Okaloosa County Sealed Solicitation

Title: New Seminole Well Hwy 20 & Cedar Street

Deadline: 5/8/2024 3:00 PM   (UTC-06:00) Central Time (US & Canada)

Status: Deadline Expired

Solicitation Number: ITB WS 47-24

Description: Summary of Work:

A. The project intent is to construct a new potable water well in the Seminole Community area just
east of Niceville, FL.
B. The WORK covered by the CONTRACT Documents include the construction of a new potable water
well including CMU building, one well pump and motor, piping, valves, flowmeter, tablet disinfection
system, controls, electrical including a generator set (generator, ATS and HVAC supplied by Owner,
installed by Contractor), sitework, and other WORK as shown on the construction drawings and
described in the specifications.


Pre-Bid Meeting Date: 4/23/2024 9:00 AM

Pre-Bid Meeting Details: Please sign up if you plan to attend the pre-bid meeting.A mandatory pre-bid conference will be held at 9:00 AM local time on April 23rd, 2024 at the Okaloosa County Water and Sewer 3rd Floor Conference Room, 1804 Lewis Turner Blvd, Fort Walton Beach, FL.


Documents:

Documents as of 4/3/2024
Login to view documents
Addition 1

Posted: 4/29/2024

Type of Addition: Addendum 1

Overview: The following items are hereby incorporated into the project contract documents and
specifications.

Deadline: 5/8/2024 3:00 PM

Solicitation #: ITB WS 47-24

Documents:

Addition 2

Posted: 5/3/2024

Type of Addition: Addendum

Overview: See attached addendum 2

Deadline: 5/8/2024 3:00 PM

Solicitation #: ITB WS 47-24

Documents:

Question 1

Posted: 4/26/2024

Question: 1) Page 00100-18 includes Davis-Bacon Act: Applicability when required by grant funding… Please confirm that since this project is not federally funding that Davis-Bacon wage rates are NOT required. 2) Page 00100-21 Domestic Preference for Procurements: Applicability when using grant funding… Please confirm if Domestic Preference is required for this project. 3) Page 00100-21 Buy American (also p. 00100-24 Certificate of Compliance Buy American) – similar to above. Please confirm if Buy American is required for this project.

Response: Davis-Bacon wage rates are only applicable for Contracts using federal grant funds. Since this project is not utilizing any grant funding, this does not apply. Domestic Preference for Procurement is only applicable for Contracts using federal grant funds. Since this project is not utilizing any grant funding, this does not apply. Buy America is only applicable for Contracts using federal grant funds. Since this project is not utilizing any grant funding, this does not apply.

Question 2

Posted: 4/26/2024

Question: We are concerned with the 305 days to Substantial Completion and that this is not enough time to construct this project with the current market conditions of lead time for procurement of equipment and electrical gear. Please confirm that the contractor will not be charged nor penalized for documented late delivery of equipment or electrical gear. It is critical that we get this confirmation.

Response: Contract times have been adjusted with this addendum in Item #2. The revised times are 365 calendar days to substantial completion and 425 calendar days to final completion. Regarding the concern of late delivery of electrical gear, Section 00700, Article 4, Item 4.05.C states that “If Contractor’s performance or progress is delayed, disrupted, or interfered with by unanticipated causes not the fault of and beyond the control of Owner, Contractor, and those for which they are responsible, then Contractor shall be entitled to an equitable adjustment in Contract Times. Contractor’s entitlement to an adjustment of the Contract Times is conditioned on such adjustment being essential to Contractor’s ability to complete the Work within the Contract Times.” If such delays are unavoidable, and documented by the Contractor, the Owner will consider extending the Contract times under this Article.

Question 3

Posted: 4/26/2024

Question: • Bid form appears to may have duplicated a bid item. It looks like Bid Item 15 & 16 are the exact same. Please correct or clarify.

Response: Bid Item #15 is for the abandonment of the test HOLE and Bid Item #16 is for the abandonment of the test WELL. These, along with Bid Item #17, are each different and will only be used “IF REQUIRED” as stated in each bid item. Bid Item #15 would be utilized if the test hole had to be abandoned due to formation issues discovered before the test well was installed. Bid Item #16 would be utilized if the test well had to be abandoned due to water quality issues discovered after the test well was installed. Similarly, Bid Item #17 would only be utilized if the final production well required abandonment.

Question 4

Posted: 4/30/2024

Question: Item 2 on the Bid Schedule states 30” Dia. Steel Surface Casing for the description; however, the Well Section on Sheet C-6 shows the surface casing to be 36” Steel. Please advise correct diameter for the steel surface casing pipe.

Response: See attached addendum 2

Question 5

Posted: 5/1/2024

Question: Spec. 33 21 13.01, paragraph 1.5A. We are unable to guarantee the well to produce the min. capacity as specified in the well data sheet, or that the well will produce no sand, lime rock particles, or other foreign material. There is not current data showing this volume of water is available. We can mutually agree on a volume and condition of the well after the test well is constructed and everyone is agreement that the targeted volume of water is available. Please change this requirement accordingly.

Response: See attached addendum 2

Question 6

Posted: 5/1/2024

Question: We anticipate the mast of the drilling rig to be within 5’-0” of the overhead power at the proposed well location. We reached out to Chelco for support to safely perform this work. They will not insulate the lines for our work. They only insulate for hot work that their linemen perform. All OSHA standards will have to be followed which requires a minimum distance of 10’ but could be further depending on voltage of the line. If the well location cannot be moved, can an allowance bid item be provided to cover costs necessary for rerouting of utilities if it is needed? Currently due to the location of the well and existing utilities, the construction of the well cannot be completed.

Response: See attached addendum 2

Question 7

Posted: 5/1/2024

Question: With the perimeter fence grounding added under addendum 1 Bid item 14: Will this work be done during the duration of the original contract or will this be something done after the project is completed? (During the pre-bid meeting it was stated (Unless I misunderstood) the owner provided fencing would come after the completion of the project.)

Response: See attached addendum 2

Question 8

Posted: 5/1/2024

Question: With the owner providing the generator and ATS will the owner be responsible for arranging/paying for start up and any testing or load bank testing? If not please provide the manufacture of the generator/ATS and test requirements.

Response: See attached addendum 2

Question 9

Posted: 5/1/2024

Question: With the owner providing all SCADA will the owner be responsible/ pay for for all start up, testing and items listed in 26 59 05 partially par 3.10? If not can a point of contact be provided?

Response: See attached addendum 2

Question 10

Posted: 5/1/2024

Question: What is the availability of natural gas at the site for the new owner supplied generator?

Response: See attached addendum 2

Question 11

Posted: 5/1/2024

Question: Will the owner be responsible for and pay any CHELCO installation charges for the new service, transformers, etc.? Normally these charges are not available at bid time.

Response: See attached addendum 2

Question 12

Posted: 5/1/2024

Question: On sheet E-7 the "Pump Light Pole" detail shows and aluminum pole being direct burial and back filled with concrete. Will this pole be required to have some sort of coating on it below grade in concrete? If so any recommendations? (Just seems unusual to have aluminum in concrete.)

Response: See attached addendum 2

Question 13

Posted: 5/1/2024

Question: Under conduit applications section 16005 Par. 3.13 B: This is calling for all direct burial conduit to be schedule 80 and all exposed to be schedule 40. Is this correct? (It seems maybe 80 should be used where subject to damage or maybe within possibly 5 foot of finished grade with schedule 40 below grade.) Please clarify if needed.

Response: See attached addendum 2

Question 14

Posted: 5/1/2024

Question: Reference Item #18 on the bid form: Is the building permit fee of $5,000 intended to include sub-contractor's permits? (IE Electrical) or should the subs add their permit fees to their quotes?

Response: See attached addendum 2

Posted: 4/29/2024

Type of Addition: Addendum 1

Overview: The following items are hereby incorporated into the project contract documents and
specifications.

Deadline: 5/8/2024 3:00 PM

Solicitation #: ITB WS 47-24

Documents:

Posted: 5/3/2024

Type of Addition: Addendum

Overview: See attached addendum 2

Deadline: 5/8/2024 3:00 PM

Solicitation #: ITB WS 47-24

Documents:

Posted: 4/26/2024

Question: 1) Page 00100-18 includes Davis-Bacon Act: Applicability when required by grant funding… Please confirm that since this project is not federally funding that Davis-Bacon wage rates are NOT required. 2) Page 00100-21 Domestic Preference for Procurements: Applicability when using grant funding… Please confirm if Domestic Preference is required for this project. 3) Page 00100-21 Buy American (also p. 00100-24 Certificate of Compliance Buy American) – similar to above. Please confirm if Buy American is required for this project.

Response: Davis-Bacon wage rates are only applicable for Contracts using federal grant funds. Since this project is not utilizing any grant funding, this does not apply. Domestic Preference for Procurement is only applicable for Contracts using federal grant funds. Since this project is not utilizing any grant funding, this does not apply. Buy America is only applicable for Contracts using federal grant funds. Since this project is not utilizing any grant funding, this does not apply.

Posted: 4/26/2024

Question: We are concerned with the 305 days to Substantial Completion and that this is not enough time to construct this project with the current market conditions of lead time for procurement of equipment and electrical gear. Please confirm that the contractor will not be charged nor penalized for documented late delivery of equipment or electrical gear. It is critical that we get this confirmation.

Response: Contract times have been adjusted with this addendum in Item #2. The revised times are 365 calendar days to substantial completion and 425 calendar days to final completion. Regarding the concern of late delivery of electrical gear, Section 00700, Article 4, Item 4.05.C states that “If Contractor’s performance or progress is delayed, disrupted, or interfered with by unanticipated causes not the fault of and beyond the control of Owner, Contractor, and those for which they are responsible, then Contractor shall be entitled to an equitable adjustment in Contract Times. Contractor’s entitlement to an adjustment of the Contract Times is conditioned on such adjustment being essential to Contractor’s ability to complete the Work within the Contract Times.” If such delays are unavoidable, and documented by the Contractor, the Owner will consider extending the Contract times under this Article.

Posted: 4/26/2024

Question: • Bid form appears to may have duplicated a bid item. It looks like Bid Item 15 & 16 are the exact same. Please correct or clarify.

Response: Bid Item #15 is for the abandonment of the test HOLE and Bid Item #16 is for the abandonment of the test WELL. These, along with Bid Item #17, are each different and will only be used “IF REQUIRED” as stated in each bid item. Bid Item #15 would be utilized if the test hole had to be abandoned due to formation issues discovered before the test well was installed. Bid Item #16 would be utilized if the test well had to be abandoned due to water quality issues discovered after the test well was installed. Similarly, Bid Item #17 would only be utilized if the final production well required abandonment.

Posted: 4/30/2024

Question: Item 2 on the Bid Schedule states 30” Dia. Steel Surface Casing for the description; however, the Well Section on Sheet C-6 shows the surface casing to be 36” Steel. Please advise correct diameter for the steel surface casing pipe.

Response: See attached addendum 2

Posted: 5/1/2024

Question: Spec. 33 21 13.01, paragraph 1.5A. We are unable to guarantee the well to produce the min. capacity as specified in the well data sheet, or that the well will produce no sand, lime rock particles, or other foreign material. There is not current data showing this volume of water is available. We can mutually agree on a volume and condition of the well after the test well is constructed and everyone is agreement that the targeted volume of water is available. Please change this requirement accordingly.

Response: See attached addendum 2

Posted: 5/1/2024

Question: We anticipate the mast of the drilling rig to be within 5’-0” of the overhead power at the proposed well location. We reached out to Chelco for support to safely perform this work. They will not insulate the lines for our work. They only insulate for hot work that their linemen perform. All OSHA standards will have to be followed which requires a minimum distance of 10’ but could be further depending on voltage of the line. If the well location cannot be moved, can an allowance bid item be provided to cover costs necessary for rerouting of utilities if it is needed? Currently due to the location of the well and existing utilities, the construction of the well cannot be completed.

Response: See attached addendum 2

Posted: 5/1/2024

Question: With the perimeter fence grounding added under addendum 1 Bid item 14: Will this work be done during the duration of the original contract or will this be something done after the project is completed? (During the pre-bid meeting it was stated (Unless I misunderstood) the owner provided fencing would come after the completion of the project.)

Response: See attached addendum 2

Posted: 5/1/2024

Question: With the owner providing the generator and ATS will the owner be responsible for arranging/paying for start up and any testing or load bank testing? If not please provide the manufacture of the generator/ATS and test requirements.

Response: See attached addendum 2

Posted: 5/1/2024

Question: With the owner providing all SCADA will the owner be responsible/ pay for for all start up, testing and items listed in 26 59 05 partially par 3.10? If not can a point of contact be provided?

Response: See attached addendum 2

Posted: 5/1/2024

Question: What is the availability of natural gas at the site for the new owner supplied generator?

Response: See attached addendum 2

Posted: 5/1/2024

Question: Will the owner be responsible for and pay any CHELCO installation charges for the new service, transformers, etc.? Normally these charges are not available at bid time.

Response: See attached addendum 2

Posted: 5/1/2024

Question: On sheet E-7 the "Pump Light Pole" detail shows and aluminum pole being direct burial and back filled with concrete. Will this pole be required to have some sort of coating on it below grade in concrete? If so any recommendations? (Just seems unusual to have aluminum in concrete.)

Response: See attached addendum 2

Posted: 5/1/2024

Question: Under conduit applications section 16005 Par. 3.13 B: This is calling for all direct burial conduit to be schedule 80 and all exposed to be schedule 40. Is this correct? (It seems maybe 80 should be used where subject to damage or maybe within possibly 5 foot of finished grade with schedule 40 below grade.) Please clarify if needed.

Response: See attached addendum 2

Posted: 5/1/2024

Question: Reference Item #18 on the bid form: Is the building permit fee of $5,000 intended to include sub-contractor's permits? (IE Electrical) or should the subs add their permit fees to their quotes?

Response: See attached addendum 2