Active SLED Opportunity · FLORIDA · COUNTY OF OKALOOSA
AI Summary
The POCAHONTAS LIFT STATION REPLACEMENT PROJECT involves site preparation and installation of a corrosion-proof polymer concrete precast wet well, including excavation, concrete pouring, and installation of two ~25 HP submersible sewer pumps with related equipment. The project requires compliance with extensive insurance and federal regulations, with bids due by May 27, 2026.
The Project consists of site preparation, furnishing, and installation of a corrosion-proof polymer concrete precast wet well using the caisson method with tremie pour for the bottom seal. The scope includes clearing and grubbing the site, installing erosion and sedimentation controls, excavating for the wet well shaft, assembling and sealing wet well sections with retainer straps and watertight joints, pouring the tremie seal concrete, installing the secondary pour for the wet well bottom with chamfered edges, conducting buoyancy calculations, watertightness testing, and backfilling. Additionally, the scope include furnishing and installing two (2) ~25 HP submersible, heavy duty, explosion proof, non-clog sewer pumps, base elbows, stainless steel discharge piping and guide rail system; pump control panel, and all other appurtenances and related work required to complete the Work in accordance with the attached plans and spe
The Project consists of site preparation, furnishing, and installation of a corrosion-proof polymer concrete precast wet well using the caisson method with tremie pour for the bottom seal. The scope includes clearing and grubbing the site, installing erosion and sedimentation controls, excavating for the wet well shaft, assembling and sealing wet well sections with retainer straps and watertight joints, pouring the tremie seal concrete, installing the secondary pour for the wet well bottom with chamfered edges, conducting buoyancy calculations, watertightness testing, and backfilling. Additionally, the scope include furnishing and installing two (2) ~25 HP submersible, heavy duty, explosion proof, non-clog sewer pumps, base elbows, stainless steel discharge piping and guide rail system; pump control panel, and all other appurtenances and related work required to complete the Work in accordance with the attached plans and spe
The County of Okaloosa is accepting electronic bid submissions. Bidders shall create a FREE account with OpenGov Procurement by signing up at https://procurement.opengov.com/signup. Once you have completed account registration, browse back to this page, click on "Draft Response", and follow the instructions to submit the electronic bid.
Please see the Attachments section for specifications and attachments.
| Release Project Date: | May 4, 2026 |
| Pre-Proposal Meeting (Mandatory): | May 12, 2026, 9:00am Okaloosa County Water and Sewer Field Offices Conference Room, 1808 Lewis Turner Blvd, Fort Walton Beach, FL. |
| Question Submission Deadline: | May 22, 2026, 3:00pm |
| Proposal Submission Deadline: | May 27, 2026, 3:00pm |
Limit:
State Statutory
Employer's Liability $500,000 each accident
Robyn Egan
Engineer III
1802 Lewis Turner Blvd
Fort Walton Beach, FL 32547
Email: regan@myokaloosa.com
Phone: (850) 585-0432
Limit
$1M each occurrence for Bodily Injury & Property Damage
$1M each occurrence Products and completed operations
DeRita Mason
Purchasing Manager
5479A Old Bethel Rd.
Crestview, FL 32531
Email: dmason@myokaloosa.com
Phone: (850) 689-5960
Coverage must be afforded for all Owned, Hired, Scheduled, and Non-Owned vehicles for Bodily Injury and Property Damage. If the contractor does not own vehicles, the contractor shall maintain coverage for Hired & Non-Owned Auto Liability, which may be satisfied by way of endorsement to the Commercial General Liability policy or separate Business Auto Policy. Contractor must maintain this insurance coverage throughout the life of this Agreement.
Limit:
$1M each accident (a combined single limit)
Limit:
$1M each occurrence for Bodily Injury & Property Damage
$1M each occurrence Products and completed operations
Builder’s Risk Insurance written on an “All Risk” basis equal to one hundred percent (100%) of the completed project value, including the interests of the County, Vendor, and subcontractors. Deductibles not to exceed 5% for Named Windstorm and $20,000 per claim for all other perils.
Cyber Liability Insurance, including Network Security and Privacy Liability coverage, shall include liability arising from theft, dissemination, or use of confidential information stored or transmitted electronically; unauthorized access, tampering, or hacker attacks; denial of service; and introduction of malicious code or viruses. Coverage must include PCI breach expenses if the Vendor collects credit card information, as well as monitoring, remediation, and notification costs required under state law.
Minimum Limit: $1,000,000 per loss.
Professional Liability/Errors & Omissions Insurance covering wrongful acts, errors, or omissions in professional services.
Minimum Limit: $1,000,000 per claim.
Pollution Liability Insurance covering bodily injury, property damage, and cleanup costs arising from the release of pollutants.
Minimum Limit: $1,000,000 per occurrence.
The Contractor agrees to report any incident or claim that results from performance of this Agreement. The County representative shall receive written notice in the form of a detailed written report describing the incident or claim within ten (10) days of the Contractor’s knowledge. In the event such incident or claim involves injury and/or property damage to a third party, verbal notification shall be given the same day the Contractor becomes aware of the incident or claim followed by a written detailed report within ten (10) days of verbal notification.
To the fullest extent permitted by law, Contractor shall indemnify and hold harmless the County, its officers and employees from liabilities, damages, losses, and costs including but not limited to reasonable attorney fees, to the extent caused by the negligence, recklessness, or wrongful conduct of the Contractor and other persons employed or utilized by the Contractor in the performance of this contract.
Any type of insurance or increase of limits of liability not described above which, the Contractor required for its own protection or on account of statute shall be its own responsibility and at its own expense.
Any exclusions or provisions in the insurance maintained by the contractor that excludes coverage for work contemplated in this contract shall be deemed unacceptable and shall be considered breach of contract.
The carrying of the insurance described shall in no way be interpreted as relieving the Contractor of any responsibility under this contract.
Should the Contractor engage a subcontractor or sub-subcontractor, the same conditions will apply under this Agreement to each subcontractor and sub-subcontractor.
The Contractor hereby waives all rights of subrogation against Okaloosa County and its employees under all the foregoing policies of insurance.
The Contractor shall have the right to meet the liability insurance requirements with the purchase of an EXCESS/UMBRELLA insurance policy. In all instances, the combination of primary and EXCESS/UMBRELLA liability coverage must equal or exceed the minimum liability insurance limits stated in this Agreement.
Confirm that your fee proposal is not attached in your Proposal and is attached separately here.
Enter your Sam.Gov Unique Entity Identifier (UEI) number.
Enter your Cage Code
I certify that this bid is made without prior understanding, agreement, or connection with any other respondent submitting a bid for the same materials, supplies, equipment or services, and is in all respects fair and without collusion or fraud. I agree to abide by all terms and conditions of this bid and certify that I am authorized to sign this bid for the respondent.
RESPONDENT CERTIFIES that it has implemented a drug-free workplace program. In order to have a drug-free workplace program, a business shall:
As the person authorized to sign this statement, I certify that this firm complies fully with the above requirements.
In accordance with Okaloosa County Policy and Executive Order Number 11-116 from the office of the Governor of the State of Florida, Respondent hereby certifies that the U.S. Department of Homeland Security’s E-Verify system will be used to verify the employment eligibility of all new employees hired by the Respondent during the contract term, and shall expressly require any subcontractors performing work or providing services pursuant to the contact to likewise utilize the U.S. Department of Homeland Securities E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the contract term; and shall provide documentation such verification to the COUNTY upon request.
The Board of County Commissioners have established a solicitation silence policy (Cone of Silence) that prohibits oral and written communication regarding all formal solicitations for goods and services (ITB, RFP, ITQ, ITN, and RFQ) or other competitive solicitation between the bidder (or its agents or representatives) or other entity with the potential for a financial interest in the award (or their respective agents or representatives) regarding such competitive solicitation, and any County Commissioner or County employee, selection committee member or other persons authorized to act on behalf of the Board including the County’s Architect, Engineer or their sub-consultants, or anyone designated to provide a recommendation to award a particular contract, other than the Purchasing Department Staff.
The period commences from the time of advertisement until contract award.
Any information thought to affect the committee or staff recommendation submitted after bids are due, should be directed to the Purchasing Manager or an appointed representative. It shall be the Purchasing Manager’s decision whether to consider this information in the decision process.
Any violation of this policy shall be grounds to disqualify the Respondent from consideration during the selection process.
Respondent hereby certifies to comply with this policy.
Respondent certifies that they shall indemnify and hold harmless COUNTY, its officers and employees from liabilities, damages, losses, and costs including but not limited to reasonable attorney fees, to the extent caused by the negligence, recklessness, or intentional wrongful conduct of the CONTRACTOR and other persons employed or utilized by the CONTRACTOR in the performance of this Agreement.
The undersigned certifies, to the best of his or her knowledge and belief, that:
[Note: Pursuant to 31 U.S.C. § 1352(c)(1)-(2)(A), any person who makes a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $10,000 and not more than
$100,000 for each such expenditure or failure.] The Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply to this certification and disclosure, if any.
The following statement is made in accordance with the Privacy Act of 1974 (5 U.S.C. § 552(a), as amended). This certification is required by the regulations implementing Executive Orders 12549, Debarment and Suspension, and OMB 2 C.F.R.
Part 180, Participants' responsibilities. The regulations were amended and published on August 31, 2005, in 70 Fed. Reg. 51865-51880.
The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal or State department or agency;
Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.
Proposer certifies that it is not:
Pursuant to section 287.135(5), Florida Statutes, the County may disqualify the bid proper immediately or immediately terminate any agreement entered into for cause if the bid proposer is found to have submitted a false certification as to the above or if the Contractor is placed on the Scrutinized Companies that Boycott Israel List, is engaged in a boycott of Israel, has been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has been engaged in business operations in Cuba or Syria, during the term of the Agreement. If the County determines that the bid proposer has submitted a false certification, the County will provide written notice to the bid proposer. Unless the bid proposer demonstrates in writing, within 90 calendar days of receipt of the notice, that the County’s determination of false certification was made in error, the County shall bring a civil action against the bid proposer. If the County’s determination is upheld, a civil penalty shall apply, and the bid proposer will be ineligible to bid on any Agreement with a Florida agency or local governmental entity for three years after the date of County’s determination of false certification by bid proposer.
As the person authorized to sign this statement, I certify that this firm complies fully with the above requirements.
This solicitation contains Federal Grant funds. To the extent applicable, in accordance with Federal law, respondents shall comply with the clauses as enumerated below. Proposer shall adhere to all grant conditions as set forth in the requirements of the Grant including, but not limited to, those set forth below, as well as those listed below, which are incorporated herein by reference:
These cited regulations are hereby incorporated and made part of this Solicitation as if fully set forth herein. As stated above, this list is not all inclusive, any other requirement of law applicable in accordance with the Federal, State or grant requirements are also applicable and hereby incorporated into this Solicitation. If Proposer cannot adhere to or objects to any of the applicable federal requirements, Proposers proposal may be deemed by the County as unresponsive. The provisions in the exhibit tilted GRANT FUNDED CLAUSES in the Exhibit and Attachments Section are supplemental and in addition to all other provisions within the procurement. In the event of any conflict between the terms and conditions of this Exhibit and the terms and conditions of the remainder of the procurement, the conflicting terms and conditions of this Exhibit shall prevail. However, in the event of any conflict between the terms and conditions of this Exhibit and the terms and conditions of any federal grant funding document provided specific to the funds being used to contract services or goods under this Procurement the conflicting terms and conditions of that document shall prevail.
Proposer certifies that they are fully able to comply with these requirements, federal terms and conditions and has made any inquires and/or further examination of the law and requirements as is necessary to comply.
Are you a certified DBE or Minority Vendor?
Upload a copy of your DBE/Minority Vendor certification.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Will there be an evaluation committee to review the proposals and score them based on weights and multiple criteria?
Select the information you would like display.
Pick all that apply.
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.