Clayton County Water Authority Sealed Solicitation

Title: CCWA HQ SITE RECONFIGURATION

Deadline: 3/1/2022 2:00 PM   (UTC-05:00) Eastern Time (US & Canada)

Status: Deadline Expired

Solicitation Number: 2021-PME-25

Description: Separate sealed Bids for the construction of CCWA HEADQUARTERS SITE RECONFIGURATION 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 1st day of March 2022, and then at said office opened and read aloud. Any bids received after the specified time will not be considered.

A Mandatory Site Visit is required of all Bidders. Site visits must be scheduled with Engineer, Integrated Science and Engineering, by email lhenderson@intse.com or phone 678-552-2106 no later than January 24, 2022. Site visits will be held during the week of January 17, 2022 and on Monday January 24, 2022, and will be scheduled in time blocks such that several prospective bidders can visit the site on the same day to minimize trips and disruptions. Each Bidder shall be limited to a maximum of 2 visitors during the Site visit. If a Bidder cannot, for reasons outside of their control, attend during the week if of January 17, 2022 and on Monday January 24, 2022, they will need to contact the Engineer directly for other availability. Site visits must be scheduled with the Engineer, and Bids will not be accepted from Bidders who do not schedule and attend a mandatory site visit.

To join the bid opening conference call on March 1, 2022, at 2:00 p.m., use the Microsoft Teams link or below call-in number:

Join Bid Opening Microsoft Teams Meeting, Click Here , or
Phone number: 678-552-2106, Conference Extension: 9000

Any questions that are asked at the Site Visit or Pre-Bid Conference must be submitted in written format via email to (lhenderson@intse.com) no later than February 21, 2022 at 2:00 p.m. The last addendum will be issued no later than February 24 2022, at 2:00 p.m.

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

A: Coordination and permitting with GDOT contractor (CW Matthews) on the current project under construction (Battle Creek Road Re-alignment), all work must be coordinated with this project using GDOT standard procedures.
B: Reconfiguration of the visitor parking lot and drive including drop off lane for conference room, install pervious paver parking spaces, ADA Handicap spaces and ramp with handrails, and retaining walls less than 5 feet tall.
C: Enlarging the existing storm water management facility located between the employee parking and the secure storage yard and enhancing existing swales along employee parking to provide water quality and detention for the CCWA campus.
D: Installing/relocating black chain link boundary fence, installing swing gates/slide gates at employee entrances including lower storage yard drive entrance and at the internal secured storage yard entrances. This item includes the necessary electric components to ensure secure entry for:
1. Employee parking – 2 swing gates, card entry, auto exit detection.
2. Lower storage yard – 1 swing gate, card entry, auto exit detection.
3. Secure storage yard – 1 sliding gate, 1 swing gate, card entry, auto exit detection.
4. Provide all necessary components and ensure all components are compatible with existing security software system.
E: Provide a service line for dewatering container with a waterproof quick connect.
F: Replace the existing storm outfall line with 42-inch RCP and tie into new lined swale associated with the Battle Creek Road Realignment project currently under construction.
G: Mill, pave, and stripe employee parking, add landscape islands and striping per plans
H: Relocate and install internal security light poles.
I: Other items as detailed in the Construction Plans, Details and Specifications prepared by Integrated Science and Engineering.

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 also be examined at the main offices of the Owner at 1600 Battle Creek Road, Morrow, Georgia 30260.
Copies of Bidding Documents are available at www.intse.com upon payment of $25.00, nonrefundable, for download and printing access. All Bidders are required to purchase a set of the Bidding Documents. All payments will be made via check or money order. No partial sets will be sold. 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 “plan holder”. The Owner is not obligated to consider a Bid if Bidder is not on record with ISE as having received a complete set of Bidding Documents from ISE.

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 bid document will be grounds for rejection.

In order to perform public work, the Bidder and any Subcontractors that would be involved in the underground work or confined space entry shall hold a Utility Contractor’s License in Georgia at the time the Bid is made. Bidding firms must include the Utility License Contractor Number(s) on the outside of the envelope submitted with the bid. 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 Monday, February 21, 2022 to Lisa Henderson at lhenderson@intse.com. Questions, if answered, will be addressed by Addenda to the Contract Documents via the Georgia Procurement Website. 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 responsive Bidder.
The successful Bidder will be required to furnish the additional Bonds and Insurance requirements 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.


Pre-Bid Meeting Date: 1/18/2022 2:00 PM


Documents:

Documents as of 1/28/2022
HQ Site Reconfiguration - ADDENDUM No. 1.pdf
HQ Site Reconfiguration - ADDENDUM No. 2.pdf
Addition 1

Posted: 12/27/2021

Type of Addition: Addendum

Addition 2

Posted: 2/16/2022

Type of Addition: Addendum 3

Documents:

Posted: 12/27/2021

Type of Addition: Addendum

Posted: 2/16/2022

Type of Addition: Addendum 3

Documents: