OAKLAND-MACOMB INTERCEPTOR DRAIN DRAINAGE DISTRICT RFQ

OAKLAND-MACOMB INTERCEPTOR DRAIN DRAINAGE DISTRICT (OMIDDD)

MICHAEL R. GREGG
Deputy Director – Michigan Department of Agriculture and Rural Development,
OMIDDD Board Chairman

// ** Advertisement ** //

JIM NASH
Oakland County Water Resources Commissioner, OMIDDD Board Secretary

CANDICE MILLER
Macomb County Public Works Commissioner, OMIDDD Board Member

// ** Advertisement ** //

NORTH INTERCEPTOR-EAST ARM (NI-EA)
NI-EA OMID CONTRACT NO. 2 (CONTRACT 2A & CONTRACT 2B)
PCI-18 & PCI-19 REHABILITATION


Sealed proposals will be received on January 18, 2023, at 11 A.M. EST at which time they will be opened and read aloud at the Office of the Oakland County Water Resources Commissioner, Building 95 West, One Public Works Drive, Waterford, Michigan 48328-1907 for the NI-EA OMID Contract No. 2 (Contract 2A & Contract 2B) PCI-18 and PCI-19 Rehabilitation Project in Detroit, Wayne County, Michigan.

// ** Advertisement ** //

PROJECT NARRATIVE

The North Interceptor East Arm (NI-EA) extends south from the Northeast Sewage Pump Station (NESPS), about 12 miles to the Great Lakes Water Authority (GLWA) Water Resource Recovery Facility (WRRF) in Southwest Detroit. At its upstream end at the NESPS, the NI-EA receives sanitary sewer flows from the Oakland and Macomb County communities serviced by the Oakland Macomb Interceptor Drain (OMID) Drainage District (OMIDDD) and upstream tributary sewers flowing into the NI-EA from northern portions of the City of Detroit.

// ** Advertisement ** //

The proposed NI-EA OMID Contract No. 2 PCI-18 and PCI-19 Rehabilitation project is located on
Seven Mile Rd. just west of Van Dyke Ave. and extending along Van Dyke Ave. and Gratiot Ave. from
Seven Mile Rd. to just south of Mt. Elliot St. in the City of Detroit. The project comprises construction
of a new flow control structure with flap gate assembly on Seven Mile Rd. over the existing NI-EA adit
sewer, rehabilitation of existing PCI-663 gate structure on the PCI-18 interceptor which includes
removal of an existing bulkhead gate assembly and replacement with a new bulkhead gate and including
internal automated sluice gate, interceptor cleaning, leak sealing, and repairs in the PCI-18 and PCI-19
reaches of the NI-EA. The project also includes lining of a section of the PCI-19 interceptor on Gratiot
Ave. near Meldrum St. and Mt. Elliot St. using multiple lining products as part of a pilot study. These
lined sections will be monitored in the future to evaluate long-term performance of the various liner
products. The construction of the two flow control structures will provide as-needed flow connectivity
between the existing NI-EA PCI-18 Interceptor and the existing Seven Mile Rd. Sewer and offers dry
weather flow management (diversion) during the proposed lining of the PCI-19 interceptor.

SUMMARY OF WORK

The NI-EA OMID Contract No. 2 PCI-18 and PCI-19 Rehabilitation Project consists of two subprojects: Contract 2A and Contract 2B. A general summary of work for Contract 2A and Contract 2B is
given below:
CONTRACT 2A

  • Construct one (1) new gate structure with a flap gate on the 8-foot diameter Seven Mile adit tunnel and modify the existing PC-663 gate structure on the PCI-18 interceptor to install an automated gate including control cabinetry with conduit vaults and a control / power conduit crossing under Van Dyke Ave., as shown in the Contract Documents.
  • Perform placement of chemical grout to stop leaks within the sewer and localized cementitious grouting within PCI-18 and PCI-19 as identified in Contract documents.
  • Perform cleaning and debris removal as well as miscellaneous repairs within PCI-18 and PCI-19 as identified in Contract Documents.
  • Replace manhole riser cones and frames / covers along the PCI-18 and PCI-19 alignment (only the manholes used by Contractor for interceptor access in addition to Manhole PCI-18-108) and restore work areas as identified in the Contract Documents.
  • Obtain necessary permits, perform traffic control measures during construction, and restore site(s) as identified in the Contract Documents.

CONTRACT 2B

  • Install lining in PCI-19 reach. The lining footage requirements for base and alternate bids are below:
    • Base bid – Install lining from Manhole PCI-19-103 to approximately 100 L.F. downstream of Conant-Mt. Elliott sewer drop connection (PCI-19 STA. 26+05 to PCI-19 STA. 18+05, approximately 800 L.F.) using four (4) different pre-approved liner products. Refer to liner Drawings and Specifications for Contract requirements.
    • Alternate bid – Install lining from Manhole PCI-19-103 to approximately 200 L.F. downstream of Manhole PCI-19-103 using four (4) different pre-approved liner products. Refer to lining Drawings and Specifications for Contract requirements.
  • Replace manhole riser cones and frames / covers on PCI-19 alignment (only the manholes usedby Contractor for interceptor access) and restore work areas as identified in the Contract Documents.
  • Obtain necessary permits, perform traffic control measures during construction, and restore site(s) as identified in the Contract Documents.

Bidders shall review and comply with the Information for Bidders(Specification Section 00 21 13),
which are incorporated by reference, and carefully review all Contract Documents, as defined in the
Information for Bidders, and comply with all bidding requirements contained therein. Bids
submitted after the exact time specified for receipt will not be considered.

Starting on November 11, 2022, the Drawings and Specifications under which the work will be
performed will be available on-line at the following site: https://nthoncloud.egnyte.com/fl/foTKlRhtdb
The Drawings and Specifications under which the work will be performed may be examined at NTH
Consultants, Ltd., 41780 Six Mile Road, Suite 200, Northville, Michigan on or after November 11, 2022.
A MANDATORY PRE-BID MEETING will be held on December 6, 2022. The Pre-Bid meeting
will be held virtually from 9:30 AM to 11:30 AM. using video conferencing techniques. The Pre-Bid
meeting will be followed by an optional physical Site Tour at 2:00 PM The Contractors will meet at
the proposed project laydown area located at the intersection of East Brentwood Street and VanDyke
Ave. in the City of Detroit.

The Pre-Bid meeting and site tour will be conducted to present a general view of the proposed work and
identify the site location and work areas. Questions must be submitted electronically to the Engineer,
and both the questions and responses will be provided in a subsequent Addendum issued to all
prospective bidders and other identified parties who attended the Pre-Bid meeting. Questions must be
received by the Engineer prior to fourteen (14) days before Bid opening.

Submit all questions (in writing) to:
Mr. Abdulnasser Almadhoun, P.E.
NTH Consultants, Ltd.
41780 Six Mile Rd, Suite 200
Northville, MI 48168
Telephone: (248) 553-6300 or 248 662-2721 (direct)
E-mail: aalmadhoun@nthconsultants.com

Attendees of the site tour must demonstrate full compliance with current COVID-19 safety protocols
including the most restrictive of local, state, and/or national guidelines. Site visit procedures will be
further discussed and detailed during the Pre-Bid meeting.

The link below is provided to join the virtual meeting from your computer, tablet, or smartphone. You
can also dial in using your phone, although at least one representative of each company should connect
using Microsoft Teams, as visual information will be shared.

Join on your computer, mobile app or room device
Click here to join the meeting or follow the meeting web address: http://bit.ly/3DPmvBP
Meeting ID: 225 657 896 481
Passcode: ZyHcPr
Or call in (audio only)
+1 323-457-5870,,804069911# United States, Los Angeles
Phone Conference ID: 804 069 911#

The Pre-Bid meeting will be recorded. A summary of the Pre-Bid meeting will be made part of the
Contract Documents for the project, by Addendum. Only bids received from Contractors registered in
attendance at the Pre-Bid meeting will be opened. All other bids will be rejected as non-responsive.
Further, all means of communication performed during the bidding process (i.e. response to inquiries,
addenda, emails, etc.) will be transmitted only to participants who attended the Pre-Bid meeting.
A Certified or Cashier’s check or Bid Bond for a sum not less than five percent (5%) of the amount
of the proposal will be required for each proposal.

Owner reserves the right to accept any proposal, to reject any proposal and to waive irregularities in
the proposals.

The proposal (Bid Hold Period) shall be firm for 120 days. No bidder shall withdraw its proposal
within 120 days after the actual date of opening thereof.

See Discussion, Leave A Comment