City of Eastpointe Contract Parks Maintenance Services EP 2020 - 0002

City Council Monique Owens, Mayor Sarah Lucido, Mayor Pro-Tem Rob Baker Harvey Curley Cardi DeMonaco, Jr.

City Manager Elke Doom

CONTRACT FOR PARKS MAINTENANCE SERVICES EP 2020 - 0002

This Parks Maintenance Services Contract (“Contract”) is agreed to between the City of Eastpointe, a Michigan Municipal Corporation, 23200 Gratiot Avenue, Eastpointe, Michigan 48021 (the “City”) and J.J. Mich Inc. (“Contractor”), a Michigan company, PO Box 680, Roseville, MI 48066. This Contract is effective on July 8, 2020 (“Effective Date”), and unless terminated early, expires on November 15, 2023. This Contract may be renewed for up to two additional two-year periods on the same terms and conditions. Renewal is at the sole discretion of the City and will automatically extend the Term of this Contract. The extension to be effective shall be in writing, bear the signature of both parties and shall have the approval of the City Council. City will document its exercise of renewal options via Contract Change Notice. NOW, THEREFORE, in consideration of the promises and mutual agreements contained herein, the City agrees to retain, and does hereby retain, the Contractor and Contractor agrees to provide services to the City as follows: AGREEMENT

Scope of Services. In compliance with all terms and conditions of this agreement, the Contractor shall provide Parks Maintenance Services to the City as described in the Scope of Services of the Work Plan and budget and incorporated herein by reference (the “services” or “work”), which includes the agreed upon schedule of performance and the schedule of fees. Contractor warrants that all services and work shall be performed in a competent, professional and satisfactory manner in accordance with all standards prevalent in the industry. In the event of any inconsistency between the terms contained in the Work Plan and budget and the terms set forth in the main body of this Agreement, the terms set forth in the main body of this Agreement shall govern. Time of Essence. Time is of essence in the performance of this Agreement. Schedule of Performance. All services rendered pursuant to this Agreement shall be performed pursuant to the agreed upon schedule of performance set forth in the Work Plan. The extension of any time period must be approved in writing by the DPWS Director. The Contractor is to provide a weekly written report identifying the work completed, the hours spent on each project or task and the location of the work or task performed. The report is to be provided no later than the Friday following the week the work was performed. Changes. In the event any change or changes in the Scope of Services / Work Plan is requested by the City, the parties hereto shall execute a written amendment to this 2 Agreement, setting forth with particularity all terms of such amendment, including, but not limited to any additional fees. An amendment may be entered into for the following reasons: 1. To provide for revisions or modifications to documents or other work product or work when documents or other work product or work is required by enactment or revision of law subsequent to the preparation of any documents, or other work product, or work, 2. To provide for additional services not included in this Agreement or not customarily furnished in accordance with generally accepted practice in the Contractor’s profession. 3. All proposed cost over-runs (increases to the contract) must be approved by the City in writing in advance of the work being commenced. Notice. Any notice, demand, request, consent, approval, or communication either party desires or is required to give to the other party or any person shall be in writing and either served personally or sent by certified mail, return receipt requested, to the addresses set forth below. Either party may change its address by notifying the other party of the change of address in writing. Notice shall be deemed communicated seventy-two (72) hours after the time of mailing, if mailed as provided for in this Section. To City: City of Eastpointe Attention: Brian Fairbrother, Assistant City Manager 23200 Gratiot Avenue Eastpointe, MI 48021 [email protected]

To the Contractor: J.J. Mich Inc. Attention: Joseph DeFelice, President PO Box 680 Roseville, MI 48066 [email protected]

Compensation of Contractor. For services rendered pursuant to this Agreement, Contractor shall be compensated and reimbursed, in accordance with the schedule of fees set forth in the Work Plan. Method of Payment. In any month in which the Contractor wishes to receive payment, the Contractor shall no later than the first week following the month that services were provided, submit to the city in a form approved by the city, an invoice for services rendered for the prior month. Payments shall be based on the schedule as set forth in the Work Plan for authorized services performed. The City shall pay the Contractor for all proper expenses thereon, which are approved by the city consistent with this Agreement, within Net forty-five (45) days of receipt of the Contractor’s invoice. If for any reason the Contractor fails to complete any work that falls under this proposal and it has to be

3 performed by City personnel or other contractor, the cost will then be deducted from the Contractor’s monthly payment. Appropriations. This agreement is subject to and contingent upon funds being appropriated by the Eastpointe City Council for each fiscal year covered by this Agreement. If such appropriations are not made, this Agreement shall automatically terminate without penalty to the City.

4

Schedule A

Background and History The city of Eastpointe is located near the southeast corner of Macomb County, immediately north of the city of Detroit. It is bound by St. Clair Shores to the east, Roseville to the north and Warren to the west. The city has a population of approximately 32,400 and operates under a council-manager form of government.

In 2014, the city dissolved its parks department and contracted this service to a private vendor on a one-year trial basis. In 2015, after a successful one-year trial, the city awarded a three-year contract, with the possibility of a two-year extension to the same vendor. In 2018, the city invoked a two-year extension, extending the contract through June 30, 2020.

The selected contractor will provide the traditional maintenance functions that were previously provided by city employees of both the parks department and the department of public works. It is expected that the successful proposer will provide the overwhelming majority of the work included in this proposal with its own employees. The use of sub- contractors will be minimal and will only be allowed upon prior written approval by the city’s designee. The contractor will report principally to DPWS Director Jose Abraham.

Scope The following items are intended to represent the typical duties of the contractor selected to be its parks maintenance services provider. This document does not include an exhaustive list of the duties.

The Contractor will provide a list of suggested duties/tasks/projects for the upcoming month to the City’s DPWS Director by the 21st of each month. The City of Eastpointe’s DPWS Director will provide a list of duties/tasks/projects assigned to the Contractor on a monthly basis (by the 24th of the preceding month). Contractor will return an estimate of the hours to perform all assigned duties/tasks/projects to the City’s DPWS Director by the 28th of the month. These lists should later be used by the Contractor for invoicing purposes.

The City’s DPWS Director may assign other duties/task/projects on a daily or weekly basis depending on the circumstances of the City. The Contractor will be expected to reply within two (2) hours during the standard work day (between 7 a.m. and 5 p.m.) with a quote to show the estimated hours and cost for the additional duties.

The work to be conducted at the eight city parks and at the city buildings, are as follows:

City Parks:

5

The Contractor Laborers will conduct clean-up and maintenance, as outlined below, around the city-owned parks, including in the garden areas and around the buildings within each park:  Memorial Park, Ten Mile and Flower  John F. Kennedy Park, Stephens and Schroeder  Spindler Park, Stephens and I-94  Roxana Park, Roxana and Stephens  Shamrock Park, Lexington and Norton  Fairlane Park, behind Koepsell Center on Raven  Rein Park, South Park and Henrietta  Goetz Park, Lincoln and Birchwood

City Buildings: The Contractor Laborers will conduct clean-up and maintenance, as outlined below, around city-owned buildings, specifically:  City Hall, 23200 Gratiot;  Police Department and 38th District Court, 16083 and 16101 East Nine Mile Road;  Fire Department, 16370 East Nine Mile Road,  Eastpointe Memorial Library, 15875 Oak Avenue, and  Department of Public Works, 17750-17850 East Ten Mile Road.

While the following is an extensive list, it is not an exhaustive list of tasks the contractor will be expected to provide. The city parks will “open” on May 1st and “close” on October 31st of each year, unless otherwise notified in writing.

Parks Maintenance:

Parks maintenance includes cleaning the parks, park buildings, playgrounds and parking lots daily. This means emptying trash cans, collecting and disposing of litter and graffiti removal, as needed. Interior of park building cleaning includes the daily cleaning of restrooms when buildings are open, trash removal, cleaning of all interior areas and set- up/take down of chairs and tables at the Patriot Building, as requested. Park Attendants: (schedule attached) Provide one Park Attendant for each of the three (3) major parks; Spindler, Memorial and Kennedy Parks. The Park Attendants are to work Monday through Friday, from 5:00 pm to 9:00 pm. On Saturdays and Sundays, the Park Attendants are to work from 9:00 am to 9:00 pm. The Park Attendants are to provide trash collection, building cleaning, restocking of consumables, etc., as part of their duties. Park Attendants are to also loan city-owned gaming equipment (e.g.) shuffle board equipment, horse shoe equipment,

6 etc., to park users. Park Attendants must be equipped with a cellular telephone (paid for by Contractor) while on duty and the number must be shared with the appropriate city employee(s). Park Attendants are to be provided beginning May 1st through Labor Day. If the city requests, this time period may be extended past Labor Day, with the city agreeing in writing to the additional compensation at the rate established in Schedule C, due the contractor for this extended period of time. The three (3) buildings located at the three major parks, Memorial, Kennedy and Spindler, are to have the restrooms opened by 8:00 am on the weekdays. The Park Attendants will maintain the trash containers at all city parks, which includes ensuring the containers is in good condition, there is a trash can liner in the can and that is emptied seven (7) days per week. Picnic Areas and Pavilions: Park pavilions are to be cleaned and maintained by the Laborers as needed beginning each May 1st through to October 31st. The pavilions are to be power washed once per month, or when needed due to usage. Painting will also be done once per year. The contractor is to provide the annual placement and storage of the park picnic tables. The contractor is expected to maintain all picnic tables and benches, which includes the removal and replacement of broken and/or damaged boards, done primarily prior to the opening of the parks, but throughout the year when necessary. Painting is primarily once per year, at the beginning of the season, but also throughout the season, as needed. Maintenance of these tables may also be required throughout the year. The contractor will ensure barbeque grills are maintained in good repair, kept clean of grease, food spillage and excess charcoal. Athletic Fields: Athletic fields maintenance includes inspecting, “drag”, line fields per schedule as developed and provided by the Recreational Authority of Roseville and Eastpointe (RARE). This occurs from April 1 through November 15th. Daily tasks include trash pick- up and other debris, repair and re-tie fencing, maintain horse shoe pits, sand volley ball court, shuffleboard courts, tennis courts, roller hockey rink, pickleball court and skate board park. Flag and Flag Pole Maintenance: Inspect, raise and lower flags as necessary and perform any repairs that can be done from the ground. There are 24 flag poles in 11 different locations. Seven (7) flag poles @ 8 Mile Road/Gratiot Avenue One (1) flag pole @ 9 Mile Road/Gratiot Avenue One (1) flag pole @ 8 Mile Road/Kelly Road One (1) flag pole @ Spindler Park One (1) flag pole @ Memorial Park Three (3) flag poles @ Kennedy Park

7

One (1) flag pole @ department of public works One (1) flag pole @ fire department One (1) flag pole police department/38th District Court Six (6) flag poles @ city hall/Veteran’s Memorial Plaza One (1) flag pole @ Eastpointe Memorial Library

Flags are not to be raised and lowered each day. They are to be lowered when ordered by an appropriate authority and raised when directed by the same authority. Park Gardens: Work to be completed in the garden areas on a regular and continuing basis includes removing weeds, trimming branches, raking mulch and other regular gardening as needed to ensure the perennials and other plantings are healthy. Seasonal spring work includes removing dead plantings and overgrowth, preparing and maintaining perennials for new blooming, and raking mulch. Fall clean-up work includes cutting back perennials, as applicable, trimming bushes and trees, and removing leaves from the garden areas. Downtown Development Authority: Provide a worker to collect garbage and provide other miscellaneous clean-up on an as- needed basis, five (5) days per week, four (4) hours per day throughout the entire Downtown Development Authority (DDA) District. The DDA boundaries are identified on the enclosed map at the end of this proposal, shown as Exhibit “C”. Regular cleaning specifically includes removing trash and other debris from the grass median on Gratiot Avenue, between Couzens and Evergreen and emptying of all trash cans within the DDA District. Other areas to be cleaned include the public areas on both sides of that same area along Gratiot Avenue and along Nine Mile Road within the DDA District, as indicated on the map. Miscellaneous clean-up includes, but is not limited to, graffiti removal, leaf pick-up, sidewalk sweeping, tree trimming from the ground, etc. The contractor will also provide assistance with special clean-up projects throughout the year, as directed by the city. This additional work will be scheduled in advance, in writing, approved by the DPWS Director and paid for based on an hourly labor and equipment usage rate. as per the respective rate in Schedule C. The contractor will install seasonal flags on the ornamental light poles on both sides of Gratiot Avenue within the DDA District and the American flags for Memorial Day through the 4th of July on the Gratiot Avenue median light poles and along Stephens to Kennedy Park. Decorative street lights: Currently there are 132 decorative street lights in the DDA. The City requests that these street lights be repainted including the removal of rust (as

8 needed) once in the first term of the contract beginning with the Police Station/Court Building. City Buildings and Grounds: The work at the city buildings will include collecting and disposing of trash and other debris from the grass areas, gardens and parking lots, emptying of any trash cans, and ensuring that the areas are visually appealing. Work to be completed in the garden areas around the buildings on a regular and continuing basis includes removing weeds, removing leaves and liter from the parking lot, sidewalk around the city buildings, and entrances and plaza area of City Hall, trimming branches, raking mulch and other regular gardening as needed to ensure the perennials and other plantings are healthy. Seasonal spring work includes removing dead plantings and overgrowth, preparing and maintaining perennials for new blooming, and raking mulch. Fall clean-up work includes cutting back perennials, as applicable, trimming bushes and trees, and removing leaves from the garden areas.

Other Responsibilities: Flower Bed Maintenance: Maintain all flower beds in the median on both Gratiot Avenue and Kelly Road. There is a total of 18 flower beds; eight (8) on Gratiot Avenue and ten (10) on Kelly Road. Work to be completed in the garden areas on a regular and continuing basis includes removing weeds, trimming branches, raking mulch and other regular gardening as needed to ensure the perennials and other plantings are healthy. Seasonal spring work includes removing dead plantings and overgrowth, preparing and maintaining perennials for new blooming, and raking mulch. Fall clean-up work includes cutting back perennials, as applicable, trimming bushes and trees, and removing leaves from the garden areas. Special Events: Assist with set-up and take down of picnic tables/bleachers, trash cans, assist Recreational Authority of Roseville and Eastpointe (RARE) with scheduling of recreation usage of the parks. Special events include, but not limited to the following: Gratiot Cruise, Veterans Day Parade, Memorial Day Parade, Sizzlin’ Summer Night and Homecoming Parade, etc. Holiday Decorations and Lighting: Install decorations throughout the city, including at city hall, police department, fire department, department of public works buildings and library. Set-up Christmas tree inside city hall and remove at the end of season. Coordinate activities for the tree lighting ceremony at city hall plaza. Set-up and take down of Santa’s house inside of city hall.

9

Install and take-down of the Christmas decorations on the Gratiot Avenue and Kelly Road medians. Eight Mile Bus Stops: Five days per week trash collection and cleanup from the bus stops located at northeast corner of 8 Mile/Gratiot Avenue and 8 Mile Road, just west of Gratiot. Supplies and Materials All materials needed by the contractor to implement and maintain the parks maintenance services required by the contract are either provided for directly by the city or will be purchased and/or ordered by the contractor from suppliers at which the city has accounts. List of materials and supplies shall be submitted to the Director of DPWS for approval before ordering/purchasing it. City is exempted from Sales Tax and as such, it should not be included in the bill.

Contractor agrees to own the following equipment and have it available for use in the City of Eastpointe:

 Pickup trucks  Trailers  Backhoe   Rakes   Misc. Hand  Hedge Trimmers  Chain Saw

The Contractor’s hourly rate for Laborers includes all of the above equipment (and other similar equipment).

Other special equipment outside the scope and typical use of the above can be charged to the City, however, pricing cannot exceed the cost of the equipment or that year’s MDOT Equipment Rental Rates – Schedule C (see attached), whichever cost is lower. Equipment pricing not included in MDOT Equipment Rental Rates – Schedule C must be approved by the City of Eastpointe prior to the Contractor obtaining.

Identified Vehicles: The contractor will have all vehicles that are used in the city in the performance of this contract fitted with magnetic signs to be applied to the passenger doors with the following wording, “Parks Maintenance Contractor for the City of Eastpointe.”

10

Contract Terms and Conditions

The following are a list of standard contract terms and conditions that Contractor agrees to:

1. Duties of Contractor. Contractor must perform the services and provide the deliverables described this document. An obligation to provide delivery of any commodity is considered a service and is a Contract Activity.

Contractor must furnish all labor, equipment, materials, and supplies necessary for the performance of the Contract Activities, and meet operational standards, unless otherwise specified in this document. Contractor must: (a) perform the Contract Activities in a timely, professional, safe, and workmanlike manner consistent with standards in the trade, profession, or industry; (b) meet or exceed the performance and operational standards, and specifications of the Contract; (c) provide all Contract Activities in good quality, with no material defects; (d) not interfere with the City’s operations; (e) obtain and maintain all necessary licenses, permits or other authorizations necessary for the performance of the Contract; (f) cooperate with the City, including the City’s quality assurance personnel, and any third party to achieve the objectives of the Contract; (g) return to the City any City-furnished equipment or other resources in the same condition as when provided when no longer required for the Contract; (h) not make any media releases without prior written authorization from the City; (i) assign to the City any claims resulting from state or federal antitrust violations to the extent that those violations concern materials or services supplied by third parties toward fulfillment of the Contract; (j) comply with all City physical and IT security policies and standards which will be made available upon request; and (k) provide the City priority in performance of the Contract except as mandated by federal disaster response requirements. Any breach under this paragraph is considered a material breach.

2. Insurance Requirements. Contractor must maintain the insurances identified below and is responsible for all deductibles. All required insurance must: (a) protect the City from claims that may arise out of, are alleged to arise out of, or result from Contractor's or a subcontractor's performance; (b) be primary and non-contributing to any comparable liability insurance (including self-insurance) carried by the City; and (c) be provided by a company with an A.M. Best rating of "A-" or better, and a financial size of VII or better.

The Contractor shall provide proof of insurance to meet these requirements and in a form acceptable to the City of Eastpointe and the City’s Risk Manager (see Attachment I for list of requirements).

11

Required Limits Additional Requirements

Commercial General Liability Insurance

Minimum Limits: Contractor must have their policy endorsed to add “the City of Eastpointe, $1,000,000 Each Occurrence Limit its departments, divisions, agencies, $1,000,000 Personal & Advertising Injury offices, commissions, officers, Limit $2,000,000 General Aggregate Limit employees, and agents” as additional insureds. $2,000,000 Products/Completed Operations

Deductible Maximum:

$50,000 Each Occurrence

Automobile Liability Insurance

Minimum Limits: Contractor must have their policy: (1) endorsed to add “the City of Eastpointe, $1,000,000 Per Accident its departments, divisions, agencies, offices, commissions, officers, employees, and agents” as additional insureds; and (2) include Hired and Non- Owned Automobile coverage.

Workers' Compensation Insurance

Minimum Limits: Waiver of subrogation, except where waiver is prohibited by law. Coverage according to applicable laws governing work activities.

Employers Liability Insurance

Minimum Limits:

$500,000 Each Accident

$500,000 Each Employee by Disease

$500,000 Aggregate Disease.

If any of the required policies provide claims-made coverage, the Contractor must: (a) provide coverage with a retroactive date before the effective date of the contract or the beginning of Contract Activities; (b) maintain coverage and provide evidence of coverage for at least three (3) years after completion of the Contract Activities; and (c) if coverage is cancelled or not renewed, and not replaced with another claims-made policy form with a retroactive date prior to the contract effective date, Contractor must purchase extended reporting coverage for a minimum of three (3) years after completion of work.

12

Contractor must: (a) provide insurance certificates to the Contract Administrator, containing the agreement or delivery order number, at Contract formation and within 20 calendar days of the expiration date of the applicable policies; (b) require that subcontractors maintain the required insurances contained in this Section; (c) notify the Contract Administrator within 5 business days if any insurance is cancelled; and (d) waive all rights against the City for damages covered by insurance. Failure to maintain the required insurance does not limit this waiver. This Section is not intended to and is not to be construed in any manner as waiving, restricting or limiting the liability of either party for any obligations under this Contract (including any provisions hereof requiring Contractor to indemnify, defend and hold harmless the City).

3. Staffing. The City’s Contract Administrator, currently Brian Fairbrother, may require Contractor to remove or reassign personnel by providing written notice to Contractor.

4. Independent Contractor. Contractor is an independent contractor and assumes all rights, obligations and liabilities set forth in this Contract. Contractor, its employees, and agents will not be considered employees of the City. No partnership or joint venture relationship is created by virtue of this Contract. Contractor, and not the City, is responsible for the payment of wages, benefits and taxes of Contractor’s employees and any subcontractors. Prior performance does not modify Contractor’s status as an independent contractor.

5. Subcontracting. Contractor may not delegate any of its obligations under the Contract without the prior written approval of the City. Contractor must notify the City at least 90 calendar days before the proposed delegation and provide the City any information it requests to determine whether the delegation is in its best interest. If approved, Contractor must: (a) be the sole point of contact regarding all contractual matters, including payment and charges for all Contract Activities; (b) make all payments to the subcontractor; and (c) incorporate the terms and conditions contained in this Contract in any subcontract with a subcontractor. Contractor remains responsible for the completion of the Contract Activities, compliance with the terms of this Contract, and the acts and omissions of the subcontractor. The City, in its sole discretion, may require the replacement of any subcontractor.

6. Assignment. Contractor may not assign this Contract to any other party without the prior approval of the City. Upon notice to Contractor, the City, in its sole discretion, may assign in whole or in part, its rights or responsibilities under this Contract to any other party. If the City determines that a novation of the Contract to a third party is necessary, Contractor will agree to the novation and provide all necessary documentation and signatures.

7. Stop Work Order. The City may suspend any or all activities under the Contract at any time. The City will provide Contractor a written stop work order detailing the suspension. Contractor must comply with the stop work order upon receipt. Within 90

13 calendar days, or any longer period agreed to by Contractor, the City will either: (a) issue a notice authorizing Contractor to resume work, or (b) terminate the Contract or delivery order. The City will not pay for Contract Activities, Contractor’s lost profits, or any additional compensation during a stop work period.

8. Termination for Cause. The City may terminate this Contract for cause, in whole or in part, if Contractor, as determined by the City: (a) endangers the value, integrity, or security of any location, data, or personnel; (b) becomes insolvent, petitions for bankruptcy court proceedings, or has an involuntary bankruptcy proceeding filed against it by any creditor; (c) engages in any conduct that may expose the City to liability; (d) breaches any of its material duties or obligations; negligent and poor performance of work, or (e) fails to cure a breach within the time stated in a notice of breach. Any reference to specific breaches being material breaches within this Contract will not be construed to mean that other breaches are not material.

If the City terminates this Contract under this Section, the City will issue a termination notice specifying whether Contractor must: (a) cease performance immediately, or (b) continue to perform for a specified period. If it is later determined that Contractor was not in breach of the Contract, the termination will be deemed to have been a Termination for Convenience, effective as of the same date, and the rights and obligations of the parties will be limited to those provided in Section 9, Termination for Convenience.

The City will only pay for amounts due to Contractor for Contract Activities satisfactorily provided and accepted by the City on or before the date of termination, subject to the City’s right to set off any amounts owed by the Contractor for the City’s reasonable costs in terminating this Contract. The Contractor must pay all reasonable costs incurred by the City in terminating this Contract for cause, including administrative costs, attorneys’ fees, court costs, transition costs, and any costs the City incurs to procure the Contract Activities from other sources.

9. Termination for Convenience. The City may immediately terminate this Contract in whole or in part without penalty and for any reason, including but not limited to, appropriation or budget shortfalls. The termination notice will specify whether Contractor must: (a) cease performance of the Contract Activities immediately, or (b) continue to perform the Contract Activities in accordance with Section 10, Transition Responsibilities. If the City terminates this Contract for convenience, the City will pay all reasonable costs, as determined by the City, for City approved Transition Responsibilities.

10. Transition Responsibilities. Upon termination or expiration of this Contract for any reason, Contractor must, for a period of time specified by the City (not to exceed 90 calendar days), provide all reasonable transition assistance requested by the City, to allow for the expired or terminated portion of the Contract Activities to continue without interruption or adverse effect, and to facilitate the orderly transfer of such Contract Activities to the City or its designees. Such transition assistance may include, but is not limited to: (a) continuing to perform the Contract Activities at the established Contract rates; (b) taking all reasonable and necessary measures to transition performance of the

14 work, including all applicable Contract Activities, training, equipment, software, leases, reports and other documentation, to the City or the City’s designee; (c) taking all necessary and appropriate steps, or such other action as the City may direct, to preserve, maintain, protect, or return to the City all materials, data, property, and confidential information provided directly or indirectly to Contractor by any entity, agent, vendor, or employee of the City; (d) transferring title in and delivering to the City, at the City’s discretion, all completed or partially completed deliverables prepared under this Contract as of the Contract termination date; and (e) preparing an accurate accounting from which the City and Contractor may reconcile all outstanding accounts (collectively, “Transition Responsibilities”). This Contract will automatically be extended through the end of the transition period.

11. General Indemnification. Contractor must defend, indemnify and hold the City, its departments, divisions, agencies, offices, commissions, officers, and employees harmless, without limitation, from and against any and all actions, claims, losses, liabilities, damages, costs, attorney fees, and expenses (including those required to establish the right to indemnification), arising out of or relating to: (a) any breach by Contractor (or any of Contractor’s employees, agents, subcontractors, or by anyone else for whose acts any of them may be liable) of any of the promises, agreements, representations, warranties, or insurance requirements contained in this Contract; (b) any infringement, misappropriation, or other violation of any intellectual property right or other right of any third party; (c) any bodily injury, death, or damage to real or tangible personal property occurring wholly or in part due to action or inaction by Contractor (or any of Contractor’s employees, agents, subcontractors, or by anyone else for whose acts any of them may be liable); and (d) any acts or omissions of Contractor (or any of Contractor’s employees, agents, subcontractors, or by anyone else for whose acts any of them may be liable).

The City will notify Contractor in writing if indemnification is sought; however, failure to do so will not relieve Contractor, except to the extent that Contractor is materially prejudiced. Contractor must, to the satisfaction of the City, demonstrate its financial ability to carry out these obligations. The City is entitled to: (i) regular updates on proceeding status; (ii) participate in the defense of the proceeding; (iii) employ its own counsel; and to (iv) retain control of the defense if the City deems necessary. Contractor will not, without the City’s written consent (not to be unreasonably withheld), settle, compromise, or consent to the entry of any judgment in or otherwise seek to terminate any claim, action, or proceeding. To the extent that any City employee, official, or law may be involved or challenged, the City may, at its own expense, control the defense of that portion of the claim. Any litigation activity on behalf of the City, or any of its subdivisions under this Section, must be coordinated with the Department of Law. An attorney designated to represent the City may not do so until approved by the Department of Law.

12. Disclosure of Litigation, or Other Proceeding. Contractor must notify the City within 14 calendar days of receiving notice of any litigation, investigation, arbitration, or other

15

proceeding (collectively, “Proceeding”) involving Contractor, a subcontractor, or an officer or director of Contractor or subcontractor, that arises during the term of the Contract, including: (a) a criminal Proceeding; (b) a parole or probation Proceeding; (c) a Proceeding under the Sarbanes-Oxley Act; (d) a civil Proceeding involving: (1) a claim that might reasonably be expected to adversely affect Contractor’s viability or financial stability; or (2) a governmental or public entity’s claim or written allegation of fraud; or (e) a Proceeding involving any license that Contractor is required to possess in order to perform under this Contract.

13. Compliance with Laws. Contractor must comply with all federal, state and local laws, rules and regulations.

14. Living Wage. This Contract is not subject to Eastpointe's Living Wage Ordinance.

15. Governing Law. This Contract is governed, construed, and enforced in accordance with Michigan law, and all claims relating to or arising out of this Contract are governed by Michigan law.

16. Integrated Agreement. This Agreement contains all of the agreements of the parties and cannot be amended or modified except by written agreement.

17. Amendment. This Agreement may be amended at any time by the mutual consent of the parties by an instrument, in writing.

18. Non-Exclusivity. Nothing contained in this Contract is intended nor will be construed as creating any requirements contract with Contractor. This Contract does not restrict the City or its agencies from acquiring similar, equal, or like Contract Activities from other sources.

19. Dispute Resolution. The parties will endeavor to resolve any Contract dispute in accordance with this provision. The dispute will be referred to the parties' respective Contract Administrators, Program Managers. Such referral must include a description of the issues and all supporting documentation. The parties must submit the dispute to the City Manager if unable to resolve the dispute within 15 business days. The parties will continue performing while a dispute is being resolved, unless the dispute precludes performance. A dispute involving payment does not preclude performance. Litigation to resolve the dispute will not be instituted until after the dispute has been elevated to the City Manager and either concludes that resolution is unlikely or fails to respond within 15 business days. The parties are not prohibited from instituting formal proceedings: (a) to avoid the expiration of statute of limitations period; (b) to preserve a superior position with respect to creditors; or (c) where a party makes a determination that a temporary restraining order or other injunctive relief is the only adequate remedy. This Section does not limit the City’s right to terminate the Contract.

16 20. Media Releases. News releases (including promotional literature and commercial advertisements) pertaining to the Contract or project to which it relates must not be made without prior written City approval, and then only in accordance with the explicit written instructions of the City.

21. Severability. If any part of this Contract is held invalid or unenforceable, by any court of competent jurisdiction, that part will be deemed deleted from this Contract and the severed part will be replaced by agreed upon language that achieves the same or similar objectives. The remaining Contract will continue in full force and effect.

22. Waiver. Failure to enforce any provision of this Contract will not constitute a waiver.

23. Force Majeure. Neither party will be in breach of this Contract because of any failure arising from any disaster or acts of god that are beyond their reasonable control and without their fault or negligence. Each party will use commercially reasonable efforts to resume performance. Contractor will not be relieved of a breach or delay caused by its subcontractors. If immediate performance is necessary to ensure public health and safety, the City may immediately contract with a third party.

24. Vendor Review Committee and Debarment Policy The Contractor is hereby made aware of Administrative Order 31 related to the Vendor Review Committee, Debarment Policy, Debarment Procedure, Debarment Protest, and effects and scope of debarment. This policy is subject to change from time to time.

25. Records Maintenance, Inspection, Examination, and Audit. The City or its designee may audit the books of the Contractor to verify the invoices submitted and also for compliance with this Contract. Contractor must retain and provide when requested, to the City Manager, Assistant City Manager, or DPWS Director, all financial, receipts, payroll, timesheet, human resources, and accounting records related to the Contract through the term of the Contract and for 4 years after the latter of termination, expiration, or final payment under this Contract or any extension (“Audit Period”). If an audit, litigation, or other action involving the records is initiated before the end of the Audit Period, Contractor must retain the records until all issues are resolved.

Within 10 calendar days of providing notice, the City and its authorized representatives or designees have the right to enter and inspect Contractor's premises or any other places where Contract Activities are being performed, and examine, copy, and audit all records related to this Contract. Contractor must cooperate and provide reasonable assistance. If any financial errors are revealed, the amount in error must be reflected as a credit or debit on subsequent invoices until the amount is paid or refunded. Any remaining balance at the end of the Contract must be paid or refunded within 45 calendar days. This Section applies to Contractor, any parent, affiliate, or subsidiary organization of Contractor, and any subcontractor that performs Contract Activities in connection with this Contract.

17

26. Conflicts and Ethics. Contractor will uphold high ethical standards and is prohibited from: (a) holding or acquiring an interest that would conflict with this Contract; (b) doing anything that creates an appearance of impropriety with respect to the award or performance of the Contract; (c) attempting to influence or appearing to influence any City employee by the direct or indirect offer of anything of value; or (d) paying or agreeing to pay any person, other than employees and consultants working for Contractor, any consideration contingent upon the award of the Contract. Contractor must immediately notify the City of any violation or potential violation of these standards. This Section applies to Contractor, any parent, affiliate, or subsidiary organization of Contractor, and any subcontractor that performs Contract Activities in connection with this Contract.

27. Website Incorporation. The City is not bound by any content on Contractor’s website unless expressly incorporated directly into this Contract.

28. Entire Agreement and Order of Precedence. This Contract supersedes and replaces all previous understandings and agreements between the parties for the Contract Activities. NO TERMS ON CONTRACTOR’S INVOICES, ORDERING DOCUMENTS, WEBSITE, BROWSE-WRAP, SHRINK-WRAP, CLICK-WRAP, CLICK-THROUGH OR OTHER NON-NEGOTIATED TERMS AND CONDITIONS PROVIDED WITH ANY OF THE CONTRACT ACTIVITIES WILL CONSTITUTE A PART OR AMENDMENT OF THIS CONTRACT OR IS BINDING ON THE CITY FOR ANY PURPOSE. ALL SUCH OTHER TERMS AND CONDITIONS HAVE NO FORCE AND EFFECT AND ARE DEEMED REJECTED BY THE CITY, EVEN IF ACCESS TO OR USE OF THE CONTRACT ACTIVITIES REQUIRES AFFIRMATIVE ACCEPTANCE OF SUCH TERMS AND CONDITIONS.

29. Survival. The provisions of this Contract that impose continuing obligations, including warranties and representations, termination, transition, insurance coverage, indemnification, and confidentiality, will survive the expiration or termination of this Contract.

30. Warranty. The Contractor guarantees all work performed under this contract. If work is determined, in the opinion of the City, to be unsatisfactory, then the Contractor shall rectify the unsatisfactory work at no additional cost to the City.

[Remainder of page intentionally left blank]

18

CONTRACT FOR PARKS MAINTENANCE SERVICES

EXHIBIT “A”

Contractor’s Scope of Services, Work Plan and Proposed Budget

including schedule of fees for personnel and equipment

20 CONTRACT FOR PARKS MAINTENANCE SERVICES

EXHIBIT “B”

Contractor’s Insurance Provisions

Including

Verification of Coverage

Sufficiency of Insurers

Minimum Scope of Insurance

Deductibles and Self-Insured Retentions and

Severability of Interests (Separation of Insureds)

21

CONTRACT FOR PARKS MAINTENANCE SERVICES

EXHIBIT “C”

Contractor’s Pricing Schedule (Billable rate which includes direct salary, wages, fringe, overhead, profit and equipment)

Pricing will be firm for duration of original term of contract.

Park Attendants: $ 20.00 / hour Estimated Annual Quantity: 2376 hours

Laborer: $52.00 / hour (must be able to perform all duties in solicitation except Park Attendant duties) Estimated Annual Quantity: 6000 hours

Hours to be paid by the City starting when the Contractor arrives at the job.

All quantities are estimates.

No guarantee of hours is expressed or implied by these estimates.

22

Equipment Rental Rates Schedule C

REPORT 375

Equipment Rental Rates (Schedule C) Report 375

EFFECTIVE JANUARY 1, 2020

THROUGH

DECEMBER 31, 2020

Hourly equipment rental rates are based on the following data reported by County Road Commissions on the county equipment questionnaires:

1. Expenses: Direct repair, indirect repair and storage, operating and depreciation.

2. Hours of equipment operation.

These rates were computed by using 2018 actual expenses of County Road Commissions, plus a factor for estimated increased costs between 2018 and 2020.

Counties possessing a State Trunk Line Maintenance Contract will be reimbursed at these rates. However, a county may elect to use a modified rate for reimbursement, in accordance with subsection 15(F) of the contract.

Table for Computing Equipment Depreciation

5-Year Depreciation 10.100, 10.200, 12.300, 12.301, 12.302, 12.303, 12.304, 12.305, 12.306, 12.307, 12.400, 12.501, 12.502, 12.503, 12.504, 31.100, 31.400, 62.500, 63.420, 63.430, 63.500, 63.510, 63.550, 63.554, 63.560, 63.565, 63.570, 63.575, 63.600, 63.700, 63.701, 63.702, 63.801, 63.802, 81.110, 81.120, 81.130, 81.251, 81, 252, 81.253, 81.254, 81.255, 81.256, 81.257, 81.258, 81.261, 81.262, 82.110, 82.119, 82.120, 82.121, 82.122 82.128, 82.130, 82.140, 95.350

Fiscal Year Depreciation Years Calendar Year 10/1 – 9/30 Month Year of Month Purchase Month 2nd Year 3rd Year 4th Year 5th Year 6th Year

January October 1 33.00% 27.00% 20.00% 13.00% 7.00% 0.00% February November 2 30.25% 27.50% 20.58% 13.59% 7.50% 0.58% March December 3 27.50% 28.00% 21.17% 14.16% 8.00% 1.17% April January 4 24.75% 28.50% 21.75% 14.75% 8.50% 1.75% May February 5 22.00% 29.00% 22.33% 15.34% 9.00% 2.33% June March 6 19.25% 29.50% 22.92% 15.91% 9.50% 2.92% July April 7 16.50% 30.00% 23.50% 16.50% 10.00% 3.50% August May 8 13.75% 30.50% 24.08% 17.09% 10.50% 4.08% September June 9 11.00% 31.00% 24.67% 17.66% 11.00% 4.67% October July 10 8.25% 31.50% 25.25% 18.25% 11.50% 5.25% November August 11 5.50% 32.00% 25.83% 18.84% 12.00% 5.83% December September 12 2.75% 32.50% 26.42% 19.41% 12.50% 6.42%

8-Year Depreciation All other equipment not listed in 5-year depreciation schedule.

Fiscal Year Depreciation Years Calendar 10/1 – 9/30 Month Year of Year Month nd rd th th th th th th Month Purchase 2 Year 3 Year 4 Year 5 Year 6 Year 7 Year 8 Year 9 Year

January October 1 22.00% 19.00% 17.00% 14.00% 11.00% 8.00% 6.00% 3.00% 0.00% February November 2 20.17% 19.25% 17.16% 14.25% 11.25% 8.25% 6.17% 3.25% 0.25% March December 3 18.33% 19.50% 17.34% 14.50% 11.50% 8.50% 6.33% 3.50% 0.50% April January 4 16.50% 19.75% 17.50% 14.75% 11.75% 8.75% 6.50% 3.75% 0.75% May February 5 14.67% 20.00% 17.66% 15.00% 12.00% 9.00% 6.67% 4.00% 1.00% June March 6 12.83% 20.25% 17.84% 15.25% 12.25% 9.25% 6.83% 4.25% 1.25%

July April 7 11.00% 20.50% 18.00% 15.50% 12.50% 9.50% 7.00% 4.50% 1.50% August May 8 9.17% 20.75% 18.16% 15.75% 12.75% 9.75% 7.17% 4.75% 1.75% September June 9 7.33% 21.00% 18.34% 16.00% 13.00% 10.00% 7.33% 5.00% 2.00% October July 10 5.50% 21.25% 18.50% 16.25% 13.25% 10.25% 7.50% 5.25% 2.25% November August 11 3.67% 21.50% 18.66% 16.50% 13.50% 10.50% 7.67% 5.50% 2.50% December September 12 1.83% 21.75% 18.84% 16.75% 13.75% 10.75% 7.83% 5.75% 2.75%

MDOT Rate per Equipment Description Equipment Code Hour 10.000 AUTOMOTIVE 10.100 Car or station wagon (passenger type) $10.92 10.200 Bus – 5,400 G.V.W. Minimum $14.88 11.000 TRAILERS (Flat Bottom Type) 11.100 Under 2 tons $8.41 11.101 2 tons minimum $9.58 11.102 6 tons minimum $9.63 11.103 10 tons minimum $17.05 11.104 15 tons minimum $23.38 11.105 25 tons minimum $31.09 12.000 TRUCKS Conventional only. Gas or diesel powered without optional accessories or attachments. Classified by G.V.W.R. (Gross Vehicle Weight Rating), assigned & printed by the manufacturer on the Vehicle Certification. 12.300 Under 10,500 $10.11 12.301 10,500 minimum $14.99 12.302 16,000 minimum $16.25 12.303 19,500 minimum $26.47 12.304 23,000 minimum $30.71 12.305 26,000 minimum $35.12 12.306 33,000 minimum $49.76 12.307 41,000 minimum $57.76 All-Wheel Drive Only. Gas or Diesel powered without optional accessories or attachments. Classified by G.V.W.R. (Gross Vehicle Weight Rating), assigned by the manufacturer on the Vehicle Certification Label. 12.400 Under 20,000 $13.13 12.401 20,000 minimum $22.58 12.402 35,000 minimum $47.88 12.403 40,000 minimum $50.73 12.404 43,000 minimum $54.94 12.405 51,000 minimum $71.23 12.410 Multipurpose 4 WD truck/tractor $29.25

1

MDOT Rate per Equipment Description Equipment Code Hour Tandem only. Gas or diesel powered without optional accessories or attachments. Classified by G.V.W.R. (Gross Vehicle Weight Rating), assigned and printed by the manufacturer on the Vehicle Certification Label. 12.501 Under 41,000 $50.09 12.502 41,000 minimum $56.17 12.503 49,000 minimum $64.69 12.504 57,000 minimum $66.50 12.507 Tri-Axle gas or diesel without optional accessories $75.03 12.508 Quad-Axle gas or diesel without optional accessories $53.46 13.100 Camper body, pickup mounted $0.38 13.200 Portable hydraulic dump box (for pickup trucks) $0.99 13.400 Enclosed van trailer $4.24 14.100 Super haul body $2.62 14.125 Dump box liner $1.61 14.200 Hydraulic hook loader $4.38 20.000 BITUMINOUS DISTRIBUTORS AND KETTLES Distributor tank with motorized pump, heater, distributor bar (not including truck or tractor) 20.201 400 gallon minimum capacity $16.13 20.202 1,000 gallon minimum capacity $22.12 20.203 2,500 gallon minimum capacity $49.76 Bituminous Kettles - Hand Operated, Spray Assembly for Joint and Crack Filling, (trailer mounted) 20.401 Under 80 gallon capacity $7.88 20.402 80 gallon minimum capacity $9.50 20.403 165 gallon minimum capacity $12.06 20.404 225 gallon minimum capacity $15.52 20.405 300 gallon minimum capacity $16.08 20.406 500 gallon minimum capacity $16.41 20.520 Blower-starter (including compressor) $3.84 20.601 Hot rubber kettle $16.49 20.700 Lance (for blowing clean and heating crack prior to filling) $3.40

2 MDOT Rate per Equipment Description Equipment Code Hour 21.000 HEATERS Tank Car (fuel included) 21.101 1 car $21.76 21.102 2 cars $31.14 21.103 3 cars $33.24 21.200 Bituminous Heater (trailer mounted) $3.76 21.250 Heater for Bituminous Materials $4.73 21.260 Bituminous Materials Heater - Hopper box trailer mounted, with gas tank $11.37 storage 21.265 Heated Bituminous Material Hopper Box with Hydraulic Shoveling $27.59 Platform 21.300 Surface heater - for spot repairing of bituminous surface $4.17 21.301 Infrared surface heater - spot heating repairing of bituminous surfaces $64.04 21.350 Radiant heater - luminous wall $72.78 21.400 Heated asphalt roller (for spot repairing) $4.96 23.000 BITUMINOUS MIXING & PAVING EQUIPMENT 23.101 Asphalt recycling machine - portable $38.94 23.103 Hot mix patcher with heating and mixing system $45.69 23.120 Patching machine, cold mix w/rotor gun appl. (trailer mounted) $43.99 23.150 Self-contained patching machine (truck mounted, complete unit) $27.12 23.201 Bituminous paver - complete unit, self-propelled, loads, mixes, spreaders, $74.27 and finishes 23.202 Bituminous paving finisher only, self-propelled $110.96 23.203 Bituminous spreader only, tailgate type $49.08 23.204 Multi-blade mixer - (including blades) used for mixing bituminous $14.71 materials 23.205 Bituminous patching aid, shelf type $0.57 23.206 Asphalt Trailer, flowboy type (not including trailer) $49.54 23.207 Electronic screed control system $23.55 23.210 Self-propelled asphalt maintainer $48.47 23.300 Bituminous curb laying machine $15.35 23.310 Utility trench paver (attach. to bucket lip) $5.70 23.400 Complete asphalt plant $661.82

3

MDOT Rate per Equipment Description Equipment Code Hour 24.000 Portable Truck Scales - Platform type $0.31 BITUMINOUS SUPPLY TANK (portable with heater and pump) 25.300 Under 4,000 gallons minimum capacity $16.10 25.700 4,000 minimum capacity and greater (no pump) $100.85 26.100 Hydraulic powered planer (attachment only) $39.02 30.000 CONCRETE MIXING AND PAVING EQUIPMENT 30.100 Curb and gutter paver $7.88 30.105 Curb and gutters forms $5.67 30.107 Bridge abutment forms $13.63 30.120 Concrete repair application gun (pneumatic) $11.42 CEMENT MIXERS 30.511 Under 2 ¼ cu. ft. $7.90 30.512 2 ¼ cu. ft. minimum $10.48 30.513 4 ½ cu. ft. minimum $15.51 30.514 9 cu. ft. minimum $16.33 30.520 Transit mixer without truck $35.16 30.700 Concrete vibrator $2.87 30.750 Vibrating screed, Motorized $12.36 CONCRETE PAVEMENT SAW WITHOUT BLADES (charge blades to road materials) 31.100 Under 40 hp $28.73 31.400 40 hp minimum $54.21 31.410 Pneumatic pavement saw $5.86 32.000 Concrete grooving machine $22.89 32.100 Concrete plane $55.49 32.120 Concrete milling machine, 15" minimum width $58.39 32.130 Concrete milling machine, 35" minimum width $94.28 32.140 Concrete router $29.25 32.145 Pavement scarifier $39.33 43.000 DITCHER - TRENCHERS - COMPLETE UNITS 43.110 Under 13" width $24.78 43.111 13" minimum width $37.96 4

MDOT Rate per Equipment Description Equipment Code Hour 43.112 24" minimum width $45.58 43.200 Under 13" width - attachment only - P.T.O. type $37.45 44.000 ROCK RIPPERS, BRUSH RAKES, AND BULLDOZER BLADES (attachment only) 44.100 Rock ripper – each $7.23 44.150 Blade with brush guard (attachment to bulldozer blade) $10.73 Bulldozer blades - (cutting edge included) 44.200 Under 10' width $0.71 44.300 10' minimum width $1.56 44.400 12' minimum width $3.34 44.500 14' minimum width $6.92 45.000 MOTOR GRADERS - Gas or diesel, including blades without optional accessories or attachments except roll over protection. Classified by standard machine weight . 45.101 Under 13,000 lbs. $37.22 45.102 13,000 lbs. minimum $44.26 45.103 16,000 lbs. minimum $44.77 45.104 21,000 lbs. minimum $49.58 45.105 24,000 lbs. minimum $50.49 45.106 27,000 lbs. minimum $51.29 45.107 30,000 lbs. minimum $72.03 MOTOR GRADER ATTACHMENTS 45.200 Scarifier - attachment (including teeth and controls) $2.48 45.225 Scarifier blade with rotating tips - attachment to moldboard $9.02 45.250 Automatic hydraulic blade control - attachment to motor grader $2.20 45.252 Automatic blade control electronic - attachment to motor grader $7.20 45.255 Ice/gravel scarifier attachment to grader blade $6.78 45.260 Highway (brush) cutter, hydraulic - attachment to motor grader $34.30 45.262 Snow wing attachment - (attaches to top of mold board) $2.27 45.264 Asphalt cutter - attachment to moldboard $35.67 45.265 Packer/roller hydraulic operated $12.52 45.270 Grade-slope-shoulder cutter (16" moldboard hydraulic attachment to $35.48 motor grader)

5

MDOT Rate per Equipment Description Equipment Code Hour 45.280 Blade shock absorber – attachment to motor grader $0.65 45.290 Compaction crusher - attachment to motor grader $20.47 DRAWN GRADERS 45.305 Mechanical controls $5.60 45.310 Powered operated controls $6.24 46.000 MAINTAINERS 46.100 Drawn - (including blades) $8.15 46.200 Hydraulic maintainer blade attachment to tractor $9.43 46.300 Self-powered berm cutter (tow type) $32.95 46.400 Windrow eliminator, attach. to tractor/grader $9.13 46.500 Tractor - type maintainer, min 40 hp 6,000 lbs., including power sliding $12.35 moldboard without optional accessories. (Including powered) 47.000 EXCAVATORS - , DRAGLINE, , CLAMSHELL, AND CRANE. (CLASSIFIED BY CAPACITY OF BUCKET) Crawler Mounted 47.201 Under ½ cubic yard bucket $14.56 47.202 ½ cubic yard bucket minimum $31.13 47.203 ¾ cubic yard bucket minimum $36.25 47.204 1 cubic yard bucket minimum $45.45 47.205 1 ½ cubic yard bucket minimum $52.51 47.206 2 cubic yard bucket minimum $66.64 Rubber tire mounted 47.301 Under ½ cubic yard bucket minimum $41.27 47.302 ½ cubic yard bucket minimum $46.47 47.303 ¾ cubic yard bucket minimum $56.31 47.304 1 cubic yard bucket minimum $59.95 Tractor shovel or loader - manufactured as a complete unit (classified by pounds of operating capacity or operating load. The operating capacity or load is based on 50% of the tipping load SAE rated with standard equipment; including roll over protection and in a full turn position if applicable). 47.401 Under 3,000 lbs. operating capacity or load $37.60 47.402 3,000 lbs. minimum operating capacity or load $39.26 47.403 4,500 lbs. minimum operating capacity or load $46.96 6

MDOT Rate per Equipment Description Equipment Code Hour 47.404 6,600 lbs. minimum operating capacity or load $51.21 47.405 7,500 lbs. minimum operating capacity or load $61.15 47.406 9,000 lbs. minimum operating capacity or load $62.00 47.407 10,500 lbs. minimum operating capacity or load $63.75 47.408 12,000 lbs. minimum operating capacity or load $65.40 47.450 Extendable Boom (non-hydraulic), Material handling arm - extends to 20' $35.94 47.460 Asphalt planer attachment (cutting width 24” and under) $13.83 47.465 Skid Steer Soil Conditioner, Harley Rake $16.88 47.470 Pallet Lifter $5.24 Hydraulic excavator - crawler or rubber tire mounted with telescoping boom (classified by standard machine weight, including roll over protection) 47.601 Without remote control (all) $47.18 47.602 With remote control - under 45,000 lbs. $56.84 47.603 With remote control - 45,000 lbs. minimum $61.80 47.700 Hydraulic wrist, allows bucket or attachment to swing up to 90 degrees $11.07 from center 48.000 UNDERBODY OR REAR MOUNTED SCRAPERS - (INCLUDING BLADES) 48.100 Mechanical $4.97 48.200 Air or hydraulic powered pressure on the moldboard $2.16 48.201 Air or hydraulic powered pressure on the moldboard and power reversing $8.27 of the moldboard 48.202 Air or hydraulic powered pressure on the moldboard and power reversing $9.61 and tilting of the moldboard 48.400 EARTH HAULERS Scraper only - including blades, (classified by rated capacity of scraper) 48.404 Under 5 cubic yards $11.06 48.406 5 cubic yards minimum $14.12 Scraper and rubber-tired tractor - (including blades). Classified by rated capacity of scraper 48.501 Under 5 cubic yards minimum $27.61 48.502 5 cubic yards minimum $29.68 48.503 7 cubic yards minimum $39.83

7

MDOT Rate per Equipment Description Equipment Code Hour 48.504 9 cubic yards minimum $65.69 48.505 11 cubic yards minimum $86.70 48.506 13 cubic yards minimum $114.97 48.507 17 cubic yards minimum $115.90 48.508 21 cubic yards minimum $121.35 48.540 Single engine self-loading 16 cubic yard minimum $149.04 50.000 EDUCTORS 50.200 1,000 - 2,000 gallon self-contained unit without truck $40.85 51.000 SEWER CLEANING EQUIPMENT Rods 51.100 Without power $6.27 51.150 1.3 hp electric motor minimum $6.56 Bucket machines or rodders 51.200 2 hp engine minimum $15.16 51.202 9 hp minimum $26.49 51.204 15 hp engine minimum $37.86 51.400 Attachment to fire hose $7.00 51.500 Hydraulic sewer cleaner (water type) with 1,000 PSI working pressure $18.96 51.510 Hydraulic sewer cleaner extension: self-propelled with trailer $11.30 51.515 Turbine Chain Cutter $10.37 51.520 Hydraulic pipe cutter, 18" to 48" adjustable $8.68 52.000 Steam thawing equipment - used exclusively for thawing drainage $41.07 structures 53.000 CATCH BASIN CLEANERS 53.100 Orange peel type bucket, without truck $26.08 53.300 Vacuum pump type without truck, or conveyor with bucket $27.95 61.000 BRINE MAKING EQUIPMENT 61.100 Automated brine maker $38.39 62.000 SNOW PLOWS Rotary or auger, attachment only, including power unit (not including truck, grader, or tractor) 62.101 10 hp engine minimum $52.52

8

MDOT Rate per Equipment Description Equipment Code Hour 62.102 76 hp engine minimum $62.69 62.103 151 hp engine minimum $122.57 62.104 Power take-off $18.25 Rotary or auger - manufactured or assembled as a complete integral unit (self-propelled) 62.111 63 hp engine minimum $89.75 62.112 151 hp engine minimum $190.59 62.200 Vee plows - (all sizes -blades included) $16.26 62.300 One-way plows (all sizes - blades included) $14.13 62.320 Reversible plows, all sizes, manually operated $22.69 62.350 Reversible plows, all sizes, reverse hydraulically operated, blade included $12.58 Snow plow wings - (not including truck, grader, or tractor) 62.401 Manually operated $9.07 62.402 Power operated $11.04 62.403 Roto-wing (not including truck, grader, or tractor) $9.34 62.404 Guidance laser $2.00 62.490 Sidewalk - snow thrower, not self-propelled $3.52 62.500 Sidewalk - rotary, hand guided, self-propelled $15.70 62.501 Snow blower - attachment for tractor less than 6,000 lbs. $18.23 62.600 Extra-large vee plow (over 8 tons) $14.61 63.000 SPREADERS - (not including truck) Towed type 63.100 Traction driven spinner $10.56 63.125 Traction driven (without spinner) $11.95 Tailgate type 63.200 Roller or auger (without spinner) hydraulic, chain, motor, traction or $6.42 truck tire friction drive without cab controls 63.250 Roller or auger (without spinner) hydraulic, chain, motor, traction or $5.91 truck tire friction drive with hydraulic cab controls 63.300 With spinner, hydraulic, chain, motor, or truck tire friction drive without $7.03 cab controls 63.350 With spinner, hydraulic, chain, motor, or truck tire friction drive with $4.65 hydraulic cab controls

9

MDOT Rate per Equipment Description Equipment Code Hour 63.352 Hydraulic tailgate spreader with conveyor for right or left-hand discharge $4.58 63.355 Hydraulic tailgate spreader ground sensing control system $1.56 63.360 Tailgate spreader same as 63.250 & 63.350 with a ground speed control $5.22 system. 63.370 With spinner and auger, cab controlled; electric motor drive $15.84 63.390 Liquid spray system (pre-wetting of salt) $2.18 63.395 Anti-icing, dust control spray system (slide in type) $20.55 63.410 Gravity fed $2.21 Hopper box type 63.420 Gravity fed (hopper only) 3 cubic yard minimum $6.46 63.430 Truck or trailer mounted with conveyor and/or auger and spinner, 1 ¼ $11.08 cubic yard minimum 63.500 Truck mounted with conveyor and/or spinner (including piggy-back type) $11.95 4 cubic yard minimum 63.510 Same as .500 plus ground speed sensors $9.02 63.550 Truck mounted with (hydraulic) cab-controlled conveyor and/or spinner $9.41 (including piggy-back types) 4 cubic yard minimum 63.554 Same as .550 plus ground speed sensors $10.73 63.560 Truck mounted with (hydraulic) cab-controlled conveyor and/or spinner $9.70 (including piggy-back types) 10 cubic yard minimum 63.565 Same as .560 plus ground speed sensors $10.42 63.570 Truck mounted, cab controlled with side delivery system mounted on rear $4.09 of box for centerline discharge and ground speed sensors 63.575 Truck mounted, cab controlled with side delivery system on rear of box $8.64 for center line discharge 63.600 Same as 63.550 & 63.560, but with automatic-electronically operated $10.25 hydraulic valve/control system and with electronic ground speed sensors 63.625 EPOKE combination spreader $36.20 Trailer, v-bottom type - including spreader with conveyor and/or spinner 63.700 8 cubic yard minimum capacity $7.97 63.701 11 ½ cubic yard minimum capacity $15.09 63.702 14 cubic yard minimum capacity $32.53 Two-way spreader

10

MDOT Rate per Equipment Description Equipment Code Hour 63.801 Dump tilts forward as spreader with auger and spinner, and tilts back as $27.72 tailgate dump. 6 cubic yard 63.802 Same as 63.801 but 12 cubic yard minimum $37.99 70.000 - Wheel or crawler - gas or diesel powered, without optional accessories or attachments. Classified by standard machine weight including roll over protection. 70.100 Under 1,000 lbs. $22.11 70.101 1,000 lbs. minimum $35.33 70.102 6,000 lbs. minimum $39.44 70.103 10,000 lbs. minimum $45.14 70.104 16,000 lbs. minimum $46.34 70.105 21,000 lbs. minimum $54.84 70.106 35,000 lbs. minimum $72.89 70.500 Backhoe attachment to tractor, 12" minimum, without tractor $3.38 70.600 Concrete breaker (attaches to backhoe) $10.34 80.000 FARM EQUIPMENT Drag or harrow 80.201 Spring tooth - under 20' width $2.57 80.203 Spike tooth $6.73 80.204 Double disk $8.51 80.205 Klod buster $6.52 80.209 Disc shoulder conditioner $16.63 80.300 Drill and chemical fertilizer spreader $6.36 80.301 Mulch spreader - trailer or truck mounted (not including truck) $20.69 80.302 Hydro seeder - trailer or truck mounted (not including truck) $32.15 80.310 Hydro seeder - under 500 gallon capacity $10.84 80.312 Over seeder $34.38 80.500 Fence or sign post driver - power driver, (not pneumatic attachment), $1.40 trailer mounted or tractor attachment 80.510 Fence or sign driver - pneumatic $0.65 80.540 Fence or sign drive - hydraulic $0.44 80.550 Fence or sign post puller - hydraulic attachment to truck $0.72

11

MDOT Rate per Equipment Description Equipment Code Hour 80.700 Post-hole digger or earth auger - power "takeoff" attach. or power $6.44 propelled, hand operated 80.701 Power earth auger - trailer or truck mounted - not including truck $10.27 80.702 Concrete core drill unit without truck $12.75 80.703 Concrete core drill unit without truck, including diamond bits $14.53 80.704 Power rock or earth drill - vehicle mounted without compressor $18.62 80.705 Boring unit, hydraulic powered, PTO, not including truck or tractor $6.09 80.706 Hydraulic guardrail post pounder, puller, and hole auger, engine driven, $54.67 (truck mounted not including truck) 80.707 Hydraulic platform for post (digging-driving-pulling) truck mounted; not $9.37 including truck 80.708 Directional boring unit, self-contained $58.99 80.709 Digger derrick with accessories (truck mounted, not including truck) $25.78 80.710 Rock drill and breaker bar - gas, driver, self-contained $7.66 80.714 Earth drill, without compressor $15.91 80.750 Hydraulic doweling drill, with trailer $15.43 80.801 Stone Rake $10.71 80.802 Hay Rake $3.62 80.900 Sod Cutter - Drawn (attachment only) $8.92 80.901 Sod Cutter - Self-propelled (complete unit) $10.35 81.000 MOWING EQUIPMENT Highway mowers 81.110 -bar type, attachment only, tractor not included $22.92 81.120 Rotary, hammer, knife, or flail type, PTO, attachment only, tractor not $13.63 included 81.130 Rotary, 15' minimum - attachment only, tractor not included $22.52 81.135 Rotary, 4' minimum - blade is hydraulic driven, brush cutter, tractor not $18.75 included 81.140 Rotary, 5' minimum - weed and brush, blade is hydraulic driven, and with $15.02 or without hydraulic arm, attachment only tractor not included 81.160 Rotary, self-leveling slope mower $13.31 Lawn mowers (reel, rotating or flail type) 81.251 Under 20" $4.90 81.252 20" minimum $5.22 12

MDOT Rate per Equipment Description Equipment Code Hour 81.253 24" minimum $12.38 81.254 30" minimum $14.34 81.255 36" minimum $17.74 81.256 49" minimum $23.44 81.257 61" minimum $28.81 81.258 -trimmer / weed whacker $3.36 Sickle-bar type 81.261 Under 30" cutting width, hand guided $7.17 81.262 30" minimum cutting width, hand guided $7.53 Gang mowers - 24" to 30" reels - attachment or drawn, without tractor 81.276 3-reel type $5.59 81.300 Grass collecting system (tractor mounted) $4.66 82.000 TREE EQUIPMENT 82.110 Buzz saw $5.69 Chain saws (gas or electric) 82.119 Under 18" bar $4.73 82.120 18" bar minimum $4.18 82.121 30" bar minimum $8.37 82.122 51" bar minimum $25.76 82.125 Gas powered multi-purpose cutoff saw (on concrete sawing, charge blade $17.33 to project) 82.128 Reciprocating saw (tree trimming) $6.83 82.130 Brush (2 wheel mounted) powered circular saw $14.12 82.140 Brush (small) shoulder carried; chain, circular, or monofilament type $1.98 82.200 Brush or tree chipper for material under 9" $22.53 82.210 Brush or tree chipper for material 9" minimum $27.75 82.235 Hydraulic boom tree shearer $99.80 82.250 Total timber harvester - with hydraulic boom attached and conveyor feed $91.75 (trees to 20" diameter.) 82.260 Log splitter - engine powered $7.64 82.290 Gas powered pruner with telescoping drive shaft $5.93 82.300 Hydraulic pole chain saw $3.37

13

MDOT Rate per Equipment Description Equipment Code Hour 82.305 Hydraulic pruner $4.84 82.405 Stump cutter $46.26 82.500 Tree , trailer mounted $15.19 82.501 Tree spade, truck mounted without truck $10.19 82.502 Grapple tree sheared $54.18 82.505 Timber fork $10.20 83.000 STREET CLEANING EQUIPMENT Brooms 83.110 Towed - traction or power take off type (attachment only) $17.73 83.120 Towed - engine powered - (attachment only) $34.19 83.130 Tractor or loader - engine powered, hydraulic or power take off drive $21.33 (attachment only) 83.140 Self-propelled power broom $49.63 83.150 Hand-held power broom $6.01 Street sweepers - self-propelled with curb brushes and pickup attachment - classified by capacity of hopper

1 83.205 Under /3 cubic yard $25.51

1 83.210 /3 cubic yard minimum $44.35 83.215 1 ¼ cubic yard minimum $45.27 83.220 2 cubic yard minimum $47.35 83.230 3 cubic yard minimum $88.53 83.240 4 cubic yard minimum $99.75 Leaf cleaners 83.300 Vacuum cleaner, trailer mounted (attachment only) without truck $31.64 83.301 Complete unit for catch basins and leaf pickup, including vacuum cleaner $51.32 and storage box, truck not included 83.302 Sweeper – hand-propelled and guided $3.60 83.303 Sweeper - self-propelled, hand guided $12.41 83.304 Sweeper - attachment to tractor with mechanical pickup $35.59 83.305 Leaf loader, brush pickup type, with 95 power unit minimum, truck not $40.58 included 83.310 Vacuum type litter picker, self-propelled, riding, self-contained, vacuum, $16.98 min. 8 hp; base unit minimum 8 hp

14

MDOT Rate per Equipment Description Equipment Code Hour 83.350 Mini-vac system, skid mounted for truck or trailer $2.47 Flusher - complete (not including truck) 83.411 Under 1,400 gallons $5.58 83.412 1,400 gallon minimum and greater $7.00 83.500 Refuse collector, truck mounted, power operating (not including truck) $6.02 One man refuse collection vehicle - dual driving and compaction controls from either side of walk in cab: self-propelled and self- contained compactor 83.510 10 cubic yard minimum $26.63 83.520 25 cubic yard minimum $49.13 83.600 Compost turner (tractor not included) $25.68 83.700 Road magnet $1.73 83.720 Electromagnetic sweeper $25.21 84.000 SPRAYING EQUIPMENT 84.200 Ultra-low volume aerosol generator, for insecticide $10.97 Hydraulic pressure type sprayer - for applying liquid insecticide or weed killer through nozzles (not including truck) 84.301 Under 60 gallon tank capacity $5.13 84.302 60 gallon minimum tank capacity $9.73 84.303 200 gallon minimum tank capacity $18.27 84.400 Spray boom attachment (not including truck, or trailer) $7.02 84.500 Meter, mix and flow or spray type sprayer - for applying epoxy and $15.66 polyester resins and polyurethane foams 85.000 LOADERS - CONVEYOR TYPE Engine driven 85.100 Not self-propelled or feeding $38.84 85.101 Not self-propelled or feeding, with hopper box bin (minimum 10 cubic $34.85 yard capacity) Self-feeding 85.102 Not self-propelled $26.30 Self-feeding and self-propelled 85.104 2 cubic yard per minute minimum $20.79 85.105 6 cubic yard Per minute minimum $102.87

15

MDOT Rate per Equipment Description Equipment Code Hour Front End Loaders: Bucket loader - attachment only - used with tractor code 70.000 series - tractor rate not included; or truck code series 12.000 - truck rate not included. Classified by rated capacity of bucket.

1 85.301 Under /3 cubic yard bucket $4.02

1 85.302 /3 cubic yard bucket minimum $5.06 85.303 ½ cubic yard bucket minimum $3.12 85.304 1 cubic yard bucket minimum $4.85

5 85.305 1 /8 cubic yard bucket minimum $9.15 85.306 2 ¼ cubic yard bucket minimum $9.42 85.307 3 cubic yard bucket minimum $10.88 85.400 Snow bucket (used for snow removal only) $5.95 85.401 Salt pusher (used to load salt storage facilities) $5.55 85.450 Guardrail Scuffer (hydraulic) $5.63 85.500 Pincher bucket $5.59 86.000 PAINT EQUIPMENT Pavement markers 86.200 Push type striper - using power, activated by compressed air and L.P. gas $7.92 (without compressor) 86.201 Push type - felt roller or brush $9.97 Hand guided - engine powered 86.202 Not self-propelled $20.49 86.203 Self-propelled $34.24 Truck mounted without truck 86.205 Multiple line application $67.29 Integral unit, self-propelled, multiple line application 86.206 Under 30 gallon capacity $55.08 86.207 30 gallon minimum capacity $83.68 86.210 Traffic line remover - with 6 hp engine - self propelled $36.99 86.212 Traffic line remover - hand propelled $7.25 86.220 Roll type stripper machine, manual, portable double line 4" width $2.09 86.225 Airless paint sprayer $6.30 87.000 COMPRESSORS - (including tools and attachments)

16

MDOT Rate per Equipment Description Equipment Code Hour 87.100 Under 60 c.f.m. $2.77 87.200 60 c.f.m. minimum $4.04 87.300 120 c.f.m. minimum $5.27 87.400 180 c.f.m. minimum $13.01 87.500 240 c.f.m. minimum $16.82 88.000 PUMPS Centrifugal - water or brine only (classified by outlet size) 88.101 Under 3" $5.52 88.102 3" minimum $5.73 88.103 4" minimum $13.73 88.104 6" minimum $14.84 88.105 Quarry - (10-inch minimum outlet) $7.92 88.120 Piston pump $14.97 88.200 Diaphragm $19.12 88.300 Rotary $7.98 88.400 Pneumatic $7.02 88.521 High pressure pumps - under 50 gal. p/minute $7.05 88.550 Fuel tank transfer pump, with meter & pump $0.18 88.600 Well point system - complete with pumps, well points, etc. $55.28 89.000 ROLLERS Towed type - cylinder (steel rollers) 89.101 1 ton $4.47 89.102 2 tons $6.44 89.103 Sheepsfoot $5.29 89.104 Compactor (concrete core, rubber-tire covered) $5.19 89.105 Aerifier - (rubber-tired or with 3-point hitch) $5.48 89.110 Patch roller (attachment to truck, hydraulic operated) $11.23 Rubber-tired (rated with full ballast) towed type 89.151 Under 11 tons $9.63 89.152 11 tons minimum $14.17 89.153 13 tons minimum $18.33

17

MDOT Rate per Equipment Description Equipment Code Hour 89.154 15 tons minimum $18.79 Self-propelled - steel rollers 89.201 Under 6 tons $26.18 89.202 6 tons minimum $35.03 89.203 9 tons minimum $35.98 Self-propelled - rubber rollers 89.301 Under 6 tons $28.68 89.302 6 tons minimum $35.10 89.303 9 tons minimum $47.89 89.400 Vibratory compactor, power driven, hand guided, 12" minimum width $14.97 89.401 Vibratory compactor, power driven, tractor attachment - 36" minimum $16.01 width 89.402 Vibratory compactor, self-propelled (manufactured as a complete integral $56.54 unit), 8' minimum width 89.404 Vibratory compactor, self-propelled (manufactured as a complete integral $34.33 unit), 3' minimum width 90.000 MIXERS – SOILS 90.050 With power takeoff, 10" maximum mixing depth $13.12 90.100 With power take off over 11" mixing depth (not including tractor) $29.78 90.200 Motorized pull type (not including tractor) $47.63 90.300 Integral unit for bituminous mix with spray bar, pump, etc. (self- $105.64 propelled) 90.400 Small hand guided for gardening with motor $8.29 91.000 TANKS Tanks - water, brine, or emulsion only 91.100 Under 500 gallons $4.35 91.101 500 gallon minimum $9.41 91.102 1,250 gallon minimum $15.03 91.103 2,200 gallon minimum $16.70 91.104 4,000 gallon minimum $17.18 91.105 6,000 gallon minimum $26.11 Tanks with integrated running gear - water, brine or emulsion only 91.200 Under 500 gallons $6.93

18

MDOT Rate per Equipment Description Equipment Code Hour 91.201 500 gallon minimum $11.00 91.202 1,250 gallon minimum $17.05 91.203 2,250 gallon minimum $17.50 91.204 4,000 gallon minimum $18.99 91.205 6,000 gallon minimum $21.18 92.000 AGGREGATE EQUIPMENT Crushing plant- manufactured weight of rolls and/or jaws 92.101 Under 6,750 lbs. $106.45 92.103 13,500 lbs. minimum $124.03 92.104 27,000 lbs. minimum $155.95 92.180 Screening plant (roller cone type) $29.68 92.200 Screening plant $58.54 92.300 Screen - attachment to loader, 2' x 6' $16.07 Spreaders – Aggregate 92.401 Self-propelled $153.00 92.402 Towed type for shoulder surfacing with engine driven conveyer (not $65.72 including truck) 92.403 Towed type, roller or auger (without spinner), hydraulic, chain motor, $65.13 traction or truck tire friction drive 92.404 Pushed type for shoulder surfacing with engine driven conveyor (not $92.42 including motor grader) 92.405 Push type for shoulder surfacing, hydraulic driven by grader (not $39.97 including grader) 92.500 Measuring box $12.56 Trailers - V-bottom type and/or semi-dump 92.601 Under 11 ½ cubic yard capacity $14.02 92.602 11 ½ cubic yard capacity $16.52 92.603 14 cubic yard capacity $17.07 92.604 17 ½ cubic yard capacity $24.56 92.605 25 cubic yard capacity $27.49 93.000 AERIAL EQUIPMENT - (not including truck) 93.100 Ladder and attachment $1.77 Tower and/or platform (hydraulic)

19

MDOT Rate per Equipment Description Equipment Code Hour 93.200 Under 34' height (ground to platform) $5.30 93.300 34' minimum height (ground to platform) $5.57 93.400 50' minimum height (ground to platform) $7.46 93.600 Platform, lift (self-propelled at job site) $75.58 94.000 MUD JACKS 94.200 Pavement - (without truck) $60.08 95.000 LIFTS 95.200 Winch $4.19 95.300 Industrial fork lift truck $99.23 95.350 Hydraulic or electric tailgate lift (minimum lift – 1,000 lbs.) $1.20 95.370 Electric crane - 360-degree rotation $14.72 95.400 Lifting equipment (hydraulic) truck mounted - not including truck - boom $11.94 raises and lowers and swings 360 degrees 95.500 Monorail and electric hoist (truck mounted - not including truck) $21.11 95.550 Sign trailer $20.80 96.000 MISCELLANEOUS EQUIPMENT 96.001 Cellular phone $0.65 96.002 Skull cracker (iron ball) $4.74 96.003 Hammer (gasoline) $8.78 96.004 "loadometer" - each $4.18 96.005 Portable electric sander - disc or belt type $2.80 96.006 Radio, two-way system each mobile unit $0.24 96.007 Wheel loader weighing system $1.97

96.008 Distance measuring instrument $0.16 96.009 Traffic system analyzer $0.29 96.010 Traffic counter $0.18 96.011 Ventilator, remote gas monitor, & winch with full body harness $0.79 96.012 Welder, electric or gas $6.99 96.013 Back pack blower $2.08 96.014 Air-broom (powered) $5.84 96.015 Portable electric drill or hammer $2.01 20

MDOT Rate per Equipment Description Equipment Code Hour 96.016 Portable electric saw $6.84 96.017 Density kit (complete unit) $7.04 96.018 Sign washer, port. (brush type) engine driven $25.67 96.019 Flasher panel, portable (minimum 2' x 4') truck mounted $0.47 96.020 Flasher panel with sequential flashing lights that produce a traveling $4.44 arrow effect - electrically powered (minimum size 4'x 8') Electric generators - portable 96.021 AC rating 999 watts of less $5.88 96.022 AC rating 1,000 watts minimum $6.82 96.023 AC rating 2,500 watts minimum $2.66 96.024 AC rating 10,000 watts minimum $11.14 96.025 AC rating 30,000 watts minimum $18.50 96.026 AC rating 70,000 watts minimum $15.68 96.030 Ultrasonic globe washer $2.43 96.040 Changeable message sign, portable $21.63 96.041 Rear observation camera system $0.39 96.042 Portable torque wrench, with computer controller (battery powered) $2.75 96.043 Signal conflict monitor tester $5.45 96.045 Portable light tower $3.03 96.046 Portable traffic signal $6.31 96.047 Salt calibrator, collection unit with scale $5.29 96.048 Aerial Drone $8.76 96.050 Vehicle mounted impact attenuator $3.26 96.051 Trailer mounted impact attenuator (including trailer) $20.35 96.060 Mats - for crane or tractor $0.93 96.070 Cold water pressure washer $2.49 96.071 Hot water pressure washer $22.18 96.100 Outboard motor $1.88 96.102 Pole trailer $6.30 96.105 Landscape trailer (includes tool boxes) $2.60 96.106 Traffic Cone Setter, Platform, (hitch mounted) $2.53 96.107 GPS Locator – truck mounted, each mobile unit $0.65

21

MDOT Rate per Equipment Description Equipment Code Hour 96.108 Radar unit hand held $1.56 96.109 GPS handheld unit $3.88 96.110 TV sewer inspection unit (truck mounted, including truck) $74.62 96.111 TV sewer inspection unit (portable) $13.26 96.112 Portable sign retro-reflectometer $7.44 96.115 Nuclear moisture-density gauges $6.63 96.118 Utility locator $2.94 96.120 Floor scrubber and waxer $0.87 96.130 Slope & geometric data acquisition system $3.48 96.145 Bridge scaffolding hangers $9.44 96.150 Trench box $5.98 96.151 Manhole box $6.35 96.160 Portable space heater $4.38 96.170 Emergency Traffic Control Trailer (includes dedicated generator, halogen $106.29 lights and traffic control barricades) 96.171 Manhole/CB Restoration Trailer $161.78 96.172 Portable Traffic Control System (four signals w/operating system) trailer $47.50 included 96.180 Speed Monitoring Trailer $2.22 Hydraulic power unit (portable) including tools & attach. 96.200 Under 2,000 P.S.I. $2.56 96.201 2,000 P.S.I. minimum $5.38 96.202 Hydraulic post straightener $0.76

96.205 Hydraulic or pneumatic pole tamper $6.90 96.206 Hydraulic concrete breaker $6.13 96.210 Hydraulic cutoff saw - abrasive wheel $9.88 96.250 Mobile hydraulic hammer - complete integral unit $70.64 96.270 Hydraulic drop hammer attachment to tractor – 1,000 lbs. minimum $13.99 striker weight 96.280 Hydraulic impact wrench with hoses $5.70 96.290 Fastening tool for stud anchors and nails $4.42 Sandblast machines without compressors

22

MDOT Rate per Equipment Description Equipment Code Hour 96.300 Under 150 lbs. $7.83 96.301 150 lbs. minimum capacity $10.69 96.302 300 lbs. minimum capacity $17.27 96.303 600 lbs. minimum capacity $24.17 96.401 Pontoon boat $6.12 96.405 Row boat 7' minimum $4.66 96.408 Snow mobile $12.15 96.409 Track setter $14.19 96.415 All terrain utility vehicle w/pickup bed $13.26 Axle dollies - to convert semi-trailer to full trailer 96.420 Single axle $3.26 96.421 Tandem axle $3.11 Flasher - barricades - complete unit with lights and generator, trailer mounted (classified by rated capacity of generators) 96.501 AC rating 999 watts or less $9.11 96.502 AC rating 1,000 watts minimum $11.70 96.503 AC rating 2,500 watts minimum $16.30 96.504 AC rating 10,000 watts minimum $17.05 96.601 Pile hammer (diesel) complete with leads, guides drive, cap, etc. $48.42 96.610 Hydraulic vibratory pile driver/extractor $44.63 96.650 Air or hydraulic demolition impact hammer attach. (including tool) $33.56 96.701 Drop hammer - 2,000 lbs. minimum weight $4.85 96.750 Halogen arrow bar (roof mounted) $0.11 96.755 Temperature sensor, truck mounted, relates road temperature to air $0.11 temperature 96.800 Barricade, flashing arrow, trailer mounted-DC $6.49 96.900 Barricade, flashing arrow, truck mounted-DC $0.75

23

AERIAL EQUIPMENT - (not including truck) Electric generators - portable ...... 21 ...... 20 Excavators ...... 6 Aerifier ...... 18 Extendable Boom (non-hydraulic) ...... 7 AGGREGATE EQUIPMENT ...... 19 FARM EQUIPMENT ...... 11 Air-broom (powered) ...... 21 Flasher - barricades ...... 23 Axle dollies ...... 23 Flasher panel ...... 21 Barricades, Flasher ...... 23 Generators, Electric - portable ...... 21 Bituminous curb laying machine ...... 3 Grade-slope-shoulder cutter ...... 6 BITUMINOUS DISTRIBUTORS ...... 2 Hammer (gasoline) ...... 20 Bituminous Kettles ...... 2 Heater, Bituminous Materials ...... 3 Bituminous Mixers ...... 3 Heater, Bituminous tool ...... 3 Bituminous spreader ...... 3 Heater, Surface ...... 3 Bituminous supply tank ...... 4 Heaters, Tank Car ...... 3 Bituminous tool Heater ...... 3 Hydraulic impact wrench ...... 23 Blade control (automatic) attachment ...... 5 Hydraulic platform for post(digging-driving- Blade rake with brush guard (attachment to pulling) ...... 12 bulldozer blade) ...... 5 Hydraulic post straightener ...... 23 Blade shock absorber...... 6 Hydraulic power unit ...... 22 Boat, Pontoon & Row ...... 23 Hydraulic wrist ...... 7 Boring unit ...... 12 Hydro seeder ...... 11 Bridge abutment forms ...... 4 Landscape trailer ...... 22 Bridge scaffolding hangers ...... 22 Lawn mowers ...... 13 Broom, Self-propelled power ...... 14 LIFTS ...... 20 Broom, Tractor or loader attachment ...... 14 Loader, Tractor shovel ...... 7 Brooms, Towed ...... 14 LOADERS - conveyor type ...... 16 Brush or tree chipper ...... 14 Maintainers ...... 6 Brush saw ...... 13 Manhole box ...... 22 Bulldozer blades ...... 5 MISCELLANEOUS EQUIPMENT ...... 20 Bus ...... 1 Mixer, Transit ...... 4 Buzz saw ...... 13 MIXERS - SOILS ...... 18 Camper Body ...... 2 Motor Graders ...... 5 Car ...... 1 MOWING EQUIPMENT ...... 12 Catch Basin Cleaners...... 8 MUD JACKS ...... 20 Cellular phone ...... 20 PAINT EQUIPMENT ...... 16 CEMENT MIXERS ...... 4 Pallet Lifter ...... 7 Chain saws ...... 13 Pavement markers ...... 16 Chipper, Brush ...... 14 Phone, Cellular ...... 20 Chipper, brush or tree ...... 14 Pole trailer ...... 22 Compactor, Vibratory ...... 18 Pontoon boat ...... 23 Compost turner ...... 15 PORTABLE TRUCK SCALES ...... 4 COMPRESSORS ...... 17 ...... 12 Concrete core drill unit ...... 12 Power earth auger...... 12 Concrete Grooving Machine ...... 4 Power rock or earth drill - vehicle mounted ..... 12 Concrete Pavement Saw ...... 4 Puller, Fence or sign post ...... 12 Crushing plant ...... 19 PUMPS ...... 17 Cutter, Stump ...... 14 Radio - two way system each mobile unit ...... 21 Density kit ...... 21 Rakes, Hay ...... 12 Distance measuring instrument ...... 21 Rakes, Stone ...... 12 Ditcher - Trenchers ...... 5 Refuse collector...... 15 Drawn Graders ...... 6 Reversible snow plows ...... 9 Driver, Fence or sign post ...... 12 Road magnet ...... 15 Drop hammer ...... 24 Rock ripper ...... 5 Earth Haulers ...... 7 Roller, Heated asphalt ...... 3 Eductors ...... 8 ROLLERS ...... 17

Roto-wing ...... 9 Spreaders, Towed type ...... 9 Sandblast machines without compressors ...... 23 Steam Thawing Equipment ...... 8 Saw, Brush ...... 13 STREET CLEANING EQUIPMENT...... 14 Saw, Reciprocating ...... 13 Stump cutter ...... 14 Saws, Chain ...... 13 Sweepers, Street ...... 14 Scarifier ...... 5 Tanks - water, brine, or emulsion only ...... 19 Scraper, Underbody ...... 7 TRACTORS - Wheel or crawler ...... 11 Screed Vibrating ...... 4 Traffic counter...... 21 Screening plant ...... 19 TRAILERS ...... 1 Sewer Cleaning Equipment ...... 8 TRAILERS (Flat Bottom Type) ...... 1 Sign washer, port...... 21 Trailers - V-bottom type and/or semi-dump .... 20 Snow bucket ...... 16 TREE EQUIPMENT...... 13 Snow mobile ...... 23 Tree spade ...... 14 Snow plow wings ...... 9 Trench box ...... 22 Snow Plows ...... 9 TRUCK SCALES, Portable ...... 4 Snow wing attachment ...... 6 Trucks ...... 1 Spade, Tree ...... 14 Underbody Scraper ...... 7 Spray boom attachment ...... 15 Utility locator ...... 22 SPRAYING EQUIPMENT ...... 15 Vacuum type litter picker ...... 15 Spreader, Mulch ...... 11 Vibrator, Concrete ...... 4 Spreaders - Aggregate ...... 19 Welder, electric or gas ...... 21 Spreaders, Tailgate type ...... 9 Windrow eliminator ...... 6

Park Attendants Hours of Operations: May 1 through Labor Day Monday Tuesday Wednesday Thursday Friday Saturday Sunday Memorial 5 p.m. - 9 p.m. 5 p.m. - 9 p.m. 5 p.m. - 9 p.m. 5 p.m. - 9 p.m. 5 p.m. - 9 p.m. 9 a.m. - 9 p.m. 9 a.m. - 9 p.m. Kennedy 5 p.m. - 9 p.m. 5 p.m. - 9 p.m. 5 p.m. - 9 p.m. 5 p.m. - 9 p.m. 5 p.m. - 9 p.m. 9 a.m. - 9 p.m. 9 a.m. - 9 p.m. Spindler 5 p.m. - 9 p.m. 5 p.m. - 9 p.m. 5 p.m. - 9 p.m. 5 p.m. - 9 p.m. 5 p.m. - 9 p.m. 9 a.m. - 9 p.m. 9 a.m. - 9 p.m. Bathroom Hours of Operation 8 a.m. - 9 p.m. 8 a.m. - 9 p.m. 8 a.m. - 9 p.m. 8 a.m. - 9 p.m. 8 a.m. - 9 p.m. 9 a.m. - 9 p.m. 9 a.m. - 9 p.m.

Number of Hours Per Day: May 1 through Labor Day Monday Tuesday Wednesday Thursday Friday Saturday Sunday Per Season Memorial 4 4 4 4 4 12 12 Kennedy 4 4 4 4 4 12 12 Spindler 4 4 4 4 4 12 12 Estimated Quantity of Days per Year 18 18 18 18 18 18 18 Total Estimated Hours 216 216 216 216 216 648 648 2376