Translate: English Spanish Vietnamese

Vendor Registry, Bids and Contracting

Vendor Registry

The Clayton County Water Authority is maintaining a registry for vendors who have expressed interest in doing business with our entity. If you would like to add your business to our registry, please complete the registration by clicking on the link below and following the instructions. As the need arises for a particular product or service, Clayton County Water Authority will use this registry as one source of potential vendors. Please note that Clayton County Water Authority cannot guarantee that a vendor will be notified of every solicitation for quotes, bids or proposals.

Click here to register

If you are already registered, please click here to log on.

If you are interested in learning about current or future business opportunities with the Clayton County Water Authority, please call CCWA’s Procurement Department at 770-960-5223.

To view all current solicitation opportunities with CCWA click on the link below.

View Current Solicitation Opportunities

Bids and Contracting

Effective December 31, 2014, bids are advertised in the “LEGAL ADS” of the Clayton News Daily on Wednesdays.

Bid information posted on our website is provided as a public service and is not intended to be a formal advertisement for quotes, bids or proposals. Every attempt is made to ensure the accuracy of the information posted within this website. Questions concerning quotes, bids, and/or proposals should be directed to the Procurement Department via email to CCWA_Procurement@ccwa.us or by calling 770-960-5223.

Bid and proposal submissions must be delivered as requested in the respective procurement documents. Clayton County Water Authority reserves the right to reject any and/or all quotes/bids/proposals, or any part thereof, to re-advertise and to waive technicalities. Bids and/or proposals submitted via email or fax will not be accepted or considered for evaluation.

Annual Contract List

To access the CCWA’s Annual Contract List of $50,000 and over, please click here.

Clayton County Water Authority (CCWA) will open sealed bids from licensed contractors via a Virtual Teams Meeting on the 31st day of October 2023, at 10:00 a.m. local time for the London Court and Cristi Court Lift Station Improvements project. 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 10, 2023, at 10:00 a.m. local time at the General Services Maintenance Facility located at 9740 Thomas Rd, Jonesboro, GA 30236 to discuss the Project. Attendance at the pre-bid conference is encouraged but not required.

Bidders are required to visit the Site and conduct a thorough visual examination of the Site and adjacent areas. A mandatory site visit for the Project will be held on Tuesday, October 10, 2023, at 11:00 a.m. local time at the London Court Lift Station located at 8995 London Court, Jonesboro, GA 30236, and thereafter, at the Crist Court Lift Station Located at 347 Cristi Ct, Jonesboro, GA 30238 to allow prospective bidders to see the existing conditions for the Project. Bids 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 their participation. Bidders must sign in using the name of the organization that will be submitting a Bid. During the visit, the Bidder must not disturb any ongoing operations at the Site.

Please use the following call-in instructions to attend the Bid Opening meeting:

Join Microsoft Meeting Link

Dial Phone Number: 912-483-5368

Phone Conference ID: 127 783 969#

 

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

A:        Demolition of the existing London Court and Cristi Court lift stations.

B:        Construction of a new Cristi Court lift station gravel site pad, site fencing, concrete driveway, and required clearing and grubbing.

C:        Gravity Sewer modifications as required at each lift station site.

D:        Bypass pumping as required at each lift station site.

E:        Installation of two new packaged suction lift pump stations at each lift station.

F:         Relocation of the London Court standby generator to the new Cristi Court lift station site.

G:        Installation of a new diesel standby generator at the London Court lift station.

H:        Modification to existing electrical system.

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 from Engineering Strategies, Inc. by contacting Christine Lemoine at clemoine@esi-ga.com and upon payment of $50.00, nonrefundable, for download and printing access. All Bidders are required to purchase a set of the Bidding Documents. 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 “planholder”. The Owner is not obligated to consider a Bidder’s proposal if Bidder is not on record with Engineering Strategies, Inc. as having received a complete set of Bidding Documents from Engineering Strategies, Inc.

A list of planholders may be obtained by contacting Christine Lemoine at clemoine@esi-ga.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.

CCWA encourages Small Local, Minority, and Women-Owned businesses to participate and respond to this bid request.

All questions related to the Project shall be submitted by email no later than 10:00 a.m., local time, on Friday, October 13, 2023, to Andrew Waters at awaters@esi-ga.com. Questions, if answered, will be addressed by Addenda to the Contract Documents distributed to all planholders by Engineering Strategies, Inc. 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 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.

RFB # 2023-WP-13

Separate sealed Bids for the construction of the Jonesboro & Noah’s Ark RPS Improvements project will be received by the Clayton County Water Authority (CCWA) at 1600 Battle Creek Road, Morrow, Georgia 30260 until 10:00 a.m. local time, the 3RD day of October, 2023, 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, September 19, 2023 at 1600 Battle Creek Road, Morrow, Georgia 30260 at 10:00 a.m. local time to discuss the Project. Attendance at the pre-bid conference is encouraged but not required.

The pre-bid conference can also be attended virtually. To join the pre-bid conference call, use the below Microsoft Teams link or call-in number:

Join Pre-bid Microsoft Teams Meeting

or

Phone number: +1 470-443-0872

Conference ID: 224 434 804#

The bid opening will only be hosted virtually. To join the bid opening conference call, use the below Microsoft Teams link or call-in number:

Join Bid Opening Microsoft Teams Meeting

or

Phone number: +1 912-483-5368

Conference ID: 538 804 502#

Bidders are required to visit the Site and conduct a thorough visual examination of both Sites and adjacent areas. Each Bidder shall attend the Site visits on Tuesday, September 19, 2023, from 12:00 p.m. to 2:00 p.m. local time at starting at Jonesboro RPS (7700 Old Morrow Road, Jonesboro GA, 30236) and moving to Noah’s Ark RPS (1865 Noah’s Ark Road, Jonesboro GA, 30236) at 1:00 p.m.

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

  • Jonesboro RPS
    1. Remove all existing pumps, gas engine drivers, piping, valves, and install proposed pumps, piping, and valves indicated in the Drawings and Specifications;
    2. Remove existing 480-volt motor control center and low-voltage electrical distribution equipment.
    3. Provide proposed electrical distribution system including low-voltage switchgear with integrated transfer automation, variable frequency drives for the proposed pumps, and low-voltage distribution equipment to power the proposed electrical building and to repower the existing pump building.
    4. Provide a standby generator with packaged weather-proof enclosure on sub-base diesel fuel tank.
    5. Construct proposed electrical building and perform all site work associated with its construction as indicated in the Drawings and Specifications;
    6. Remove and replace five yard valves;
    7. All other work indicated in the Drawings and Specifications not explicitly mentioned above.
  • Noah’s Ark RPS
    1. Remove all existing pumps, gas engine drivers, piping, valves, and install proposed pumps, piping, and valves in Buildings 1 and 2 as indicated in the Drawings and Specifications;
    2. Remove existing 480-volt motor control center and low-voltage electrical distribution equipment, including the existing standby generator that serves Building 2.
    3. Provide proposed electrical distribution system including low-voltage switchgear with integrated transfer automation, variable frequency drives for the proposed pumps, and low-voltage distribution equipment to power the proposed electrical building and to repower the existing pump buildings.
    4. Provide two standby generators with packaged weather-proof enclosures on sub-base diesel fuel tanks.
    5. Construct proposed electrical building and perform all site work associated with its construction as indicated in the Drawings and Specifications;
    6. Remove and replace eleven yard valves;
    7. All other work indicated in the Drawings and Specifications not explicitly mentioned above.

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 $22.00, 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#) 8445243. 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 Brian Jones at bjones@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.

CCWA encourages Small Local, Minority, and Women-Owned businesses to participate and respond to this bid request.

All questions related to the Project shall be submitted by email no later than 10:00 a.m., local time, on Thursday, September 21, 2023 to Brian Jones at bjones@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 responsive Bidder.

The successful Bidder will be required to furnish the additional Bonds and Insurance 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.

 

Addendum No. 1

Addendum No. 2

RFB # 2023-DC-19

The Clayton County Water Authority will open sealed bids from contractors via a Virtual Teams Meeting on Wednesday, October 4, 2023 at 2:00 p.m. (local time) for the annual contract for Miscellaneous Concrete Work. Any bids received after the specified time will not be considered.

A Non-Mandatory Pre-Bid Virtual Meeting will be held on Wednesday, September 20, 2023 at 2:00 p.m. (local time).

Please use the following call-in instructions to attend both the Pre-Bid and the Bid Opening meetings:

Join Microsoft Teams Meeting

Phone Number: +1 912-483-5368

Phone Conference ID: 998 825 192#

CCWA encourages Small Local, Minority and Women-Owned businesses to participate and respond to this bid request.

Request for Bid Documents (pdf)

Clayton County Water Authority’s Progressive Design Build for the W.B. Casey WRRF Biosolids Facilities Upgrade Project is in its subcontractor bidding stage for the Construction Phase of the project. The PDB’s Team Prime Construction Contractor: Archer Western Construction in collaboration with the Clayton County Water Authority will review submitted bids to select best value subcontractors. For a complete list of available RFPs visit the Smart Bid Link below.

This project includes DBE/MBE/WBE Procurement Incentives. DBEs, MBEs, and WBEs are encouraged to participate.

Proposal Submission Deadline: October 06, 2023 | 11:00 AM

Smart Bid Link: https://securecc.smartinsight.co/#/PublicBidProject/706990

Complete List of Solicitations: WB Casey Outreach Flyer

Notes:

  • All questions regarding solicitation shall be submitted to CaseyUpgrade@walshgroup.com
  • Bid submission instructions are included in the Solicitation Packets. RFP Responses shall NOT be submitted to the Clayton County Water Authority.

It is the policy of the Clayton County Water Authority (CCWA) to promote award of agreements and subagreements for goods and/or services to certified minority and women-owned businesses.
General Contractors are encouraged to solicit minority and women-owned businesses whenever there are potential sources. General Contractors are encouraged to utilize the services and assistance of the U.S. Small Business Administration (SBA) and the Office of the Department of Commerce Minority Business Development Agency (MBDA). These agencies can provide assistance in securing the names of certified minority and women-owned businesses.

The Georgia Department of Transportation (DOT) has established a list of qualified Disadvantaged Business Enterprises. Information is available on their website under the tab for “Directories”, then select the link for “UCP Directory-Excel”, or click the link below:

Georgia Department of Transportation Directory Disadvantaged Business Enterprises

Any vendor wanting to do business with the Clayton County Water Authority must first meet the respective risk management requirements as outlined on the documents below.

CCWA Risk Management Requirements Under $50,000 (PDF)
CCWA Risk Management Requirements Over $50,000 (PDF)

Disclaimer: Complying with these risk management requirements by a vendor does not guarantee a purchase for any goods or services.

Purchase Orders are governed by the standard Clayton County Water Authority (CCWA) Terms and Conditions. By receiving and fulfilling the requests and obligations of a Purchase Order, a vendor is agreeing to the CCWA Terms and Conditions and agreeing for the Purchase Order to be governed by said Terms and Conditions. Should the vendor have any questions regarding the standard CCWA Terms and Conditions, please contact CCWA Contracts, Compliance and Risk Management via email at CCWA_Procurement@ccwa.us.

Clayton County Water Authority Purchase Order Terms & Conditions