​Yorkshire, Independence and Medford (Y.I.M.) Watermain Replacement Project

Agency: City of Ann Arbor
State: Michigan
Level of Government: State & Local
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD11682250209295639
Posted Date: Mar 25, 2024
Due Date: Mar 28, 2024
Solicitation No: RFP 24-17​
Source: Members Only
due date & time bid description bid # primary contact status
​March 28, 2024 2:00PM
​Yorkshire, Independence and Medford (Y.I.M.) Watermain Replacement Project
RFP 24-17​

Plans

Addendum 1​
​Jeremy Schrot
​Open

Attachment Preview

PUBLIC IMPROVEMENT REQUEST FOR PROPOSAL
RFP# 24-17
YORKSHIRE, INDEPENDENCE AND MEDFORD (Y.I.M.)
WATERMAIN REPLACEMENT PROJECT
City of Ann Arbor
ENGINEERING UNIT / PUBLIC SERVICES AREA
Due Date: March 28, 2024, by 2:00 p.m. (local time)
Issued By:
City of Ann Arbor
Procurement Unit
301 E. Huron Street
Ann Arbor, MI 48104
TABLE OF CONTENTS
SECTION I: GENERAL INFORMATION ........................................................................ 3
SECTION II: SCOPE OF WORK.................................................................................. 11
SECTION III: MINIMUM INFORMATION REQUIRED ................................................. 12
SECTION IV: ATTACHMENTS .................................................................................... 19
2
SECTION I - GENERAL INFORMATION
A. OBJECTIVE
The purpose of this Request for Proposal (RFP) is to select a contractor to provide
construction services for the Yorkshire Road, Independence Road and Medford Road
(Y.I.M.) Watermain Replacement Project.
B. BID SECURITY
Each bid must be accompanied by a certified check or Bid Bond by a surety licensed
and authorized to do business within the State of Michigan, in the amount of 5% of the
total of the bid price.
Proposals that fail to provide a bid security upon proposal opening will be
deemed non-responsive and will not be considered for award.
C. QUESTIONS AND CLARIFICATIONS / DESIGNATED CITY CONTACTS
All questions regarding this Request for Proposal (RFP) shall be submitted via e-mail.
Questions will be accepted and answered in accordance with the terms and conditions
of this RFP.
All questions shall be submitted on or before March 18, 2024, at 5:00 p.m. (local
time), and should be addressed as follows:
Scope of Work/Proposal Content questions shall be e-mailed to
Jeremy Schrot, P.E., - JSchrot@a2gov.org
RFP Process and Compliance questions shall be e-mailed to
Colin Spencer, Buyer - CSpencer@a2gov.org
Should any prospective bidder be in doubt as to the true meaning of any portion of
this RFP, or should the prospective bidder find any ambiguity, inconsistency, or
omission therein, the prospective bidder shall make a written request for an official
interpretation or correction by the due date for questions above.
All interpretations, corrections, or additions to this RFP will be made only as an official
addendum that will be posted to a2gov.org and bidnetdirect.com/mitn and it shall be
the prospective bidder’s responsibility to ensure they have received all addenda
before submitting a proposal. Any addendum issued by the City shall become part of
the RFP and must be incorporated in the proposal where applicable.
3
D. PRE-PROPOSAL MEETING
No pre-proposal meeting will be held for this RFP. Please contact staff indicated above
with general questions regarding the RFP.
E. PROPOSAL FORMAT
To be considered, each firm must submit a response to this RFP using the format
provided in Section III. No other distribution of proposals is to be made by the
prospective bidder. An official authorized to bind the bidder to its provisions must sign
the proposal. Each proposal must remain valid for at least one hundred and twenty
(120) days from the due date of this RFP.
Proposals should be prepared simply and economically, providing a straightforward,
concise description of the bidder’s ability to meet the requirements of the RFP. No
erasures are permitted. Mistakes may be crossed out and corrected and must be
initialed in ink by the person signing the proposal.
F. SELECTION CRITERIA
Responses to this RFP will be evaluated using a point system as shown in Section III.
A selection committee comprised primarily of staff from the City will complete the
evaluation.
If interviews are desired by the City, the selected firms will be given the opportunity to
discuss their proposal, qualifications, past experience, and their fee proposal in more
detail. The City further reserves the right to interview the key personnel assigned by
the selected bidder to this project.
All proposals submitted may be subject to clarifications and further negotiation. All
agreements resulting from negotiations that differ from what is represented within the
RFP or in the proposal response shall be documented and included as part of the final
contract.
G. SEALED PROPOSAL SUBMISSION
All proposals are due and must be delivered to the City on or before March 28,
2024, by 2:00 p.m. (local time). Proposals submitted late or via oral, telephonic,
telegraphic, electronic mail or facsimile will not be considered or accepted.
Each respondent should submit in a sealed envelope
one (1) original proposal
one (1) additional proposal copy
one (1) digital copy of the proposal preferably on a USB/flash drive
as one file in PDF format
4
Proposals submitted should be clearly marked: RFP No. 24-17 – Y.I.M. Watermain
Replacement Project and list the bidder’s name and address.
Proposals must be addressed and delivered to:
City of Ann Arbor
c/o Customer Service
301 East Huron Street
Ann Arbor, MI 48107
All proposals received on or before the due date will be publicly opened and recorded
on the due date. No immediate decisions will be rendered.
Hand delivered proposals may be dropped off in the Purchasing drop box located in
the Ann Street (north) vestibule/entrance of City Hall which is open to the public
Monday through Friday from 8am to 5pm (except holidays). The City will not be liable
to any prospective bidder for any unforeseen circumstances, delivery, or postal
delays. Postmarking on the due date will not substitute for receipt of the proposal.
Bidders are responsible for the submission of their proposal. Additional time will not
be granted to a single prospective bidder. However, additional time may be granted
to all prospective bidders at the discretion of the City.
A proposal may be disqualified if the following required forms are not included
with the proposal:
Attachment D - Prevailing Wage Declaration of Compliance
Attachment E - Living Wage Declaration of Compliance
Attachment G - Vendor Conflict of Interest Disclosure Form
Attachment H - Non-Discrimination Declaration of Compliance
Proposals that fail to provide these forms listed above upon proposal opening
may be deemed non-responsive and may not be considered for award.
H. DISCLOSURES
Under the Freedom of Information Act (Public Act 442), the City is obligated to permit
review of its files, if requested by others. All information in this proposal is subject to
disclosure under this provision. This act also provides for a complete disclosure of
contracts and attachments thereto.
I. TYPE OF CONTRACT
A sample of the Construction Agreement is included as Attachment A. Those who
wish to submit a proposal to the City are required to review this sample agreement
carefully. The City will not entertain changes to its Construction Agreement.
5
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >