city of detroit


city of detroit - Rackcdn.com10ba4283a7fbcc3461c6-31fb5188b09660555a4c2fcc1bea63d9.r13.cf1.rackcdn.com/...

26 downloads 373 Views 1MB Size

CITY OF DETROIT FINANCE DEPARTMENT – PURCHASING DIVISION

REQUEST FOR QUOTATION To select a Contractor for providing Traffic Signal Maintenance, Citywide RFQ NO. 47791 ADVERTISE DATE

February 28, 2014, March 3, 2014

QUESTION DEADLINE

March 7, 2014, 4:00 p.m. Submitted via e-mail to the attention of: Marilyn Butler City of Detroit, Finance Department Purchasing Division E-mail: [email protected]

PRE-BID MEETING

None

PROPOSAL DUE DATE

March 28, 2014, 2:00 p.m. EST Finance Department – Purchasing Division Suite 1008, Coleman A. Young Municipal Center Two Woodward Avenue Detroit, Michigan 48226 ATTN: M. BUTLER Note: Due to increased security measures at the Coleman A. Young Municipal Center all persons entering the building are subject to search. Please allow ample time to pass through security and submit your sealed proposal in accordance with the proposal due date referenced above.

PUBLIC RECORDING

March 31, 2014, 10:30 a.m. EST To be held in the Finance Department-Purchasing Division, Room 1008 Coleman A. Young Municipal Center, 2 Woodward Avenue, Detroit, MI 48226

Bids must be in the actual possession of the Purchasing Division at the location indicated on, or prior to the exact date and time indicated above. Late bids shall not be accepted. RFQ for Traffic Signal Maintenance

Page 1 of 48

Table of Contents 1

INTRODUCTION ....................................................................................................................................................3 1.1 1.2 1.3 1.4 1.5

2

PURPOSE.................................................................................................................................................................................................. 3 ISSUING OFFICE ....................................................................................................................................................................................... 3 MINUMUM BIDDER QUALIFICATIONS ..................................................................................................................................................... 3 BACKGROUND/DESCRIPTION OF ENVIRONMENT .................................................................................................................................... 3 AWARD CLAUSE INCLUDING RENEWAL OPTIONS .................................................................................................................................... 4

OPERATION INFORMATION .................................................................................................................................4 2.1

3

POWER SOURCE AND ELECTRICAL EQUIPMENT MAINTENANCE ............................................................................................................. 5

SCOPE OF WORK ..................................................................................................................................................5 3.1 3.2 3.3 3.4

4

ROUTINE MAINTENANCE ACTIVITIES ....................................................................................................................................................... 6 MAJOR MAINTENANCE ACTIVITIES .......................................................................................................................................................... 9 EMERGENCY RESPONSE ACTIVITIES ....................................................................................................................................................... 11 RESPONSE TIME ..................................................................................................................................................................................... 11

TECHNICAL INFORMATION ................................................................................................................................11 4.1

5

DOCUMENTATION ................................................................................................................................................................................. 12

SUPPLEMENTAL SPECIFICATIONS FOR TRAFFIC SIGNAL INSTALLATION ............................................................14 5.1 5.2 5.3 5.4 5.5 5.6 5.7 5.8

6

EXISTING EQUIPMENT ........................................................................................................................................................................... 14 CERTIFICATIONS OF EQUIPMENT AND MATERIALS ............................................................................................................................... 14 SIGNAL DISPLAYS ................................................................................................................................................................................... 14 SIGNAL UNDERCLEARANCE.................................................................................................................................................................... 14 SIGNAL CABLE INSTALLATION ................................................................................................................................................................ 15 INSTALLATION OF NEW SIGNAL HEADS ................................................................................................................................................. 15 SIGNAL OPERATIONS ............................................................................................................................................................................. 15 UNDERGROUND CONDUIT .................................................................................................................................................................... 15

GENERAL REQUIREMENTS .................................................................................................................................15 6.1 6.2 6.3 6.4 6.5 6.6 6.7 6.8 6.9

7

SITE INVESTIGATIONS ............................................................................................................................................................................ 15 CONTRACTOR’S RESPONSIBILITIES ........................................................................................................................................................ 16 CITY’S PROJECT COORDINATOR ............................................................................................................................................................. 16 TESTING ................................................................................................................................................................................................. 16 TIME AND PROGRESS............................................................................................................................................................................. 16 INTERIM TRAFFIC CONTROLS AND SIGNAGE ......................................................................................................................................... 17 DISRUPTIONS TO TRAFFIC FLOW ........................................................................................................................................................... 17 MDOT PRE-QUALIFICATION ................................................................................................................................................................... 17 PENALTIES.............................................................................................................................................................................................. 17

SUBMITTAL INSTRUCTIONS AND OTHER KEY INFORMATION ............................................................................18 7.1 7.2

8

CONTRACTOR PERFORMANCE HISTORY ................................................................................................................................................ 18 MEETINGS .............................................................................................................................................................................................. 19

PREPARATION OF BIDS .......................................................................................................................................19 8.1 8.2 8.3 8.4

9 10

PROPOSAL DISCLAIMERS AND CONDITIONS .......................................................................................................................................... 19 REQUIRED CONTENT.............................................................................................................................................................................. 20 REQUIRED FORMAT ............................................................................................................................................................................... 21 REQUIRED COST PROPOSAL................................................................................................................................................................... 21

PAYMENT ...........................................................................................................................................................21 MISCELLANEOUS ................................................................................................................................................21 10.1 10.2 10.3 10.4 10.5

MODIFICATIONS OF SERVICES AFTER BID APPROVAL ............................................................................................................................ 21 BID DEPOSIT, PERFORMANCE BOND & INSURANCE .............................................................................................................................. 22 CHANGES IN FACTS ................................................................................................................................................................................ 23 CONFIDENTIALITY OF BIDS..................................................................................................................................................................... 23 CHANGES IN BID REQUIREMENTS.......................................................................................................................................................... 23

ATTACHMENTS ............................................................................................................................................................24 EXHIBIT A: Pricing Schedule ............................................................................................................................................................................... 25 EXHIBIT B: Traffic Signal Locations..................................................................................................................................................................... 37 CITY ACKNOWLEDGMENT ................................................................................................................................................................................. 44 CORPORATE ACKNOWLEDGMENT..................................................................................................................................................................... 45 CORPORATION CERTIFICATE OF AUTHORITY ..................................................................................................................................................... 46 Hiring Policy Compliance ................................................................................................................................................................................... 47 Forms (clearances, Slavery Affidavit, No Bid Statement……………………………………………………………………………………………………………………………49-58

RFQ for Traffic Signal Maintenance

Page 2 of 48

1

INTRODUCTION

The City of Detroit, Department of Public Works, Traffic Engineering Division (TED) desires to engage the services of a qualified firm for providing complete maintenance services of traffic signals for a period of 36 months beginning on July 1, 2014 and ending on June 30, 2017. Interested firms are requested to submit information regarding their experience, qualifications, and pricing for providing the requested services. The City is desirous of receiving bids for a firm price for a period of 36 months. In any case, the submitted bid should cover any and all expenses related to the project. The bids must be submitted in the firm specific dollar format requested, based on the unit cost of associated pay items as outlined in Exhibit A - Pricing Schedule. Initially, the services will be for a period of 36 months, which may be extended for two (2) additional one-year periods by mutual agreement. It is the responsibility of the Contractor to review the Bid Package as specified in the following pages. Specifications referred to herein are used to indicate desired type of repair, maintenance, construction and/or operation. Other products and/or services may be offered if deviations from specifications are minor and if all deviations are properly outlined and stated in the bid document and accepted by the City prior to award of the contract. Failure to outline all deviations may be grounds for rejection of your bid. The decision of the City of Detroit shall be final as to what constitutes acceptable deviations from specifications.

1.1

PURPOSE

The purpose of this Request for Quotation (RFQ) is to provide interested Contractors with sufficient information to allow them to prepare and submit a response to this RFQ and all pertinent details required by the City to evaluate the Contractor’s bid to perform the services and to develop a Contract between the City and the Contractor to perform maintenance for City’s traffic signals and associated systems.

1.2

ISSUING OFFICE

This RFQ is issued by the Purchasing Division of the Finance Department located at Suite 1008, Coleman A. Young Municipal Center (CAYMC), 2 Woodward Avenue, Detroit, Michigan 48226. The Traffic Engineering Division located at 2633 Michigan Avenue, Detroit, Michigan 48216, will administer the contract.

1.3

MINUMUM BIDDER QUALIFICATIONS

Bids will be accepted only from those firms demonstrating a minimum of two (2) years of experience in providing the services requested in the bid documents for projects of similar scope.

1.4

BACKGROUND/DESCRIPTION OF ENVIRONMENT

The current non-ITS traffic signal maintenance Contractor of Department of Public Works, Traffic Engineering Division, has been receiving approximately five (5) trouble calls per day which could results in approximately two (2) field visits and repairs. However, the actual frequency of the trouble calls may increase or decrease. The work to be performed consists of the RFQ for Traffic Signal Maintenance

Page 3 of 48

complete maintenance of the Traffic Signal System under the jurisdiction of City of Detroit, which excludes the 162 traffic signals installed with Intelligent Transportation System (ITS) equipment, is listed under Exhibit B, and associated materials and equipment for the entire contract period. The Contractor shall maintain at their own expense a “Call Center” to accept all service calls and to dispatch the repair crews on 24 hour a day, 7 days a week basis. The Contractor shall also have qualified and trained personnel on call on 24 hours a day, 7 days a week basis during the entire duration of the contract to respond to trouble calls within the standards for response as specified in the ensuing pages. All trouble calls shall be recorded and filed electronically with time and date stamp. A log of all calls shall be available to City at all times on a 24 hours a day, 7 days a week basis during the entire duration of the contract for monitoring/reviewing the Contractor responses. The Contractor shall establish and maintain a secured website and provide access to City’s Project Coordinator and designated representatives for monitoring all trouble calls at all times on a 24 hours a day. This website shall contain up-todate details of all trouble call log, disposition and details of maintenance activities and history of response activities. The Contractor will be responsible to obtain all maintenance records (July 16, 2010 through June 30, 2014) from J Ranck Electric, City’s signal maintenance contractor. J Ranck Electric currently uses a web based Computerized Maintenance Management Software (CMMS) owned by eMaint (www.emaint.com). At the end of the contract period, the Contractor will be responsible to provide all maintenance activity records to City and/or City’s designated maintenance agencies in a standard format for continuity and record keeping. The Contractor shall have sufficient qualified trained personnel and equipment to make the intersection safe for vehicular and pedestrian traffic at the first response to the intersection regardless of the time of the day. The Contractor shall furnish all personnel, training, tools, equipment and materials, necessary to maintain the Traffic Signal System in optimal operating condition at all times. The Traffic Signal System of the City of Detroit and associated material and equipment to be maintained under this bid encompasses citywide traffic signals network excluding the 162 traffic signals connected to the City’s Traffic Management Center (TMC). A list of all remaining signalized intersections (Exhibit B) is attached herewith for reference. Additions or deletions to the list may be authorized at any time during the contract period.

1.5

AWARD CLAUSE INCLUDING RENEWAL OPTIONS

1) If the bid is awarded as a result of the submitted bid documents, Traffic Engineering Division (TED) of DPW will administer it. 2) The duration of the requested services will be for 3 years with two (2) one-year renewal options by mutual agreement. Any renewal option exercised under this bid is effective only after the approval of the Detroit City Council. 3) The City anticipates one primary award.

2

OPERATION INFORMATION

The equipment presently utilized in the Traffic Signal System and associated materials and equipment to be maintained under this contract consists all traffic signal infrastructure such as but not limited to solid state electronic controllers manufactured by Eagle Signal Company (also now known to be Siemens), cabinets, flashers (hard-wired and solar), internally illuminated street name signs, driver feedback signs, internally illuminated case signs, vehicular signals, pedestrian signals, pedestrian push buttons, overhead non-illuminated signs, cable, wire, messenger, mounting hardware, time base coordinators, traffic counting and activation detectors and amplifiers, GPS time clocks, steel poles, wood poles, pedestals, conduit, splice RFQ for Traffic Signal Maintenance

Page 4 of 48

boxes/handholes/manholes and other miscellaneous materials and equipment hereinafter referred as non-ITS signals and will be part of the City’s overall Traffic Signal System. The City established a goal to install ITS hardware to all traffic signals. The installation of this technology will start and continue during the duration of this contract. The planned ITS hardware installation includes, CCTV Cameras, Emergency vehicle Priority (EVP), Ethernet field switches (mid level and high level), power conditioners, communication systems (wireless, fiber, hardwire etc), Roadside equipment (RSE) for vehicle to vehicle and vehicle to infrastructure communications and may pursue newer and better technologies/equipment as part of the signal modernization and implementation of ITS technologies. Those signals listed under Exhibit B, which will be connected with the ITS technology herein after referred as ITS signals and will be part of the City’s Traffic Signal System. All traffic signals inclusive of both ITS and non-ITS signals under the jurisdiction of City of Detroit herein after called as the Traffic Signal System. The Contractor shall continuously be up-to-date on changes in equipment and procedures, during the term of the contract, and learn to maintain whatever equipment is installed as part of the Traffic Signal System. Maintenance under this contract falls under two categories: Routine Maintenance and Major Maintenance. The Contractor is expected to provide service in accordance with the terms of the executed contract and under the rules, regulations, and supervision of the City.

2.1

POWER SOURCE AND ELECTRICAL EQUIPMENT MAINTENANCE

The Contractor is responsible for all secondary power distribution for the electrical equipment loads from the Utility service disconnect which may be either the circuit breakers inside the traffic signal cabinet or an external safety switch. Maintenance responsibility typically also includes a step down transformer for converting utility supplied ungrounded 240 VAC line-line voltage to the operational 120 VAC (existing grounding wiring is connected to the equipment at each location), single-phase power required for energizing the Traffic Signal System. During the duration of the contract, City may elect to use DTE Electric as the Utility to provide electrical power to traffic signals under the City's jurisdiction. The Contractor shall arrange meetings with assigned representatives of the electrical power utility (PLD/DTE) during the period of the contract and shall obtain approval related to the power feed to the traffic signal controller cabinet. The Contractor shall be responsible for repairs and maintenance of all the Traffic Signal System beginning from circuit breakers to traffic signals, including circuit breakers and transformers at the controller cabinet. The Contractor shall contact the Utility (PLD/DTE) if the Utility feed is not operational as required and coordinate the Contractor’s work with the Utility. Many locations have traffic signal infrastructure located within PLD structures or on PLD utility poles. The Contractor MUST notify the PLD System Operator using the 7 days 24 hour line (313-224-0500) BEFORE entering any PLD manhole or handhole and prior to working on overhead wires on PLD poles.

3

SCOPE OF WORK

The services to be provided under this contract are classified into three categories, (1) ROUTINE MAINTENANCE including annual preventive maintenance (2) MAJOR MAINTENANCE, which includes major repairs, such as the complete replacement of major system components and (3) EMERGENCY RESPONSE. Major maintenance repairs will be performed only upon the issuance of a Work Order from the City and the cost for this work will be consistent with the pay RFQ for Traffic Signal Maintenance

Page 5 of 48

items as listed in Exhibit A - Pricing Schedule. The Contractor shall prepare a schedule for the annual preventive maintenance program and submit a copy to the Project Coordinator within thirty (30) days after the award of the contract. The Contractor shall submit a monthly report to the City’s Project Coordinator detailing the progress made in completing the Annual Preventive Maintenance. The Routine Maintenance shall be provided year round to assure Traffic Signal System is operating as scheduled 24 hours a day/7 days a week through out the duration of the contract.

3.1

ROUTINE MAINTENANCE ACTIVITIES

3.1.1

ROUTINE MAINTENANCE: OPTION 1

Routine Maintenance including all supplies, equipment and labor but excluding materials. Under this option, the Contractor shall provide the Routine Maintenance including all activities for keeping the Traffic Signal System properly functional at all times (year round, 24 hours/7days a week). The Contractor will be paid for all materials along with the approved percentage (%) mark-up used to ensure the signals are working properly at all times. All labor, expendables such as tape, wire nuts etc. and equipment used by the Contractor for routine maintenance shall be included in the Contractor’s monthly fee/intersection as stipulated in Exhibit A - Pricing Schedule, Table 1A and no extra payment shall be made other than the actual cost of materials and the approved percentage mark-up as stipulated in Exhibit A - Pricing Schedule.

3.1.2

ROUTINE MAINTENANCE: OPTION 2

Routine Maintenance including all materials, supplies, equipment and labor. Under this option, the Contractor shall furnish all required parts such as, but not limited to all LED displays, visors, faces etc, miscellaneous hardware, tape, terminals, splicers, conduit, cable, wire and other material and equipment required to perform the Routine Maintenance excluding items as detailed under article 3.2 Major Maintenance Activities. Project Coordinator shall have the final authority to determine that the maintenance preformed fall under the category of routine or major maintenance. All labor, materials and equipment used by the Contractor for routine maintenance shall be included in the Contractor’s monthly fee/intersection as stipulated in Exhibit A - Pricing Schedule, Table 1B. Routine Maintenance is not dependent on time of day, when performed or cause for the repairs. Response time is within twenty-four (24) hours after receiving the trouble call for performing repairs required to keep the intersection safe and operational. The routine maintenance should be performed on 24 hours a day/7 days a week basis throughout the year to ensure the Traffic Signal System is fully functional at all times. The activities included in the routine maintenance are as follows:

3.1.3

ANNUAL PREVENTIVE MAINTENANCE

On an annually recurring schedule, perform the following minimum preventative maintenance tasks at the traffic signal sites. This Annual Preventive Maintenance will be performed by the Contractor, by June 30 of each year and submit a final written completion reports to the Project Coordinator by August 31 of each year. The cost of yearly preventive maintenance shall be included in the monthly maintenance fee.

RFQ for Traffic Signal Maintenance

Page 6 of 48

1)

2) 3) 4)

5) 6)

7) 8) 9) 10) 11) 12) 13)

3.1.4

Conduct voltage checks on each traffic signal. A record of each voltage check shall be made including date, time and voltage reading and inform the Utility of any abnormalities. Measuring the ground resistance at all ground rod locations to verify an impedance of 10 ohms or less. Cleaning, adjustment and inspection of all signal controllers, cabinets, flashers and vehicle detectors. Complete cleaning of all lenses (including vehicular lenses, pedestrian lenses, and video camera lenses), reflectors, case signs, cabinets, replacement of cabinets’ filters. Check all clamps, brackets, bolts, nuts and wire entrances for wear and slack. Checking signal or sign under clearance to maintain proper under clearance of 17 feet. Adjustment of messenger/guy wires to attain minimum clearance will be paid under major maintenance. Routine test each conflict monitor in service in the solid state controllers. Verify the signal plans and timings of the solid state controllers. Retiming plans issued for annual maintenance will not be paid separately. Replace broken or worn displays and visors. Align twisted vehicular signal heads, pedestrian signal heads, case signs, flashing beacons and overhead signs. Check overhead and underground cable for shorts and opens. Tightening and aligning steel pole caps, pedestal caps, weather heads and risers as needed. Repair/replace sealtite.

ROUTINE MAINTENANCE OF TRAFFIC SIGNAL SYSTEM

Routine maintenance of the Traffic Signal System shall be performed on 24 hours/7 days a week basis during the entire duration of the contract to ensure that the Traffic Signal System is fully functional at all times. Some of the examples of the routine maintenance of the Traffic Signal System are as follows: Traffic Signal System maintenance 1) Replacement/re-lamping of all blown out bulbs/lamps in flashing beacons, case signs and cabinets as needed. 2) Cleaning, adjustment and inspection of all signal controllers, cabinets, flashers and vehicle detectors. 3) Replacement of broken or worn lenses, reflectors and visors in vehicular, pedestrian and flashing beacon heads regardless of cause. 4) Replacement of broken or worn faces in internally illuminated case signs. 5) Inspection and repair of cables, messenger, clamps and guys, brackets, bolts, nuts, and wire entrances for wear or slack and replacing (replacement of wire entrances will be a major maintenance) or tightening as needed. 6) Realignment of twisted vehicular signal heads, pedestrian signal heads, case signs, flashing beacons and overhead signs regardless of cause. RFQ for Traffic Signal Maintenance

Page 7 of 48

7)

Repair, replacement and resetting of worn or broken controller parts, relays, flashers, time clocks (replacement of GPS time clock will be a major maintenance), load switches, circuit boards, conflict monitors and other components as needed to maintain controller operation. 8) Resetting time clocks for daylight savings time, power outages and any other cause. 9) Cleaning of lenses (including vehicular lenses, pedestrian lenses, and video camera lenses), reflectors, case signs, cabinets, replacement of cabinets’ filters as needed. 10) Cleaning and removal of obstructions including snow and ice from video camera lenses and LED traffic and pedestrian signal lenses as needed. 11) Investigation and repair of shorts or opens in overhead cable and in underground cable at handholes and manholes. 12) Investigation and repair of loose or shorted wires in harnesses and back panels. 13) Respond and repair to all trouble calls where a major signal component does not need to be replaced. 14) Replacement of blown fuses or resetting circuit breakers. 15) Replacement of broken steel banding or lag bolts. 16) Sealing water leaks with silicone caulking in beacons, case signs, signal heads, conduits and cabinets. 17) Replacing lashing rod as needed to hold overhead cable securely to the messenger. 18) Realignment of video cameras and programming additional detection zones as directed by Project Coordinator. 19) Measuring the ground resistance as needed at ground rod locations to verify an impedance of 10 ohms or less. 20) Replacing elbow covers for conduit, steel pole hand hole access plates and handhole rings and covers as needed. 21) Tightening and replace missing steel pole caps, pedestal caps, weather heads and risers as needed. 22) Replacement or repair of damaged loop sealants as needed. 23) Routine test conflict monitors in service as needed. 24) Verify annually the signal plans and timings of the solid state controllers. 25) Retiming individual controllers on an as needed basis. If the timing plan requires wiring changes, it will be paid major maintenance. 26) All the above work shall be reported in written reports to the Project Coordinator on a monthly basis. CCTV, Vehicle Detection Cameras - quarterly maintenance 1) Check all functions such as pan, tilt, zoom and focus. 2) Verify video quality. 3) Verify camera operation. 4) Check integrity of cables and connectors (replace as necessary). 5) Clean exterior of camera housing and lens. 6) Check proper function of thermostat and fan/heater operation. Apply Rainex, or approved equal, to camera window (or dome) of housing using the manufacturer recommended procedure. RFQ for Traffic Signal Maintenance

Page 8 of 48

7) 8) 9)

Check incoming power for proper voltage. Visually and electronically inspect electrical path to ground and provide report. Check mounting for corrosion.

Sub-contractors shall not perform any routine maintenance under this contract. Use of Sub-contractors should be limited to concrete work only. The Contractor is responsible to submit electronic as well as written reports of all maintenance activities to the Project Coordinator on a monthly basis. The Contractor shall be paid for the services rendered as per Exhibit A - Pricing Schedule.

3.1.5

MAINTENANCE OF TRAFFIC SIGNAL SYSTEM: OPTION 3

Under this option, the Contractor shall provide all Maintenance activities (Routine, Emergency and Preventive) for keeping the Traffic Signal System properly functional at all times (year round, 24 hours/7 days a week). The Contractor will be paid for all the maintenance activities on a Time & Material basis. All materials used for the maintenance activities will be paid with the approved percentage (%) mark-up to ensure the signals are working properly at all times. Contractor shall deploy web enabled field devices with GPS capability to automatically update date and time stamp of receipt of trouble call, date and time of arrival at site, date and time of repair, photographs of before and after repair. The work order should be updated with crew information, list of equipment used, parts and supplies used etc. before leaving the site. Crew(s) should also provide status updates on the progress of the work for City to keep track of the progress of the repair activity. The Contractor crew hours will be calculated and paid per Exhibit A - Pricing Schedule, Table 1C – Option 3, for the duration of time between the time of arrival at site and the time of departure from site. City will not pay for costs associated for travel.

3.2

MAJOR MAINTENANCE ACTIVITIES

Major maintenance: Major Maintenance activities are mainly those when the City requests the Contractor through a work order to perform replacement of components of the Traffic Signal System, excluding Annual Maintenance and Routine Maintenance activities, or when additional components for added features are requested for the Traffic Signal System. The Contractor shall submit the work plan and cost estimate to the City for review, acceptance and issuance of the work order. Response time for major maintenance shall be within twenty-four (24) hours after receipt of City’s authorization for performing repairs required to keep the intersection safe and operational. If the Contractor is not able to respond within the specified time for reasons beyond the Contractor’s control, the Contractor shall immediately notify the City’s Project Coordinator for his/her review and approval of extension of the response time. However, the Contractor is required to follow lane closure procedures and temporary intersection controls (if warranted) in compliance with the current Manual of Uniform Traffic Control Devices (MUTCD) construction guidelines while working at the job site and if the job is not completed at end of the day, continue to maintain lane closures and temporary intersection controls (if warranted) until the Contractor resumes the work at the location and complete the repairs. Major maintenance includes, but is not limited to the following example activities.

RFQ for Traffic Signal Maintenance

Page 9 of 48

1)

2)

3) 4) 5) 6) 7) 8)

Replacement or repair of major component, i.e., vehicle signal heads, pedestrian signal heads, controllers, cabinets, case signs, CCTV, vehicle detectors (cameras, loops and wireless sensors), field switches, antennas/radios, wireless radio communication systems, overhead signs, messengers, steel poles, wood poles, pedestals, conduit. Temporary removal/rotation/covering/uncovering of case signs or signal heads associated with construction or special event activities at the direction of the Project Coordinator. Installing, relocating, or removing case signs, overhead signs or signal heads following direction of Project Coordinator. Replacement of signal cable(s) following direction by the Project Coordinator. Straightening poles following authorization by the Project Coordinator. Repair of solid-state circuitry boards, load switches and flashers. Rotating of mast arms in CBD area and removal of overhead signal assemblies to facilitate special events and restoring to original position after the event. Adjustment of messenger/guy wires to attain a minimum clearance of 17 feet.

All major maintenance activities, with the exception of work required to restore a signal to normal operation or to remove a hazard shall only be done following authorization by the Project Coordinator. A written cost estimate based on the unit prices shown in Exhibit A Pricing Schedule for such non-emergency major maintenance as detailed in II. Major Maintenance, Table 2A is required. The Contractor is required to use the quoted unit prices for performing major maintenance items provided under Exhibit A. The Contractor shall complete emergency related major maintenance to get the signal back in operation to remove a hazard at the first response. Following authorization to proceed with Major maintenance, the Contractor shall complete the work to restore the Traffic Signal System within a mutually agreed upon schedule. While submitting cost estimate for major repairs, the Contractor shall attach digital file pictures showing the affected components for record purposes. The Contractor shall also submit digital pictures to show the completion of the maintenance activity along with the detailed invoice for payment. The file names of digital pictures shall include location, date and time for easy identification and record keeping. The Contractor, as incidental to Major Maintenance, shall strip usable (salvaged) parts from damaged/unusable equipment. The Contractor shall make every effort to use parts removed from the locations, while performing repair work at the same location. The Contractor shall not be paid for reusable parts when used at the same location. However, if the salvaged parts cannot be used at the same location but used at a later date at other location, the Contractor shall be paid as per Exhibit A - Pricing Schedule, Table 2B, storage and handling of salvageable materials. The material to be salvaged must be in good condition and approved by the City. If the City determines/authorizes that the parts or the equipment/material is not reusable, it shall become the property of the Contractor. The Contractor shall furnish all required signal parts, equipment, wireless communication system, CCTV, miscellaneous hardware, butyl tape, terminals, splicer, conduit, cable, wire and other material and equipment required to perform the maintenance under this contract. The Contractor shall use existing new traffic signal related materials that are stored at PLD facility or RFQ for Traffic Signal Maintenance

Page 10 of 48

other designated location(s) before purchasing any new materials. The Contractor shall be paid for all materials brought from PLD facility or other designated location(s) and will be paid for material handling charges as per the Exhibit A - Pricing Schedule, Table 2B, storage and handling of salvageable materials. Contractor shall submit the status of the inventory on a monthly basis for city’s review and procurement planning. Material furnished by the Contractor for Routine and Major Maintenance shall include an itemized list of material used and unit prices and approved percentage mark-up as stipulated in the Exhibit A - Pricing Schedule. The mark-up percentage to be applied shall be listed on the bid sheet and hold throughout for entire three-year period. The material stored and used for maintenance activity is not eligible for reimbursement.

3.3

EMERGENCY RESPONSE ACTIVITIES

Emergency Response Activities are required when incidents occur such as malfunctioning signals, vehicle accidents causing signal pole to fall and block the traveled roadways, exposed live wire conditions or acts of God etc. All emergency response activities shall be completed for safe passage of vehicular and pedestrian traffic within two (2) hours from the trouble call notification. Emergency response activities may be categorized under either routine maintenance or major maintenance activities. No additional payment over and above the monthly fees shall be made when any emergency response activity is performed conforming to tasks listed under 3.1 Routine Maintenance Activities. However, if any emergency repair is performed conforming to 3.2 Major Maintenance Activities, works will be measured and paid under Major Maintenance Activity. Emergency response activities shall include mitigation measures such as installing temporary traffic control signs, securing live wire, making the street passable, manually directing traffic etc., which shall be in place till such time that the system is returned to normal operation. The cost of such mitigation measures shall be inclusive in unit rates of pay items stipulated in Exhibit A - Pricing Schedule.

3.4

RESPONSE TIME

The response time for emergency maintenance activity shall be within two (2) hour after receipt of a report of trouble regardless of the time of the day. The response time on week days (Monday thru Friday between 7:00 AM and 4:00 PM) for routine maintenance activity shall be within four (4) hours after the receipt of a report of trouble. The response time on holidays and weekends and after hours for routine maintenance activity shall be within twenty four (24) hours after the receipt of a report of trouble. If Contractor is not able to respond within the specified time, he/she shall notify the Project Coordinator to work out an agreeable response time.

4

TECHNICAL INFORMATION

Adequate number of staff qualified and certified by appropriate governing agencies, trained with necessary equipment shall be in the employment of the Contractor throughout the contract period to satisfactorily maintain the Traffic Signal System as specified in this bid. The Contractor shall be responsible for the work done as specified in this bid. The Contractor shall meet the following requirements to be considered qualified for the bid and shall continue to meet the requirements throughout the bid period: RFQ for Traffic Signal Maintenance

Page 11 of 48

1)

2)

3)

4) 5) 6)

7)

8) 9)

4.1

The Contractor shall be pre-qualified by the Michigan Department of Transportation (MDOT) for traffic signal maintenance and installation. The Contractor shall attach a copy of MDOT pre-qualification with the bid. In lieu of the MDOT pre-qualification, Contractors having existing signal maintenance contracts with the MDOT will be eligible to submit a bid provided they supply a copy of the current contract with MDOT. The Contractor and staff shall be familiar with City and MDOT specifications, installation requirements, maintenance requirements and all applicable provisions of current Standard Specifications for Construction the latest Michigan Manual of Uniform Traffic Control Devices including Part 6 of the Manual. The Contractor and staff shall remain familiar with the operational features and repair and maintenance requirements of all current and future signals and associated system equipment covered under this bid. The Contractor shall have sufficient equipment, trained and IMSA certified level 2 staff to install and maintain all signal and associated equipment covered under this bid. The Contractor shall have sufficient trained and certified staff to respond within the time requirements to all reports of trouble of the Traffic Signal System. The Contractor shall keep current with new equipment technology as it pertains to the City of Detroit’s Traffic Signal System and shall train staff as needed to effectively maintain the system according to this bid as incidental to routine maintenance. The Contractor and staff shall be fully trained to install, service and maintain electromechanical and solid-state traffic signal equipment and all associated system components. It is preferred that any staff employed by the Contractor working inside the traffic signal cabinet must be a licensed journeyman or master electrician. The awardee of this bid (Prime Contractor) is required to perform the majority of the work assignment (a minimum of 80% of the contract tasks) except specialized tasks such as pavement sawing for loop installation, pavement trenching, placing of reinforced concrete etc. subject to approval of the subcontractor by project coordinator. Payment shall not be made for prime Contractor’s overhead cost for work performed by the subcontractor (a mark-up may be agreed upon if so indicated in Exhibit A – Pricing Schedule, Table 3C). The prime Contractor shall be responsible for the quality of all subcontracted work and shall be responsible for replacement of any work rejected by the Project Coordinator at no cost to the City.

DOCUMENTATION

Documentation by the Contractor shall be required for work completed under this bid. A Service Request form shall be filled out each time the Contractor does any work on a traffic signal including Routine and Major Maintenance activities. The Contractor shall fill out all information on the form such as the location, time and dates of arrival, time of receipt of trouble call, time and date of repair, list of inventoried equipment used, signal under clearances, etc. and digital signature of the employee completing the work and should be filed electronically. The Contractor work crew(s) should employ field devices with wireless connectivity to access web based application to retrieve and complete open work orders. The field devices should automatically update date and time stamp of receipt of trouble call, date and time of arrival at RFQ for Traffic Signal Maintenance

Page 12 of 48

site, date and time of repair, crew information, list of equipment used, parts and supplies used etc. before leaving the site. Crew should also provide status updates on the progress of the work for City to keep track of the progress of the repair activity. Hardcopies of the completed Service Requests for both routine and major maintenance work shall be submitted along with invoices for the period during which the maintenance activities were performed. The secured web site to monitor the Contractor’s maintenance activities shall be current with information of all aspects of maintenance activities performed by the crew(s) throughout the duration of the contract for City’s review and for verification of invoices for payment. City will not be responsible for making payments unless the activity is not entered in the web site or cannot be verified due to data incompleteness. City is in the process of acquiring a web based application for the Contractor to use for entering the maintenance activities. If City is unable to obtain the web based application on time for the execution of this contract, the Contractor will be required to purchase City identified application. The Contractor will be compensated for the application including approved mark up. Contractor will be responsible to procure and maintain field devices at their own cost and should meet specifications to run the procured web based application. The Contractor shall submit request/billing monthly for the progress payment of routine maintenance and major maintenance activities completed and accepted by the City. Hard copies of the cost breakdown for each major maintenance activity with supporting documents shall be submitted within (5) working days following completion of each major repair work. All requests for monthly progress payments for routine and major maintenance invoices shall include the following supporting documentation: 1) 2)

3)

4)

5)

6)

Copy of Service Request form completed for each routine and major maintenance activity. Copies of time sheets containing names, dates and hours worked on the major maintenance. These time sheets shall contain location of work and Service Request form number. Under OPTION 1, Submit itemized list of all the Contractor furnished materials including unit and total cost for each major maintenance job. These material lists shall include location of work and appropriate Service Request form number. Copies of invoices for material obtained from the supplier and chargeable to the City shall identify with work location and appropriate Service Request form number. Materials used from the city provided inventory should be marked separately and should include the status of the inventory for city’s review and procurement planning. These invoices shall be submitted for material used at the major maintenance work location. Copies of any subcontractor’s time and material invoices chargeable to the major maintenance. These invoices shall contain services rendered, along with location and appropriate Service Request form number. Supporting documents reviewed and accepted for each major repair work.

Failure of the Contractor to provide required backup documentation may result in the City deducting from major maintenance invoices any unsubstantiated labor, material, equipment or subcontractor costs. RFQ for Traffic Signal Maintenance

Page 13 of 48

5

SUPPLEMENTAL SPECIFICATIONS FOR TRAFFIC SIGNAL INSTALLATION

These supplemental specifications are intended to give the Contractor requirements that govern material and methods for installation of major components of traffic signals that might arise in repair work. These specifications are not for major maintenance activities. For specifications for signal installations, the Contractor shall consult with the Project Coordinator for approval of proposed work and acceptance of applicable standards.

5.1

EXISTING EQUIPMENT

All signal equipment and material removed during the installation of the traffic signals shall become the property of the Contractor, unless the City determines/authorizes to be reusable.

5.2

CERTIFICATIONS OF EQUIPMENT AND MATERIALS

The Contractor shall furnish manufacturer’s certificates of compliance verifying that the signal equipment, cable, etc. satisfy applicable standards and specifications adopted by City or Michigan Department of Transportation (MDOT) specifications. Methods of sampling of materials to be used on jobsite shall be determined by the City.

5.3

SIGNAL DISPLAYS

The City of Detroit has completed replacement of majority of incandescent and metal halide lamps with LED display system and the inventory consists of the following types of displays: 1) 2) 3) 4) 5) 6) 7) 8) 9) 10) 11)

5.4

250 watt Metal Halide for 4-way 24” x 30” case sign. 2-100 watt Metal Halide for 2-way 24” x 30” case sign. 105 watt Fluorescent for 1-way 12” x 27” case sign. 100 watt Metal Halide for 1-way 12” x 27” case sign. 12” LED vehicular signal displays. 8” LED vehicular signal displays. 12” LED pedestrian signal displays (with countdown timer) 12” LED pedestrian signal displays (display only) 16” LED pedestrian signal displays (with countdown timer) Fluorescent lamps for Internally Illuminated Street Name Signs. LED panel for Internally Illuminated Street Name Signs and Internally Illuminated Case Signs.

SIGNAL UNDERCLEARANCE

The under clearance from the bottom of the signal head bracket or case sign to the street surface for existing traffic signals varies between 16 and 17 feet. Unless it is impractical and approved by the City, the minimum under clearance shall be maintained at 17 feet for each signal or case sign at all signalized intersections. Under clearance shall be adjusted by using pipe extenders between the span wire and case sign or signal head. The Contractor shall provide any such extenders. These extenders shall be considered to be incidental and included in the unit rates of routine maintenance activities.

RFQ for Traffic Signal Maintenance

Page 14 of 48

5.5

SIGNAL CABLE INSTALLATION

All signal cable shall be installed as a continuous length from the controller to each separate signal head assembly or case sign assembly included in this bid. Splicing from one assembly to another assembly is permitted by installing junction box subject to approval by Project Coordinator.

5.6

INSTALLATION OF NEW SIGNAL HEADS

The Contractor shall schedule the work so that installation of new signal heads and case signs and the removal of existing signal heads and case signs are completed in a concurrent manner. Interruption of signal display for facilitating installation shall not be permitted unless approved otherwise by the City for exceptional situations.

5.7

SIGNAL OPERATIONS

Each intersection shall be maintained such that the signals are fully functional at all times except for short periods when the installation work may require that power be shut off. During any period that the Contractor has to shut off the signal, the Contractor shall, at no additional cost to the City, provide and install appropriate traffic control signage at the intersection and notify the City. The new traffic signal head and the existing traffic signal head shall not be left in operation at the same time to avoid confusion to motorists.

5.8

UNDERGROUND CONDUIT

Required underground conduit shall be installed at a minimum depth of 2½ feet below the finished grade and all clearances from MISSDIG obtained in advance. The Contractor is responsible for avoiding damage to other underground utilities and for coordinating work with the affected utilities. If the Contractor causes damage to any underground utility, it shall be repaired/replaced at no cost to City. Any pavement cut made by the Contractor shall be restored to original condition at no cost to City. If pavement restoration is not possible due to inclement weather, temporary measure shall be taken to make road safer for vehicle and pedestrian traffic until permanent restoration is done. The permanent restoration shall be done as soon as the weather permits. Should access to PLD/DTE manhole required for the signal maintenance operation, the Contractor should secure permit from PLD/DTE to access manhole and the work shall be performed in compliance with OSHA requirements. Conduit shall be 3” diameter E.B-20 PVC (NEMA TC-6) or 4” diameter E.B – 20 PVC (NEMA TC –6) or galvanized steel unless otherwise specified by the Project Coordinator.

6 6.1

GENERAL REQUIREMENTS SITE INVESTIGATIONS

The Contractor shall investigate and become familiar with the conditions of the City’s Traffic Signal System such as but not limited to vehicular and pedestrian signal displays, controllers, signal poles, mast arms, power supplies, case signs etc and associated work to be performed under this bid. Failure to investigate on the part of the Contractor shall not be grounds for additional compensation under this bid. The City may at its discretion, make site visits to Contractor’s facility to ensure Contractor have adequate resources (manpower, equipment, supplies etc.) to provide the requested maintenance services and may request a demonstration of Contractor’s ability to provide the services. RFQ for Traffic Signal Maintenance

Page 15 of 48

6.2

CONTRACTOR’S RESPONSIBILITIES

The Contractor shall assume all risk, or damage, or injury from whatever cause to property, or persons engaged, or employed or in conjunction with the work. The Contractor shall also assume all risk, or damage, or injury from any cause to property or to any persons wherever located, resulting from any negligent action or operation under this bid, or in connection with the work. All the requirements of insurance coverage and indemnification shall be as stipulated in this bid document. The Contractor shall be responsible and hold the City harmless for any damage/claims associated with the Contractor’s failure to maintain the traffic signal infrastructure beyond the power supply point of the utility company, which is inclusive of circuit breakers. The Contractor shall be also held responsible for failure to respond to emergency trouble calls in a timely manner. Such failure shall be considered as Contractor’s negligence and as such the Contractor shall be held legally liable and accountable to the fullest extent of the insurance and other indemnification provisions of the contract. The Contractor shall defend, indemnify and hold the City harmless in case legal action is brought forth against the City on account of such acts by the Contractor. The Contractor shall be responsible to maintain City’s insurance requirement at all times during the contract period.

6.3

CITY’S PROJECT COORDINATOR

The City’s Project Coordinator shall have the right to inspect any materials furnished by the Contractor, which is to be used in carrying out the terms of the bid. Any such materials, equipment or components, which do not comply with Michigan Department of Transportation (MDOT) specifications, state codes or the City’s specifications may be rejected by the City and shall be replaced by the Contractor at no additional cost to the City. Any materials, equipment or components rejected shall be removed from project site within Twenty-four (24) hours at the Contractors expense following receipt by the Contractor of City’s written notice of the rejection. Failure by the Contractor to remove any rejected materials, equipment or components within the above time limits may result in removal of the materials by the City and the cost plus 50% surcharge will be recovered from the Contractor from monies due to the Contractor.

6.4

TESTING

Any testing of materials, equipment or components deemed necessary shall be as determined by the Project Coordinator.

6.5

TIME AND PROGRESS

It is understood that time is of the essence in completing work under this bid. The Contractor shall have qualified personnel on hand to respond year round on a twenty-four hour a day, seven days a week basis to respond to trouble calls and perform repairs for safe passage of vehicular and pedestrian traffic. The Contractor shall be capable of arriving onsite for performing repairs as detailed under article 3.4 Response Time after receiving the trouble call. Upon arrival at any intersection where a signal is malfunctioning, the Contractor shall begin necessary investigation of repairs and perform repairs continually at the scene until the signal is RFQ for Traffic Signal Maintenance

Page 16 of 48

repaired and operating normally. In the case of accident damage where a major component is missing/damaged or unavailable, the Contractor shall complete repairs as much as possible for the placement of signal into normal operation and interim installation of traffic controls for safe operation shall be made before leaving the scene and finish the work as soon as possible upon receipt of the missing components or equipment.

6.6

INTERIM TRAFFIC CONTROLS AND SIGNAGE

As an incidental to repair work, the Contractor, in the course of performing routine and major maintenance, shall place and maintain standard signs and barricades necessary to set up a safe work zone to protect the public and his/her crews against accidents, and shall place and maintain during the time of darkness (after sunset) sufficient non-extinguishable lights on all the temporary traffic control devices within the right of way. The temporary traffic control devices and setting up of work zone shall conform to the provisions of latest Michigan Manual of Uniform Traffic Control Devices - Part 6. The Contractor shall furnish, place and maintain as incidental to this contract, all traffic control devices necessary to protect the work site and the public. The Contractor shall revise traffic control devices as directed by the Project Coordinator should controls not satisfy standards. No extra payment for traffic control will be made.

6.7

DISRUPTIONS TO TRAFFIC FLOW

The Contractor shall schedule work as much as practical to keep the traffic lanes and public grounds clear of equipment, new material, rubbish, excavated material and debris during all work under this bid to reduce adverse impact to the public. Upon completion of work, the Contractor shall clean the area of all excess material, including but not limited to scraps of wire, terminal spades, removed insulation, glass tape etc. as incidental to this bid at no additional cost. Full closure of the intersection may be considered as an exception, only if determined to be absolutely necessary by the City.

6.8

MDOT PRE-QUALIFICATION

Pre-qualification for the Prime Contractor by the Michigan Department of Transportation is required as a pre-requisite to consideration of any bid. The work performed under this bid shall be in accordance with the current Michigan Department of Transportation “Standard Specifications for Highway Construction”, and the general and supplemental specifications as contained in the bid documents. It is not mandatory for Subcontractors to have MDOT pre-qualification. The City, however, may require work history and equipment inventory to assure capability of subcontractor to perform the work requirements.

6.9

PENALTIES

The Project Coordinator shall have the sole discretion to assess fines for repeated performance deficiencies. A minimum assessment of $200 and a maximum assessment of $500, per occurrence may be levied pursuant to this section.

RFQ for Traffic Signal Maintenance

Page 17 of 48

7

SUBMITTAL INSTRUCTIONS AND OTHER KEY INFORMATION 1)

Submission Information: Time Schedule* Issue RFQ: February 28, 2014 Submittal Due Date: March 28, 2014, 2:00 p.m. Notify Selected Firm: Seven weeks from advertisement (approximately) * Actual Time Schedule may vary

2)

Question Deadline Date:

March 7, 2014, 4:00 PM Submit in writing via e-mail to the attention of: Marilyn Butler, Senior Purchases’ Agent City of Detroit, Finance Department Purchasing Division E-mail: [email protected]

3)

Response Date:

March 14, 2014, 4:00 PM Responses to the questions will be provided by e-mail

4)

Pre-proposal Conference:

None

5)

Submittal Procedure: Six (6) copies of the bids must be received by the City of Detroit, Finance Department, Purchasing Division by 2:00 P.M., local time, on March 28, 2014, in a sealed envelope marked "Proposal for Traffic Signal Maintenance contract". Copies of all bids must be submitted to: City of Detroit Finance Department - Purchasing Division Suite 1008, Coleman A. Young Municipal Center Two Woodward Avenue Detroit, Michigan 48226 Attn: M. Butler

The responsibility of the bid delivery is solely that of the Consultant(s), not withstanding delays resulting from postal handling or any other reason. All proposals must include complete data using the same section numbers and section headings.

7.1

CONTRACTOR PERFORMANCE HISTORY

The Contractor shall provide the following information: 1)

2) 3)

Identify in detail at least two (2) similar projects by name, subject matter, location, Contractor’s services provided and the length of time Contractor’s service were provided on each. Include the description of services provided and the time period during which the services were provided. Identify Contractor’s key personnel working on the projects identified in item 1 above. Identify any projects in which the Contractors bid were terminated for any reason.

RFQ for Traffic Signal Maintenance

Page 18 of 48

4) 5) 6) 7) 8)

Identify any claims or lawsuits that have been brought against your organization as a result of any services provided within the last five (5) years. Provide copies of your organization’s financial statements (CPA Certified) for the previous three years; and Provide an organization chart indicating the key personnel who will provide services resulting from this bid. Also provide a resume for each of the key personnel. Identify the number of employees, their qualification, experience (number of years), status and certification by national/state institutions. Identify the number of equipment used for the maintenance activity including type, number of units and model year.

Contractors shall not distribute their bids to any other City office or City employee. Bids received become the property of the City. The City is not responsible for any costs associated with preparation or submission of bids. Bids received will be subject to disclosure under applicable Freedom of Information Act. An officer of the company authorized to bind the company to a bi-dual obligation with the City must sign the bids. The contact person regarding the bid should also be specified by name, title, and phone number. All firms submitting a bid will be notified in writing as to the City’s award of the work.

7.2

MEETINGS

The Contractor and/or Project Supervisor shall be available to meet with the Project Coordinator at a mutually agreeable time to discuss problems, issues or concerns relative to the contract. Either party may call a meeting at any time. When such a request for a meeting is made, the meeting date shall, in no case exceed five (5) working days after the request; and, if in the sole opinion of the Project Coordinator, the severity of the circumstance warrants, no more than one (1) working day.

8

PREPARATION OF BIDS

The bids shall be in the format and with attachments and completed forms as specified in these instructions. Each bid shall show the full legal name and businesses address of the prospective Contractor, including street address if different from mailing address, and shall be signed and dated by the person or persons authorized to bind the prospective Contractor. Bids by a partnership or joint venture shall list the full names and addresses of all parties to the joint venture. The state of incorporation shall be shown for each corporation that is a party to the proposed joint venture. Contractors are advised that no oral interpretation, information or instruction by an officer or employee of the City of Detroit shall be binding upon the City of Detroit.

8.1

PROPOSAL DISCLAIMERS AND CONDITIONS

8.1.1

REJECTIONS, MODIFICATIONS, CANCELLATIONS

The City of Detroit expressly reserves the right to: 1) accept or reject, in whole or in part, any and all bids received; 2) waive any non-conformity; 3) re-advertise for bids; 4) withhold the award for any reason the City determines; 5) cancel and/or postpone the bids, in part or in its entirety, and/or, 6) take any other appropriate action that is in the best interest of the City. RFQ for Traffic Signal Maintenance

Page 19 of 48

This bid does not commit the City of Detroit to award a contract, to pay any cost incurred in the preparation of the bid under this request, or to procure or contract for services.

8.1.2

NEWS RELEASES AND OTHER COMMUNICATIONS

News releases pertaining to these bid specifications or the provisions to which they relate shall not be made without prior approval of the City and then only in coordination with the City. Respondents are advised that no oral interpretation, information or instruction by an officer or employee of the City of Detroit shall be binding upon the City of Detroit.

8.1.3

CONFIDENTIALITY OF PROPOSALS

Bids shall be opened with reasonable precautions to avoid disclosure of contents to competing offers during the process of evaluation. Once proposals have been publicly recorded they are subject to disclosure as per the requirements of the Michigan Freedom of Information Act.

8.2

REQUIRED CONTENT

The bids must remain firm for a period of one hundred eighty (180) days from its due date and thereafter until the prospective Contractor withdraws it, or a bid is executed, or the procurement is terminated by the City of Detroit, whichever occurs first. All information pertaining to the prospective Contractor’s approach in meeting the requirements of the bid shall be organized and presented in the bid. The instructions contained in this bid must be strictly followed. Accuracy and completeness are essential. Omissions and ambiguous or equivocal statements will be viewed unfavorably and may be considered as non-compliant bid. Since all or a portion of the successful bid will be incorporated, all prospective Contractors are further cautioned not to make any claims or statements that cannot be subsequently included in a legally binding bid award. In your bids, please include, at a minimum, the following information and/or documentation: 1) 2) 3) 4) 5) 6) 7) 8)

A statement to the effect that your bid is in response to this RFQ. A brief description of your firm. The location of the firm’s principal place of business and, if different, the location of the place of performance of the bid. A commitment to perform the requested work in accordance with the requirements outlined in this RFQ. The name and contact information of the firm’s partner and or manager(s) that will be in charge of this project. The firm’s financial solvency, fiscal responsibility and financial capability. The age of the firm’s business and the average number of employees during each of the last three (3) years. The firm’s current tax status and Federal Employer Identification Number; and evidence of any licenses or registrations required to provide the services under this bid.

RFQ for Traffic Signal Maintenance

Page 20 of 48

9) 10) 11) 12)

8.3

List of proposed subcontractors and their experience in the work to be performed. A list of key qualified repair personnel and their credentials. List of all projects with similar scope of services completed during last five (5) years. Detroit based (DB) and Detroit head-quartered (DHQ) businesses shall provide a copy of the valid certificate along with the percentage of work anticipated to be performed by both prime and subcontractor in order to claim equalization factors.

REQUIRED FORMAT

To be considered responsive, each bid must, at a minimum, respond to the following RFQ sections in their entirety: 1) 2) 3)

8.4

Contractors Performance History Certificate of Good Corporate Standing. Completed Exhibit A - Pricing schedule

REQUIRED COST PROPOSAL

The Contractor shall make cost proposal in the required format as detailed in Exhibit A - Pricing Schedule attached hereto. All required unit rates shall be filled in by the Contractor and a total price calculated in accordance with the estimated quantities listed therein. Contractors are requested to make a firm cost proposal to the City of Detroit. If a contract is entered into as a result of this bid, it will be a bid based on pricing indicated in Exhibit A Pricing Schedule as related to providing all requested services, with a total price not to exceed the total price quoted in the proposal. The City of Detroit reserves the right to select bids from the most responsive and responsible bidder.

9

PAYMENT

The Contractor shall submit and the City will review and process interim payments for services provided on a monthly basis. All invoices shall be submitted in accordance with the terms and conditions detailed in Exhibit A. Unit rates for pay items shall be as agreed and any changes to the nomenclature of pay items will require a change order.

10 MISCELLANEOUS It shall be the responsibility of the Contractor to thoroughly familiarize themselves with the provisions of these specifications. After executing the bid, no consideration will be given to any claim of misunderstanding. The Contractor agrees to abide by the rules and regulations as prescribed herein by the City as the same now exists or may hereafter from time to time be changed in writing.

10.1 MODIFICATIONS OF SERVICES AFTER BID APPROVAL The City reserves the right to modify the services provided by the Contractor awarded a bid. Any modification and resulting changes in pricing shall be made by amendment to the bid by the Contractor and the City.

RFQ for Traffic Signal Maintenance

Page 21 of 48

10.2 BID DEPOSIT, PERFORMANCE BOND & INSURANCE The Contractor must submit with their sealed proposal, a bid deposit valid for at least 120 (One Hundred Twenty) days, in the form of a bid bond (City of Detroit form attached) or cashier’s check in lieu of a bid bond in the amount of $5000.00. Checks are to be made payable to the Treasurer of the City of Detroit. The amount of each Contractors bid deposit will be returned to all unsuccessful Contractors and the successful Contractor upon bid award or rejection of bids. FAILURE TO SUBMIT THE BID DEPOSIT WITH YOUR SEALED PROPOSAL SHALL RESULT IN PROPOSAL REJECTION. BID DEPOSITS SUBMITTED IN RESPONSE TO OTHER SOLICITATIONS ARE NOT VALID FOR THIS RFQ. THE ORIGINAL, FULLY EXECUTED BID BOND (ON THE CITY’S BID BOND FORM) MUST BE SUBMITTED WITH YOUR SEALED PROPOSAL. The successful bidder must furnish a performance bond in the amount of 100% of the bid value specified in the bid (City of Detroit form attached) guaranteeing the bid will be accepted and the bid work shall be performed as per terms and conditions of the bid, if tendered an award. The Contractor will provide professional liability insurance, as further defined here. The Contractor shall maintain, at a minimum and at its expense, during the term of this Contract the following insurance, with the understanding that if the Contract price exceeds Two Million Dollars ($2,000,000), additional insurance will be required: TYPE

(a)

AMOUNT NOT LESS THAN

A. Worker's Compensation Insurance B. Employer's Liability Insurance

Statutory limit $500,000 minimum each accident/each disease/ each person

C. Commercial General Liability Insurance (Coverage to include blanket contractual liability)

$1,000,000 minimum each occurrence

D. Automobile Liability Insurance (covering all owned, hired and nonowned vehicles with personal and property protection insurance to comply with the provisions of the Michigan No-Fault Insurance Act, including residual liability insurance)

$1,000,000 minimum combined single limit for bodily injury and property damage

E. Professional Liability Insurance

$1,000,000 (errors & omissions) each claim

$2,000,000 minimum aggregate

The commercial general liability insurance policy shall name the "City of Detroit" as an additional insured and shall state that the Contractor's insurance is primary and not excess over any insurance already carried by the City of Detroit. The commercial general liability insurance shall provide blanket contractual liability insurance for all written contracts or, in the alternative, shall contain a specific endorsement worded substantially as follows:

RFQ for Traffic Signal Maintenance

Page 22 of 48

"During the effective period of the policies mentioned herein, it is agreed that this insurance specifically covers liability assumed by the insured under the provision of CPO NO. ________ dated _________ and entered into by the insured and the City of Detroit." (b)

If the commercial general liability policy does not contain the standard ISO (Insurance Services Office) wording of "definition of insured," which reads essentially as follows: "The insurance afforded applies separately to each insured . . . except with respect to limits . . ." then, in the alternative, the public liability insurance policy shall contain the following cross liability endorsement: "It is agreed that the inclusion of more than one (1) insured under this policy shall not affect the rights of any insured as respects any claim, suit or judgment made or brought by or for any other insured or by or for any employee of any other insured. This policy shall protect each insured in the same manner as though a separate policy had been issued to each, except nothing herein shall operate to increase the insurer’s liability beyond the amount or amounts for which the insurer would have been liable had only one (1) been named."

10.3 CHANGES IN FACTS The Contractor shall advise the City during the time the bid is open for consideration of any changes in the principal officers, organization, financial ability of, or any other facts presented in the proposal with respect to the Contractor or the proposal immediately upon occurrence.

10.4 CONFIDENTIALITY OF BIDS The bids shall be opened with reasonable precautions to avoid disclosure of contents to competing offers during the process of evaluation. Once bids have been publicly recorded they are subject disclosure as per the requirements of the Michigan Freedom of Information Act.

10.5 CHANGES IN BID REQUIREMENTS The City may make changes to the requirements of this bid document, as it deems necessary. Such changes, if made, will be in writing, issued through the Purchasing Division of Finance Department and will be sent to each Contractor who is on record as having requested a copy of the Bid document. If changes are made, the City may, at its discretion, extend the time allowed for submission of bids.

RFQ for Traffic Signal Maintenance

Page 23 of 48

ATTACHMENTS

RFQ for Traffic Signal Maintenance

Page 24 of 48

EXHIBIT A: Pricing Schedule The undersigned having become thoroughly familiar with the City Wide work sites, traffic signals infrastructure including but not limited to signal heads, displays, locations and the local conditions affecting the wok, with all of the bid/bid documents incorporated herein, hereby proposes to perform all required activities in strict conformity with the requirements of these documents, and to provide and furnish all equipment, labor and materials necessary to complete all the work required to properly and adequately maintain the Traffic Signal System for the City of Detroit (City).

I. Routine Maintenance, on the basis of unit rates OPTION 1: Routine Maintenance without materials (City will reimburse cost for all materials and Contractor’s mark up). Provide Routine maintenance in conformance with article 3.1. Table 1A: Option 1: Routine Maintenance without materials Approximate Brief Description of Item Unit Quantity

Unit Rate

Cost/Year

Total Cost for 3 Years

**OPTION 1a. Provide routine maintenance including Annual and preventive maintenance services for non-ITS signals excluding all materials as described in Article 3.1 of this RFQ document.

* 691 Intersections

Per Intersection Per month

$_______

$_______

$________

**OPTION 1b. Provide routine maintenance including Annual and preventive maintenance services for ITS traffic signals excluding all materials as described in Article 3.1 of this RFQ document.

No. of ITS signals not known at this time but will be added during the duration of the contract.

Per Intersection Per month

$_______

$_______

$________

OPTION 2: Routine Maintenance with materials (The Contractor is responsible to provide Routine maintenance including all material, supplies, labor and equipment cost in conformance with article 3.1. Table 1B: Option 2: Routine Maintenance with materials Approximate Brief Description of Item Unit Quantity

Unit Rate

Cost/Year

Total Cost for 3 Years

**OPTION 2a. Provide routine maintenance including Annual and preventive maintenance services including all materials for Non-ITS signals as described in Article 3.1 of this RFQ document.

*691 Intersections

Per Intersection Per month

$_______

$_______

$________

** OPTION 2b. Provide routine maintenance including Annual and preventive maintenance services for ITS traffic signals including all materials for ITS signals as described in Article 3.1 of this RFQ document.

No. of ITS signals not known at this time but will be added during the duration of the contract.

Per Intersection Per month

$_______

$_______

$________

RFQ for Traffic Signal Maintenance

Page 25 of 48

Table 1C: Option 3: All Maintenance activities (routine, emergency and Major) on Time and Material basis Unit Approximate Total Cost Brief Description of Item Unit Billable Cost/Year Quantity for 3 Years Rate **OPTION 3a. Under this option, Provide all maintenance activities (routine, emergency and Major) on a time & material basis excluding Annual and preventive maintenance services for City’s traffic signal system. All materials cost will be reimbursed on a cost plus approved % mark up.

*691 Intersections

4 hours Per intersection per year

$_______

$_______

$________

**OPTION 3b. Under this option, Provide Annual preventive maintenance services as described under 3.1.3 for non-ITS signals. All materials cost will be reimbursed on a cost plus approved % markup.

*691 Intersections

Per Intersection Per month

$_______

$_______

$________

**OPTION 3c. Under this option, Provide Annual preventive maintenance services as described under 3.1.3 for ITS signals. All materials cost will be reimbursed on a cost plus approved % markup

No. of ITS signals not known at this time but will be added during the duration of the contract.

Per Intersection Per month

$_______

$_______

$________

* Actual number of intersections may vary. The number (approx 691) of non-ITS signals will reduce correspondingly with the conversion into ITS signals. The number of ITS signals awarded under this contract is now zero and will increase over the duration of the contract with a corresponding reduction in the non-ITS signals. City is in the process of actively removing unwarranted signals and the total number of signals (approx. 691) under the traffic signal system will be reduced accordingly. ** During the duration of the contract, City reserves the right to choose any options (OPTION 1, OPTION 2 & OPTION 3) on a yearly basis. City will make this decision and inform the Contractor accordingly by June 15 of each year of the contract. Unit billable labor rate inclusive of all cost attributed to labor, administrative, travel, equipment and incidental charges referred to as billable rates as follows for various classifications. City will not reimburse for travel costs. For each intersection that may be added/removed during the life of the bid, the monthly maintenance cost will be increased/reduced as per the above unit rates quoted per intersection per month effective from the following month after issuance of work order for the addition/removal of the signal.

RFQ for Traffic Signal Maintenance

Page 26 of 48

II. Major Maintenance On the basis of Lump Sum costs: All labor costs for providing services identified below shall be performed as per City of Detroit and Michigan Department of Transportation standards. To maintain consistency of signal poles, the Contractor is required to provide poles of similar kind and nature of the damaged poles. Should any deviation required due to lack of material availability or site conditions, the Project Coordinator may waive this requirement. Cost quoted for the items must be inclusive of all labor, material and equipment for fully functional Traffic Signal System. Upon completion of any major maintenance items listed below, Contractor will be reimbursed for the item of work performed and will not be compensated on time and material basis. Contractor shall use the standard pay items listed below for the work to be performed under Major Maintenance. If the work required to be performed is not in the standard listed pay items, the Contractor shall submit cost proposal based on time & material basis for City’s Project Coordinator’s review and approval prior to performing the maintenance activity. Contractor will not be paid for travel time to generate the cost estimate. Please refer to section 2.2: List of Materials and suggested manufacturer/supplier on page 31 for guidelines for Contractors submitting alternate manufacturer(s). Table 2A: Major Maintenance (on the basis of lump sum cost) inclusive of all labor, material, equipment and transportation Item No.

Item Description

# Quantity

Cost per Unit

Total Cost

1

Total cost for installation of pole mount M30, 24 circuit cabinet (Siemens) wired for EPIC/EPAC controller excluding the cabinet to replace the damaged cabinet.

30 Cabinets

$_______

$_______

2

Total cost for installation of base mount 36 circuit cabinet size M-36 (Siemens) wired for EPIC/EPAC controller excluding the controller and cabinet to replace the damaged cabinet.

30 Cabinets

$_______

$_______

3

Total cost for removal of strain pole foundation in its entirety, disposal and restore the surface to it’s original condition.

20 Foundations

$_______

$_______

4

Total cost for installation of strain pole foundation in its entirety including anchor bolts, conduits and grounding etc.

20 Foundations

$_______

$_______

5

Total cost for installation of strain pole in its entirety including strain pole and transferring all signal related items such as pedestrian and vehicle signal heads, pole mounted cabinets etc to complete the replacement of the damaged pole.

20 Units

$_______

$_______

6

Total cost for removal of strain pole.

20 Units

$_______

$_______

RFQ for Traffic Signal Maintenance

Page 27 of 48

Item No.

Item Description

# Quantity

Cost per Unit

Total Cost

7

Total cost for installation of wood pole and Guy wires and transferring all signal related items such as pedestrian and vehicle signal heads, pole mounted cabinets, traffic control signs etc. to complete the replacement of the damaged pole.

20 Units

$_______

$_______

8

Total cost for installation of wood pole and Guy wires and transferring all signal related items such as pedestrian and vehicle signal heads, pole mounted cabinets, traffic control signs, street light luminaire etc. to complete the replacement of the damaged pole with street light luminaire.

20 Units

$_______

$_______

9

Total cost for installation of metallic utility pole (PLD/DTE) and transferring all signal related items such as pedestrian and vehicle signal heads, pole mounted cabinets, traffic control signs, street light luminaire etc. to complete the replacement of the damaged utility pole with street light luminaire

20 Units

$_______

$_______

10

Total cost for installation of Pedestal pole foundation in its entirety including anchor bolts, conduits and grounding etc.

20 Units

$_______

$_______

11

Total cost for installation of Pedestal pole including transferring of all signal related items such as pedestrian and vehicle signal heads, pushbuttons etc.

20 Units

$_______

$_______

20 Units

$_______

$_______

20 Units

$_______

$_______

Total cost for removal of Pedestal pole and restore the surface to it’s original condition.

20 Units

$_______

$_______

Total cost for removal of pedestal pole foundation in its entirety. Total cost for restoration/repair of pedestal signal pole foundation to it’s original condition.

30 Foundations 30 Foundations

$_______

$_______

$_______

$_______

$_______

$_______

$_______

$_______

$_______

$_______

12

13 14 15 16

Total cost for installation of Pedestal pole by installing new studs on existing foundation and pedestal shaft with existing wires and transferring all signal related items such as pedestrian and vehicle signal heads, pushbuttons etc Total cost for removal of wood pole and restore the surface to it’s original condition.

Total cost for providing and installing, 17

12" Pedestrian Signal 2 section LED retrofit with countdown timer module. 12" assemblies consist of displaying filled hand and filled Man inserts with 12" SA Eagle door/visor assemblies. 16” Pedestrian Signal with countdown timer assembly.

600 Assemblies

LED Manufactured by Dialight (Alternate) LED Manufactured by __________

# Estimated item quantities for the duration of 3 years

RFQ for Traffic Signal Maintenance

Page 28 of 48

Table 2B: Storage and Handling of Salvageable Materials Item Description No.

% Mark Up

1

Storage & Handling of Salvaged Materials (estimated value of $200,000)

% mark up of new material cost

______%

2

Handling charges for materials obtained from PLD or any other city identified location for an estimated inventory cost of $300,000.

% mark up of new material cost

______%

All salvaged materials shall be returned to City upon termination and expiration of contract.

III. On the basis of Time and Material for items not covered in Unit Rates/L.S. price else where in the RFQ 1. Labor and equipment During the life of bid, the cost for performing repair work not related to the routine maintenance work or totally new installations will be as follows. This work is reviewed and paid for at the bidded rates of regular and overtime hours actually worked (not show up time) to complete the repair. This rate includes all labor and equipment costs needed to complete the work. The cost per man hour shall include costs for all labor, equipment, tools, supplies etc. including incidental costs such as but not limited to site surveys, consultations, meetings and liaison with statutory agencies to cover the entire duration of the bid. City may use this option to pay for all repairs related to flashers (hard wired and solar), driver feedback signs, isolated pedestrian signals, maintenance of overhead signs, rotation of traffic signal mast arms for special events or any other related work. Upon request by the City for providing services on Time and Material basis, the labor cost and material cost shall be at the billable unit rates as follows. City may require the Contractor to provide cost estimate using OPTION 1 or OPTION 2, for performing the requested services under major maintenance activities or any other signal related activities. City may choose either OPTION 1 or OPTION 2 for reimbursing the Contractor for the billable hourly rate for providing the services. OPTION 1: Unit rate for labor cost inclusive of all cost attributed to labor, administrative, travel, equipment and incidental charges referred to as billable rates as follows for various classifications. City will not reimburse for travel costs. Table 3A: Billable Rate with Classification Item No 1

Classification

Tasks to be performed under the classification

Billable unit rate per hour (Regular Time)

Billable unit rate per hour (Over time)

Utility Foreman

RFQ for Traffic Signal Maintenance

Page 29 of 48

Item No

Tasks to be performed under the classification

Classification

2

Journeyman Electrician

3

Journeyman Lineman

4

Traffic signal Technician

5

ITS Technician

6

ITS Network Technician

7

Network/RF Engineer

8

Ground man Operator

9

Ground man Driver

10

Foreman

11

Apprentice

Billable unit rate per hour (Regular Time)

Billable unit rate per hour (Over time)

List any other additional job classifications, the Contractor planning to use for this Contract, below. 1 2 3

OPTION 2: Flat labor cost inclusive of all cost attributed to labor, administrative, travel, equipment and incidental charges referred to as billable rates regardless of classification or equipment used. City will not reimburse for travel costs. Table 3B: Billable Rate without Classification Item No.

Description

Estimated units for the duration of 3 Years

Cost per Unit

Total Cost

1

Total cost per man-hour during normal working hours, including all required equipment, mileage, etc

7000 hrs

$_______

$_______

2

Total cost per man-hour during periods other than normal working hours, including all required equipment, mileage, etc.

1000 hrs

$_______

$_______

Grand Total of Item 1 and 2

$_______

RFQ for Traffic Signal Maintenance

Page 30 of 48

If the prime Contractor engages a subcontractor(s) please provide the information below for all the subcontractors planned to use during the entire duration of the contract. Table 3C: Subcontractor List ITEM Name of Subcontractor No. and work Description 1 Subcontractor - 1

2

Estimated % of work

Mark up % by Prime Contractor

Subcontractor – 2

2. Materials 2.1

Materials not identified under TABLE 2A & 2B

Providing materials other than the materials listed under Table 3E shall be duly certified by the governing agencies and subject to acceptance by the City. Experimental products will not be permitted. Dollar amount indicated in the item #1, Table 3D is for estimate purpose only and will be used to evaluate the proposal. The Contractor shall provide supporting document to verify the cost of materials. However, the Contractor may also submit the proposal using alternate manufacturer. The Manufacturer must have proven performance and Warranty equivalent to the suggested material for City’s review and acceptability. The proposal must include the sufficient data such as but not limited to name of governmental agencies that have used the product, performance, warranty etc for review and approval by the City. Table 3D: Direct Cost of Materials Item Brief Description of Item No. 1 Direct cost of materials as billed, F.O.B. at job site or at Contractor’s storage for the entire duration of the bid. Estimated cost based on list price $1,500,000 x % discount = $1,500,000 -$________(discount) = Estimated billable amount 2

2.2

Approximate Amount for Three (3) Years

$_____________*

Contractor’s mark up for storage, handling, overheads and profit:______% % Mark up for the above amount Mark up amount- $____________ *

$_____________

Billable Amount to the City (Item 1+2)

$_____________

List of Materials and suggested manufacturer/supplier

Some of the most common materials used for signals maintenance work and estimated quantity are shown below. The responder must fill out the information in “Table 3E” and submit as a part of this proposal; the list is not inclusive of all items. The material cost to be billed to the City RFQ for Traffic Signal Maintenance

Page 31 of 48

must be documented showing the list price, discount and Contractor’s mark up. However, the Contractor may also submit the proposal using alternate manufacturer. The Manufacturer must have proven performance and Warranty equivalent to the suggested material for City’s review and acceptability. The responder must provide the cost quotations for alternative product covering all items in the format identified in this category “Table 3E inclusive of the alternative product manufacturers and suppliers”. The proposal must include the sufficient data such as but not limited to name of governmental agencies that have used the product, performance, warranty etc for review and approval by the City. The Contractor shall be paid on actual City authorized material and used at the site including associated discount/mark up as indicated in the following Table 3E. Whenever materials covered under warranty are used, the Contractor will be paid only for storage and handling charges as indicated in Table 2B. Table 3E: List of Materials and suggested manufacturer/supplier Item Manufacturer Description No. Controller and Cabinet: 1 Siemens Pole Mount 24 circuit M30/M36 Cabinet Wired For EPIC. No plastic door. 2 Siemens Base Mount 24 circuits M36 Cabinet Wired for EPIC. Plastic door. 3 Siemens Base Mount 36 circuits M36 Cabinet Wired for EPIC. Plastic door. 4 Siemens EPIC1410M01 Pretime controller 5 Siemens EPAC M50 Actuated Controller 6 Eberle Conflict Monitor 6 Channel 7 Eberle Conflict Monitor 12 Channel 8 Traffic Sensor 2 Circuit flasher repairable Corp. 9 Traffic Sensor Load Switch with Input/Output Corp. indication 10 Brown Traffic Flash Transfer Relay 11 Dongan 5 kva 240-120 V transformer with 5 primary taps 12 Dongan 2 kva 240-120 V transformer with 5 primary taps 13 Siemens Base Extension 6 hole (15" riser base). 14 MAGNECRAFT, Mercury Relay 60 Amp for 36 circuit STRUTHERS & D cabinet INC 15 MAGNECRAFT, Mercury Relay 35 Amp for 24 circuit STRUTHERS & D cabinet INC Push Button and Sign: 16 Pelco Products PUSH BUTTON ADA ROUND (DET) 17 Rathco Signs PED SIGN - R10-4B ARROW RIGHT 18 Rathco Signs PED SIGN - R10-4B ARROW LEFT 19 Rathco Signs PED SIGN - R10-3B L&R ARROW Traffic Signals: Siemens/Carrier Poly 12" Traffic Signal 3 Sect. RAG LED 20 & Gable/Dialight with pressure terminal blocks

# Qty

List % Discounted Billable Price Discount Price Cost *

10 10 10 100 100 30 10 50 100 100 25 25 50 100

100

25 25 25 25

25

RFQ for Traffic Signal Maintenance

Page 32 of 48

Item No.

Manufacturer

Siemens/Carrier & Gable/Dialight Siemens/Carrier 22 & Gable/Dialight Siemens/Carrier 23 & Gable/Dialight Siemens/Carrier 24 & Gable/Dialight Siemens/Carrier 25 & Gable/Dialight Pedestrian Signals: Siemens/Carrier 26 & Gable/Dialight Siemens/Carrier 27 & Gable/Dialight LED Inserts: 28 Dialight 29 Dialight 30 Dialight 31 Dialight 32 Dialight 33 Dialight 34 Dialight 35 Dialight 21

36 Dialight Case Signs: National Sign & 37 Signal National Sign & 38 Signal National Sign & 39 Signal

40 41 42 43 44 45 46

National Sign & Signal National Sign & Signal Rathco Sign National Sign & Signal National Sign & Signal National Sign & Signal National Sign & Signal

Description Poly 12" Traffic Signal 3 Sect. R AA GA LED with pressure terminal blocks Poly 12" Traffic Signal 2 Sect. A G LED with pressure terminal blocks Poly 12" Traffic Signal 2 Sect. AA GA LED with pressure terminal blocks Aluminum 12" Traffic Signal 1 Sect. Red LED with pressure terminal blocks. Poly 12" Traffic Signal 1 Sect. GA LED with pressure terminal blocks. Poly 12" Bi-Modal Ped Signal LED with pressure terminal blocks. Poly 16" Countdown Ped Signal LED with pressure terminal blocks. 12" Red LED Insert 12" Amber LED Insert 12" Green LED Insert 12" Amber Arrow LED Insert 12" Green Arrow LED Insert 12" Bimodal Hand/Man LED Insert 12" Hand LED Insert 12" Man LED Insert 16” Bimodal Hand/Man LED insert with Countdown timer 1 Way 1227 Hub Bottom Case Sign (Does not include face). 1 Way 1227 Astro Brkt Top & Bottom Case Sign (Does not include face). 1 Way 1227 Hub Top Astro Brkt Bottom Case Sign (Does not include face). 4 Way 1227 Hub Bottom Case Sign (Above the Span)(Does not include face). 4 Way 1227 Thru Pipe Case Sign (Below the Span)(Does not include face). 1227 Case Sign Face. Example: Right, Left, Thru, etc… 1 Way 2430 Astro Brkt Top & Bottom Case Sign (Does not include face). 1 Way 2430 Hub Top Case Sign (Does not include face). 2 Way 2430 Hub Top Case Sign (Does not include face). 4 Way 2430 Hub Top Case Sign (Does not include face).

# Qty

List % Discounted Billable Price Discount Price Cost *

25 25 25 25 25

25 25 25 25 25 25 25 25 25 25 25

25 25 25

25 25 25 25 25 25 25

RFQ for Traffic Signal Maintenance

Page 33 of 48

Item No.

Manufacturer

Description

# Qty

2430 Case Sign Face. Example Left Only, No Left Turn Symbol, One way Right, etc…

25

47 Rathco Sign Span Wire Signal Brackets: 48 Siemens Span Clamp Wire Entrance Drop Pipe Zinc Plated 49 Siemens Yellow Wire Entrance One Way Zinc Plated 50 Siemens Yellow Wire Entrance Multi-way Zinc Plated 51 Siemens Yellow 52 Siemens 12" 2 Way Top Brkt Zinc PlatedYellow 12" 2 Way Bottom Brkt Zinc Plated 53 Siemens Yellow 54 Siemens 12" 3 Way Top Brkt Zinc Plated Yellow 12" 3 Way Bottom Brkt Zinc Plated 55 Siemens Yellow 56 Siemens 12" 4 Way Top Brkt Zinc Plated Yellow 12" 4 Way Bottom Brkt Zinc Plated 57 Siemens Yellow Low Level Signal Bracket: 1 Way Top Side of Pole Bracket Zinc 58 Siemens Plated Yellow 1 Way Bottom Side of Pole Bracket Zinc 59 Siemens Plated Yellow Mounting Foot for Steel Pole Yellow (2 60 Siemens per Assembly). Mounting Foot for Wood Pole Yellow (2 61 Siemens per Assembly). 1 Way Top Post Top Brkt (New Style 62 Siemens MDOT) Zinc Plated Yellow. Mounting Foot for Pedestal Shaft Zinc 63 Siemens Plated Yellow. 1 Way Top Post Top Brkt (Old Style) Zinc 64 Siemens Plated Yellow. Astro Brackets: 65 Pelco Products Astro Bracket Clamp Kit 66 Pelco Products Standard 1 Way Astro Bracket Arm Kit 1 Way Astro Bracket Arm Kit for 67 Pelco Products 3M/Case Sign Mast Arm 68 Pelco Products 2 Way Astro Bracket Arm Kit 1 Way Astro Bracket Arm Kit for 5 69 Pelco Products Section Dog House Signal. Gusset Tube 46" Standard 1 Way 3 70 Pelco Products Section Signal 71 Pelco Products Gusset Tube 58" 1 Way Left Turn Signal Tube Caps for Gusset Tubes (2 per 72 Pelco Products assembly). Pedestrian Signal Brackets:

List % Discounted Billable Price Discount Price Cost *

100 100 100 100 100 100 100 100 100 100

100 100 100 100 100 100 100 100 100 100 100 100 100 100 100

RFQ for Traffic Signal Maintenance

Page 34 of 48

Item No.

Manufacturer

Description

1 Way Side of Pole Top Brkt Zinc Plated Black 1 Way Side of Pole Bottom Brkt Zinc 74 Siemens Plated Black 2 Way Side of Pole Straight Top Brkt Zinc 75 Siemens Plated Black 2 Way Side of Pole Straight Bottom Brkt 76 Siemens Zinc Plated Black 2 Way Side of Pole "T" Top Brkt Zinc 77 Siemens Plated Black 2 Way Side of Pole "T" Bottom Brkt Zinc 78 Siemens Plated Black Mounting Foot for Steel Pole Black (2 79 Siemens per Assembly). Mounting Foot for Wood Pole Black (2 80 Siemens per Assembly). Post Top Brackets (Old Style): 81 Siemens 1 Way Post Top Brkt Zinc Plated Black 2 Way 12" Bottom Post Top Brkt Zinc 82 Siemens Plated Black 2 Way 12" Top Post Top Brkt Zinc Plated 83 Siemens Black 84 Siemens Center Pipe 28" Zinc Plated Black Post Top Brackets (New MDOT Style): 1 Way Side of Pole Bottom Brkt Zinc 85 Siemens Plated Black Mounting Foot for Pedestal Shaft Zinc 86 Siemens Plated Black. 1 Way Top Post Top Brkt Zinc Plated 87 Siemens Black. 2 Way Top Post Top Brkt Zinc Plated 88 Siemens Black. Pedestal Base, Shaft, and Anchor Bolt: 89 Pelco Products 9' Aluminum Shaft (Old Style). 90 Pelco Products 11' Aluminum Shaft (New Style). 91 Pelco Products 15' Aluminum Shaft (New Style). 92 Pelco Products Square Pedestal Base 3/4" Pedestal Anchor Bolt (4 Per 93 A.A. Anchor Bolt Assembly). Steel Strain Pole: 30' (9140mm) POLE MDOT 18" Bolt 94 Union Metal Circle (Not Painted) Immediate Ship 36' (10970mm) POLE MDOT 18" Bolt 95 Union Metal Circle (Not Painted) Immediate Ship 30' (9140mm) POLE MDOT 18" Bolt 96 Union Metal Circle, Long Lead Time 12-14 Wks 36' (10970mm) POLE MDOT 18" Bolt 97 Union Metal Circle, Long Lead Time 12-14 Wks 98 A. A. Anchor Bolt ANCHOR BOLT 1.75"X 114"X6" 73

Siemens

# Qty

List % Discounted Billable Price Discount Price Cost *

100 100 100 100 100 100 100 100 100 100 100 100

100 100 100 100 100 100 100 100 100

300 300 300 300 300

RFQ for Traffic Signal Maintenance

Page 35 of 48

Item No. 99 100 101 102 103 104 105

Manufacturer A. A. Anchor Bolt Pelco Products Pelco Products Pelco Products Pelco Products Pelco Products Pelco Products

Description ANCHOR BOLT 1.75"X 84"X 6" DET STRAIN CLAMP, 7.5" DIA STRAIN CLAMP, 8.5" DIA STRAIN CLAMP, 9.5" DIA STRAIN CLAMP, 10.5" DIA STRAIN CLAMP, 11.5 DIA STRAIN CLAMP, 12.5" DIA

# Qty

List % Discounted Billable Price Discount Price Cost *

300 300 300 300 300 300 300

# Estimated Quantity for 3 Years *Billable Material cost includes incidental charges such as but not limited to transportation, storing, handling and the Contractor’s % mark up over direct cost of material. Bidder’s Name: ______________________ Authorized Signature: ______________ Title: ___________________, Date: __________

RFQ for Traffic Signal Maintenance

Page 36 of 48

EXHIBIT B: Traffic Signal Locations Table 4: List of Traffic Signal Locations No.

Signal Sector ID

Intersection Name

Year Upgrade

Signalized Locations 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57

275 276 902 277 597 135 136 137 138 140 89 598 889 806 890 807 903 291 292 293 809 141 295 1018 296 1004 599 600 601 90 602 304 603 307 309 334 312 315 318 593 685 91 142 686 687 688 92 691 692 694 324 326 335 340 604 605 606

4 ** 4 9 4 5 3 3 3 3 3 2 5 8 7 8 7 9 4 ** 4 ** 4 7 3 4 4 4 5 5 5 5 2 5 4 5 4 4 4 4 4 4 4 6 2 3 6 6 6 2 6 6 6 4 4 ** 4 4 5 ** 5 5

Abbott and John C Lodge Fwy ESD Abbott and Third Abington and Schoolcraft Adams W and Cass Addison and McGraw Alter and Charlevoix Alter and Kercheval Alter and Mack Alter and Vernor E Alter and Waveney Annott and Seven Mile E Arnold and Lonyo Artesian and Fenkell Artesian and Joy Artesian and Schoolcraft Artesian and Warren W Asbury Park and Puritan Atwater E and Beaubien Atwater E and Renaissance Dr W Atwater E and St Antoine Auburn and Plymouth Audubon and Mack Bagley and Cass Bagley and Clifford Bagley and First Bagley and Fisher Fwy W WSD Bagley and Fourteenth Bagley and Rosa Parks Blvd Bagley and Trumbull Barrett and Harper Bassett and Visger Bates and Congress E Beatrice and Visger Beaubien and Congress E Beaubien and Fort E Beaubien and Holbrook and Brush Beaubien and Lafayette E Beaubien and Macomb Beaubien and Monroe Beech and Third Beechwood and Tireman Berkshire and Harper Bewick and Mack Blaine and Rosa Parks Blvd Boston and Broadstreet Boston and Dexter Bringard and Schoenherr Broadstreet and Collingwood Broadstreet and Elmhurst Broadstreet and Joy Broadway and John R Brush and Congress E Brush and Lafayette E Brush and Monroe Buchanan and Campbell Buchanan and Grand Blvd W Buchanan and Junction

2002 2000 2008 2011 2000 1998 2006 1995 2006 2006 2001 2009 1990 2005 2009 2007 2008 2001 2001 2004 2003 2007 2008 2014 2008 2008 2007 2007 2007 2007 2004 2006 2006 2008 2008 2008 2008 2008 2006 2007 2007 2009 2004 2009 2000 2007 2006 2007 2000 2000 2005 2008 2008 2001 2007 2007 2000

No.

Signal Sector ID

58 59 60 61 62 63 64 65 66

607 2 3 696 697 143 4 144 891

5 1 1 6 6 3 1 3 8

67 68 69

892 810 93

8 7 2

70 71 72 73 74 75 76 77 78 79

146 94 148 149 150 5 151 152 153 347

3 2 3 3 3 1 3 3 3 4

80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 95 96 97 98 99 100 101 102 103 104 105 106 107 108 109

348 699 349 350 155 156 157 158 358 360 6 361 811 611 702 362 368 375 612 613 614 615 617 618 619 620 941 905 160 95

4 6 4 4 3 3 3 3 4 4 1 4 7 5 6 ** 4 4 4 5 5 5 5 5 5 5 5 10 9 3 2

110 111 112

96 97 98

2 2 2

Intersection Name Buchanan and Livernois Buffalo and Charles Buffalo and McNichols E Burlingame and Linwood Burlingame and Livernois Burns and Charlevoix Burns and Harper Burns and Kercheval Burt and Jeffries Fwy Ser Drs and Schoolcraft Burt and Lyndon Burt and Plymouth Cadieux and Edsel Ford Fwy E Ser Drs Cadieux and Harper Cadieux and Morang Cadillac and Canfield Cadillac and Charlevoix Cadillac and Forest E Cadillac and Harper Cadillac and Mack Cadillac and Shoemaker Cadillac and Vernor E Cadillac Square and Campus Martius Calvert and Hamilton Calvert and Linwood Calvert and Second Campus Martius and Monroe Canfield E and Chalmers Canfield E and Conner Canfield E and French Canfield E and St Jean Canfield W and Rosa Parks Blvd Canfield W and Trumbull Caniff and Mound Caniff and Oakland Capitol and Evergreen Carson and Springwells Carter and Dexter Cass and Congress W Cass and Lafayette W Cass and S/o Kirby W Cavalry and Vernor W Cecil and McGraw Central and Dix Central and John Kronk Central and McGraw Central and Pitt Central and St Stephens Central and Vernor W Chalfonte and Dexter Chalfonte and Wyoming Chalmers and Charlevoix Chalmers and Edsel Ford Fwy E Ser Drs Chalmers and Hampshire Chalmers and Harper/Hayes Chalmers and Houston Whittier

Year Upgrade 2003 2006 2006 2007 2002 1998 2007 2008 2009 2008 2003 2001 2001 2002 2006 1998 2002 2006 2004 2007 1998 2003 2008 2007 2011 2003 2007 2004 2000 1997 2006 2007 2007 2006 2005 2003 2007 2007 2007 2006 2003 2006 2004 2003 2007 2007 2007 2003 2007 2001 1998 2002 2006 2005 2002

RFQ for Traffic Signal Maintenance

Page 37 of 48

No.

Signal Sector ID

113 114 115 116 117 118 119

161 99 162 100 101 163 165

3 2 3 2 2 3 3

120 121 122 123 124 125 126 127 128 129 130 131 132 133 134 135 136 137 138 139 140 141 142 143 144 145 146 147 148 149 150 151 152 153 154

102 9 10 11 12 166 167 168 169 170 171 172 173 379 174 176 177 103 380 381 382 383 384 385 386 388 389 704 705 391 707 708 392 393 709

2 1 1 1 1 3 3 3 3 3 3 3 3 4 3 3 3 2 4 4 4 4 4 4 4 4 4 6 6 4 6 6 4 4 6

155 156 157 158 159 160 161 162 163 164 165 166 167

814 815 816 817 818 710 819 820 821 711 822 823 824

7 7 7 7 7 6 7 7 7 6 7 7 7

168 169 170 171

825 826 944 397

7 7 10 4

Intersection Name Chalmers and Kercheval Chalmers and Longview Chalmers and Mack Chalmers and Seven Mile E Chalmers and Seymour Chalmers and Vernor E Chandler Park Dr and Conner and Shoemaker Charlemagne and Conner Charles and Conant Charles and Fenelon Charles and Mound Charleston and Seven Mile W Charlevoix and Conner Charlevoix and Crane Charlevoix and Dickerson Charlevoix and Fairview Charlevoix and Garland Charlevoix and Grand Blvd E Charlevoix and Lakeview Charlevoix and McClellan Charlevoix and McDougall Charlevoix and Mt Elliott Charlevoix and Van Dyke Chatsworth and Mack Chelsea and Dickerson Chene and Edsel Ford Fwy E SSD Chene and Ferry E Chene and Forest E Chene and Grand Blvd E Chene and Lafayette E Chene and Larned E Chene and Mack Chene and Palmer E Chene and Vernor E Chicago Blvd and Dexter Chicago Blvd and Fourteenth Chicago Blvd and Hamilton Chicago Blvd and Linwood Chicago Blvd and Rosa Parks Blvd Chicago Blvd and Second Chicago Blvd and Third Chicago Blvd and Woodrow Wilson Chicago W and Evergreen Chicago W and Fitzpatrick Chicago W and Freeland Chicago W and Grandville Chicago W and Hubbell Chicago W and Jeffries Fwy WSD Chicago W and Mendota Chicago W and Meyers Chicago W and Oakman Blvd Chicago W and Prairie Chicago W and Schaefer Chicago W and Sorrento Chicago W and Southfield Fwy Ser Drs Chicago W and St Marys Chicago W and Wyoming Chippewa and Wyoming Chrysler Fwy ESD and Grand Blvd E and Russell

Year Upgrade

No.

Signal Sector ID

2006 2006 2000 2000 2006 1998 2007

172 173 174 175 176

13 15 394 399 16

1 1 4 4 1

177

17

1

2007 2006 2006 1999 2003 2014 1998 1998 1998 1998 1998 1998 1998 1998 1998 1998 2007 2006 2006 2000 2006 2006 2008 2008 2000 2009 2013 2007 2006 2014 1999 2006 1999 1999 1999

178

398

4

179

14

1

180

712

6

181 182 183

404 713 405

4 6 4

184 185 186 187 188 189 190 191 192 193 194 195 196 197 198

714 715 716 406 407 717 1015 623 408 624 413 718 1014 19 20

6 6 6 4 4 6 5 5 4 5 ** 4 6 6 1 1

199 200 201 202 203 204 205 206 207 208 209 210 211 212 213

21 22 23 24 25 182 415 416 417 418 419 104 185 186 105

1 1 1 1 1 3 4 4 ** 4 4 4 2 3 3 2

214 215 216 217 218 219 220 221 222 223 224 225 226

187 106 188 190 719 720 827 906 893 945 946 947 948

3 2 3 3 6 6 7 9 8 10 10 10 10

2005 2008 2009 2006 2004 2003 2007 2007 2004 2007 2002 2007 2008 2007 2002 1999 2000

Intersection Name Chrysler Fwy ESD and Meade Chrysler Fwy ESD and Nevada E Chrysler Fwy Ser Drs and Clay Chrysler Fwy Ser Drs and Holbrook Chrysler Fwy Ser Drs and Seven Mile E Chrysler Fwy Ser Drs and State Fair E Chrysler Fwy WSD and Grand Blvd E Chrysler Fwy WSD and Nevada E and Oakland Churchill/Holden and Grand Blvd W Civic Center Drive and Jefferson W Clairmount and Fourteenth Clairmount and John C Lodge Fwy Ser Drs Clairmount and Joy Clairmount and Lasalle Clairmount and Rosa Parks Blvd Clairmount and Second Clairmount and Third Clairmount and Woodrow Wilson Clark and Porter Clark and Vernor W Clay and Oakland Clayton and Livernois Clifford and Washington Blvd Clifton and Livernois Collingwood and Livernois Conant and Dequindre Conant and Hamtramck Dr and Sallan Conant and McNichols E Conant and Mt Elliott Conant and Nevada E Conant and Seven Mile E Concord and Harper Concord and Mack Congress W and First Congress W and Griswold Congress W and Second Congress W and Shelby Congress W and Washington Blvd Conner and Harper Conner and Kercheval Conner and Mack Conner and McNichols E and Outer Drive E Conner and Samaritan Hospital Dr Conner and St Patrick Conner and Vernor E Coplin and Vernor E Cortland and Dexter Cortland and Livernois Coyle and Joy Coyle and Schoolcraft Curtis and Evergreen Curtis and Greenlawn Curtis and Livernois Curtis and Meyers Curtis and San Juan

Year Upgrade 2007 2007 2006 2008 2003 2007 2000 2007 2007 2008 2007 2005 2006 2007 2008 2006 2000 2008 2009 2007 2006 2003 2005 2003 2008 2006 2006 2005 2006 2003 2005 2007 2004 2007 2003 2007 2000 2002 2001 2014 2005 2007 2006 2006 2014 1998 2007 2002 2004 2008 2005 2007 2002 2002 2007

RFQ for Traffic Signal Maintenance

Page 38 of 48

No.

Signal Sector ID

227 228 229 230

907 949 30 31

9 10 1 1

231 232 233 234 235 236

32 33 34 35 29 828

1 1 1 1 1 7

237 238 239 240 241

625 626 36 37 39

5 5 1 1 1

242 243 244 245 246 247 248 249

38 721 722 723 950 724 725 939

1 6 6 6 10 6 6 10

250 251 252 253 254 255 256 257 258 259 260 261 262 263 264 265 266

726 727 728 729 730 191 107 108 193 194 627 628 629 631 632 41 426

6 6 6 6 6 3 2 2 3 3 5 5 5 5 5 1 4

267

109

2

268

427

4

269 270

1020 423

1 4

271

197

3

272

430

4

273

428

4

274

731

6

275

431

4

276

433

4

Intersection Name Curtis and Southfield Fwy Ser Drs Curtis and Wyoming Davison E and Justine Davison E and McNichols E and Fenelon Davison E and Mound Davison E and Mt Elliott Davison E and Ryan Davison E and Sherwood Davison E Ser Drs and Jos Campau Davison W and Jeffries Fwy Ser Drs and Wyoming Dearborn and Harbaugh Dearborn and Jefferson W Dequindre and McNichols E Dequindre and Nevada Dequindre and Outer Drive E and State Fair Dequindre and Seven Mile E Dexter and Elmhurst Dexter and Euclid Dexter and Ewald Circle Dexter and Fenkell Dexter and Fullerton Dexter and Grand Blvd W Dexter and John C Lodge Fwy Ser Drs and Belden Dexter and Joy Dexter and Lawrence Dexter and Lothrop Dexter and Oakman Blvd Dexter and Tuxedo Dickerson and Freud Dickerson and Harper Dickerson and Houston Whittier Dickerson and Mack Dickerson and Vernor E Dix and Oakwood Dix and Vernor W Dragoon and Fisher Fwy Ser Drs Dragoon and Regular Dragoon and Vernor W Edsel Ford Fwy E NSD and French Edsel Ford Fwy E NSD and Lucky Place Edsel Ford Fwy E NSD and Whittier Edsel Ford Fwy E Ser Drs and Mt Elliott Edsel Ford Fwy E SSD and French Edsel Ford Fwy E SSD and Grand Blvd E Edsel Ford Fwy E SSD and Harper (E/o Haverhill) Edsel Ford Fwy E SSD and U-turn Bridge (W/o Mt Elliott) Edsel Ford Fwy E SSD/Medbury and Russell Edsel Ford Fwy W Ser Drs and Linwood Edsel Ford Fwy W SSD and Fourteenth Edsel Ford Fwy W SSD and Trumbull

Year Upgrade 2002 2001 1995 2006 2007 2006 2013 2006 2007 2000 2007 2006 2004 2003 2014 2003 2007 2007 2007 2007 2007 2014 2000 2008 2007 2007 2006 2007 2007 2002 2003 1995 1998 2001 2004 2006 2007 2006 2006 2008 2002 2003 2006 2006 2006 2008 2004 2007 2007 2007

No.

Signal Sector ID

277 278 279 280 281 282 283 284 285 286 287 288

42 734 736 737 829 739 741 830 831 437 743 438

1 ** 6 6 6 7 6 6 7 7 4 6 4

289 290 291 292 293 294 295

745 746 747 894 832 895 833

6 6 6 8 7 8 7

296 297 298 299 300 301 302 303 304 305 306 307 308 309 310 311 312 313 314 315 316 317 318 319 320 321 322 323 324 325 326

896 834 897 835 898 749 951 940 198 441 836 837 839 633 43 908 909 910 952 953 911 954 912 443 750 751 752 840 445 446 634

8 7 8 7 8 6 10 10 3 4 7 7 7 5 1 9 9 9 10 10 9 10 9 4 6 6 6 7 4 4 5

327

638

5

328

448

4

329

450

4

330

639

5

331 332

913 199

9 3

Intersection Name Eldon and Lynch Elmhurst and Fourteenth Elmhurst and Linwood Elmhurst and Livernois Elmhurst and Oakman Epworth and Joy Epworth and Tireman Esper and Joy and Wyoming Esper/Littlefield and Tireman Euclid E and Oakland Euclid W and Fourteenth Euclid W and John C Lodge Fwy Ser Drs Euclid W and Linwood Euclid W and Rosa Parks Blvd Euclid W and Woodrow Wilson Evergreen and Jeffries Fwy Ser Drs Evergreen and Kirkwood Evergreen and Lyndon Evergreen and Paul/Ann Arbor Trail Evergreen and Pembroke Evergreen and Plymouth Evergreen and Schoolcraft Evergreen and Tireman Evergreen and Trojan Ewald Circle and Livernois Fairfield and McNichols W Fairfield and Puritan and Belden Fairview and Mack Farmer and Monroe Faust and Joy Faust and Plymouth Faust and Warren W Federal and Livernois Fenelon and Seven Mile E Fenkell and Gilchrist Fenkell and Greenlawn Fenkell and Hubbell Fenkell and Linwood Fenkell and Livernois Fenkell and Monica Fenkell and Rosa Parks Blvd Fenkell and St Marys Ferry E and Russell Ferry Park and Fourteenth Ferry Park and Linwood Ferry Park and Rosa Parks Blvd Fielding and Plymouth First and Lafayette W Fisher Fwy E NSD and Russell Fisher Fwy W Ser Drs and Grand Blvd W Fisher Fwy W Ser Drs and Livernois Fisher Fwy W Ser Drs and Rosa Parks Blvd Fisher Fwy W Ser Drs and Trumbull Fisher Fwy W Ser Drs and Vernor W Florence and Livernois Forest E and Grand Blvd E

Year Upgrade 2009 2000 2009 2002 2005 2004 2007 2007 2007 2007 2009 2011 2006 2007 2000 2006 2004 2005 2000 2005 2006 2005 2005 2005 2002 2008 2006 2004 2004 2005 2003 2007 2003 2001 2006 2006 2003 2004 2002 2006 2009 2007 2007 2009 2000 2008 2003 2008 2008 2004 2003 2007 2008 2003 2002 2003

RFQ for Traffic Signal Maintenance

Page 39 of 48

No.

Signal Sector ID

333 334 335 336 337 338 339 340 341 342 343 344 345 346 347 348 349 350 351 352 353 354 355 356 357 358 359 360 361 362 363 364 365 366 367 368 369 370 371 372 373 374 375 376 377 378 379

200 201 452 202 453 203 455 458 753 754 755 756 459 757 955 758 462 463 44 205 45 842 760 761 762 843 844 641 46 47 763 845 764 765 766 48 49 110 465 208 209 210 467 211 212 470 213

3 3 4 3 4 3 4 4 6 6 6 6 4 6 10 6 ** 4 4 1 3 1 7 6 6 6 7 7 5 ** 1 1 6 7 6 6 6 1 1 2 4 3 3 3 4 3 3 4 3

380 381

214 767

3 6

382

768

6

383

769

6

384 385 386

770 772 642

** 6 6 5

387 388 389 390

773 643 774 644

6 ** 5 6 5

Intersection Name Forest E and Iroquois Forest E and McClellan Forest E and McDougall Forest E and Mt Elliott Forest E and St Aubin Forest E and Van Dyke Forest W and Rosa Parks Blvd Forest W and Trumbull Fourteenth and Glendale Fourteenth and Grand Blvd W Fourteenth and Lasalle Gardens S Fourteenth and Lawrence Fourteenth and Martin L King Blvd Fourteenth and McGraw Fourteenth and Oakman Fourteenth and Webb Franklin and Rivard Franklin and St Antoine French and Harper French and Shoemaker Frontenac and Harper Fullerton and Hubbell Fullerton and Linwood Fullerton and Livernois Fullerton and Oakman Blvd Fullerton and Schaefer Fullerton and Wyoming Gartner and Springwells Georgia and Mt Elliott Georgia and St Cyril Gladstone and Linwood Glastonbury and Plymouth Glendale and Linwood Glendale and Rosa Parks Blvd Glendale and Woodrow Wilson Goddard and McNichols E Goddard and Seven Mile E Goulburn and Seven Mile E Grand Blvd E and GM CIP Plant Grand Blvd E and Kercheval Grand Blvd E and Lafayette E Grand Blvd E and Mack Grand Blvd E and Milwaukee E Grand Blvd E and Mt Elliott Grand Blvd E and Palmer Grand Blvd E and St Aubin Grand Blvd E and U-turn Channel (N/o Jefferson E) Grand Blvd E and Vernor E Grand Blvd W and Henry Ford Hospital Dr/Trumbull Grand Blvd W and Jeffries Fwy NSD Grand Blvd W and Jeffries Fwy SSD Grand Blvd W and Lawton Grand Blvd W and Linwood Grand Blvd W and Martin L King Blvd Grand Blvd W and McGraw/Cobb Grand Blvd W and Porter Grand Blvd W and Rosa Parks Blvd Grand Blvd W and Vernor W

Year Upgrade 2007 2000 2006 2005 2011 2006 2006 2000 2007 2007 2011 2006 2004 2006 2007 2006 2004 2004 2006 2008 2006 2000 2006 2002 2004 2002 2005 2006 2006 2006 2007 2003 2007 2007 2008 2004 2001 2001 2006 2004 2006 2004 2006 2000 2007 2006 2007

No.

Signal Sector ID

391 392 393

1017 473 474

394 395 396 397 398 399 400 401 402 403

475 477 478 956 915 111 112 481 916 957

404 405 406 407 408 409 410 411 412 413 414 415 416 417 418 419 420 421 422

482 50 217 113 51 218 114 115 116 117 118 119 846 487 488 489 775 120 490

423 424 425

491 492 958

2008

426 427 428 429 430 431 432 433 434 435 436 437 438

847 917 918 848 919 920 52 54 219 849 220 221 921

2008

439

959

2006 2003 2008

440

922

441

960

2003 2005 2007 2003

442

501

443 444

647 648

1998 1998

Intersection Name

4 Grand River and Bagley 4 Grand River and Broadway 4 Grand River and Farmer and Library 4 Grand River and Griswold 4 Grand River and Woodward 4 Gratiot and Farmer 10 Greenlawn and McNichols W 9 Greenlawn and Puritan 2 Greiner and Outer Drive 2 Greiner and Schoenherr 4 Griswold and State 9 Grove and Schaefer 10 Hamilton and McNichols W and Pontchartrain 4 Hamilton and Webb 1 Harper and McClellan 3 Harper and Morang 2 Harper and Outer Drive E 1 Harper and St Cyril/Hathon 3 Harper and Whittier 2 Hayes and Houston Whittier 2 Hayes and Kelly and Craft 2 Hayes and Mayfield 2 Hayes and Seymour 2 Hayes and State Fair 2 Hayes and Wade 7 Heyden and Plymouth 4 Holbrook and John R 4 Holbrook and Oakland 4 Holbrook and St Aubin 6 Holden and Lincoln 2 Houston Whittier and Kelly 4 Howard and John C Lodge Fwy ESD 4 Howard and Third 4 Howard and Trumbull 10 Hubbell and James Couzens Ser Drs/Vassar 7 Hubbell and Joy 9 Hubbell and Lyndon 9 Hubbell and Midland 7 Hubbell and Plymouth 9 Hubbell and Puritan 9 Hubbell and Schoolcraft 1 Huber and Mt Elliott 1 Hull and Seven Mile E 3 Hurlbut and Kercheval 7 Intervale and Wyoming 3 Iroquois and Mack 3 Iroquois and Vernor E 9 James Couzens Ser Drs and Meyers 10 James Couzens Ser Drs and Pembroke 9 James Couzens Ser Drs and Puritan 10 James Couzens Ser Drs and Schaefer 4 Jefferson W and Arena Garage Center Exit 5 Jefferson W and E/o Brennan 5 Jefferson W and E/o Voss

Year Upgrade 2014 2005 2011 2011 2005 2003 1999 2006 2008 2007 2008 2002 2004 2014 2007 2007 2005 2006 2007 2005 2000 2002 2008 2000 2006 1993 2008 2000 2006 2006 2007 2000 2000 2008 2008 2009 2003 2006 2004 2014 2014 2006 2001 2006 2001 2004 1998 2007 2007 2007 2000 2007 2003 2003

RFQ for Traffic Signal Maintenance

Page 40 of 48

No.

Signal Sector ID

445 446 447 448 449

649 651 652 776 503

5 5 5 6 4

450 451 452 453 454 455 456

850 851 779 899 778 509 780

7 ** 7 6 8 6 4 6

457

924

9

458

504

4

459

961

10

460

962

10

461

507

4

462

508

4

463

923

9

464

925

9

465

506

4

466 467 468 469 470 471 472 473 474 475 476 477 478 479 480 481 482 483 484 485 486 487 488 489 490 491 492 493 494 495 496 497

654 655 55 513 56 57 58 59 60 61 518 781 782 852 888 853 783 854 855 784 857 858 859 860 785 786 656 657 658 121 122 246

5 5 1 ** 4 1 1 1 1 1 1 4 6 6 7 7 7 6 7 7 6 7 7 7 7 6 ** 6 5 5 5 2 2 3

Intersection Name Jefferson W and Livernois Jefferson W and West End Jefferson W and Zug Island Jeffries Fwy Ser Drs and Livernois Jeffries Fwy Ser Drs and Martin L King Blvd Jeffries Fwy Ser Drs and Meyers Jeffries Fwy Ser Drs and Oakman Jeffries Fwy Ser Drs and Scotten Jeffries Fwy Ser Drs and Virgil Jeffries Fwy SSD and Scotten John C Lodge Fwy ESD and Temple John C Lodge Fwy ESD and Webb and Woodrow Wilson John C Lodge Fwy NSD and Wyoming John C Lodge Fwy Ser Drs and Lafayette W John C Lodge Fwy Ser Drs and Linwood John C Lodge Fwy Ser Drs and Livernois John C Lodge Fwy Ser Drs and Pallister John C Lodge Fwy Ser Drs and Seward John C Lodge Fwy SSD and U-turn Bridge (W/o Livernois) John C Lodge Fwy SSD/Keeler and Wyoming John C Lodge Fwy WSD and Milwaukee W John Kronk and Livernois John Kronk and Lonyo John R and Longwood John R and Madison John R and McNichols E John R and Nevada John R and Seven Mile John R and State Fair Jos Campau and McNichols E Jos Campau and Nevada Jos Campau and Vernor E Joy and Lawton Joy and Livernois Joy and Meadowdale Joy and Memorial Joy and Meyers Joy and Northfield Joy and Oakman Blvd Joy and Ohio Joy and Quincy Joy and Schaefer Joy and Southfield Fwy Ser Drs Joy and Ward Joy and Westwood Joy and Yosemite Junction and McGraw Junction and St Hedwig Junction and Toledo Junction and Vernor W Kelly and Morang Kelly and Seymour Kercheval and McClellan

Year Upgrade 1993 2000 2006 2002 2004 2008 1973 2009 2014 2009 2000 2007 2001 2008 2000 2002 2006 2011 2006 2002 2008 2006 2001 2006 2011 2005 2007 2013 2006 2004 2006 1998 2006 2003 1999 2007 2007 2003 1993 2003 2008 2002 2002 2004 2005 1998 2007 2000 2006 2003 2003 2007 2006

No.

Signal Sector ID

498 499 500 501 502 503 504 505 506 507 508 509 510 511 512 513 514 515 516 517 518 519 520 521 522 523 524

247 248 250 659 520 521 251 522 523 524 252 660 661 525 526 527 528 529 662 123 124 530 531 532 534 788 789

3 3 3 5 4 4 3 4 4 4 3 5 5 4 4 4 4 4 5 2 2 4 4 4 4 6 6

525 526 527 528 529 530 531 532 533 534 535 536

861 663 537 254 125 791 792 963 964 965 793 995

7 5 4 3 2 6 6 10 10 10 6 10

537

994

10

538 539 540 541 542 543 544 545 546 547 548 549 550 551 552 553

967 968 794 969 795 796 664 970 971 972 665 974 797 666 975 667

10 10 6 10 6 6 5 10 10 10 5 10 6 5 10 5

554 555 556

668 539 540

5 4 4

Intersection Name Kercheval and Mt Elliott Kercheval and St Jean Kercheval and Van Dyke Kirkwood and Lonyo Lafayette E and E/o Rivard Lafayette E and McDougall Lafayette E and Mt Elliott Lafayette E and Rivard Lafayette E and St Antoine Lafayette E and St Aubin Lafayette E and Van Dyke Lafayette W and Livernois Lafayette W and Rosa Parks Blvd Lafayette W and Second Lafayette W and Shelby Lafayette W and Third Lafayette W and Trumbull Lafayette W and Washington Blvd Lafayette W and Waterman Lakepointe and Whittier Lansdowne and Morang Larned E and McDougall Larned E and Mt Elliott Larned E and Rivard Larned E and St Aubin Lasalle and Lawrence Lasalle Gardens S and Rosa Parks Blvd Lauder and Plymouth Lawndale and Vernor W Lawton and Martin L King Blvd Lemay and Vernor E Linnhurst and Schoenherr Linsdale and Livernois Linwood and McGraw Linwood and McNichols W Linwood and Oakman Linwood and Puritan Linwood and Tuxedo Livernois and Crossover (N/o McNichols W) Livernois and Crossover (S/o McNichols W) Livernois and Lyndon Livernois and Margareta Livernois and McGraw Livernois and McNichols W Livernois and Northfield Livernois and Oakman Blvd Livernois and Otis Livernois and Outer Drive W Livernois and Pembroke Livernois and Puritan Livernois and Regular Livernois and Seven Mile W Livernois and Tireman Livernois and Vernor W Log Cabin and McNichols W Longworth/Pershing and Springwells Lonyo and McGraw Lothrop and Second Lothrop and Third

Year Upgrade 2006 2006 2006 2007 2000 2008 2007 2008 2001 2008 2011 2003 2008 2008 2008 2008 2007 2008 2007 2006 1998 2008 2006 2008 2008 2008 2008 2008 2007 2004 1998 2007 2003 1999 2008 2007 2008 2007 2006 2006 2002 2002 2003 2002 2003 2002 2003 2002 2002 2002 2003 2002 2003 2003 2008 2002 2013 2008 2006

RFQ for Traffic Signal Maintenance

Page 41 of 48

No.

Signal Sector ID

557 558 559 560 561 562 563 564 565 566 567 568 569 570 571 572 573 574 575 576 577 578 579

62 63 926 927 929 541 255 542 256 257 543 544 545 258 259 260 261 546 862 863 669 670 549

1 1 9 9 9 4 3 4 3 3 4 4 4 3 3 3 3 4 7 7 5 5 4

580 581 582 583 584 585 586 587 588 589 590 591 592

264 552 672 800 64 65 66 67 126 68 127 128 976

3 4 5 ** 6 1 1 1 1 2 1 2 2 10

593 594 595 596 597 598 599 600 601 602 603 604 605 606 607 608 609

977 978 979 865 866 980 867 930 868 69 558 561 129 71 72 73 74

10 10 10 7 7 10 7 9 7 1 4 4 2 1 1 1 1

610 611 612 613 614 615 616

75 76 77 78 266 673 79

1 1 1 1 3 5 1

Intersection Name Lynch and Mt Elliott Lynch and WO Carrie Lyndon and Meyers Lyndon and Schaefer Lyndon and Wyoming Lynn and Oakland Mack and McClellan Mack and McDougall Mack and Mt Elliott Mack and Rohns Mack and Russell Mack and St Antoine Mack and St Aubin Mack and St Clair Mack and St Jean Mack and Townsend Mack and Van Dyke Macomb and St Antoine Mansfield and Warren W Maplelawn and Wyoming Martin and McGraw Martin and Waldo Martin L King Blvd and Rosa Parks Blvd McClellan and Vernor E McDougall and Vernor E McGraw and Trenton McGraw and Twenty Fourth McNichols E and Mound McNichols E and Mt Elliott McNichols E and Oakland McNichols E and Ryan McNichols E and Schoenherr McNichols E and Sherwood McNichols E and Strasburg McNichols E and Waltham McNichols W and Oak Drive and UD Mercy Drive Way McNichols W and San Juan McNichols W and Second McNichols W and Third Memorial and Plymouth Memorial and Warren W Meyers and Pembroke Meyers and Plymouth Meyers and Puritan Meyers and Schoolcraft Miller and Mt Elliott Milwaukee E and Russell Monroe and St Antoine Morang and Roxbury Mound and Mt Elliott Mound and Nevada E Mound and Seven Mile E Mt Elliott and 730 Ft N of Outer Drive E Mt Elliott and Nevada Mt Elliott and Outer Drive E Mt Elliott and Seven Mile E Mt Elliott and Strong Mt Elliott and Vernor E Mullane and Vernor W Nevada and Ryan

Year Upgrade 2007 2009 2013 2013 2013 2006 2004 2004 2002 2004 2004 2004 2000 2000 2004 2004 2000 2008 2003 2008 2006 2006 2004 1998 1998 2006 2000 2004 2006 2007 2005 2006 2006 2008 2007 2003 1999 2004 2004 2008 2007 2008 2004 2014 2007 2006 2008 2001 2007 2014 2007 2001 2007 1999 2007 2001 2007 1998 2007 2013

No.

Signal Sector ID

617 618 619 620 621 622 623 624 625 626 627 628 629 630 631 632

80 981 563 982 869 1012 674 675 870 130 83 564 984 871 985 931

1 10 4 10 7 5 5 5 7 2 1 4 10 7 10 9

633 634 635 636 637 638 639

986 987 566 594 872 873 874

10 10 4 4 7 7 7

640 641 642 643 644 645 646 647

875 876 988 932 989 933 934 935

7 7 10 9 10 9 9 9

648 649 650 651 652 653 654 655 656 657

936 131 84 802 990 85 571 86 991 877

9 2 1 6 10 1 4 1 10 7

658 659 660 661 662

878 992 132 133 937

7 10 2 2 9

663 664 665 666 667 668 669 670 671 672 673 674

938 879 901 880 881 676 87 134 88 993 576 268

9 7 8 7 7 5 1 2 1 10 4 3

Intersection Name Nevada and Sherwood Oak Drive and Seven Mile W Oakland and Owen Oakman Blvd and Rosa Parks Blvd Oakman Blvd and Wyoming Oakwood and Pleasant Oakwood and Powell Oakwood and Sanders Ohio and Tireman Outer Drive E and Seven Mile E Outer Drive E and Yolanda Pallister and Third Parkside and Seven Mile W Paul and Southfield Fwy Ser Drs Pembroke and Schaefer Pembroke and Southfield Fwy Ser Drs Pembroke and Wyoming Pennington and Seven Mile W Piquette and Russell Plum (MGM Casino Dr) and Third Plymouth and Rutherford Plymouth and Schaefer Plymouth and Southfield Fwy Ser Drs Plymouth and Woodmont Plymouth and Wyoming Pontchartrain and Seven Mile W Prairie and Puritan Puritan and Rosa Parks Blvd Puritan and Rutherford Puritan and Schaefer Puritan and Southfield Fwy Ser Drs Puritan and Wyoming Rex and Seven Mile E Rogge and Seven Mile E Rosa Parks Blvd and Webb Roselawn and Seven Mile W Russell and State Fair E Russell and Wilkins Ryan and Seven Mile E Santa Clara and Wyoming Schaefer and DOT Terminal (N/o Compass) Schaefer and Schoolcraft Schaefer and Vassar Schoenherr and Seven Mile E Schoenherr and State Fair Schoolcraft and Southfield Fwy Ser Drs Schoolcraft and St Marys Schoolcraft and Ward Schoolcraft and Westwood Schoolcraft and Wisconsin Schoolcraft and Wyoming Scotten and Vernor W Seven Mile E and Sherwood Seven Mile E and Strasburg Seven Mile E and Veach Seven Mile W and Stoepel Seward and Third Shoemaker and St Jean

Year Upgrade 2006 2008 2000 2014 2014 2010 2006 2006 2009 2001 2007 2007 2008 2006 2004 2002 2004 2008 2000 2007 2008 2003 2003 1995 2003 2011 2007 2009 2006 2002 2001 2013 2001 2001 2008 2008 2007 2006 2013 2001 2002 2002 2014 2001 2007 2000 2008 2007 2008 2011 2013 2007 2001 2001 2001 2008 2000 2002

RFQ for Traffic Signal Maintenance

Page 42 of 48

No.

Signal Sector ID

675

882

676

883

677 678 679 680 681 682

579 999 269 581 271 583

Intersection Name

7 Southfield Fwy Ser Drs and Tireman 7 Southfield Fwy Ser Drs and Warren W 4 St Aubin and Vernor E 3 St Jean and S/o Hern 3 St Jean and Vernor E ** 4 State and Washington Blvd 3 Sylvester and Van Dyke 4 Temple and Trumbull

Year Upgrade 2006 2001 1998 2008 2006 2005 2007 2000

No.

Signal Sector ID

683 684 685 686 687 688 689 690 691

584 884 803 885 272 681 886 887 588

4 7 6 7 3 5 7 7 4

Intersection Name Third and Amsterdam S/o Tireman and Westwood Tireman and Wykes Tireman and Wyoming Van Dyke and Vernor E Vernor W and Woodmere Warren W and Westwood Warren W and Woodmont Woodward and Campus Martius South

Year Upgrade 2006 2008 2006 1999 1998 2007 2006 2008 2003

** Traffic Signal under removal study (approximately 20) The following list of intersections/locations with Flashing Beacons and HAWK signals are not part of Traffic Signal System and shall not be part of monthly maintenance fee. Any maintenance/repair work performed at these locations will be reimbursed based on time and materials, as stipulated under section III of Exhibit A – Pricing Schedule. No. Signal Sector ID

Intersection Name

Year Upgrade

Flashing Beacons 1 2 3 4 5 6 7 8 9 10 11 12 13

1 3 3 4 4 4 4 5 5 6 6 6 9

Huber and St Cyril Frontenac and Medbury McClellan and Moffat Atwater W and Civic Center Dr Beaubien and Harper Clay and St Aubin Riopelle and Wilkins Cecil and Edsel Ford Fwy NSD St Anne and Vernor W Beechwood and Milford Epworth and Linsdale Fourteenth and Marquette Chalfonte and Meyers

1

4

2 3 4 5

4 4 4 5

6 7

10 10

8

10

Anthony Wayne Dr and N/O Warren Cass and S/O Palmer Canfield and W/O St Antoine John R and Farnsworth John Kronk and RR Crossing West of Lonyo Chalfonte and Livernois Livernois and 275 Ft North Of Seven Mile Chippewa and Livernois

2011 2011 2011 2011 2011 2010 2011 2013 2011 2011 2011 2011 2011

HAWK Signals 2010 2010 2010 2011 2009 2008 2009 2009

RFQ for Traffic Signal Maintenance

Page 43 of 48

CITY ACKNOWLEDGMENT

STATE OF ______________ ) )SS. COUNTY OF ____________ ) The foregoing contract was acknowledged before me the_____day of____________, 20 ____, by ________________________________________________________________, (name of person who signed the contract)

the________________________________________________________________________, (title of person who signed the contract as it appears on the contract)

of ________________________________________________________________________, (complete name of the City department)

on behalf of the City.

_____________________________________ Notary Public, County of ________________ State of ______________________________ My commission expires: ________________

RFQ for Traffic Signal Maintenance

Page 44 of 48

CORPORATE ACKNOWLEDGMENT

STATE OF ______________ ) )SS. COUNTY OF ____________ ) The foregoing contract was acknowledged before me the_____day of____________, 20 ___, by _________________________________________________________________, (name of person who signed the contract)

the________________________________________________________________________, (title of person who signed the contract as it appears on the contract)

of ________________________________________________________________________, (complete name of the corporation)

on behalf of the Corporation.

_____________________________________ Notary Public, County of ________________ State of ______________________________ My commission expires: _________________

RFQ for Traffic Signal Maintenance

Page 45 of 48

CORPORATION CERTIFICATE OF AUTHORITY I, _________________________________________________________, Corporate Secretary of (name of corporate secretary)

_____________________________________________, a _____________________________ (complete name of corporation)

(state of incorporation)

________________________corporation (the "Corporation"), DO HEREBY CERTIFY that the (non-profit or for profit)

following is a true and correct excerpt from the minutes of the meeting of the Board of Directors duly called and held on ____________________, and that the same is now in full force and effect (date of meeting)

"RESOLVED, that the Chairman, the President, each Vice President, the Treasurer, and the Secretary and each of them, is authorized to execute and deliver, in the name of and on behalf of the Corporation and under its corporate seal or otherwise, any agreement or other instrument or document ('Contract') in connection with any matter or transaction that shall have been duly approved; and the execution and delivery of any Contract by any of the aforementioned officers shall be conclusive evidence of such approval." FURTHER, I CERTIFY that ______________________ is Chairman, _________________________________________ is President, _________________________________________ is (are) Vice President(s), _________________________________________ is Treasurer, _________________________________________ is Secretary, _________________________________________ is Executive Director, and _________________________________________ is ___________________. FURTHER, I CERTIFY that any of the aforementioned officers or employees of the Corporation are authorized to execute and commit the Corporation to the conditions, obligations, stipulations and undertakings contained in Contract No.___________ between the City and the above-referenced Corporation and that all necessary corporate approvals have been obtained in relationship thereto. IN WITNESS THEREOF, I have set my hand this ___day of_______________, 20___. CORPORATE SEAL (if any) ___________________________________ Corporation Secretary

PLEASE NOTE THAT THE PERSON WHO SIGNS THE CONTRACT ON BEHALF OF YOUR CORPORATION MUST BE ONE OF THE INDIVIDUALS LISTED ABOVE AS A PERSON AUTHORIZED TO EXECUTE CONTRACTS IN THE NAME OF AND ON BEHALF OF THE CORPORATION.

RFQ for Traffic Signal Maintenance

Page 46 of 48

Hiring Policy Compliance

Summary

City of Detroit Ordinance No. 29-11 approved by the City Council on November 22, 2011 amends, the City’s Purchasing Ordinance, Chapter 18 of the 1984 Detroit City Code, Finance and Taxation, Article V, Purchases and Supplies, by adding Division 6, Criminal Conviction Questions for City Contractors, which consists of Sections 18-5-81, 18-5-82, 18-5-83, 18-5-84, 18-5-85 and 18-5-86. This added language provides for prohibiting City Contractors from inquiring regarding criminal conviction questions for applicants to fulfill City contracts until the Contractor interviews the applicant or determines the applicant is qualified. It further provides for certain exceptions to the prohibition and requires City Contractors to submit an affidavit with a copy of their application to make bids or proposals. Bids which do not comply with this division are deemed non-responsive and the City is permitted to deem Contractor(s) in breach.

RFQ for Traffic Signal Maintenance

Page 47 of 48

Hiring Policy Compliance Affidavit

I, _______________________, being duly sworn, state that I am the _______________________ ________________________ of ___________________________________________________ Title Name of Bidder Corporation or Other Business Entity

and that I have reviewed the hiring policies of this employer. I affirm that these policies are in compliance with the requirements of Article V, Division 6 of the Detroit City Code of 1984, being Sections 18-5-81 through 18-5-86 thereof. I further affirm that this employer will not inquire or consider the criminal convictions of applicants for employment needed to fulfill the terms of any City contract that may result from the competitive procedure in connection with which this affidavit is submitted, until such times as the employer interviews the applicant or determines that the applicant is qualified. In support of this affidavit, I attach a copy of the application form that will be used to hire employees needed to fulfill the terms of any City contract that may result from the competitive procedure in connection with which this affidavit is submitted. SIGNED, ______________________________________________ Title:________________________

Date:___________

STATE OF _______________________) ) SS COUNTY OF _____________________) The foregoing Affidavit was acknowledged before me the ____________ day of _______, 20____, by______________________________________________________.

Notary Public, County of _______________ State of _____________________________ My commission expires: _______________

RFQ for Traffic Signal Maintenance

Page 48 of 48