condition will generally be caused by poor

density or segregation.

Remedies for the conditions described above will be as follows:

1. Cracking. Any cracks over 3’ in length and/or wider than 1/8” shall be corrected by

routing/sawing and sealing or overband sealing, as directed by the engineer, with a

sealer approved by the engineer.

2. Delamination. Any area that exhibits delamination will be repaired by removing the

surface course and cleaning the leveling course, installing a bond coat and furnishing and

installing a new surface course of a like hot mix asphalt.

Page 14: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 14

3. Raveling. Any area that exhibits raveling, or a loss of aggregate or matrix, will be

repaired by removing the distressed area, cleaning the leveling course, applying a bond coat

and furnishing and installing a new surface course of a like hot mix asphalt.

At least once a year, for the duration of the warranty period, the owner will inspect the pavement to

determine if any warranty work is necessary. If deficiencies are found, the owner will notify the

contractor in writing as to the extent of the repairs needed. The contractor may also inspect the lot

from time to time to determine if any warranty work is necessary. The contractor will be allowed

to perform any warranty work that he feels will retard any further deterioration of any of the

warranted conditions.

8.0 INSTRUCTIONS TO BIDDERS - SUBMISSION REQUIREMENTS

8.1 Bid Guarantee

Each bid must be accompanied by a bid guarantee in an amount equal to five percent (5%) of the total

bid amount. Guarantee shall be in the form of a bid bond executed by an approved surety company,

made payable to the County of Ingham. Bid guarantee shall run for a period of not less than ninety

(90) days. If the successful bidder fails to furnish satisfactory bonds and insurance certificates within

ten (10) days after Notice of Award, such guarantee shall be forfeited to The Owner as liquidated

damages. The guarantees of the three lowest bidders will be retained until the bonds and insurance of

the Contractor have been approved by the Owner. The bid guarantees of all other bidders will be

returned within ten (10) days after the bid opening.

8.2 Registering as a Vendor with Ingham County

Bidders who have not registered their company with the County should do so by visiting

www.ingham.org/purchasing or by calling the Purchasing Department at (517) 676-7222 for

assistance.

Vendors registering to provide goods and services to Ingham County under contract shall certify to

their knowledge of the County's Equal Opportunity Employment / Nondiscrimination Policy, and of

their agreement to comply, and shall disclose any conclusive findings of violations of Federal, State,

or local equal opportunity statutes, ordinances, rules/regulations, or policies within the past three (3)

years.

8.3 Pre-opening Inquires and Response

Any explanation desired by a bidder regarding the meaning or interpretation of this RFP and

attachments must be requested to the Ingham County Purchasing Department, attention James C.

Hudgins, Jr. at [email protected]. The deadline for submitting final questions is 3:00 P.M.

on July 28, 2014.

Page 15: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 15

8.4 Due Date, Time & Location

Proposals will be received no later than 11:00 A.M., local time prevailing, on August 4, 2014 at

which time they will be opened in public and read aloud in the:

Ingham County Purchasing Department

Attention: James C. Hudgins, Jr., Director of Purchasing

PO Box 319

121 E. Maple St., Room 203

Mason, Michigan 48854

Proposals received at other locations or delivered after the due date and time will not be accepted and

will be returned to the proposer.

8.5 Submission of Bids

Bidders are required to submit an original (clearly marked) along with three (3) copies by the date,

time, and place designated above. Proposals must be submitted in a sealed, opaque envelope or

package and be clearly marked on the outside “RFP #86-14 Asphalt Lot Replacement at the

Ingham County Sheriff’s Office”. Be sure to include the name of your firm on the outside of the

envelope or package.

Responses to this RFP should be concise and must include all the requested information. Bidders shall

complete and include with their submittals the following enclosed items:

Proposal Form

Addenda Form

Legal Status of Bidder Form

Non-Collusion Form

Cost Form

Local Purchasing Preference Form

References Form

Signature Form

Certificate of Compliance with Public Act 517 of 2012

The Statistical Questionnaire is strictly optional

8.6 Signatures

All bids, notifications, claims and statements must be signed as follows:

1. Corporations: Signature of official shall be accompanied by a certified copy of the Resolution of

the Board of Directors authorizing the official signing to bind the corporation.

2. Partnerships: Signature of one partner shall be accompanied by a certified copy of the Power of

Attorney authorizing the individual signing to bind all partners. If bid is signed by all partners, no

Page 16: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 16

authorization for signature is required.

3. Individual: No authorization for signature is needed.

All names must be typed or printed below the signature. Each signature must be witnessed.

8.7 Timely Submittals

Time is of the essence and any Bid or addenda pertaining thereto received after the announced time

and date for submittal, whether by mail or otherwise, will be rejected. It is the sole responsibility of

the bidders for ensuring that their Bids are time stamped by the Purchasing Department. Bids and/or

any addenda pertaining thereto received after the announced time and date of receipt, by mail or

otherwise, will be returned to the bidder. However, nothing in this RFP precludes the County from

requesting additional information at any time during the procurement process.

8.8 Competency of Bidders

Upon the request of the Owner, Bidders shall be prepared to furnish sufficient evidence as to their

qualifications to perform the project work, such as record of past performances including references,

equipment and personnel available, and such other pertinent and material facts as may be desirable.

Furthermore, upon the request of the Owner, the Bidder shall submit financial statements.

8.9 Deliveries

Should you decide to utilize an express delivery service, please note that we are located at the

intersection of Maple Street and Jefferson Street.

8.10 Preparation of Proposal

All bids must be made on the required forms prepared and executed fully and properly. A price must

be given for each item in that portion of the Project being bid. The proposed prices and amounts are

for furnishing all labor, supervision, materials, equipment, tools, incidentals, bonds, insurance and

service required to complete the work in accordance with the Contract Documents. Bidders shall use

a computer, type, or write clearly in ink the bid amount. When applicable, each Bidder shall

acknowledge receipt of all Addenda issued for the Proposal by signing the form submitted with each

Addendum and submitting it with his bid. Failure of a Bidder to acknowledge receipt of any and all

Addenda may result in the rejection of the Bid.

8.11 Authority to Bind Firm in Contract

Bidder shall provide the full legal firm name and address. Any Bid that has not been manually signed

will be deemed non-responsive and excluded from consideration. Firm name and authorized signature

must appear in the space provided on the enclosed Signature Form.

8.12 No Submittal

Page 17: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 17

If you desire not to respond to this RFP, please forward your acknowledgment of “NO BID

SUBMITTED” via an email to [email protected]. Please also state the reason for not

submitting a bid. Failure to comply may be cause for removal of your company's name from the

vendor list for subject commodity.

8.13 Special Accommodations

If you are an individual with a disability and require a reasonable accommodation, please notify the

Purchasing Department at (517) 676-7222, three (3) working days prior to need.

8.14 Basis of Bid

Ingham County reserves the right to increase or decrease any or all of the proposed quantities. The

quantities listed in the RFP may be approximate and are stated solely to provide a uniform base of

calculation for comparison of bids and award of contract. No guarantee is made by the County that

the actual quantities will correspond with the proposed quantities. The Contractor will be paid based

upon his/her lump sum and/or unit prices bid and any alternates accepted by the County and as may

be further modified by Change Order for work added or deleted from the project indicated in the RFP.

9.0 GENERAL INFORMATION

9.1 Local Purchasing Preference Policy

The Ingham County Board of Commissioners (BOC) believes that its purchasing policies should

encourage local vendors to provide goods and/or services to Ingham County government, resulting in

increased economic activity through more local jobs, tax revenues, and expenditures, and to entice

business relocations to the County. As such, in 2010, the BOC amending its purchasing policies to

include a ten percent (10%) purchasing preference to qualified and registered local vendors who

respond to solicitations for the purchase of goods and/or services.

In Ingham County, a local vendor is defined as a vendor that operates a business within the legally

defined boundaries of Ingham County. To be considered a local vendor, the vendor must provide a

verifiable business address (not a PO Box) on the enclosed Local Purchasing Preference Sheet at

which business is being conducted. The vendor must also agree to comply with all other policies and

requirements of the County. More information about the Local Purchasing Preference Policy can be

found at www.ingham.org/purchasing.

9.2 Advice of Omission or Misstatement

In the event it is evident to a bidder responding to this RFP that the County has omitted or misstated a

material requirement to this RFP and/or the services required by this RFP, the responding vendor

shall advise Mr. James C. Hudgins, Jr., Director of Purchasing, at [email protected] of such

omission or misstatement.

Page 18: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 18

9.3 Notification of Withdrawal of Bid

Bids may be withdrawn prior to the date and time specified for Bid submission with a formal written

notice by an authorized representative of the bidder. No bidder may withdraw a Bid after the opening

for a minimum period of 90 days.

9.4 Rights to Pertinent Materials

All responses, inquires, and correspondence relating to this RFP and all reports, charts, displays,

schedules, exhibits and other documentation produced by the bidders that are submitted as part of the

Bid shall become the property of the County after the Bid submission deadline.

9.5 Firm Pricing for County Acceptance

The Bid price(s) must be firm for County acceptance for 90 days from the Bid opening date, unless the

bidder specifically notes otherwise.

9.6 Cost of Preparation

The County will not pay any costs incurred in the Bid preparation, printing or demonstration process.

All costs shall be borne by the bidders.

9.7 Standard Forms

Any preprinted contract forms the vendor proposes to include as part of the contract resulting from

this solicitation must be submitted as part of the Bid. Any standard contract provisions not submitted

as part of the Bid and subsequently presented for inclusion may be rejected. The County reserves the

right to accept or reject in whole or in part any form contract submitted by a bidder and/or to require

that amendments be made thereto, or that an agreement drafted by the County be utilized.

9.8 Addendum(s)

If it becomes necessary to revise any part of this RFP or if additional data is necessary to enable an exact

interpretation of provisions of this RFP, an addendum will be issued to all vendors known to have

received a Bid. It is the responsibility of the bidder to ensure that he/she has received and signed all

addendums prior to submitting a Bid. No oral explanation or instruction of any kind or nature

whatsoever given before the award of a contract to a bidder shall be binding.

9.9 Workplace Diversity

Ingham County encourages, but in no way requires, its vendors to develop and maintain a diverse

workforce that is reflective of the population of Ingham County. According to the U.S. Census

Bureau, the statistics of Ingham County's population in 2010 was comprised of the following:

a) White persons – 76.2%

Page 19: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 19

b) Black or African American persons – 11.8%

c) American Indian and Alaska Native persons – 0.6%

d) Asian persons – 5.2%

e) Native Hawaiian and other Pacific Islander – 0.1%

f) Persons of Hispanic or Latino origin – 7.3%

Ingham County tracks vendor diversity information for statistical purposes with companies with

which it does business. Reporting of this information to the County is optional and not all companies

participate. Statistical information regarding workplace diversity is submitted to the County in a

separate sealed envelope containing the notation “STATISTICAL INFORMATION-NOT TO BE

OPENED UNTIL AFTER THE AWARD OF THE CONTRACT.” Upon receipt of these separate

sealed envelopes, the Purchasing Department segregates the envelopes from the other proposal

documentation. The envelopes containing the statistical information are not opened until the award of

the contract, and are not considered, in any way, in the award of any contract.

9.10 Precedence of Documents

In the event that any variance should arise between the drawings and specifications, the specifications

shall govern.

9.11 Prime Contractor Responsibilities

The Contractor will be required to assume responsibility for all services offered in the Bid whether or

not they possess them within their organization. Furthermore, Ingham County will consider the

selected Contractor to be the sole point of contact with regard to contractual matters, including

payment of any and all charges resulting from the contract.

9.12 Independent Price Determination (Non-Collusion)

By submission of a Bid, the bidder certifies, and in the case of a joint Bid each party thereto certifies

as to its own organization, that in connection with this Bid:

a) The prices of the Bid have been arrived at independently without consultation,

communication, or agreement, for the purpose of restricting competition, as to any matter

relating to such prices with any other offer or with any competitor;

b) Unless otherwise required by law, the prices which have been quoted in the Bid have not been

knowingly disclosed by the offeror and will not be knowingly disclosed by the offeror to any

competitor;

c) No attempt has been made or will be made by the offeror to induce any other person or firm to

submit or not to submit a Bid for the purpose of restricting competition; and,

d) The price quoted is not higher than that given to the general public for the same service.

Page 20: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 20

9.13 Exceptions

Bidders must submit a listing of any and all exceptions to this RFP. Suggested substitutions, printed

forms, sample contracts etc. may be provided with the listed exceptions.

10.0 CONTRACTUAL TERMS AND CONDITONS

10.1 Nondiscrimination Clause

The Bidder who is selected as the Contractor, as required by law, and/or the Equal Opportunity

Employment and Non-Discrimination Policy of Ingham County, shall not discriminate against an

employee or applicant for employment with respect to hire, tenure, terms, conditions or privilege of

employment, or a matter directly or indirectly related to employment because of race, color, religion,

sex, sexual orientation, gender identity, national origin, disability, height, weight, marital status, age

or political affiliation (except where age, sex or lack of disability constitutes a bona fide occupational

qualification.)

The Contractor shall adhere to all applicable Federal, State and local laws, ordinances, rules and

regulations prohibiting discrimination, including, but not limited to, the following:

a) The Elliott-Larsen Civil Rights Act, 1976 PA 453, as amended.

b) The Persons with Disabilities Civil Rights Act, 1976 PA 220, as amended.

c) Section 504 of the Federal Rehabilitation Act of 1973, P.L. 93-112, 87 Stat. 394, as amended,

and regulations promulgated there under.

d) The Americans with Disabilities Act of 1990, P.L. 101-336, 104 Stat 328 (42 USCA §12101

et seq), as amended, and regulations promulgated there under.

Breach of this section shall be regarded as a material breach of the agreement.

Bidders shall disclose with their Bids any conclusive findings of violations of federal, state, or local

equal opportunity statues, ordinances, rules, regulations, or policies within the past three (3) years.

10.2 Indemnification and Hold Harmless

The Bidder who is selected as the Contractor shall, at its own expense, protect, defend, indemnify,

save and hold harmless the County of Ingham and its elected and appointed officers, employees,

servants and agents from all claims, damages, lawsuits, costs and expenses including, but not limited

to, all costs from administrative proceedings, court costs and attorney fees that the County of Ingham

and its elected and appointed officers, employees, servants and agents may incur as a result of the

acts, omissions or negligence of the Contractor or its employees, servants, agents or Subcontractors

that may arise out of the agreement.

The Contractor’s indemnification responsibility under this section shall include the sum of damages,

costs and expenses which are in excess of the sum of damages, costs and expenses which are paid out

in behalf of or reimbursed to the County, its officers, employees, servants and agents by the insurance

Page 21: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 21

coverage obtained and/or maintained by the Contractor.

10.3 Insurance Requirements

The Contractor, and any and all of his/her subcontractors, shall not commence work under this

contract until they have obtained the insurance required under this paragraph and subsequent contract.

All coverages shall be with insurance companies licensed and admitted to do business in the State of

Michigan. All coverages shall be with insurance carriers acceptable to the County of Ingham and

rated “A” by the A.M. Best Company (www.ambest.com).

a) Worker's Compensation Insurance: The Contractor shall procure and maintain during the life

of this contract, Workers’ Compensation Insurance, including Employers Liability Coverage,

in accordance with all applicable Statutes of the State of Michigan.

b) Commercial General Liability Insurance: The Contractor shall procure and maintain during

the life of this contract, Commercial General Liability Insurance on an “Occurrence Basis”

with limits of liability not less than $2,000,000 per occurrence and $2,000,000 aggregate for

Personal Injury, Bodily Injury and Property Damage. Coverage shall include the following

extensions: (A) Contractual Liability; (B) Products and Completed Operations; (C)

Independent Contractors Coverage; (D) Broad Form General Liability Extensions or

equivalent, if not already included; (E) Deletion of all Explosion, Collapse, and Underground

(XCU) Exclusions, if applicable; (F) Per contract aggregate.

c) Motor Vehicle Liability Insurance: The Contractor shall procure and maintain during the life

of this contract Motor Vehicle Liability Insurance, including applicable No-Fault coverages,

with limits of liability of not less than $2,000,000 per occurrence and $2,000,000 aggregate

for Bodily Injury and Property Damage. Coverage shall include all owned vehicles, all non-

owned vehicles and all hired vehicles.

d) Additional Insured: Commercial General Liability and Vehicle Liability, as described above,

shall include an endorsement stating the following shall be “Additional Insureds: The County

of Ingham, including all elected and appointed officials, all employees and volunteers, all

boards, commissions and/or authorities and their board members, including employees, and

volunteers thereof.”

The coverage shall be primary to the Additional Insureds, and not contributing with any

other insurance or similar protection available to the Additional Insureds, whether other

available coverage is primary, contributing or excess.

e) Cancellation Notice: All insurances described above shall include an endorsement stating the

following: “It is understood and agreed that thirty (30) days advanced written notice of

cancellation, non-renewal, reduction and/or material change shall be sent to: Ingham County

Purchasing Department, P.O. Box 319, Mason, Michigan 48854.”

f) Proof of Insurance: The Contractor shall provide the County of Ingham at the time the

Page 22: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 22

contracts are returned by him/her for execution, two (2) copies of aforementioned Certificates

of Insurance and/ Policies, acceptable to the County. If so requested, certified copies of all

policies will be furnished. Contractor shall provide the County evidence that all

subcontractors are included under the Contractor’s policy.

If any of the above coverages expire during the term of this contract, the Contractor shall deliver

renewal certificates and/or policies to the County of Ingham at least ten (10) days prior to the

expiration date.

10.4 Applicable Law and Venue

Any agreement resulting from this RFP shall be construed according to the laws of the State of

Michigan. The County and Contractor agree that the venue for any legal action under this agreement

shall be the County of Ingham, State of Michigan. In the event that any action is brought under any

agreement resulting from the RFP in Federal Court, the venue for such action shall be the Federal

Judicial District of Michigan, Western District - Southern Division.

10.5 Compliance with the Law

Contractor shall render the services to be provided pursuant to this agreement in compliance with all

applicable Federal, State, and local laws, ordinances, rules, and regulations.

10.6 Independent Contractor

The Bidder who is selected as the Contractor shall be an independent Contractor. The employees,

servants and agents of the Contractor shall not be deemed to be and shall not hold themselves out as

employees, servants, or agents of the County and shall not be entitled to any fringe benefits received

by the County’s personnel, such as, but not limited to, health and accident insurance, life insurance,

longevity or paid sick or vacation leave.

The Contractor shall be responsible for paying all compensation to its personnel for services they

have performed under this Contract and for withholding and payment of all applicable taxes to the

proper Federal, State and local governments.

10.7 Prevailing Wage Requirement

It is the policy of Ingham County to require the payment of prevailing wages on any construction

contract exceeding $10,000 as determined by using the wage guidelines promulgated by the U.S.

Secretary of Labor pursuant to the Davis-Bacon Act. The most current Prevailing Wage

Determinations are attached.

The Contractor is required to submit certified payrolls for all periods worked on said project to the

Purchasing Department, 121 E. Maple St., Mason, MI 48854, Attention: James C. Hudgins, Jr.,

Director of Purchasing. Payment shall not be made until such time that the Director has reviewed the

certified payrolls.

Page 23: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 23

a) Contractor shall submit to the Purchasing Department before commencing work a list of all

his/her Subcontractors.

b) It is the responsibility of the Contractor to notify its Subcontractors that said project requires

the payment of prevailing wages. It is also the responsibility of the Contractor to supply its

Subcontractors with the prevailing wage rate schedule that is included in this solicitation.

c) Prevailing wage rates shall be conspicuously posted at the jobsite.

d) Contractor shall not use independent contractors. All persons performing construction trade

work under this contract shall be employees of the Contractor or employees of the

Subcontractor(s).

e) Prevailing wage compliance will be monitored by the Ingham County Purchasing Department

and Michigan Fair Contracting Center (MFCC).

f) Compliance monitors will conduct brief interviews with workers throughout the duration of

said project.

g) Workers will be informed of the prevailing wage rates during the interview. Workers will be

asked if they are receiving the correct pay, fringe benefits, and overtime as required by the

County.

h) Workers may be asked to show the compliance monitor a paycheck stub on a periodic basis to

verify fringe benefit breakdowns and the actual rate of pay received by the worker, including

overtime, if applicable.

i) Where applicable, the Contractor shall provide the appropriate ratio of journeymen to

apprentice workers as determined by the U.S. Department of Labor, Bureau of Apprenticeship

and Training. The ratio will be monitored through worker interviews. Workers may be asked

to provide their apprentice or journeymen cards to verify their status.

j) Where apprentices are employed, the Contractor and Subcontractors shall provide the

appropriate apprentice level on the certified payroll form, WH-347.

k) When requested by the County, the Contractor and Subcontractors shall submit a detail

breakdown of all fringe benefits paid to their employees for all work on County construction

projects.

10.8 Bonding Requirements

Any bid that is in excess of $50,000.00, if awarded, will be required to provide 100 percent (100%) of

the contract amount coverage in Performance Bond and Payment Bond as required by Public Act

1963, No. 213. The bond must be with surety companies satisfactory to Ingham County and who are

Page 24: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 24

listed in the Federal Register as published by the U.S. Department of Treasury under the most

recently revised Circular 570. In addition, each surety company shall be admitted and licensed to do

business in the State of Michigan by the Michigan Department of Labor and Economic Growth Office

of Finance and Insurance and have a minimum A.M. Best Company's Insurance Report Rating of A

or A- (Excellent).

a) Performance Bond - The Contractor, as Principal, shall furnish a Surety Bond in form

acceptable to the County of Ingham in an amount at least equal to one-hundred (100%)

percent of the contract amount as security for faithful performance of this contract. The

County of Ingham shall be obligee under said bond. The bond shall guarantee the faithful

performance and shall indemnify and save harmless the obligee from all costs and damages by

reason of the Principal’s failure to perform in accordance with the contract provisions. The

contract, by reference, shall be an integral part of the bond. Said bond shall be with a surety

company licensed and admitted to do business in the State of Michigan. The Surety shall be

acceptable to the County of Ingham.

b) Payment Bond - The Contractor, as Principal, shall furnish a Surety Bond in form acceptable

to the County of Ingham in an amount at least equal to one-hundred (100%) percent of the

contract amount as security for the prompt payment to all persons supplying labor and

material in the performance of all work under said contract, and any and all authorized

modifications under this contract. The contract, by reference, shall be an integral part of this

bond. Said bond shall be with a Surety licensed and admitted to do business in the State of

Michigan. The Surety shall be acceptable to the County of Ingham.

c) Performance and Payments Bonds shall be submitted to the Ingham County Purchasing

Department, Attention: Mr. James C. Hudgins, Jr., Director of Purchasing, at least ten (10)

days prior to the commencement of work covered under the contract.

d) Additional or Substitute Bond - If at any time the County of Ingham, for a justifiable cause,

shall become dissatisfied with any Sureties pursuant to the Performance or Payment Bonds,

the Contractor shall within five (5) days after such notice from the County of Ingham to do so,

substitute an acceptable bond(s) in such forms and sum and signed by such other Surety as

may be satisfactory to the County of Ingham. The Contractor shall pay the premiums on such

bond(s). No further payments shall be deemed due nor shall be made until the new Surety or

Sureties shall have furnished such an acceptable bond to the County of Ingham.

10.9 Safety

The Contractor shall provide temporary safety measures around the areas of construction to minimize

the possibility of damage to property and injury to persons. The Contractor and its subcontractors,

performing services for the County of Ingham are required and shall comply with all Occupational

Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards

and any other applicable rules and regulations. Also, the Contractor and its Subcontractors shall be held

responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or

damage to any persons or property within and around the work site area under this contract.

Page 25: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 25

Under no circumstances shall any tools of any kind or materials being used be left unattended. If the

work to be performed under this contract requires the use of any product which contains any

ingredient that could be hazardous or injurious to a person's health, a Material Safety Data Sheet

(MSDS) must be submitted to the County prior to commencement of work.

10.10 Permits, Fees and Notices

The Contractor shall secure and pay for all building permits and for all other permits and

governmental fees, licenses and inspections necessary for the proper execution of the contract and

which are legally required at the time the bids are received.

10.11 Workmanship and Inspection

All work under the resulting contract shall be performed in a skillful and workmanlike manner, and

according to all applicable local and state codes. The County may, at its sole discretion, require the

Contractor to remove any employee from work that the County deems incompetent or careless.

The County may, from time to time, make inspections of the work performed under this contract. Any

inspection by the County does not relieve the Contractor from any responsibility regarding defects or

other failures to meet the contract requirements.

10.12 Cleaning-up

The Contractor and its Subcontractors shall at all times keep the areas of the property free from rubbish

and the accumulation of any waste materials. Daily clean-up and removal from the work area of all

debris resulting from these operations is required. Contractor is responsible for paying for and

hauling away any waste.

10.13 Scheduling

Contractor shall schedule all work with the Mr. Michael Hughes, Facilities Manager, prior to

commencement of work.

10.14 Examination of Existing Facility

The Contractor shall be responsible for examining the existing conditions in order to gain full

information under which the work is to be carried out. The Contractor shall also compare the existing

conditions with the plans and specifications, if provided. Failure of the Contractor to inform

him/herself will in no way relieve him/her from the necessity to complete the work without additional

cost to the County.

10.15 Materials

Unless otherwise specifically noted, the Contractor shall provide and pay for all labor, materials,

Page 26: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 26

equipment, tools, debris removal, equipment and machinery, water, heat, utilities, transportation, and

other facilities and services necessary for the proper execution and completion of the work. All

materials shall be new and workmanship and materials shall be of good quality. The Contractor shall,

if required, furnish satisfactory evidence as to the kind and quality of materials.

10.16 Skilled Labor

The Contractor shall employ only persons who are skilled in the work to be performed.

10.17 Protection of Work and Property

The Contractor shall continuously protect all existing facilities and new work as it is completed and

shall be responsible for making good any damage or injury.

11.0 EVALUATION, AWARD & TIMELINE

11.1 Proposal Evaluation

An Evaluation Committee will review the proposals to determine those firms deemed qualified to

perform services. This determination will be based on qualification data submitted or past

performance. This process typically takes 2-3 weeks from the proposal opening date.

The detailed evaluation may result in one or more finalists. At this point, presentations may be

requested of the proposers and negotiation will be carried out to finalize the award of the project.

Finalists shall be afforded fair and equal treatment with respect to any opportunity for discussion and

revision of proposals and such revisions may be permitted after submissions and prior to award for

the purpose of obtaining best and final offers.

Any response that takes exception to any mandatory items in this proposal process may be rejected

and not considered.

11.2 Evaluation Methodology

The factors considered in making the recommendation for award will be all the information requested

in this RFP. The technical and price proposals of the RFP are typically evaluated independently of

each other.

11.3 Award of Contract

It is the intention of the County to award a contract to the lowest responsive and most responsible

proposer provided that the proposal has been submitted in accordance with the terms and conditions

of the RFP and does not exceed the budgeted funds available.

11.4 Basis for Award

Page 27: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 27

Information and/or factors gathered during interviews, negotiations and any reference checks, in

addition to the evaluation criteria stated in the RFP, if any, and any other information or factors

deemed relevant by the County, shall be utilized in the final award.

11.5 Right of Rejection

Ingham County reserves the right to reject any or all responses to this Request for Proposal, to waive

any informalities or minor irregularities in responses, and/or to negotiate the terms and conditions of

all or any part of the responses as determined to be in the County's best interests in its sole discretion.

The Owner will not be obligated to accept the lowest proposal. The owner further reserves the right

to approve all subcontractors.

The Owner shall have the right to accept alternates, if provided, in any order or combination, and to

determine the low bidder on the basis of the sum of the base bid and the alternates accepted.

11.6 Contract Type

An American Institutes of Architects (AIA) contract will be used for this contract.

11.7 Contract Approval

The Ingham County Board of Commissioners and other boards and committees must approve the

contract resulting from this solicitation. This process typically takes 2-4 weeks from the date the

successful Contractor is identified.

11.8 Contract Development & Preparations

a) Ingham County reserves the right to negotiate further with one or more responsible and

responsive proposers. The content of the RFP and the successful proposer’s proposal will

become an integral part of the contract, but may be modified by the provisions of the contract.

b) By submission of proposals pursuant to this RFP, proposers acknowledge that they are

amenable to the inclusion in a contract of any information provided either in response to this

RFP or subsequently during the selection process. A proposal in response to an RFP is an

offer to contract with the County based upon the terms, conditions, scope of work and

specifications contained in this RFP. The County retains the right not to make any subsequent

award.

c) Furthermore, all proposers, by submitting proposals, agree that they have read, are familiar

with all the terms and conditions of the different documents and will abide by the terms and

conditions thereof. The County has the right to use, as it determines to be appropriate and

necessary, any information, documents, and anything else developed pursuant to the RFP and

the proposal.

Page 28: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 28

d) The County will prepare a formal contract, if one is awarded, specific to this solicitation for

execution by the successful proposer. This process typically takes 2-3 weeks from the date the

Board has approved the contract.

e) The County reserves the right to accept or reject in whole or in part any form contract

submitted by a proposer and/or to require that amendments be made thereto, or that an

agreement drafted by the County be utilized.

f) The successful proposal shall be incorporated into a resulting contract and shall be a matter of

public record subject to the provisions of Michigan law.

11.9 Notification of Award

Upon acceptance by the County, and approval by the Board of Commissioners, the successful

proposer will be notified of award in writing by e-mail. Recommendations for awards will be posted

on the County's website at http://pu.ingham.org. All proposers will be notified by e-mail of the

County’s decision.

11.10 Contract Execution

The successful proposer shall commence work only after the transmittal of a fully executed

contract and after receiving written notification to proceed from the County. A valid and

enforceable contract exists when an agreement is fully executed between the parties.

The successful proposer will perform all the services indicated in the RFP and in the negotiated

contract. The successful proposer shall within ten (10) days of commencement of work under

contract furnish the required insurance. Bonds, if required, shall also be submitted at this time.

11.11 Escalation Clause (if applicable)

a) The Ingham County Board of Commissioners (Board) recognizes the current difficult

economic conditions and the subsequent minimal cost of living increases for County

employees. As such, Contractors should fully understand that proposed contracts with cost

increases greater than 1% will receive extra scrutiny from the Board and may be rejected and

rebid.

b) Price adjustments may be requested pursuant to the terms of the contract; however, the

Contractor must notify the County within ninety (90) days prior to the current term’s

expiration date.

c) Prior to commencement of subsequent renewal terms, the County may entertain a request for

escalation in accordance with the current Consumer Price Index (CPI) at the time of the

request or up to a maximum 1% increase on the current pricing, whichever is lower. For

purposes of this section, “Consumer Price Index” shall mean the Consumer Price Index-All

Urban Consumers-United Stated Average-All Items (CPI-U), as published by the United

Page 29: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 29

States Department of Labor, Bureau of Labor Statistics.

d) The County reserves the right to accept or reject the request for a price increase. If the price

increase is approved, the price will remain firm for one (1) year from the date of the increase

or whatever term was previously authorized by the Board.

Page 30: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 30

PROPOSAL FORM

RFP #86-14 Asphalt Lot Replacement at the Ingham County Sheriff’s Office

(Please Type or Print Clearly in Ink)

BIDDER’S NAME: ____________________________________________________________

LEGAL ADDRESS: ____________________________________________________________

__________________________________________________________________________________

__________________________________________________________________________________

TELEPHONE NO.: _________________________ FAX NO.: __________________________

CONTACT PERSON________________________________CELL PHONE____________________

PROPOSAL FOR: RFP #86-14 Asphalt Lot Replacement at the Ingham County Sheriff’s

Office

BID OPENING: August 4, 2014 at 11:00 A.M.

Time is of the essence and any Bid or addenda pertaining thereto received after the announced time and

date for submittal, whether by mail or otherwise, will be rejected. It is the sole responsibility of the

bidders for ensuring that their Bids are time stamped by the Purchasing Department. Bids and/or any

addenda pertaining thereto received after the announced time and date of receipt, by mail or otherwise,

will be returned to the bidder. However, nothing in this solicitation precludes the County from requesting

additional information at any time during the procurement process.

TO: Ingham County Purchasing Department

Attention: Mr. James C. Hudgins, Jr., Purchasing Director

C. Ross Hilliard Building, 2nd

Floor

121 E. Maple St

Mason, MI 48854

Each bid must be accompanied by a bid guarantee in an amount equal to five percent (5%) of the total bid

amount. Guarantee shall be in the form of a bid bond executed by an approved surety company, made

payable to the County of Ingham. Bid guarantee shall run for a period of not less than ninety (90) days.

Should you decide to utilize an express delivery service, please note that we are located at the intersection

of Maple Street and Jefferson Street.

To The Bidder:

The undersigned, as Bidder, hereby declares that before submitting a bid, he/she will: (a) examine the

bidding documents thoroughly; (b) familiarize himself/herself with Federal, State, and local laws,

Page 31: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 31

ordinances, rules and regulations affecting performance of the work; and, (c) carefully correlate his/her

observations with the requirements of the bidding documents. The bidder shall be responsible for

investigating and evaluating subsurface or latent physical conditions along the site of the work. Where

information concerning existing conditions, including subsurface conditions, is provided or mentioned in

the RFP, such information is provided for the convenience of the bidder and to provide the bidder

information known by Ingham County. However, Ingham County does not represent or guarantee any

specific site conditions, including subsurface conditions. The bidder shall be solely responsible for all

necessary site investigations and measurements to ensure the bid is based on conditions, which exist in

and adjacent to the project site.

The submission of a bid will constitute an incontrovertible representation by the bidder that he/she has

complied with and understands every requirement of these instructions. Failure or omission of the bidder

to do all of the foregoing shall in no way relieve the bidder from any obligations in respect to his/her bid.

The undersigned agrees upon submitting this bid that his/her agents, officers, or employees have not

directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any

action in restraint of free competitive bidding in connection with this proposal for the above project.

The Bidder understands, that Ingham County reserves the right to increase or decrease any or all of the

proposed quantities. The quantities listed in the RFP may be approximate and are stated solely to provide

a uniform base of calculation for comparison of bids and award of contract. No guarantee is made by the

County that the actual quantities will correspond with the proposed quantities. The Contractor will be

paid based upon his/her lump sum and/or unit prices bid and any alternates accepted by the County and as

may be further modified by Change Order for work added or deleted from the project indicated in the

RFP.

The Bidder acknowledges that he/she has not received or relied upon any representations or warranties of

any nature whatsoever from the Ingham County, its agents or employees as to any conditions to be

encountered in accomplishing the Work (specifically including subsoil conditions), and that this bid is

based solely upon the Bidder’s own independent judgment.

The work shall be performed in accordance with the enclosed Drawings and Specifications prepared by

the County’s Consultant, if provided.

This proposal will not be withdrawn for a period of ninety (90) days from the date of bid opening. If,

during this ninety (90) day bid acceptance period, a letter of notification is sent to the legal address stated

above indicating the undersigned’s bid has been selected, the undersigned agrees to deliver within the ten

(10) succeeding days surety bonds and certificates of insurance in the form specified, or will forfeit the

enclosed certified check, cashier’s check or bid bond accompanying this proposal.

If awarded the Contract, the undersigned agrees that time is an essential condition of the Contract and will

totally complete the work as specified from Notice to Proceed. Normal delays in this project will be

accepted due to rain or inclement weather. These delays must be submitted in writing to the Owner for

review and approval within forty-eight (48) hours of the event.

Page 32: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 32

This Proposal has been prepared with the knowledge that control of the project site and coordination of

the work of this Contract with the work of others will be subject to the direction of Ingham County and/or

its agents. The undersigned agrees that cooperation with other contractors and the Ingham County in

coordinating the work is offered as a part of this Proposal.

If the undersigned enters into the Contract in accordance with this Proposal, or if this Proposal is rejected,

then the accompanying check or bid bond will be returned to the undersigned.

In submitting this bid, it is understood that the right is reserved by the Ingham County to accept any bid,

or reject any or all bids, to waive irregularities and/or formalities in any bid and to make award in any

manner deemed in the best interest of the Ingham County.

Any bid that is in excess of $50,000.00, if awarded, will be required to provide 100 percent (100%) of the

contract amount coverage in Performance Bond and Payment Bond as required by Public Act 1963, No.

213. The bond must be with surety companies satisfactory to Ingham County and who are listed in the

Federal Register as published by the U.S. Department of Treasury under the most recently revised

Circular 570. In addition, each surety company shall be admitted and licensed to do business in the State

of Michigan by the Michigan Department of Labor and Economic Growth Office of Finance and

Insurance and have a minimum A.M. Best Company's Insurance Report Rating of A or A- (Excellent).

The name and address of the bonding company proposed by this bidder is:

____________________________________________________________________________________

____________________________________________________________________________________

____________________________________________________________________________________

____________________________________________________________________________________

The Owner reserves the right to evaluate all proposed bonding, with regards to conformance with current

laws of the State of Michigan. No Offshore Bonding Companies will be accepted.

The Contractor will be required to assume responsibility for all services offered in the Bid whether or

not they possess them within their organization. Furthermore, Ingham County will consider the

selected Contractor to be the sole point of contact with regard to contractual matters, including

payment of any and all charges resulting from the contract.

ACCEPTANCE

This Proposal shall be valid for ninety (90) days after the date of opening of bids; the undersigned agrees

to begin work within ten (10) days of Notice to Proceed.

NOTICE OF INTENT

Prior to bid award and after bid tabulations, the Owner will provide the recommended bidder with a

Notice of Intent Letter so the Contractor can secure the required bonding.

NOTICE TO PROCEED

After bonding is received and approved, the Owner will provide the Contractor a Notice to Proceed. The

Page 33: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 33

authorized contract will follow within 7-10 days.

COMENCEMENT OF WORK AND WORK LIMITATIONS

The undersigned will begin work as specified after Notice to Proceed.

FINAL COMPLETION

The undersigned will complete all work as specified after the award of contract except for minor

replacement, correction, or adjustment, which does not interfere with the complete operation and

utilization of all parts of the work, contracted by him or her, by September 30, 2014.

SUB-CONTRACTORS, SUPPLIERS, AND VENDORS

The undersigned, upon request of the Owner, agrees to submit to the Owner a complete list of sub-

contractors, suppliers, and vendors whom he or she proposes to employ on this project, to be approved by

the Owner.

Page 34: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 34

ADDENDA FORM

RFP #86-14 Asphalt Lot Replacement at the Ingham County Sheriff’s Office

(Please Type or Print Clearly in Ink)

The following addenda have been received and acknowledged:

#1 date____________ #2 date______________ #3 date______________

SIGNED THIS _________________________DAY OF ______________________, 2012.

Respectfully Submitted,

BY: ________________________________________________

Authorized Signature of Bidder

TITLE: ______________________________________________

Page 35: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 35

LEGAL STATUS OF BIDDER FORM

RFP #86-14 Asphalt Lot Replacement at the Ingham County Sheriff’s Office

(Please Type or Print Clearly in Ink)

(The Bidder shall check and fill out the appropriate form.)

( ) Corporation

( ) Partnership

( ) Individual

___________________________________ ____________________________________

Name Title

___________________________________ ____________________________________

Address Phone #

___________________________________ ____________________________________

Fax #

___________________________________

Federal Tax I.D. Number

Page 36: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 36

NON-COLLUSION AFFIDAVIT OF PRIME BIDDER FORM

RFP #86-14 Asphalt Lot Replacement at the Ingham County Sheriff’s Office

(Please Type or Print Clearly in Ink)

State of ______________________, County of __________________________________.

____________________________________, being first duly sworn, deposes and says that:

(Name)

(1) He/she is the ____________________________, of _______________________________.

(Title) (Company Name)

(2) He/she is fully informed respecting preparation and content of the attached Bid and of all pertinent

circumstances respecting such Bid;

(3) Such Bid is genuine and not a collusive or sham bid;

(4) Neither the Bidder nor any of its officers, partners, owners, agents, representatives, employees, or

parties in interest, including this affiant, has any way colluded, conspired, connived, or agreed directly or

indirectly, with any other Bidder, firm, or person to submit a collusive or sham Bid in connection with the

Contract for which the attached Bid has been submitted or to refrain from bidding in connection with

such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or

communication or conference with any other Bidder, firm, or person to fix the price or prices in the

attached Bid or of any other Bidder, or to fix any overhead, profit, or cost element of the bid price of any

other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any

advantage against any person interested in the proposed Contract;

(5) The price or prices quoted in the attached Bid are fair and proper and are not tainted by any other

collusion, conspiracy, connivance, or unlawful agreement on the part of the Bidder or any of its agents,

representatives, owners, employees, or parties in interest, including this affiant.

__________________________________________

(Signature)

____________________________________(Title)

Subscribed and sworn before me

This ________ day of ___________________, 20______

__________________________________________

Signature of Notary Public

Name of Notary _____________________________,

County _____________________, Commission Expiration ____________________________________

Page 37: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 37

COST FORM

RFP #86-14 Asphalt Lot Replacement at the Ingham County Sheriff’s Office

(Please Type or Print Clearly in Ink)

The bidder hereby proposes to furnish all necessary machinery, tools, apparatus and other means of

construction; do all the work; furnish all the materials except as otherwise specified; and, for the lump

sum and/or unit prices indicated, to complete the work in strict accordance with the specifications

included in this proposal, and in strict conformity with the requirements of the current Standard

Specifications for Construction, Michigan Department of Transportation, and such other special

provisions and other specifications as included in this proposal.

The undersigned further proposes to do such extra work as may be authorized by the owner.

Compensation shall be made on the basis agreed upon before such extra work is begun. A schedule of

values may be required as part of the contract, if awarded. Payment for this work will be by unit prices of

actual quantities installed at the unit prices as listed in this proposal.

ITEM QUANTITY UNIT PRICE TOTAL

Crush & Shape

2,780

SQYD $ $

Subgrade Undercut Type II

75

CYD $ $

4” Underdrain

250

LFT $ $

Aggregate Base 22A

100

TON $ $

Adjust Drainage Structures

2

EA $ $

Bituminous Mixture 13A Mod

400

TON $ $

Bituminous Mixture 36A Mod

240 TON $ $

Mobilization

1

LS $ $

Striping

1

LS $ $

Traffic Control

1

LS $ $

TOTAL

$

BY: ________________________________________________ DATE: _____________________

Authorized Signature of Bidder

TITLE: ______________________________________________

Page 38: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 38

LOCAL PURCHASING PREFERENCE FORM

RFP #86-14 Asphalt Lot Replacement at the Ingham County Sheriff’s Office

(Please type or print clearly in ink only)

1. Do you desire to have your company considered a “local vendor” and therefore have your Bid

evaluated with the 10% local purchasing preference? ___ Yes ___ No

2. If yes, please provide below the verifiable business address (not a PO Box) at which your

business is being conducted?

3. Complete Legal Firm Name: ________________________________________________

4. Company Address: ________________________________________________________

5. Company Phone: ( )______________________ Fax: ( ) ______________________

6. Name and title of person authorized to sign on behalf of your company:

________________________________________________________________________

7. Signature/date: ___________________________________________________________

Note: Local vendors who utilize non-local vendors as subcontractors for more than 50% of the

work in a specific bid or proposal are not entitled to the preference for that specific bid or

proposal.

Page 39: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 39

REFERENCES FORM

RFP #86-14 Asphalt Lot Replacement at the Ingham County Sheriff’s Office

(Please type or print clearly in ink only)

The Contractor shall have the capability and capacity in all respects to fulfill the contractual requirements

to the satisfaction of the County.

Indicate the length of time you have been in business as a company providing the type of service required

for this contract.

__________ Years __________ Months SOM or Business license #: ____________________

Provide a minimum of three (3) references that may substantiate your past work performance and

experience in the type of work required for this contract.

Name, Address, Phone Number, Scope of Services Performed and Contact Person

1.

____________________________________________________________________________________

____________________________________________________________________________________

____________________________________________________________________________________

____________________________________________________________________________________

____________________________________________________________________________________

2.

___________________________________________________________________________________

____________________________________________________________________________________

____________________________________________________________________________________

____________________________________________________________________________________

____________________________________________________________________________________

3.

___________________________________________________________________________________

____________________________________________________________________________________

____________________________________________________________________________________

____________________________________________________________________________________

____________________________________________________________________________________

Page 40: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 40

SIGNATURE FORM

RFP #86-14 Asphalt Lot Replacement at the Ingham County Sheriff’s Office

(Please type or print clearly in ink only)

My signature certifies that the Bid as submitted complies with all terms and conditions as set forth in

this solicitation, except as noted herein. My signature also certifies that the accompanying Bid is not

the result of, or affected by, any unlawful act of collusion with another person or company engaged in

the same line of business or commerce.

I hereby certify that I am authorized to sign as a representative for the firm:

Complete Legal Name of Firm:

_________________________________________________________________________________

Order from Address:

_________________________________________________________________________________

_________________________________________________________________________________

Remit to Address:

_________________________________________________________________________________

_________________________________________________________________________________

Fed ID No.:

_________________________________________________________________________________

Signature:

_________________________________________________________________________________

Name (type/print):

_________________________________________________________________________________

Title:

_________________________________________________________________________________

Telephone: (_____)_____________________Fax No.: (_____)__________________________

Date: _____________________________________

Notification of Award sent to: _____________________________________________________

E-mail of Person Receiving Award Notification: ______________________________________

Page 41: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 41

CERTIFICATE OF COMPLIANCE WITH PUBLIC ACT 517 OF 2012

RFP #86-14 Asphalt Lot Replacement at the Ingham County Sheriff’s Office

(Please type or print clearly in ink only)

I certify that neither ________________________________________________ (Company), nor any of

its successors, parent companies, subsidiaries, or companies under common control, is an “Iran Linked

Business” engaged in investment activities of $20,000,000.00 or more with the energy sector of Iran,

within the meaning of Michigan Public Act 517 of 2012. In the event it is awarded a Contract as a result

of this solicitation, Company will not become an “Iran linked business” during the course of performing

the work under the Contract.

NOTE: IF A PERSON OR ENTITY FALSELY CERTIFIES THAT IT IS NOT AN IRAN LINKED BUSINESS AS DEFINED BY PUBLIC ACT 517 OF 2012, IT WILL BE RESPONSIBLE FOR CIVIL PENALTIES OF NOT MORE THAN $250,000.00 OR TWO TIMES THE AMOUNT OF THE CONTRACT FOR WHICH THE FALSE CERTIFICATION WAS MADE, WHICHEVER IS GREATER, PLUS COSTS AND REASONABLE ATTORNEY FEES INCURRED, AS MORE FULLY SET FORTH IN SECTION 5 OF ACT NO. 517, PUBLIC ACTS OF 2012.

_____________________________

(Name of Company)

By: _____________________________

Date: _______________________ Title: _____________________________

Subscribed and sworn before me

This ________ day of ___________________, 20______

__________________________________________

Signature of Notary Public

Name of Notary _____________________________,

County _____________________, Commission Expiration ____________________________________

Page 42: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 42

STATISTICAL QUESTIONNAIRE FORM - OPTIONAL

RFP #86-14 Asphalt Lot Replacement at the Ingham County Sheriff’s Office

(Please type or print clearly in ink only)

The Ingham County Board of Commissioners monitors workplace demographics of bidders and

vendors for statistical purposes and to indicate the need for inclusive outreach efforts to ensure that

members of underutilized groups have equal opportunity to contract with the affected departments.

To that end, the County requests vendors to submit as part of their response to any formal

solicitations, the following workplace diversity information. Vendors are encouraged to complete as

much information as possible. This information will be used for statistical purposes only. Statistical

information shall be submitted to the County in a separate sealed envelope containing the notation

“STATISTICAL INFORMATION-NOT TO BE OPENED UNTIL AFTER THE AWARD OF THE

CONTRACT”. Upon receipt of these separate sealed envelopes, the Purchasing Department

segregates the envelopes from the other Bid documentation. The envelopes containing the statistical

information are not opened until the award of the contract, and are not considered, in any way, in the

award of any contract.

1. What percentage of your firm’s workforce is?

Female ____%

Physically-disabled ____%

Veteran ____%

African-American ____% Caucasian ____%

Asian-Indian American ____% Hispanic-American ____%

Asian-Pacific American ____% Native-American ____%

2. If your business is at least 51% owned by one of the following individuals, please check all

that apply:

□ Female □ African-American □ Caucasian

□ Disabled □ Asian-Indian American □ Hispanic-American

□ Veteran □ Asian-Pacific American □ Native-American

3. Complete Legal Firm Name: ________________________________________________

4. Company Address: ________________________________________________________

5. Company Phone: ( ) _____________________ Fax: ( ) ______________________

6. Name and title of person authorized to sign on behalf of your company:

________________________________________________________________________

Signature/date: ________________________________________________

Page 43: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 43

Prevailing Wage Rates

RFP #86-14 Asphalt Lot Replacement at the Ingham County Sheriff’s Office

General Decision Number: MI140001 06/13/2014 MI1

Superseded General Decision Number: MI20130001

State: Michigan

Construction Types: Highway (Highway, Airport & Bridge xxxxx

and Sewer/Incid. to Hwy.)

Counties: Michigan Statewide.

Modification Number Publication Date

0 01/03/2014

1 01/24/2014

2 02/07/2014

3 02/14/2014

4 02/28/2014

5 03/21/2014

6 04/04/2014

7 04/11/2014

8 04/18/2014

9 05/09/2014

10 05/30/2014

11 06/06/2014

12 06/13/2014

CARP0004-004 06/01/2013

REMAINDER OF STATE

Rates Fringes

CARPENTER ( Piledriver)..........$ 25.34 17.37

----------------------------------------------------------------

CARP0004-005 06/01/2013

LIVINGSTON (Townships of Brighton, Deerfield, Genoa, Hartland,

Oceola & Tyrone), MACOMB, MONROE, OAKLAND, SANILAC, ST. CLAIR

AND WAYNE COUNTIES

Page 44: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 44

Rates Fringes

CARPENTER (Piledriver)...........$ 28.09 24.31

----------------------------------------------------------------

ELEC0017-005 06/02/2014

STATEWIDE

Rates Fringes

Line Construction

Groundman/Driver............$ 26.63 12.70

Journeyman Signal Tech,

Communications Tech, Tower

Tech & Fiber Optic Splicers.$ 36.16 15.37

Journeyman Specialist.......$ 41.58 16.89

Operator A..................$ 30.63 13.82

Operator B..................$ 28.62 13.26

Classifications

Journeyman Specialist: Refers to a crew of only one person

working alone.

Operator A: Shall be proficient in operating all power

equipment including: Backhoe,

Excavator, Directional Bore and Boom/Digger truck.

Operator B: Shall be proficient in operating any 2 of the

above mentioned pieces of

equipment listed under Operator A.

----------------------------------------------------------------

ENGI0324-003 06/01/2013

ALCONA, ALPENA, ARENAC, BAY, CHEBOYGAN, CLARE, CLINTON,

CRAWFORD, GENESEE, GLADWIN, GRATIOT, HURON, INGHAM, IOSCO,

ISABELLA, JACKSON, LAPEER, LENAWEE, LIVINGSTON, MACOMB,

MIDLAND, MONROE, MONTMORENCY, OAKLAND, OGEMAW, OSCODA, OTSEGO,

PRESQUE ISLE, ROSCOMMON, SAGINAW, ST. CLAIR, SANILAC,

SHIAWASSEE, TUSCOLA, WASHTENAW AND WAYNE COUNTIES:

Rates Fringes

OPERATOR: Power Equipment

(Steel Erection)

Page 45: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 45

GROUP 1....................$ 43.17 20.90

GROUP 2....................$ 44.17 20.90

GROUP 3....................$ 41.67 20.90

GROUP 4....................$ 42.67 20.90

GROUP 5....................$ 40.17 20.90

GROUP 6....................$ 41.17 20.90

GROUP 7....................$ 39.90 20.90

GROUP 8....................$ 40.90 20.90

GROUP 9....................$ 39.45 20.90

GROUP 10....................$ 40.45 20.90

GROUP 11....................$ 38.72 20.90

GROUP 12....................$ 39.72 20.90

GROUP 13....................$ 38.36 20.90

GROUP 14....................$ 39.36 20.90

GROUP 15....................$ 37.72 20.90

GROUP 16....................$ 36.02 20.90

GROUP 17....................$ 30.91 20.90

GROUP 18....................$ 29.50 20.90

FOOTNOTE:

Paid Holidays: New Year's Day, Memorial Day, Fourth of July,

Labor Day, Thanksgiving Day and Christmas Day.

POWER EQUIPMENT OPERATOR CLASSIFICATIONS

GROUP 1: Engineer when operating combination of boom and jib

400' or longer

GROUP 2: Engineer when operating combination of boom and jib

400' or longer on a crane that requires an oiler

GROUP 3: Engineer when operating combination of boom and jib

300' or longer

GROUP 4: Engineer when operating combination of boom and jib

300' or longer on a crane that requires an oiler

GROUP 5: Engineer when operating combination of boom and jib

220' or longer

GROUP 6: Engineer when operating combination of boom and jib

220' or longer on a crane that requires an oiler

GROUP 7: Engineer when operating combination of boom and jib

Page 46: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 46

140' or longer

GROUP 8: Engineer when operating combination of boom and jib

140' or longer on a crane that requires an oiler

GROUP 9: Tower crane & derrick operator (where operator's

work station is 50 ft. or more above first sub-level)

GROUP 10: Tower crane & derrick operator (where operator's

work station is 50 ft. or more above first sub-level) on a

crane that requires an oiler

GROUP 11: Engineer when operating combination of boom and jib

120' or longer

GROUP 12: Engineer when operating combination of boom and jib

120' or longer on a crane that requires an oiler

GROUP 13: Crane operator; job mechanic and 3 drum hoist and

excavator

GROUP 14: Crane operator on a crane that requires an oiler

GROUP 15: Hoisting operator; 2 drum hoist and rubber tired

backhoe

GROUP 16: Forklift and 1 drum hoist

GROUP 17: Compressor or welder operator

GROUP 18: Oiler

----------------------------------------------------------------

ENGI0324-004 06/01/2013

AREA 1: ALLEGAN, BARRY, BERRIEN, BRANCH, CALHOUN, CASS, EATON,

HILLSDALE, IONIA, KALAMAZOO, KENT, LAKE, MANISTEE, MASON,

MECOSTA, MONTCALM, MUSKEGON, NEWAYGO, OCEANA, OSCEOLA, OTTAWA,

ST. JOSEPH, VAN BUREN

AREA 2: ANTRIM, BENZIE, CHARLEVOIX, EMMET, GRAND TRAVERSE,

KALKASKA, LEELANAU, MISSAUKEE AND WEXFORD COUNTIES:

Rates Fringes

Page 47: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 47

OPERATOR: Power Equipment

(Steel Erection)

AREA 1

GROUP 1....................$ 29.44 20.90

GROUP 2....................$ 29.19 20.90

GROUP 3....................$ 28.69 20.90

GROUP 4....................$ 23.59 20.90

GROUP 5....................$ 21.94 20.90

GROUP 6....................$ 19.34 20.90

AREA 2

GROUP 1....................$ 29.44 20.90

GROUP 2....................$ 29.19 20.90

GROUP 3....................$ 28.19 20.90

GROUP 4....................$ 23.29 20.90

GROUP 5....................$ 21.64 20.90

GROUP 6....................$ 18.84 20.90

FOOTNOTES:

Crane operator with main boom and jib 300' or longer: $1.50

additional to the group 1 rate. Crane operator with main

boom and jib 400' or longer: $3.00 additional to the group

1 rate.

PAID HOLIDAYS: New Year's Day, Memorial Day, Fourth of July,

Labor Day, Thanksgiving Day and Christmas Day.

POWER EQUIPMENT OPERATOR CLASSIFICATIONS:

GROUP 1: Crane Operator with main boom & jib 400', 300', or

220' or longer.

GROUP 2: Crane Operator with main boom & jib 140' or longer,

Tower Crane; Gantry Crane; Whirley Derrick.

GROUP 3: Regular Equipment Operator, Crane, Dozer, Loader,

Hoist, Straddle Wagon, Mechanic, Grader and Hydro Excavator.

GROUP 4: Air Tugger (single drum), Material Hoist Pump 6" or

over, Elevators, Brokk Concrete Breaker.

GROUP 5: Air Compressor, Welder, Generators, Conveyors

GROUP 6: Oiler and fire tender

Page 48: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 48

----------------------------------------------------------------

ENGI0324-005 09/01/2013

AREA 1: GENESEE, LAPEER, LIVINGSTON, MACOMB, MONROE, OAKLAND,

ST. CLAIR, WASHTENAW AND WAYNE COUNTIES

AREA 2: ALCONA, ALLEGAN, ALPENA, ANTRIM, ARENAC, BARRY, BAY,

BENZIE, BERRIEN, BRANCH, CALHOUN, CASS, CHARLEVOIX, CHEBOYGAN,

CLARE, CLINTON, CRAWFORD, EATON, EMMET, GLADWIN, GRAND

TRAVERSE, GRATIOT, HILLSDALE, HURON, INGHAM, IONIA, IOSCO,

ISABELLA, JACKSON, KALAMAZOO, KALKASKA, KENT, LAKE, LEELANAU,

LENAWEE, MANISTEE, MASON, MECOSTA, MIDLAND, MISSAUKEE,

MONTCALM, MONTMORENCY, MUSKEGON, NEWAYGO, OCEANA, OGEMAW,

OSCEOLA, OSCODA, OTSEGO, OTTAWA, PRESQUE ISLE, ROSCOMMON,

SAGINAW, SANILAC, SHIAWASSEE, ST. JOSEPH, TUSCOLA, VAN BUREN

AND WEXFORD COUNTIES

Rates Fringes

OPERATOR: Power Equipment

(Underground construction

(including sewer))

AREA 1:

GROUP 1....................$ 29.98 20.25

GROUP 2....................$ 25.25 20.25

GROUP 3....................$ 24.52 20.25

GROUP 4....................$ 23.95 20.25

AREA 2:

GROUP 1....................$ 28.27 20.25

GROUP 2....................$ 23.38 20.25

GROUP 3....................$ 22.88 20.25

GROUP 4....................$ 22.60 20.25

POWER EQUIPMENT OPERATOR CLASSIFICATIONS

GROUP 1: Backfiller tamper; Backhoe; Batch plant operator

(concrete); Clamshell; Concrete paver (2 drums or larger);

Conveyor loader (Euclid type); Crane (crawler, truck type

or pile driving); Dozer; Dragline; Elevating grader;

Endloader; Gradall (and similar type machine); Grader;

Mechanic; Power shovel; Roller (asphalt); Scraper

(self-propelled or tractor drawn); Side boom tractor (type

D-4 or equivalent and larger); Slip form paver; Slope

paver; Trencher (over 8 ft. digging capacity); Well

Page 49: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 49

drilling rig; Concrete pump with boom operator; Hydro

Excavator

GROUP 2: Boom truck (power swing type boom); Crusher; Hoist;

Pump (1 or more - 6-in. discharge or larger - gas or

diesel- powered or powered by generator of 300 amperes or

more - inclusive of generator); Side boom tractor (smaller

than type D-4 or equivalent); Tractor (pneu-tired, other

than backhoe or front end loader); Trencher (8-ft. digging

capacity and smaller);Vac Truck

GROUP 3: Air compressors (600 cfm or larger); Air compressors

(2 or more-less than 600 cfm); Boom truck (non-swinging,

non- powered type boom); Concrete breaker (self-propelled

or truck mounted - includes compressor); Concrete paver (1

drum-l/2 yd. or larger); Elevator (other than passenger);

Maintenance person; Pump (2 or more-4-in. up to 6-in.

discharge-gas or diesel powered - excluding submersible

pumps); Pumpcrete machine (and similar equipment); Wagon

drill (multiple); Welding machine or generator (2 or

more-300 amp. or larger - gas or diesel powered)

GROUP 4: Boiler; Concrete saw (40 hp or over); Curing machine

(self-propelled); Farm tractor (with attachment); Finishing

machine (concrete); Fire person; Hydraulic pipe pushing

machine; Mulching equipment; Oiler; Pumps (2 or more up to

4-in. discharge, if used 3 hours or more a day, gas or

diesel powered - excluding submersible pumps); Roller

(other than asphalt); Stump remover; Trencher (service);

Vibrating compaction equipment, self-propelled (6 ft. wide

or over); End dump operator; Sweeper (Wayne type); Water

wagon and Extend-a boom forklift

----------------------------------------------------------------

* ENGI0324-006 06/01/2014

AREA 1: GENESEE, MACOMB, MONROE, OAKLAND, WASHTENAW AND WAYNE

COUNTIES

AREA 2: ALCONA, ALGER, ALLEGAN, ALPENA, ANTRIM, ARENAC, BARAGA,

BARRY, BAY, BENZIE, BERRIEN, BRANCH, CALHOUN, CASS, CHARLEVOIX,

CHEBOYGAN, CHIPPEWA, CLARE, CLINTON, CRAWFORD, DELTA,

DICKINSON, EATON, EMMET, GLADWIN, GOGEBIC, GRAND TRAVERSE,

GRATIOT, HILLSDALE, HOUGHTON, HURON, INGHAM, IONIA, IOSCO,

IRON, ISABELLA, JACKSON, KALAMAZOO, KALKASKA, KENT, KEWEENAW,

LAKE, LAPEER, LEELANAU, LENAWEE, LIVINGSTON, LUCE, MACKINAC,

Page 50: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 50

MANISTEE, MARQUETTE, MASON, MECOSTA, MENOMINEE, MIDLAND,

MISSAUKEE, MONTCALM, MONTMORENCY, MUSKEGON, NEWAYGO, OCEANA,

OGEMAW, ONTONAGON, OSCEOLA, OSCODA, OTSEGO, OTTAWA, PRESQUE

ISLE, ROSCOMMON, SAGINAW, ST. CLARE, ST. JOSEPH, SANILAC,

SCHOOLCRAFT, SHIAWASSEE, TUSCOLA, VAN BUREN AND WEXFORD COUNTIES

Rates Fringes

Power equipment operators:

(AIRPORT, BRIDGE & HIGHWAY

CONSTRUCTION)

AREA 1

GROUP 1....................$ 30.26 21.85

GROUP 2....................$ 23.53 21.85

GROUP 3....................$ 24.83 21.85

GROUP 4....................$ 22.97 21.85

GROUP 5....................$ 22.80 21.85

AREA 2

GROUP 1....................$ 30.26 21.85

GROUP 2....................$ 23.38 21.85

GROUP 3....................$ 24.68 21.85

GROUP 4....................$ 22.82 21.85

GROUP 5....................$ 22.50 21.85

POWER EQUIPMENT OPERATOR CLASSIFICATIONS

GROUP 1: Asphalt plant operator; Crane operator (does not

include work on bridge construction projects when the crane

operator is erecting structural components); Dragline

operator; Shovel operator; Locomotive operator; Paver

operator (5 bags or more); Elevating grader operator; Pile

driving operator; Roller operator (asphalt); Blade grader

operator; Trenching machine operator (ladder or wheel

type); Auto-grader; Slip form paver; Self-propelled or

tractor-drawn scraper; Conveyor loader operator (Euclid

type); Endloader operator (1 yd. capacity and over);

Bulldozer; Hoisting engineer; Tractor operator; Finishing

machine operator (asphalt); Mechanic; Pump operator (6-in.

discharge or over, gas, diesel powered or generator of 300

amp. or larger); Shouldering or gravel distributing machine

operator (self- propelled); Backhoe (with over 3/8 yd.

bucket); Side boom tractor (type D-4 or equivalent or

larger); Tube finisher (slip form paving); Gradall (and

similar type machine); Asphalt paver (self- propelled);

Page 51: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 51

Asphalt planer (self-propelled); Batch plant

(concrete-central mix); Slurry machine (asphalt); Concrete

pump (3 in. and over); Roto-mill; Swinging boom truck (over

12 ton capacity); Hydro demolisher (water blaster);

Farm-type tractor with attached pan

GROUP 2: Screening plant operator; Washing plant operator;

Crusher operator; Backhoe (with 3/8 yd. bucket or less);

Side boom tractor (smaller than D-4 type or equivalent);

Sweeper (Wayne type and similar equipment); Vacuum truck

operator; Batch plant (concrete dry batch)

GROUP 3: Grease Truck

GROUP 4: Air compressor operator (600 cu. ft. per min or

more); Air compressor operator (two or more, less than 600

cfm); Wagon drill operator; Concrete breaker; Tractor

operator (farm type with attachment)

GROUP 5: Boiler fire tender; Oiler; Fire tender; Trencher

(service); Flexplane operator; Cleftplane operator; Grader

operator (self-propelled fine-grade or form (concrete));

Finishing machine operator (concrete); Boom or winch hoist

truck operator; Endloader operator (under 1 yd. capacity);

Roller operator (other than asphalt); Curing equipment

operator (self-propelled); Concrete saw operator (40 h.p.

or over); Power bin operator; Plant drier operator

(asphalt); Vibratory compaction equipment operator (6 ft.

wide or over); Guard post driver operator (power driven);

All mulching equipment; Stump remover; Concrete pump (under

3-in.); Mesh installer (self- propelled); Tractor operator

(farm type); End dump; Skid steer

----------------------------------------------------------------

ENGI0324-007 10/20/2013

ALGER, BARAGA, CHIPPEWA, DELTA, DICKINSON, GOGEBIC, HOUGHTON,

IRON, KEWEENAW, LUCE, MACKINAC MARQUETTE, MENOMINEE, ONTONAGON

AND SCHOOLCRAFT COUNTIES:

Rates Fringes

OPERATOR: Power Equipment

(Steel Erection)

Page 52: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 52

Compressor, welder and

forklift....................$ 24.18 20.90

Crane operator, main boom

& jib 120' or longer........$ 27.93 20.90

Crane operator, main boom

& jib 140' or longer........$ 28.18 20.90

Crane operator, main boom

& jib 220' or longer........$ 28.43 20.90

Mechanic with truck and

tools.......................$ 28.93 20.90

Oiler and fireman...........$ 22.88 20.90

Regular operator............$ 27.43 20.90

----------------------------------------------------------------

ENGI0324-008 11/01/2013

ALCONA, ALGER, ALLEGAN, ALPENA, ANTRIM, ARENAC, BARAGA, BARRY,

BAY, BENZIE, BERRIEN, BRANCH, CALHOUN, CASS, CHARLEVOIX,

CHEBOYGAN, CHIPPEWA, CLARE, CLINTON, CRAWFORD, DELTA,

DICKINSON, EATON, EMMET, GENESEE, GLADWIN, GOGEBIC, GRAND

TRAVERSE, GRATIOT, HILLSDALE, HOUGHTON, HURON, INGHAM, IONIA,

IOSCO, IRON, ISABELLA, JACKSON, KALAMAZOO, KALKASKA, KENT,

KEWEENAW, LAKE, LAPEER, LEELANAU, LENAWEE, LIVINGSTON, LUCE,

MACKINAC, MACOMB, MANISTEE, MARQUETTE, MASON, MECOSTA,

MENOMINEE, MIDLAND, MISSAUKEE, MONTCALM, MONTMORENCY, MONROE,

MUSKEGON, NEWAYGO, OAKLAND, OCEANA, OGEMAW, ONTONAGON, OSCEOLA,

OSCODA, OTSEGO, OTTAWA, PRESQUE ISLE, ROSCOMMON, SAGINAW, ST.

CLARE, ST. JOSEPH, SANILAC, SCHOOLCRAFT, SHIAWASSEE, TUSCOLA,

VAN BUREN, WASHTENAW, WAYNE AND WEXFORD COUNTIES

Rates Fringes

OPERATOR: Power Equipment

(Sewer Relining)

GROUP 1.....................$ 29.65 12.58

GROUP 2.....................$ 28.12 12.58

SEWER RELINING CLASSIFICATIONS

GROUP 1: Operation of audio-visual closed circuit TV system,

including remote in-ground cutter and other equipment used

in connection with the CCTV system

GROUP 2: Operation of hot water heaters and circulation

systems, water jetters and vacuum and mechanical debris

Page 53: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 53

removal systems

----------------------------------------------------------------

ENGI0325-010 05/01/2012

ALGER, BARAGA, CHIPPEWA, DELTA, DICKINSON, GOGEBIC, HOUGHTON,

IRON, KEWEENAW, LUCE, MACKINAC, MARQUETTE, MENOMINEE, ONTONAGON

AND SCHOOLCRAFT COUNTIES:

Rates Fringes

OPERATOR: Power Equipment

(Underground Construction)

Crane operator, main boom

& jib 120' or longer........$ 27.38 19.95

Crane operator, main boom

& jib 140' or longer........$ 27.63 19.95

Crane operator, main boom

& jib 220' or longer........$ 27.88 19.95

GROUP 1.....................$ 26.88 19.95

GROUP 2.....................$ 23.63 19.95

GROUP 3.....................$ 23.05 19.95

GROUP 4.....................$ 22.11 19.95

Mechanic with truck and

tools.......................$ 28.38 19.95

FOOTNOTES: Swing boom truck operator over 15 tons: $.50 per

hour additional. Hydraulic crane operator 75 tons and

under: $.75 per hour additional. Hydraulic crane operator

over 75 tons: $1.00 per hour additional. Lattice boom crane

operator: $1.50 per hour additional. Crusher pit, shafts

and tunnel workers: $2.00 per hour additional.

POWER EQUIPMENT OPERATOR CLASSIFICATIONS

GROUP 1: Regular equipment operator, crane, dozer, front end

loader, job mechanic, pumpcrete and squeezecrete, concrete

pump, excavator, milling and pulverizing machines, scraper

(self-propelled and tractor drawn), welder

GROUP 2: Air track drill, boom truck (non-swing), concrete

mixer, material hoist and tugger, pump 6" and over,

beltcrete, sweeping machine, trencher, winches, well points

and freeze systems

Page 54: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 54

GROUP 3: Air compressor, conveyor, concrete saw, farm tractor

(without attachments), fork truck, generator, guard post

driver, mulching machine, pumps under 6-in., welding

machine and grease person

GROUP 4: Oiler, fire tender, heater operator, brock concrete

breaker, elevators (other than passenger), end dumps and

skid steer

Crane Operator with main boom and jib 300' or longer shall be

paid an additional one dollar and fifty cents ($1.50) per

hour above the 220' of boom and jib wage rate.

Crane Operator with main boom and jib 400' or longer shall be

paid an additional one dollar and fifty cents ($1.50) per

hour above the 300 foot of boom wage rate ($3.00)

----------------------------------------------------------------

ENGI0325-011 10/01/2011

AREA 1: GENESEE, LAPEER, LIVINGSTON, MACOMB, MONROE, OAKLAND,

ST. CLAIR, WASHTENAW AND WAYNE COUNTIES

AREA 2: ALCONA, ALGER, ALLEGAN, ALPENA, ANTRIM, ARENAC, BARAGA,

BARRY, BAY, BENZIE, BERRIEN, BRANCH, CALHOUN, CASS, CHARLEVOIX,

CHEBOYGAN, CHIPPEWA, CLARE, CLINTON, CRAWFORD, DELTA,

DICKINSON, EATON, EMMET, GLADWIN, GOGEBIC, GRAND TRAVERSE,

GRATIOT, HILLSDALE, HOUGHTON, HURON, INGHAM, IONIA, IOSCO,

IRON, ISABELLA, JACKSON, KALAMAZOO, KALKASKA, KENT, KEWEENAW,

LAKE, LEELANAU, LENAWEE, LUCE, MACKINAC, MANISTEE, MARQUETTE,

MASON, MECOSTA, MENOMINEE, MIDLAND, MISSAUKEE, MONTCALM,

MONTMORENCY, MUSKEGON, NEWAYGO, OCEANA, OGEMAW, ONTONAGON,

OSCEOLA, OSCODA, OTSEGO, OTTAWA, PRESQUE ISLE, ROSCOMMON,

SAGINAW, ST. JOSEPH, SANILAC, SCHOOLCRAFT, SHIAWASSEE,

TUSCOLA, VAN BUREN AND WEXFORD COUNTIES

Rates Fringes

Power equipment operators -

hazardous waste removal:

(AREA 1)

AREA 1: LEVEL A

Page 55: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 55

Engineer when operating

crane with boom and jib

or leads 140' or longer....$ 34.68 19.70

Engineer when operating

crane with boom and jib

or leads 220' or longer....$ 34.98 19.70

GROUP 1....................$ 32.03 19.70

GROUP 2....................$ 27.80 19.70

Regular crane operator,

mechanic, dragline

operator, boom truck

operator and concrete

pump with boom operator,

power shovel operator......$ 33.00 19.70

AREA 1: LEVEL B AND C

Engineer when operating

crane with boom and jib

or leads 140' or longer....$ 33.73 19.70

Engineer when operating

crane with boom and jib

or leads 220' or longer....$ 34.03 19.70

GROUP 1....................$ 31.08 19.70

GROUP 2....................$ 26.85 19.70

Regular crane operator,

mechanic, dragline

operator, boom truck

operator and concrete

pump with boom operator,

pwer shovel operator.......$ 32.05 19.70

AREA 1: LEVEL D WHEN

CAPPING LANDFILL

Engineer when operating

crane with boom and jib

or leads 140' or longer....$ 32.18 19.70

Engineer when operating

crane with boom and jib

or leads 220' or longer....$ 32.48 19.70

GROUP 1....................$ 29.53 19.70

GROUP 2....................$ 25.30 19.70

Regular crane operator,

mechanic, dragline

operator, boom truck

operator and concrete

pump with boom operator,

power shovel operator......$ 29.88 19.70

Page 56: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 56

AREA 1: LEVEL D

Engineer when operating

crane with boom and jib

or leads 140' or longer....$ 32.43 19.70

Engineer when operating

crane with boom and jib

or leads 220' or longer....$ 32.73 19.70

GROUP 1....................$ 29.78 19.70

GROUP 2....................$ 25.55 19.70

Regular crane operator,

mechanic, dragline

operator, boom truck

operator and concrete

pump with boom operator,

power shovel operator......$ 30.75 19.70

Power equipment operators -

hazardous waste removal:

(AREA 2)

AREA 2: LEVEL A

Engineer when operating

crane with boom and jib

or leads 140' or longer....$ 32.97 19.70

Engineer when operating

crane with boom and jib

or leads 220' or longer....$ 33.27 19.70

GROUP 1....................$ 30.32 19.70

GROUP 2....................$ 25.92 19.70

Regular crane operator,

mechanic, dragline

operator, boom truck

operator and concrete

pump with boom operator,

power shovel operator......$ 31.29 19.70

AREA 2: LEVEL B AND C

Engineer when operating

crane with boom and jib

or leads 140' or longer....$ 31.91 19.70

Engineer when operating

crane with boom and jib

or leads 220' or longer....$ 32.23 19.70

GROUP 1....................$ 29.37 19.70

GROUP 2....................$ 24.98 19.70

Regular crane operator,

mechanic, dragline

operator, boom truck

Page 57: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 57

operator and concrete

pump with boom operator,

power shovel operator......$ 30.34 19.70

AREA 2: LEVEL D WHEN

CAPPING LANDFILL

Engineer when operating

crane with boom and jib

or leads 140' or longer....$ 30.47 19.70

Engineer when operating

crane with boom and jib

or leads 220' or longer....$ 30.77 19.70

GROUP 1....................$ 27.82 19.70

GROUP 2....................$ 23.43 19.70

Regular crane operator,

mechanic, dragline

operator, boom truck

operator and concrete

pump with boom operator,

power shovel operator......$ 28.79 19.70

AREA 2: LEVEL D

Engineer when operating

crane with boom and jib

or leads 140' or longer....$ 30.72 19.70

Engineer when operating

crane with boom and jib

or leads 220' or longer....$ 31.02 19.70

GROUP 1....................$ 28.07 19.70

GROUP 2....................$ 23.68 19.70

Regular crane operator,

mechanic, dragline

operator, boom truck

operator and concrete

pump with boom operator,

power shovel operator......$ 29.04 19.70

HAZARDOUS WASTE REMOVAL CLASSIFICATIONS

Group 1: Backhoe, batch plant operator, clamshell, concrete

breaker when attached to hoe, concrete cleaning

decontamination machine operator, concrete pump, concrete

paver, crusher, dozer, elevating grader, endloader, farm

tractor (90 h.p. and higher), gradall, grader,heavy

equipment robotics operator, loader, pug mill, pumpcrete

machines, pump trucks, roller, scraper (self- propelled or

tractor drawn), side boom tractor, slip form paver, slope

paver, trencher, ultra high pressure waterjet cutting tool

Page 58: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 58

system, vactors, vacuum blasting machine operator, vertical

lifting hoist, vibrating compaction equipment

(self-propelled), well drilling rig and hydro excavator

GROUP 2: Air compressor, concrete breaker when not attached

to hoe, elevator, end dumps, equipment decontamination

operator, farm tractor (less than 90 h.p.), forklift,

generator, heater, mulcher, pigs (portable reagent storage

tanks), power screens, pumps (water), stationary compressed

air plant, sweeper, welding machine and water wagon

----------------------------------------------------------------

ENGI0325-012 05/01/2014

AREA 1: MACOMB, MONROE, OAKLAND, ST. CLAIR, WASHTENAW AND WAYNE

COUNTIES

AREA 2: ALCONA, ALGER, ALLEGAN, ALPENA, ANTRIM, ARENAC, BARAGA,

BARRY, BAY, BENZIE, BERRIEN, BRANCH, CALHOUN, CASS, CHARLEVOIX,

CHEBOYGAN, CHIPPEWA, CLARE, CLINTON, CRAWFORD, DELTA,

DICKINSON, EATON, EMMET, GENESEE, GLADWIN, GOGEBIC, GRAND

TRAVERSE, GRATIOT, HILLSDALE, HOUGHTON, HURON, INGHAM, IONIA,

IOSCO, IRON, ISABELLA, JACKSON, KALAMAZOO, KALKASKA, KENT,

KEWEENAW, LAKE, LAPEER, LEELANAU, LENAWEE, LIVINGSTON LUCE,

MACKINAC, MANISTEE, MARQUETTE, MASON, MECOSTA, MENOMINEE,

MIDLAND, MISSAUKEE, MONTCALM, MONTMORENCY, MUSKEGON, NEWAYGO,

OCEANA, OGEMAW, ONTONAGON, OSCEOLA, OSCODA, OTSEGO, OTTAWA,

PRESQUE ISLE, ROSCOMMON, SAGINAW, ST. JOSEPH, SANILAC,

SCHOOLCRAFT, SHIAWASSEE, TUSCOLA, VAN BUREN AND WEXFORD COUNTIES

Rates Fringes

Power equipment operators -

gas distribution and duct

installation work:

AREA 1

GROUP 1....................$ 27.83 21.80

GROUP 2....................$ 27.70 21.80

GROUP 3....................$ 26.58 21.80

GROUP 4....................$ 26.00 21.80

AREA 2

GROUP 1....................$ 26.92 21.80

GROUP 2-A..................$ 26.82 21.80

GROUP 2-B..................$ 26.60 21.80

Page 59: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 59

GROUP 3....................$ 25.82 21.80

GROUP 4....................$ 25.32 21.80

SCOPE OF WORK: The construction, installation, treating and

reconditioning of pipelines transporting gas vapors within

cities, towns, subdivisions, suburban areas, or within

private property boundaries, up to and including private

meter settings of private industrial, governmental or other

premises, more commonly referred to as "distribution work,"

starting from the first metering station, connection,

similar or related facility, of the main or cross country

pipeline and including duct installation.

AREA 1:

GROUP 1: Backhoe, crane, grader, mechanic, dozer (D-6

equivalent or larger), side boom (D-4 equivalent or

larger), trencher(except service), endloader (2 yd.

capacity or greater).

GROUP 2: Dozer (less than D-6 equivalent), endloader (under 2

yd. capacity), side boom (under D-4 capacity), backfiller,

pumps (1 or 2 of 6-inch discharge or greater), boom truck

(with powered boom), tractor (wheel type other than backhoe

or front endloader).

GROUP 3: Tamper (self-propelled), boom truck (with

non-powered boom), concrete saw (20 hp or larger), pumps (2

to 4 under 6-inch discharge), compressor (2 or more or when

one is used continuously into the second day) and

trencher(service).

GROUP 4: Oiler, hydraulic pipe pushing machine, grease person

and hydrostatic testing operator.

AREA 2:

GROUP 1: Mechanic, crane (over 1/2 yd. capacity), backhoe

(over 1/2 yd. capacity), grader (Caterpillar 12 equivalent

or larger)

GROUP 2-A: Trencher(except service), backhoe (1/2 yd.

capacity or less)

GROUP 2-B: Crane (1/2 yd. capacity or less), compressor (2 or

Page 60: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 60

more), dozer (D-4 equivalent or larger), endloader (1 yd.

capacity or larger), pump (1 or 2 six-inch or larger), side

boom (D-4 equivalent or larger)

GROUP 3: Backfiller, boom truck (powered), concrete saw (20

hp or larger), dozer (less than D-4 equivalent), endloader

(under 1 yd. capacity), farm tractor (with attachments),

pump (2 - 4 under six-inch capacity), side boom

tractor(less than D-4 equivalent), tamper (self-propelled),

trencher service and grader maintenance

GROUP 4: Oiler, grease person and hydrostatic testing operator

----------------------------------------------------------------

IRON0008-007 06/01/2013

ALGER, BARAGA, CHIPPEWA, DELTA, DICKINSON, GOGEBIC, HOUGHTON,

IRON, KEWEENAW, LUCE, MACKINAC MARQUETTE, MENOMINEE, ONTONAGON

AND SCHOOLCRAFT COUNTIES:

Rates Fringes

Ironworker - pre-engineered

metal building erector...........$ 23.70 6.95

IRONWORKER

General contracts

$10,000,000 or greater......$ 25.75 23.17

General contracts less

than $10,000,000............$ 22.53 23.17

Paid Holidays: New Year's Day, Memorial Day, July 4th, Labor

Day, Thanksgiving Day & Christmas Day.

----------------------------------------------------------------

IRON0025-002 04/01/2013

ALCONA, ALPENA, ARENAC, BAY, CHEBOYGAN, CLARE, CLINTON,

CRAWFORD, GENESEE, GLADWIN, GRATIOT, HURON, INGHAM, IOSCO,

ISABELLA, JACKSON, LAPEER, LIVINGSTON, MACOMB, MIDLAND,

MONTMORENCY, OAKLAND, OGEMAW, OSCODA, OTSEGO, PRESQUE ISLE,

ROSCOMMON, SAGINAW, SANILAC, SHIAWASSEE, ST. CLAIR, TUSCOLA,

WASHTENAW AND WAYNE COUNTIES:

Page 61: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 61

Rates Fringes

Ironworker - pre-engineered

metal building erector

Alcona, Alpena, Arenac,

Cheboygan, Clare, Clinton,

Crawford, Gladwin,

Gratiot, Huron, Ingham,

Iosco, Isabella, Jackson,

Lapeer, Livingston (west

of Burkhardt Road),

Montmorency, Ogemaw,

Oscoda, Otsego, Presque

Isle, Roscommon, Sanilac,

Shiawassee, Tuscola &

Washtenaw (west of U.S. 23).$ 22.17 20.13

Bay, Genesee, Lapeer,

Livingston (east of

Burkhardt Road), Macomb,

Midland, Oakland, Saginaw,

St. Clair, The University

of Michigan, Washtenaw

(east of U.S. 23) & Wayne...$ 23.39 21.13

IRONWORKER

Ornamental and Structural...$ 33.29 25.34

Reinforcing.................$ 28.30 24.60

----------------------------------------------------------------

IRON0055-005 07/01/2013

LENAWEE AND MONROE COUNTIES:

Rates Fringes

IRONWORKER

Pre-engineered metal

buildings...................$ 23.59 19.35

All other work..............$ 28.32 19.35

----------------------------------------------------------------

IRON0292-003 06/01/2013

BERRIEN AND CASS COUNTIES:

Rates Fringes

IRONWORKER (Including

Page 62: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 62

pre-engineered metal building

erector).........................$ 27.07 16.76

----------------------------------------------------------------

IRON0340-001 12/01/2013

ALLEGAN, ANTRIM, BARRY, BENZIE, BRANCH, CALHOUN, CHARLEVOIX,

EATON, EMMET, GRAND TRAVERSE, HILLSDALE, IONIA, KALAMAZOO,

KALKASKA, KENT, LAKE, LEELANAU, MANISTEE, MASON, MECOSTA,

MISSAUKEE, MONTCALM, MUSKEGON, NEWAYGO, OCEANA, OSCEOLA,

OTTAWA, ST. JOSEPH, VAN BUREN AND WEXFORD COUNTIES:

Rates Fringes

IRONWORKER (Including

pre-engineered metal building

erector).........................$ 20.68 24.57

----------------------------------------------------------------

LABO0005-006 10/01/2013

Rates Fringes

Laborers - hazardous waste

abatement: (ALCONA, ALPENA,

ANTRIM, BENZIE, CHARLEVOIX,

CHEBOYGAN, CRAWFORD, EMMET,

GRAND TRAVERSE, IOSCO,

KALKASKA, LEELANAU,

MISSAUKEE, MONTMORENCY,

OSCODA, OTSEGO, PRESQUE ISLE

AND WEXFORD COUNTIES - Zone

10)

Levels A, B or C............$ 17.14 12.46

Work performed in

conjunction with site

preparation not requiring

the use of personal

protective equipment;

Also, Level D...............$ 16.14 12.46

Laborers - hazardous waste

abatement: (ALGER, BARAGA,

CHIPPEWA, DELTA, DICKINSON,

GOGEBIC, HOUGHTON, IRON,

KEWEENAW, LUCE, MACKINAC,

MARQUETTE, MENOMINEE,

Page 63: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 63

ONTONAGON AND SCHOOLCRAFT

COUNTIES - Zone 11)

Levels A, B or C............$ 20.92 12.49

Work performed in

conjunction with site

preparation not requiring

the use of personal

protective equipment;

Also, Level D...............$ 19.92 12.49

Laborers - hazardous waste

abatement: (ALLEGAN, BARRY,

BERRIEN, BRANCH, CALHOUN,

CASS, IONIA COUNTY (except

the city of Portland);

KALAMAZOO, KENT, LAKE,

MANISTEE, MASON, MECOSTA,

MONTCALM, MUSKEGON, NEWAYGO,

OCEANA, OSCEOLA, OTTAWA, ST.

JOSEPH AND VAN BUREN COUNTIES

- Zone 9)

Levels A, B or C............$ 19.31 12.46

Work performed in

conjunction with site

preparation not requiring

the use of personal

protective equipment;

Also, Level D...............$ 18.31 12.46

Laborers - hazardous waste

abatement: (ARENAC, BAY,

CLARE, GLADWIN, GRATIOT,

HURON, ISABELLA, MIDLAND,

OGEMAW, ROSCOMMON, SAGINAW

AND TUSCOLA COUNTIES - Zone 8)

Levels A, B or C............$ 20.02 12.46

Work performed in

conjunction with site

preparation not requiring

the use of personal

protective equipment;

Also, Level D...............$ 19.02 12.46

Laborers - hazardous waste

abatement: (CLINTON, EATON

AND INGHAM COUNTIES; IONIA

COUNTY (City of Portland);

LIVINGSTON COUNTY (west of

Page 64: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 64

Oak Grove Rd., including the

City of Howell) - Zone 6)

Levels A, B or C............$ 22.84 12.46

Work performed in

conjunction with site

preparation not requiring

the use of personal

protective equipment;

Also, Level D...............$ 21.84 12.46

Laborers - hazardous waste

abatement: (GENESEE, LAPEER

AND SHIAWASSEE COUNTIES -

Zone 7)

Levels A, B or C............$ 23.35 12.50

Work performed in

conjunction with site

preparation not requiring

the use of personal

protective equipment;

Also, Level D...............$ 22.35 12.50

Laborers - hazardous waste

abatement: (HILLSDALE,

JACKSON AND LENAWEE COUNTIES

- Zone 4)

Levels A, B or C............$ 22.38 12.46

Work performed in

conjunction with site

preparation not requiring

the use of personal

protective equipment;

Also, Level D...............$ 21.38 12.46

Laborers - hazardous waste

abatement: (LIVINGSTON COUNTY

(east of Oak Grove Rd. and

south of M-59, excluding the

city of Howell); AND

WASHTENAW COUNTY - Zone 3)

Levels A, B or C............$ 28.80 13.42

Work performed in

conjunction with site

preparation not requiring

the use of personal

protective equipment;

Also, Level D...............$ 27.80 13.42

Laborers - hazardous waste

Page 65: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 65

abatement: (MACOMB AND WAYNE

COUNTIES - Zone 1)

Levels A, B or C............$ 27.94 16.55

Work performed in

conjunction with site

preparation not requiring

the use of personal

protective equipment;

Also, Level D...............$ 26.94 16.55

Laborers - hazardous waste

abatement: (MONROE COUNTY -

Zone 4)

Levels A, B or C............$ 29.86 14.23

Work performed in

conjunction with site

preparation not requiring

the use of personal

protective equipment;

Also, Level D...............$ 28.86 14.23

Laborers - hazardous waste

abatement: (OAKLAND COUNTY

and the Northeast portion of

LIVINGSTON COUNTY bordered by

Oak Grove Road on the West

and M-59 on the South - Zone

2)

Level A, B, C...............$ 27.94 16.55

Work performed in

conjunction with site

preparation not requiring

the use of personal

protective equipment;

Also, Level D...............$ 26.94 16.55

Laborers - hazardous waste

abatement: (SANILAC AND ST.

CLAIR COUNTIES - Zone 5)

Levels A, B or C............$ 24.90 14.90

Work performed in

conjunction with site

preparation not requiring

the use of personal

protective equipment;

Also, Level D...............$ 23.90 14.90

----------------------------------------------------------------

LABO0259-001 09/01/2013

Page 66: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 66

AREA 1: MACOMB, OAKLAND AND WAYNE COUNTIES

AREA 2: ALCONA, ALGER, ALLEGAN, ALPENA, ANTRIM, ARENAC, BARAGA,

BARRY, BAY, BENZIE, BERRIEN, BRANCH, CALHOUN, CASS, CHARLEVOIX,

CHEBOYGAN, CHIPPEWA, CLARE, CLINTON, CRAWFORD, DELTA,

DICKINSON, EATON, EMMET, GENESEE, GLADWIN, GOGEBIC, GRAND

TRAVERSE, GRATIOT, HILLSDALE, HOUGHTON, HURON, INGHAM, IONIA,

IOSCO, IRON, ISABELLA, JACKSON, KALAMAZOO, KALKASKA, KENT,

KEWEENAW, LAKE, LAPEER, LEELANAU, LENAWEE, LIVINGSTON, LUCE,

MACKINAC, MANISTEE, MARQUETTE, MASON, MECOSTA, MENOMINEE,

MIDLAND, MISSAUKEE, MONROE, MONTCALM, MONTMORENCY, MUSKEGON,

NEWAYGO, OCEANA, OGEMAW, ONTONAGON, OSCEOLA, OSCODA, OTSEGO,

OTTAWA, PRESQUE ISLE, ROSCOMMON, SAGINAW, ST. CLARE, ST.

JOSEPH, SANILAC, SCHOOLCRAFT, SHIAWASSEE, TUSCOLA, VAN BUREN,

WASHTENAW AND WEXFORD COUNTIES

Rates Fringes

Laborers - tunnel, shaft and

caisson:

AREA 1

GROUP 1....................$ 21.57 16.28

GROUP 2....................$ 21.68 16.28

GROUP 3....................$ 21.74 16.28

GROUP 4....................$ 21.92 16.28

GROUP 5....................$ 22.17 16.28

GROUP 6....................$ 22.50 16.28

GROUP 7....................$ 15.78 16.28

AREA 2

GROUP 1....................$ 22.80 12.46

GROUP 2....................$ 22.89 12.46

GROUP 3....................$ 22.99 12.46

GROUP 4....................$ 23.15 12.46

GROUP 5....................$ 23.41 12.46

GROUP 6....................$ 23.72 12.46

GROUP 7....................$ 15.99 12.46

SCOPE OF WORK: Tunnel, shaft and caisson work of every type

and description and all operations incidental thereto,

including, but not limited to, shafts and tunnels for

sewers, water, subways, transportation, diversion,

sewerage, caverns, shelters, aquafers, reservoirs, missile

silos and steel sheeting for underground construction.

Page 67: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 67

TUNNEL LABORER CLASSIFICATIONS

GROUP 1: Tunnel, shaft and caisson laborer, dump, shanty, hog

house tender, testing (on gas) and watchman

GROUP 2: Manhole, headwall, catch basin builder, bricklayer

tender, mortar machine and material mixer

GROUP 3: Air tool operator (jackhammer, bush hammer and

grinder), first bottom, second bottom, cage tender, car

pusher, carrier, concrete, concrete form, concrete repair,

cement invert laborer, cement finisher, concrete shoveler,

conveyor, floor, gasoline and electric tool operator,

gunite, grout operator, welder, heading dinky person,

inside lock tender, pea gravel operator, pump, outside lock

tender, scaffold, top signal person, switch person, track,

tugger, utility person, vibrator, winch operator, pipe

jacking, wagon drill and air track operator and concrete

saw operator (under 40 h.p.)

GROUP 4: Tunnel, shaft and caisson mucker, bracer, liner

plate, long haul dinky driver and well point

GROUP 5: Tunnel, shaft and caisson miner, drill runner, key

board operator, power knife operator, reinforced steel or

mesh (e.g. wire mesh, steel mats, dowel bars, etc.)

GROUP 6: Dynamite and powder

GROUP 7: Restoration laborer, seeding, sodding, planting,

cutting, mulching and top soil grading; and the restoration

of property such as replacing mailboxes, wood chips,

planter boxes, flagstones, etc.

----------------------------------------------------------------

LABO0334-001 09/01/2013

Rates Fringes

Laborers - open cut:

ZONE 1 - MACOMB, OAKLAND

AND WAYNE COUNTIES:

GROUP 1....................$ 21.42 16.28

GROUP 2....................$ 21.53 16.28

GROUP 3....................$ 21.58 16.28

Page 68: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 68

GROUP 4....................$ 21.66 16.28

GROUP 5....................$ 21.72 16.28

GROUP 6....................$ 19.17 16.28

GROUP 7....................$ 15.79 16.28

ZONE 2 - LIVINGSTON COUNTY

(east of M-151 (Oak Grove

Rd.)); MONROE AND

WASHTENAW COUNTIES:

GROUP 1....................$ 22.45 12.46

GROUP 2....................$ 22.56 12.46

GROUP 3....................$ 22.68 12.46

GROUP 4....................$ 22.75 12.46

GROUP 5....................$ 22.90 12.46

GROUP 6....................$ 20.20 12.46

GROUP 7....................$ 16.84 12.46

ZONE 3 - CLINTON, EATON,

GENESEE, HILLSDALE AND

INGHAM COUNTIES; IONIA

COUNTY (City of Portland);

JACKSON, LAPEER AND

LENAWEE COUNTIES;

LIVINGSTON COUNTY (west of

M-151 Oak Grove Rd.);

SANILAC, ST. CLAIR AND

SHIAWASSEE COUNTIES:

GROUP 1....................$ 20.64 12.46

GROUP 2....................$ 20.78 12.46

GROUP 3....................$ 20.90 12.46

GROUP 4....................$ 20.95 12.46

GROUP 5....................$ 21.09 12.46

GROUP 6....................$ 18.39 12.46

GROUP 7....................$ 15.54 12.46

ZONE 4 - ALCONA, ALLEGAN,

ALPENA, ANTRIM, ARENAC,

BARRY, BAY, BENZIE,

BERRIEN, BRANCH,

CALHOUN, CASS, CHARLEVOIX,

CHEBOYGAN, CLARE,

CRAWFORD, EMMET,

GLADWIN, GRAND TRAVERSE,

GRATIOT AND HURON

COUNTIES; IONIA COUNTY

(EXCEPT THE CITY OF

PORTLAND); IOSCO,

ISABELLA, KALAMAZOO,

Page 69: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 69

KALKASKA, KENT,

LAKE,LEELANAU, MANISTEE,

MASON, MECOSTA, MIDLAND,

MISSAUKEE, MONTCALM,

MONTMORENCY, MUSKEGON,

NEWAYGO, OCEANA, OGEMAW,

OSCEOLA, OSCODA, OTSEGO,

OTTAWA, PRESQUE ISLE,

ROSCOMMON, SAGINAW, ST.

JOSEPH, TUSCOLA, VAN BUREN

AND WEXFORD COUNTIES:

GROUP 1....................$ 19.65 12.46

GROUP 2....................$ 19.78 12.46

GROUP 3....................$ 19.89 12.46

GROUP 4....................$ 19.96 12.46

GROUP 5....................$ 20.08 12.46

GROUP 6....................$ 17.30 12.46

GROUP 7....................$ 15.64 12.46

ZONE 5 - ALGER, BARAGA,

CHIPPEWA, DELTA,

DICKINSON, GOGEBIC,

HOUGHTON, IRON,

KEWEENAW, LUCE, MACKINAC,

MARQUETTE, MENOMINEE,

ONTONAGON AND SCHOOLCRAFT

COUNTIES:

GROUP 1....................$ 19.86 12.46

GROUP 2....................$ 20.00 12.46

GROUP 3....................$ 20.13 12.46

GROUP 4....................$ 20.18 12.46

GROUP 5....................$ 20.23 12.46

GROUP 6....................$ 17.61 12.46

GROUP 7....................$ 15.72 12.46

SCOPE OF WORK:

Open cut construction work shall be construed to mean work

which requires the excavation of earth including

industrial, commercial and residential building site

excavation and preparation, land balancing, demolition and

removal of concrete and underground appurtenances, grading,

paving, sewers, utilities and improvements; retention,

oxidation, flocculation and irrigation facilities, and also

including but not limited to underground piping, conduits,

steel sheeting for underground construction, and all work

Page 70: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 70

incidental thereto, and general excavation. For all areas

except the Upper Peninsula, open cut construction work

shall also be construed to mean waterfront work, piers,

docks, seawalls, breakwalls, marinas and all incidental

work. Open cut construction work shall not include any

structural modifications, alterations, additions and

repairs to buildings, or highway work, including roads,

streets, bridge construction and parking lots or steel

erection work and excavation for the building itself and

back filling inside of and within 5 ft. of the building and

foundations, footings and piers for the building. Open cut

construction work shall not include any work covered under

Tunnel, Shaft and Caisson work.

OPEN CUT LABORER CLASSIFICATIONS

GROUP 1: Construction laborer

GROUP 2: Mortar and material mixer, concrete form person,

signal person, well point person, manhole, headwall and

catch basin builder, headwall, seawall, breakwall and dock

builder

GROUP 3: Air, gasoline and electric tool operator, vibrator

operator, driller, pump person, tar kettle operator,

bracer, rodder, reinforced steel or mesh person (e.g., wire

mesh, steel mats, dowel bars, etc.), welder, pipe jacking

and boring person, wagon drill and air track operator and

concrete saw operator (under 40 h.p.), windlass and tugger

person and directional boring person

GROUP 4: Trench or excavating grade person

GROUP 5: Pipe layer (including crock, metal pipe, multi-plate

or other conduits)

GROUP 6: Grouting man, audio-visual television operations and

all other operations in connection with closed circuit

television inspection, pipe cleaning and pipe relining work

and the installation and repair of water service pipe and

appurtenances

GROUP 7: Restoration laborer, seeding, sodding, planting,

cutting, mulching and top soil grading; and the restoration

of property such as replacing mailboxes, wood chips,

Page 71: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 71

planter boxes, flagstones, etc.

----------------------------------------------------------------

LABO0465-001 06/01/2013

LABORER: Highway, Bridge and Airport Construction

AREA 1: GENESEE, MACOMB, MONROE, OAKLAND, WASHTENAW AND WAYNE

COUNTIES

AREA 2: ALLEGAN, BARRY, BAY, BERRIEN, BRANCH, CALHOUN, CASS,

CLINTON, EATON, GRATIOT, HILLSDALE, HURON, INGHAM, JACKSON,

KALAMAZOO, LAPEER, LENAWEE, LIVINGSTON, MIDLAND, MUSKEGON,

SAGINAW, SANILAC, SHIAWASSEE, ST. CLAIR, ST. JOSEPH, TUSCOLA

AND VAN BUREN COUNTIES

AREA 3: ALCONA, ALPENA, ANTRIM, ARENAC, BENZIE, CHARLEVOIX,

CHEBOYGAN, CLARE, CRAWFORD, EMMET, GLADWIN, GRAND TRAVERSE,

IONIA, IOSCO, ISABELLA, KALKASKA, KENT, LAKE, LEELANAU,

MANISTEE, MASON, MECOSTA, MISSAUKEE, MONTCALM, MONTMORENCY,

NEWAYGO, OCEANA, OGEMAW, OSCEOLA, OSCODA, OTSEGO, OTTAWA,

PRESQUE ISLE, ROSCOMMON AND WEXFORD COUNTIES

AREA 4: ALGER, BARAGA, CHIPPEWA, DELTA, DICKINSON, GOGEBIC,

HOUGHTON, IRON, KEWEENAW, LUCE, MACKINAC, MARQUETTE, MENOMINEE,

ONTONAGON AND SCHOOLCRAFT COUNTIES

Rates Fringes

LABORER (AREA 1)

GROUP 1.....................$ 24.60 12.46

GROUP 2.....................$ 24.73 12.46

GROUP 3.....................$ 24.91 12.46

GROUP 4.....................$ 24.99 12.46

GROUP 5.....................$ 25.20 12.46

GROUP 6.....................$ 25.50 12.46

LABORER (AREA 2)

GROUP 1.....................$ 22.60 12.46

GROUP 2.....................$ 22.80 12.46

GROUP 3.....................$ 23.04 12.46

GROUP 4.....................$ 23.39 12.46

GROUP 5.....................$ 23.26 12.46

GROUP 6.....................$ 23.60 12.46

LABORER (AREA 3)

Page 72: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 72

GROUP 1.....................$ 21.85 12.46

GROUP 2.....................$ 22.06 12.46

GROUP 3.....................$ 22.35 12.46

GROUP 4.....................$ 22.79 12.46

GROUP 5.....................$ 22.41 12.46

GROUP 6.....................$ 22.84 12.46

LABORER (AREA 4)

GROUP 1.....................$ 21.85 12.46

GROUP 2.....................$ 22.06 12.46

GROUP 3.....................$ 22.35 12.46

GROUP 4.....................$ 22.79 12.46

GROUP 5.....................$ 22.41 12.46

GROUP 6.....................$ 22.84 12.46

LABORER CLASSIFICATIONS

GROUP 1: Asphalt shoveler or loader; asphalt plant misc.;

burlap person; yard person; dumper (wagon, truck, etc.);

joint filling laborer; miscellaneous laborer; unskilled

laborer; sprinkler laborer; form setting laborer; form

stripper; pavement reinforcing; handling and placing (e.g.,

wire mesh, steel mats, dowel bars); mason's tender or

bricklayer's tender on manholes; manhole builder;

headwalls, etc.; waterproofing,(other than buildings) seal

coating and slurry mix, shoring, underpinning; pressure

grouting; bridge pin and hanger removal; material recycling

laborer; horizontal paver laborer (brick, concrete, clay,

stone and asphalt); ground stabilization and modification

laborer; grouting; waterblasting; top person; railroad

track and trestle laborer; carpenters' tender; guard rail

builders' tender; earth retention barrier and wall and

M.S.E. wall installer's tender; highway and median

installer's tender(including sound, retaining, and crash

barriers); fence erector's tender; asphalt raker tender;

sign installer; remote control operated equipment.

GROUP 2: Mixer operator (less than 5 sacks); air or electric

tool operator (jackhammer, etc.); spreader; boxperson

(asphalt, stone, gravel); concrete paddler; power chain saw

operator; paving batch truck dumper; tunnel mucker (highway

work only); concrete saw (under 40 h.p.) and dry pack

machine; roto-mill grounds person.

GROUP 3: Tunnel miner (highway work only); finishers tenders;

guard rail builders; highway and median barrier installer;

Page 73: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 73

earth retention barrier and wall and M.S.E. wall

installer's (including sound, retaining and crash

barriers); fence erector; bottom person; powder person;

wagon drill and air track operator; diamond and core

drills; grade checker; certified welders; curb and side

rail setter's tender.

GROUP 4: Asphalt raker

GROUP 5: Pipe layers, oxy-gun

GROUP 6: Line-form setter for curb or pavement; asphalt

screed checker/screw man on asphalt paving machines.

----------------------------------------------------------------

LABO1076-005 04/01/2014

MICHIGAN STATEWIDE

Rates Fringes

LABORER (DISTRIBUTION WORK)

Zone 1......................$ 19.17 12.75

Zone 2......................$ 17.62 12.75

Zone 3......................$ 15.85 12.75

Zone 4......................$ 15.22 12.75

Zone 5......................$ 15.22 12.75

DISTRIBUTION WORK - The construction, installation, treating

and reconditioning of distribution pipelines transporting

coal, oil, gas or other similar materials, vapors or

liquids, including pipelines within private property

boundaries, up to and including the meter settings on

residential, commercial, industrial, institutional, private

and public structures. All work covering pumping stations

and tank farms not covered by the Building Trades

Agreement. Other distribution lines with the exception of

sewer, water and cable television are included.

Underground Duct Layer Pay: $.40 per hour above the base pay

rate.

Zone 1 - Macomb, Oakland and Wayne

Zone 2 - Monroe and Washtenaw

Zone 3 - Bay, Genesee, Lapeer, Midland, Saginaw, Sanilac,

Page 74: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 74

Shiawassee and St. Clair

Zone 4 - Alger, Baraga, Chippewa, Delta, Dickinson, Gogebic,

Houghton, Iron, Keweenaw, Luce, Mackinac, Marquette,

Menominee, Ontonagon and Schoolcraft

Zone 5 - Remaining Counties in Michigan

----------------------------------------------------------------

PAIN0022-002 07/01/2008

HILLSDALE, JACKSON AND LENAWEE COUNTIES; LIVINGSTON COUNTY

(east of the eastern city limits of Howell, not including the

city of Howell, north to the Genesee County line and south to

the Washtenaw County line); MACOMB, MONROE, OAKLAND, WASHTENAW

AND WAYNE COUNTIES:

Rates Fringes

PAINTER..........................$ 25.06 14.75

FOOTNOTES: For all spray work and journeyman rigging for

spray work, also blowing off, $0.80 per hour additional

(applies only to workers doing rigging for spray work on

off the floor work. Does not include setting up or moving

rigging on floor surfaces, nor does it apply to workers

engaged in covering up or tending spray equipment. For all

sandblasting and spray work performed on highway bridges,

overpasses, tanks or steel, $0.80 per hour additional. For

all brushing, cleaning and other preparatory work (other

than spraying or steeplejack work) at scaffold heights of

fifty (50) feet from the ground or higher, $0.50 per hour

additional. For all preparatorial work and painting

performed on open steel under forty (40) feet when no

scaffolding is involved, $0.50 per hour additional. For all

swing stage work-window jacks and window belts-exterior and

interior, $0.50 per hour additional. For all spray work and

sandblaster work to a scaffold height of forty (40) feet

above the floor level, $0.80 per hour additional. For all

preparatorial work and painting on all highway bridges or

overpasses up to forty (40) feet in height, $0.50 per hour

additional. For all steeplejack work performed where the

elevation is forty (40) feet or more, $1.25 per hour

additional.

----------------------------------------------------------------

Page 75: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 75

PAIN0312-001 06/12/2013

EXCLUDES: ALLEGAN COUNTY (Townships of Dorr, Fillmore, Heath,

Hopkins, Laketown, Leighton, Manlius, Monterey, Overisel,

Salem, Saugatuck and Wayland); INCLUDES: Barry, Berrien,

Branch, Calhoun, Cass, Hillsdale, Kalamazoo, St. Joseph, Van

Buren

Rates Fringes

PAINTER

Brush and roller............$ 21.75 11.94

Spray, Sandblast, Sign

Painting....................$ 22.75 11.94

----------------------------------------------------------------

PAIN0845-003 05/09/2013

CLINTON COUNTY; EATON COUNTY (does not include the townships of

Bellevue and Olivet); INGHAM COUNTY; IONIA COUNTY (east of Hwy.

M 66); LIVINGSTON COUNTY (west of the eastern city limits of

Howell, including the city of Howell, north to the Genesee

County line and south to the Washtenaw County line); AND

SHIAWASSEE COUNTY (Townships of Bennington, Laingsbury and

Perry):

Rates Fringes

PAINTER..........................$ 21.74 11.50

----------------------------------------------------------------

PAIN0845-015 05/09/2013

MUSKEGON COUNTY; NEWAYGO COUNTY (except the Townships of

Barton, Big Prairie, Brooks, Croton, Ensley, Everett, Goodwell,

Grant, Home, Monroe, Norwich and Wilcox); OCEANA COUNTY; OTTAWA

COUNTY (except the townships of Allendale, Blendone, Chester,

Georgetown, Holland, Jamestown, Olive, Park, Polkton, Port

Sheldon, Tallmadge, Wright and Zeeland):

Rates Fringes

PAINTER..........................$ 21.74 11.50

----------------------------------------------------------------

Page 76: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 76

PAIN0845-018 05/09/2013

ALLEGAN COUNTY (Townships of Dorr, Fillmore, Heath, Hopkins,

Laketown, Leighton, Manlius, Monterey, Overisel, Salem,

Saugatuck and Wayland); IONIA COUNTY (west of Hwy. M-66); KENT,

MECOSTA AND MONTCALM COUNTIES; NEWAYGO COUNTY (Townships of

Barton, Big Prairie, Brooks, Croton, Ensley, Everett, Goodwell,

Grant, Home, Monroe, Norwich and Wilcox); OSCEOLA COUNTY (south

of Hwy. #10); OTTAWA COUNTY (Townships of Allendale, Blendone,

Chester, Georgetown, Holland, Jamestown, Olive, Park, Polkton,

Port Sheldon, Tallmadge, Wright and Zeeland):

Rates Fringes

PAINTER..........................$ 21.74 11.50

FOOTNOTES: Lead abatement work: $1.00 per hour additional.

----------------------------------------------------------------

PAIN1011-003 06/05/2013

ALGER, BARAGA, CHIPPEWA, DELTA, DICKINSON, GOGEBIC, HOUGHTON,

IRON, KEWEENAW, LUCE, MACKINAC, MARQUETTE, MENOMINEE, ONTONAGON

AND SCHOOLCRAFT COUNTIES:

Rates Fringes

PAINTER..........................$ 24.00 10.06

FOOTNOTES: High pay (bridges, overpasses, watertower): 30 to

80 ft.: $.65 per hour additional. 80 ft. and over: $1.30

per hour additional.

----------------------------------------------------------------

PAIN1474-002 06/01/2010

HURON COUNTY; LAPEER COUNTY (east of Hwy. M-53); ST. CLAIR,

SANILAC AND TUSCOLA COUNTIES:

Rates Fringes

PAINTER..........................$ 23.79 12.02

Page 77: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 77

FOOTNOTES: Lead abatement work: $1.00 per hour additional.

Work with any hazardous material: $1.00 per hour

additional. Sandblasting, steam cleaning and acid cleaning:

$1.00 per hour additional. Ladder work at or above 40 ft.,

scaffold work at or above 40 ft., swing stage, boatswain

chair, window jacks and all work performed over a falling

height of 40 ft.: $1.00 per hour additional. Spray gun

work, pick pullers and those handling needles, blowing off

by air pressure, and any person rigging (setting up and

moving off the ground): $1.00 per hour additional.

Steeplejack, tanks, gas holders, stacks, flag poles, radio

towers and beacons, power line towers, bridges, etc.: $1.00

per hour additional, paid from the ground up.

----------------------------------------------------------------

PAIN1803-003 05/31/2014

ALCONA, ALPENA, ANTRIM, ARENAC, BAY, BENZIE, CHARLEVOIX,

CHEBOYGAN, CLARE, CRAWFORD, EMMET, GLADWIN, GRAND TRAVERSE,

GRATIOT, IOSCO, ISABELLA, KALKASKA, LAKE, LEELANAU, MANISTEE,

MASON, MIDLAND, MISSAUKEE, MONTMORENCY AND OGEMAW COUNTIES;

OSCEOLA COUNTY (north of Hwy. #10); OSCODA, OTSEGO, PRESQUE

ISLE, ROSCOMMON, SAGINAW AND WEXFORD COUNTIES:

Rates Fringes

PAINTER

Work performed on water,

bridges over water or

moving traffic, radio and

powerline towers, elevated

tanks, steeples, smoke

stacks over 40 ft. of

falling heights, recovery

of lead-based paints and

any work associated with

industrial plants, except

maintenance of industrial

plants......................$ 23.60 12.30

All other work, including

maintenance of industrial

plant.......................$ 22.18 12.30

Page 78: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 78

FOOTNOTES: Spray painting, sandblasting, blowdown associated

with spraying and blasting, water blasting and work

involving a swing stage, boatswain chair or spider: $1.00

per hour additional. All work performed inside tanks,

vessels, tank trailers, railroad cars, sewers, smoke

stacks, boilers or other spaces having limited egress not

including buildings, opentop tanks, pits, etc.: $1.25 per

hour additional.

----------------------------------------------------------------

PLAS0514-001 06/01/2013

ZONE 1: GENESEE, LIVINGSTON, MACOMB, MONROE, OAKLAND, SAGINAW,

WASHTENAW AND WAYNE COUNTIES

ZONE 2: ALCONA, ALGER, ALLEGAN, ALPENA, ANTRIM, ARENAC, BARAGA,

BARRY, BAY, BENZIE, BERRIEN, BRANCH, CALHOUN, CASS, CHARLEVOIX,

CHEBOYGAN, CHIPPEWA, CLARE, CLINTON, CRAWFORD, DELTA,

DICKINSON, EATON, EMMET, GLADWIN, GOGEBIC, GRAND TRAVERSE,

GRATIOT, HILLSDALE, HOUGHTON, HURON, INGHAM, IONIA, IOSCO,

IRON, ISABELLA, JACKSON, KALAMAZOO, KALKASKA, KENT, KEWEENAW,

LAKE, LAPEER, LEELANAU, LENAWEE, LUCE, MACKINAC, MANISTEE,

MARQUETTE, MASON, MECOSTA, MENOMINEE, MIDLAND, MISSAUKEE,

MONTCALM, MONTMORENCY, MUSKEGON, NEWAYGO, OCEANA, OGEMAW,

ONTONAGON, OSCEOLA, OSCODA, OTSEGO, OTTAWA, PRESQUE ISLE,

ROSCOMMON, SANILAC, SCHOOLCRAFT, SHIAWASSEE, ST. CLAIR, ST.

JOSEPH, TUSCOLA, VAN BUREN AND WEXFORD COUNTIES

Rates Fringes

CEMENT MASON/CONCRETE FINISHER

ZONE 1......................$ 29.34 12.30

ZONE 2......................$ 27.84 12.30

----------------------------------------------------------------

PLUM0190-003 05/01/2010

ALCONA, ALGER, ALLEGAN, ALPENA, ANTRIM, ARENAC, BARAGA, BARRY,

BAY, BENZIE, BERRIEN, BRANCH, CALHOUN, CASS, CHARLEVOIX,

CHEBOYGAN, CHIPPEWA, CLARE, CLINTON, CRAWFORD, DELTA,

DICKINSON, EATON, EMMET, GENESEE, GLADWIN, GOGEBIC, GRAND

TRAVERSE, GRATIOT, HILLSDALE, HOUGHTON, HURON, INGHAM, IONIA,

IOSCO, IRON, ISABELLA, JACKSON, KALAMAZOO, KALKASKA, KENT,

KEWEENAW, LAKE, LAPEER, LEELANAU, LENAWEE, LIVINGSTON, LUCE,

MACKINAC, MACOMB, MANISTEE, MARQUETTE, MASON, MECOSTA,

Page 79: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 79

MENOMINEE, MIDLAND, MISSAUKEE, MONTCALM, MONTMORENCY, MONROE,

MUSKEGON, NEWAYGO, OAKLAND, OCEANA, OGEMAW, ONTONAGON, OSCEOLA,

OSCODA, OTSEGO, OTTAWA, PRESQUE ISLE, ROSCOMMON, SAGINAW, ST.

CLARE, ST. JOSEPH, SANILAC, SCHOOLCRAFT, SHIAWASSEE, TUSCOLA,

VAN BUREN, WASHTENAW, WAYNE AND WEXFORD COUNTIES

Rates Fringes

Plumber/Pipefitter - gas

distribution pipeline:

Welding in conjunction

with gas distribution

pipeline work...............$ 30.38 19.89

All other work:.............$ 20.72 11.15

----------------------------------------------------------------

TEAM0007-004 06/01/2013

AREA 1: ALCONA, ALGER, ALLEGAN, ALPENA, ANTRIM, ARENAC, BARAGA,

BARRY, BAY, BENZIE, BERRIEN, BRANCH, CALHOUN, CASS, CHARLEVOIX,

CHEBOYGAN, CHIPPEWA, CLARE, CLINTON, CRAWFORD, DELTA,

DICKINSON, EATON, EMMET, GLADWIN, GOGEBIC, GRAND TRAVERSE,

GRATIOT, HILLSDALE, HOUGHTON, HURON, INGHAM, IONIA, IOSCO,

IRON, ISABELLA, JACKSON, KALAMAZOO, KALKASKA, KENT, KEWEENAW,

LAKE, LAPEER, LEELANAU, LENAWEE, LUCE, MACKINAC, MANISTEE,

MARQUETTE, MASON, MECOSTA, MENOMINEE, MIDLAND, MISSAUKEE,

MONTCALM, MONTMORENCY, MUSKEGON, NEWAYGO, OCEANA, OGEMAW,

ONTONAGON, OSCEOLA, OSCODA, OTSEGO, OTTAWA, PRESQUE ISLE,

ROSCOMMON, SAGINAW, SANILAC, SCHOOLCRAFT, SHIAWASSEE, ST.

CLAIR, ST. JOSEPH, TUSCOLA, VAN BUREN AND WEXFORD COUNTIES

AREA 2: GENESEE, LIVINGSTON, MACOMB, MONROE, OAKLAND, WASHTENAW

AND WAYNE COUNTIES

Rates Fringes

TRUCK DRIVER

AREA 1

Euclids, double bottoms

and lowboys................$ 25.05 .50 + a+b

Trucks under 8 cu. yds.....$ 24.80 .50 + a+b

Trucks, 8 cu. yds. and

over.......................$ 24.90 .50 + a+b

AREA 2

Page 80: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 80

Euclids, double bottomms

and lowboys................$ 24.895 .50 + a+b

Euclids, double bottoms

and lowboys................$ 25.15 .50 + a+b

Trucks under 8 cu. yds.....$ 24.90 .50 + a+b

Trucks, 8 cu. yds. and

over.......................$ 25.00 .50 + a+b

Footnote:

a. $367.65 per week

b. $52.90 daily

----------------------------------------------------------------

TEAM0247-004 06/01/2004

AREA 1: ALCONA, ALGER, ALLEGAN, ALPENA, ANTRIM, ARENAC, BARAGA,

BARRY, BAY, BENZIE, BERRIEN, BRANCH, CALHOUN, CASS, CHARLEVOIX,

CHEBOYGAN, CHIPPEWA, CLARE, CLINTON, CRAWFORD, DELTA,

DICKINSON, EATON, EMMET, GLADWIN, GOGEBIC, GRAND TRAVERSE,

GRATIOT, HILLSDALE, HOUGHTON, HURON, INGHAM, IONIA, IOSCO,

IRON, ISABELLA, JACKSON, KALAMAZOO, KALKASKA, KENT, KEWEENAW,

LAKE, LAPEER, LEELANAU, LENAWEE, LUCE, MACKINAC, MANISTEE,

MARQUETTE, MASON, MECOSTA, MENOMINEE, MIDLAND, MISSAUKEE,

MONTCALM, MONTMORENCY, MUSKEGON, NEWAYGO, OCEANA, OGEMAW,

ONTONAGON, OSCEOLA, OSCODA, OTSEGO, OTTAWA, PRESQUE ISLE,

ROSCOMMON, SANILAC, SCHOOLCRAFT, SHIAWASSEE, SAGINAW, ST.

CLAIR, ST. JOSEPH, TUSCOLA, VAN BUREN AND WEXFORD COUNTIES

AREA 2: GENESEE, LIVINGSTON, MACOMB, MONROE, OAKLAND,

WASHTENAW AND WAYNE COUNTIES

Rates Fringes

Sign Installer

AREA 1

GROUP 1....................$ 20.18 .15 + a

GROUP 2....................$ 19.93 .15 + a

AREA 2

GROUP 1....................$ 21.73 .15 + a

GROUP 2....................$ 21.48 .15 + a

FOOTNOTE:

a. $132.70 per week, plus $17.80 per day.

Page 81: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 81

SIGN INSTALLER CLASSIFICATIONS:

GROUP 1: performs all necessary labor and uses all tools

required to construct and set concrete forms required in

the installation of highway and street signs

GROUP 2: performs all miscellaneous labor, uses all hand and

power tools, and operates all other equipment, mobile or

otherwise, required for the installation of highway and

street signs

----------------------------------------------------------------

TEAM0247-010 04/01/2013

AREA 1: LAPEER AND SHIAWASSEE COUNTIES

AREA 2: GENESEE, MACOMB, MONROE, OAKLAND, ST. CLAIR, WASHTENAW

AND WAYNE COUNTIES

Rates Fringes

TRUCK DRIVER (Underground

construction)

AREA 1

GROUP 1....................$ 21.97358.65/wk+55.00/day

GROUP 2....................$ 22.06358.65/wk+55.00/day

GROUP 3....................$ 22.27358.65/wk+55.00/day

AREA 2

GROUP 1....................$ 22.27358.65/wk+55.00/day

GROUP 2....................$ 22.41358.65/wk+55.00/day

GROUP 3....................$ 22.60358.65/wk+55.00/day

PAID HOLIDAYS: New Year's Day, Memorial Day, Fourth of July,

Labor Day, Thanksgiving Day and Christmas Day.

SCOPE OF WORK: Excavation, site preparation, land balancing,

grading, sewers, utilities and improvements; also including

but not limited to, tunnels, underground piping, retention,

oxidation, flocculation facilities, conduits, general

excavation and steel sheeting for underground construction.

Underground construction work shall not include any

structural modifications, alterations, additions and

repairs to buildings or highway work, including roads,

Page 82: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 82

streets, bridge construction and parking lots or steel

erection.

TRUCK DRIVER CLASSIFICATIONS

GROUP 1: Truck driver on all trucks (EXCEPT dump trucks of 8

cubic yards capacity or over, pole trailers, semis, low

boys, Euclid, double bottom and fuel trucks)

GROUP 2: Truck driver on dump trucks of 8 cubic yards

capacity or over, pole trailers, semis and fuel trucks

GROUP 3: Truck driver on low boy, Euclid and double bottom

----------------------------------------------------------------

SUMI2002-001 05/01/2002

Rates Fringes

Flag Person......................$ 7.25

LINE PROTECTOR (ZONE 1:

GENESEE, MACOMB, MONROE,

OAKLAND, WASHTENAW AND WAYNE)....$ 18.98 9.57

LINE PROTECTOR (ZONE 2:

STATEWIDE (EXCLUDING GENESEE,

MACOMB, MONROE, OAKLAND,

WASHTENAW AND WAYNE).............$ 17.14 10.02

Pavement Marking Machine

(ZONE 1: GENESEE, MACOMB,

MONROE, OAKLAND, WASHTENAW

AND WAYNE COUNTIES)

Group 1.....................$ 23.72 9.57

Pavement Marking Machine

(ZONE 1: GENESEE, MACOMB,

MONROE, OAKLAND, WASHTENAW

AND WAYNE)

Group 2.....................$ 21.35 9.57

Pavement Marking Machine

(ZONE 2: STATEWIDE (EXCLUDING

GENESEE, MACOMB, MONROE,

Page 83: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 83

OAKLAND, WASHTENAW AND WAYNE

COUNTIES)

Group 1.....................$ 21.42 10.02

Pavement Marking Machine

(ZONE 2: STATEWIDE (EXCLUDING

GENESEE, MACOMB, MONROE,

OAKLAND, WASHTENAW AND WAYNE)

Group 2.....................$ 19.28 10.02

WORK CLASSIFICATIONS:

PAVEMENT MARKER GROUP 1: Drives or operates a truck mounted

striper, grinder, blaster, groover, or thermoplastic melter

for the placement or removal of temporary or permanent

pavement markings or markers.

PAVEMENT MARKER GROUP 2: Performs all functions involved for

the placement or removal of temporary or permanent pavement

markings or markers not covered by the classification of

Pavement Marker Group 1 or Line Protector.

LINE PROTECTOR: Performs all operations for the protection or

removal of temporary or permanent pavement markings or

markers in a moving convoy operation not performed by the

classification of Pavement Marker Group 1. A moving convoy

operation is comprised of only Pavement Markers Group 1 and

Line Protectors.

----------------------------------------------------------------

WELDERS - Receive rate prescribed for craft performing

operation to which welding is incidental.

================================================================

Unlisted classifications needed for work not included within

the scope of the classifications listed may be added after

award only as provided in the labor standards contract clauses

(29CFR 5.5 (a) (1) (ii)).

----------------------------------------------------------------

Page 84: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 84

The body of each wage determination lists the classification

and wage rates that have been found to be prevailing for the

cited type(s) of construction in the area covered by the wage

determination. The classifications are listed in alphabetical

order of "identifiers" that indicate whether the particular

rate is union or non-union.

Union Identifiers

An identifier enclosed in dotted lines beginning with

characters other than "SU" denotes that the union

classification and rate have found to be prevailing for that

classification. Example: PLUM0198-005 07/01/2011. The first

four letters , PLUM, indicate the international union and the

four-digit number, 0198, that follows indicates the local union

number or district council number where applicable , i.e.,

Plumbers Local 0198. The next number, 005 in the example, is

an internal number used in processing the wage determination.

The date, 07/01/2011, following these characters is the

effective date of the most current negotiated rate/collective

bargaining agreement which would be July 1, 2011 in the above

example.

Union prevailing wage rates will be updated to reflect any

changes in the collective bargaining agreements governing the

rates.

0000/9999: weighted union wage rates will be published annually

each January.

Non-Union Identifiers

Classifications listed under an "SU" identifier were derived

from survey data by computing average rates and are not union

rates; however, the data used in computing these rates may

include both union and non-union data. Example: SULA2004-007

5/13/2010. SU indicates the rates are not union majority rates,

LA indicates the State of Louisiana; 2004 is the year of the

survey; and 007 is an internal number used in producing the

wage determination. A 1993 or later date, 5/13/2010, indicates

the classifications and rates under that identifier were issued

Page 85: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 85

as a General Wage Determination on that date.

Survey wage rates will remain in effect and will not change

until a new survey is conducted.

----------------------------------------------------------------

WAGE DETERMINATION APPEALS PROCESS

1.) Has there been an initial decision in the matter? This can

be:

* an existing published wage determination

* a survey underlying a wage determination

* a Wage and Hour Division letter setting forth a position on

a wage determination matter

* a conformance (additional classification and rate) ruling

On survey related matters, initial contact, including requests

for summaries of surveys, should be with the Wage and Hour

Regional Office for the area in which the survey was conducted

because those Regional Offices have responsibility for the

Davis-Bacon survey program. If the response from this initial

contact is not satisfactory, then the process described in 2.)

and 3.) should be followed.

With regard to any other matter not yet ripe for the formal

process described here, initial contact should be with the

Branch of Construction Wage Determinations. Write to:

Branch of Construction Wage Determinations

Wage and Hour Division

U.S. Department of Labor

200 Constitution Avenue, N.W.

Washington, DC 20210

2.) If the answer to the question in 1.) is yes, then an

interested party (those affected by the action) can request

review and reconsideration from the Wage and Hour Administrator

(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:

Wage and Hour Administrator

U.S. Department of Labor

200 Constitution Avenue, N.W.

Page 86: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall

Request for Proposals Packet #86-14

Asphalt Parking Lot Replacement at the Ingham County Sheriff’s Office

Ingham County Purchasing Department Page 86

Washington, DC 20210

The request should be accompanied by a full statement of the

interested party's position and by any information (wage

payment data, project description, area practice material,

etc.) that the requestor considers relevant to the issue.

3.) If the decision of the Administrator is not favorable, an

interested party may appeal directly to the Administrative

Review Board (formerly the Wage Appeals Board). Write to:

Administrative Review Board

U.S. Department of Labor

200 Constitution Avenue, N.W.

Washington, DC 20210

4.) All decisions by the Administrative Review Board are final.

================================================================

END OF GENERAL DECISION

Page 87: County of Inghampu.ingham.org/Portals/PU/86-14 Asphalt Parking Lot Replacement SO.pdf · ASTM D 1559-89 Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall