Clayton County Water Authority Sealed Solicitation

Title: J.W. Smith Water Production Plant High Service Pump Station Upgrades

Deadline: 11/17/2020 2:00 PM   (UTC-05:00) Eastern Time (US & Canada)

Status: Deadline Expired

Solicitation Number: 2020-PME-17

Description:


Separate sealed Bids for the construction of J.W. Smith Water Production Plant High Service Pump Station Upgrades will be received by the Clayton County Water Authority (CCWA) at 1600 Battle Creek Road, Morrow, Georgia 30260 until 2:00 p.m. local time, the 17th day of November, 2020, and then at said office opened and read aloud. Any bids received after the specified time will not be considered.


A non-mandatory pre-bid conference for the Project will be held on Tuesday, October 13, 2020 at 2:00 p.m. local time to discuss the Project. Attendance at the pre-bid conference is encouraged but not required.


Due to the ongoing concerns with the COVID-19 pandemic, the CCWA has decided to host the bid opening and the pre-bid conference as conference call meetings.


To join the pre-bid conference call, use the Microsoft Teams link or below call-in number:


Join Pre-Bid Microsoft Teams Meeting


or


Phone number: +1 470-443-0872


Conference ID: 569 464 728#


To join the bid opening conference call, use the Microsoft Teams link or below call-in number:


Join Bid Opening Microsoft Teams Meeting


or


Phone number: +1 470-443-0872  


Conference ID: 241 153 31#


Bidders are required to visit the Site and conduct a thorough visual examination of the Site and adjacent areas. Each Bidder shall schedule a Site visit on either Tuesday, October 20 or Wednesday, October 21, 2020, from 9:00 a.m. to 12:00 p.m. local time each day at J.W. Smith Water Production Plant (WPP), 82 Northbridge Road, Hampton, GA 30228. Bidder shall schedule the Site visit at least 24 hours in advance by contacting Eddie McCallum at 404-513-4214. Each Bidder shall be limited to a maximum of 2 visitors during the Site visit. Proposals will not be accepted from Bidders who do not attend the Site visit. It is each Bidder’s responsibility to sign in at the Site visit to verify its participation. Bidders must sign in using the name of the organization that will be submitting a Bid. A list of qualified Bidders that attended the Site visit and are eligible to submit a Bid for this Project will be issued in an Addendum. During the visit, the Bidder must not disturb any ongoing operations at the Site.


As part of the effort to maintain the health and safety of CCWA personnel – as well as visitors – CCWA has put in place the following procedures, practices and protocols:


A:     Each visitor shall complete a copy of the CCWA COVID-19 Employee/Visitor Questionnaire form. A copy of this form will be sent to prospective visitors by email at the time the Site visit is scheduled. The completed form shall be provided to CCWA representative upon entry to the Facility (J.W. Smith WPP).


B:     Each visitor’s temperature shall be taken by CCWA representative using a digital thermometer upon entry to the Facility. Visitor’s temperature must be below 100.4 degrees Fahrenheit to be granted entry to the Facility.


C:    Visitor(s) shall provide, wear, and use their own Personal Protective Equipment (PPE - face mask/covering, gloves, disinfectant) while in public areas for the duration of the Site visit. The entire property of the J.W. Smith WPP is considered a ‘public area’.


D:    Visitor(s) shall practice physical (social) distancing while at the Facility by providing others a personal space of at least six (6) feet during the visit.


 


The Project includes, but is not limited to, the following upgrades:


A:     Four (4) new high service pumps


B:     New pump control valve and piping for each high service pump


C:    Miscellaneous new valves


a.     Surge anticipator valve


b.     Pressure reducing valve


c.      Butterfly valves


d.     Combination air and vacuum valves


D:    New MCCs, panelboard, transformer, and miscellaneous electrical equipment in electrical room.


E:     New motor controllers in MCCs


a.     Two (2) high service pumps on VFD


b.     Two (2) high service pumps on RVSS


F:     Air conditioning for electrical room


G:    New instrumentation and control equipment as required


The Bidding Documents, consisting of Advertisement for Competitive Sealed Bid, Instructions to Bidders, Bid Form, Bid Bond, Construction Contract, Performance Bond, Payment Bond, General and Supplementary Conditions, Specifications, Drawings, and Addenda may be examined at the main offices of the Owner at 1600 Battle Creek Road, Morrow, Georgia.


Copies of Bidding Documents are available at https://www.questcdn.com upon payment of $15.00, nonrefundable, for download and printing access. All Bidders are required to purchase a set of the Bidding Documents. All payments will be made online to QuestCDN. No partial sets will be sold. Bidders will be required to set up a QuestCDN account to access Bidding Documents including Addenda. Bidding Documents can be searched for in the Quest CDN project search bar under Project Number (eBidDoc#) 7276101. Contact QuestCDN at 952.233.1632 or info@questcdn.com for assistance with navigating the website and digital project information. Hard copies of Bidding Documents are the responsibility of the Bidders.


By purchasing the Bidding Documents, purchaser agrees to allow company information (company name, address, phone and email) to be published as a “planholder”. The Owner is not obligated to consider a Bidder's proposal if Bidder is not on record with QuestCDN as having received a complete set of Bidding Documents from QuestCDN.


A list of planholders may be obtained by contacting Eddie McCallum at emccallum@hazenandsawyer.com.


Each Bid must be submitted on the prescribed Bid Form and accompanied by Bid Security as prescribed in the Instructions to Bidders, payable to the Owner in an amount not less than 5 percent of the Bid Amount, and a letter from a surety company stating they are licensed to conduct business in the State of Georgia. Failure to supply the bond or to sign the proposal will be grounds for rejection.


In order to perform public work, the Bidder and its subcontractors, prior to award of Contract, shall hold or obtain such licenses as required by state statutes, and federal and local laws and regulations. All firms must be licensed in Georgia and have a registered agent in Georgia.


All questions related to the Project shall be submitted by email no later than 2:00 p.m., local time, on Thursday, November 5, 2020 to Eddie McCallum at emccallum@hazenandsawyer.com. Questions, if answered, will be addressed by Addenda to the Contract Documents via the Q&A tab on the QuestCDN website for the project. Receipt of any Addenda or amendment to this Advertisement for Bids shall be acknowledged, in writing, and shall be submitted with the Bid.


Owner shall make an award, if an award is made, to the lowest responsible and responsive Bidder.


The successful Bidder will be required to furnish the additional Bonds prescribed in the Contract Documents.


Owner’s right is reserved to reject all Bids or any Bid not conforming to the intent and purpose of the Bidding Documents.

Addenda No. 1,2,3,4,5 & 6 have been posted to Quest CDN and can be downloaded from FTP link below:

https://hazenandsawyer.filegenius.com/downloadPublic/n8htdxt1bvafe4l



Pre-Bid Meeting Date: 10/13/2020 2:00 PM

Pre-Bid Meeting Details: Join Pre-Bid Microsoft Teams Meeting or Phone number: +1 470-443-0872 Conference ID: 569 464 728#