Okaloosa County Sealed Solicitation

Title: CEW South Apron Rehabilitation

Deadline: 7/12/2023 3:00 PM   (UTC-06:00) Central Time (US & Canada)

Status: Awarded

Solicitation Number: ITB AP 46-23

Description: Notice is hereby given that the Board of County Commissioners of Okaloosa County, FL, will accept bids until Wednesday, June 28, 2023 at 3:00 p.m. (C.S.T.) for "CEW South Apron Rehabilitation” project, at Bob Sikes Airport.


The project can generally be described: Removal and replacement of asphalt pavement, aircraft tie-downs, pavement markings, and replacement of high mast lights. The time of completion for the work is anticipated to be 165 calendar days to achieve Substantial Completion. Exact time requirements are defined in the Instructions to Bidders. Interested respondents desiring consideration shall submit their response online at Vendor Registry through the link provided below:
https://vrapp.vendorregistry.com/Bids/View/BidsList?BuyerId=21d474a1-e536-4f4d-9f2c-77c3b1e3c683

A non-mandatory Pre-Bid Conference will be conducted in-person, located at 1701 State Road 85 North, Eglin A.F.B. 32542-1498 on 2nd Floor, Conference room 1 and simultaneously through a Zoom meeting on Tuesday, June 6, 2023 at 2:00 p.m. (C.S.T.). All interested attendees must e-mail the following e-mail address for further link, login and password instructions. For further information email epoole@myokaloosa.com

Unless otherwise stipulated in the bid/proposal description, all responses must be submitted using Vendor Registry only. No other means of submission of responses will be accepted. Responses will be accepted by Vendor Registry until June 28, 2023 at 3:00 p.m. (C.S.T.) at which time all bids that are timely submitted will be opened and reviewed. A Bid Security in the amount of five percent (5%) of the sum of the Total Bid Price will be required for this Project. Exact Bid Guarantee period requirements are defined in the Instructions to Bidders.

IMPORTANT NOTICES:
All Bidders are hereby notified that they must comply with: 1) the Disadvantaged Business Enterprise (DBE) requirements of 49 CFR Part 26, as referenced in the Owner's Disadvantaged Business Enterprise Participation Program and Affirmative Action requirements; 2) the Buy American requirements imposed by
49 USC § 50101; 3) the minimum prevailing wage rates established by the Secretary of the U.S. Department of Labor (Davis Bacon requirements); 4) Certification Regarding Lobbying Pursuant to 49 CFR Part 20 for Contracts, Grants, Loans, and Cooperative Agreements; 5) Certification Regarding Debarment,
Suspension, Ineligibility And Voluntary Exclusion (2 CFR Part 1200 and 2 CFR Part 180); and 6) Certification Regarding Foreign Trade Restriction. The Okaloosa County Board of County Commissioners, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 USC 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises and airport concessions disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. The DBE Participation Goal for this Contract is 7.12%.
Once you have attended the Zoom meeting, please e-mail your company name to epoole@myokaloosa.com to inform the Purchasing Department after your company has attended the Zoom meeting. *Note: this meeting will be recorded for the purpose of producing meeting minutes. Okaloosa County Bob Sikes Airport
Notice to Bidders CEW South Apron Rehabilitation Funding for this project is being provided by Okaloosa County, Federal Aviation Administration, and the Florida Department of Transportation and will be subject to all applicable County requirements.

For this solicitation, ITB AP 46-23, please contact:
Erin Poole,
Contracts and Leases Coordinator
epoole@myokaloosa.com
850-689-5960


Pre-Bid Meeting Date: 6/6/2023 2:00 PM

Pre-Bid Meeting Details: Please sign up if you plan to attend the pre-bid meeting.A non-mandatory Pre-Bid Conference will be conducted in-person, located at 1701 State Road 85 North, Eglin A.F.B. 32542-1498 on 2nd Floor, Conference room 1 and simultaneously through a Zoom meeting on Tuesday, June 6, 2023 at 2:00 p.m. (C.S.T.). All interested attendees must e-mail the following e-mail address for further link, login and password instructions. For further information email epoole@myokaloosa.com. Once you have attended the Zoom meeting, please e-mail your company name to epoole@myokaloosa.com to inform the Purchasing Department after your company has attended the Zoom meeting. *Note: this meeting will be recorded for the purpose of producing meeting minutes.


Documents:

Documents as of 6/15/2023
Login to view documents
Addition 1

Posted: 6/15/2023

Type of Addition: Addendum 1

Overview: Please find the attached document and information below for the above referenced Addendum 1. This Addendum is hereby made a part of the Contract Documents and Specifications of the above referenced project. All other requirements of the original Contract Documents and Specifications shall remain effective in their respective order.

Deadline: 7/12/2023 3:00 PM

Solicitation #: ITB AP 46-23

Documents:

Addition 2

Posted: 7/5/2023

Type of Addition: Addendum 2

Overview: Please find the attached document and information below for the above referenced Addendum 2.
This Addendum is hereby made a part of the Contract Documents and Specifications of the above referenced project. All other requirements of the original Contract Documents and Specifications shall remain effective in their respective order.

Deadline: 7/12/2023 3:00 PM

Solicitation #: ITB AP 46-23

Documents:

Addition 3

Posted: 7/12/2023

Type of Addition: In Review

Addition 4

Posted: 5/17/2024

Type of Addition: Award Information / Gum Creek Farms, Inc. / 09/22/2023

Documents:

Question 1

Posted: 6/2/2023

Question: Will a Plan Holders List be available for this project? And is it still true that the cost estimate is not released for projects? Thank you.

Response: Since the plans are located in the bid documents and the bid process is all online, we do not keep a plan holders list. However, Purchasing can provide a list of the companies that have downloaded the bid documents. The cost estimate for this project is between $3.75M—$4M total cost for all phases.

Question 2

Posted: 6/6/2023

Question: What is the engineers estimate for the project?

Response: The cost estimate for this project is between $3.75M—$4M total cost for all phases.

Question 3

Posted: 6/20/2023

Question: 1.Bid Schedule Sheet B1-8, Items 1,2,3,4 are duplicated. Please clarify what these items are for. 2. On Plan Sheet C-2 Full Depth PCC Removal, Calls out pavement section detail on C-17. Sheet C-17 does not show this detail. Sheet C-9 calls for Limerock Base where the existing PCC was. I assume this is 10" Limerock Base. Please clarify. 3. Bid Schedule Alt 2 Item 16 New Tie Downs reads 117ea. Plan sheet C-16 states 19ea. Please clarify. 4. Will an excavation and embankment item be added to Bid Alt 1 for the excavation for the 10" Limerock Base or is it to be included in 10" Limerock Base item?

Response: 1. Bid Items 9 through 12 for Additive Alternate No. 1 will be updated to reflect the Bid Items depicted on Sheet G-2 in an upcoming addendum. 2. The callout on C-2 should reference New Asphalt Taxilane Detail on Sheet C-21 where a 10-inch limerock base is specified. This 10-inch limerock base is Pay Item P-211-2, Limerock Base Course (10”). This revision will be provided in an upcoming addendum. 3. Additive Alternate No. 2, Pay Item 16 will be revised from 117 to 19 in an upcoming addendum. 4. An excavation and embankment pay item is already provided in Additive Alternate No. 1 (Pay Item 10, P-152-1 Excavation and Embankment) for the excavation needed for the new taxilane asphalt pavement section.

Posted: 6/15/2023

Type of Addition: Addendum 1

Overview: Please find the attached document and information below for the above referenced Addendum 1. This Addendum is hereby made a part of the Contract Documents and Specifications of the above referenced project. All other requirements of the original Contract Documents and Specifications shall remain effective in their respective order.

Deadline: 7/12/2023 3:00 PM

Solicitation #: ITB AP 46-23

Documents:

Posted: 7/5/2023

Type of Addition: Addendum 2

Overview: Please find the attached document and information below for the above referenced Addendum 2.
This Addendum is hereby made a part of the Contract Documents and Specifications of the above referenced project. All other requirements of the original Contract Documents and Specifications shall remain effective in their respective order.

Deadline: 7/12/2023 3:00 PM

Solicitation #: ITB AP 46-23

Documents:

Posted: 7/12/2023

Type of Addition: In Review

Posted: 5/17/2024

Type of Addition: Award Information / Gum Creek Farms, Inc. / 09/22/2023

Documents:

Posted: 6/2/2023

Question: Will a Plan Holders List be available for this project? And is it still true that the cost estimate is not released for projects? Thank you.

Response: Since the plans are located in the bid documents and the bid process is all online, we do not keep a plan holders list. However, Purchasing can provide a list of the companies that have downloaded the bid documents. The cost estimate for this project is between $3.75M—$4M total cost for all phases.

Posted: 6/6/2023

Question: What is the engineers estimate for the project?

Response: The cost estimate for this project is between $3.75M—$4M total cost for all phases.

Posted: 6/20/2023

Question: 1.Bid Schedule Sheet B1-8, Items 1,2,3,4 are duplicated. Please clarify what these items are for. 2. On Plan Sheet C-2 Full Depth PCC Removal, Calls out pavement section detail on C-17. Sheet C-17 does not show this detail. Sheet C-9 calls for Limerock Base where the existing PCC was. I assume this is 10" Limerock Base. Please clarify. 3. Bid Schedule Alt 2 Item 16 New Tie Downs reads 117ea. Plan sheet C-16 states 19ea. Please clarify. 4. Will an excavation and embankment item be added to Bid Alt 1 for the excavation for the 10" Limerock Base or is it to be included in 10" Limerock Base item?

Response: 1. Bid Items 9 through 12 for Additive Alternate No. 1 will be updated to reflect the Bid Items depicted on Sheet G-2 in an upcoming addendum. 2. The callout on C-2 should reference New Asphalt Taxilane Detail on Sheet C-21 where a 10-inch limerock base is specified. This 10-inch limerock base is Pay Item P-211-2, Limerock Base Course (10”). This revision will be provided in an upcoming addendum. 3. Additive Alternate No. 2, Pay Item 16 will be revised from 117 to 19 in an upcoming addendum. 4. An excavation and embankment pay item is already provided in Additive Alternate No. 1 (Pay Item 10, P-152-1 Excavation and Embankment) for the excavation needed for the new taxilane asphalt pavement section.