SLED Opportunity · FLORIDA · COUNTY OF OKALOOSA
AI Summary
Okaloosa County seeks bids for the Veterans Park East Lobe Expansion project involving construction of a concrete walking path, boardwalk, statue pedestals, irrigation well, and landscaping. Mandatory pre-bid meeting on April 13, 2026. Bids due by April 23, 2026.
ITB PW 41-26 Veterans Park East Lobe Expansion
Notice is hereby given that the Board of County Commissioners of Okaloosa County, FL, will accept bids until 3:00 PM (CST) April 23, 2026 for the construction of the Veterans Park East Lobe Expansion ITB PW 41-26. The Project consists of construction of a concrete walking path, boardwalk, statue pedestals, irrigation well, and landscaping. The work is further defined as shown on the Plans and as described by the Contract Documents.
ADDENDUM NO. 1
TO: ALL BIDDERS
PROJECT: ITB 41-26 - VETERANS PARK EAST LOBE
BID TIME AND DATE: 3:00 PM LOCAL TIME, APRIL 23, 2026 (NO CHANGE)
APRIL 16, 2026
The following items are hereby incorporated into the project manual, procurement documents, contract documents, plans and specifications:
ITEM NO. 1 – [Update] Bid Form with Attachments Pay Item List pg.00410-3
Pay item list was updated to include the following changes:
Removal of line item 18 Misc (10%). All incidental electrical materials and labor necessary for complete installation of the electrical work, including minor conduit fittings, grounding and bonding components, field‑driven routing adjustments, testing, and coordination items shall be included in the associated cost of the electrical pay item.
1 (one) Year Maintenance Warranty was defined and reclassified as a additive alternate.
ITEM NO. 2 – Bidder Questions and Answers
ITEM NO. 3 – Pre-Bid Meeting Minutes and Sign-In Sheet
A copy of the pre-bid meeting minutes and sign-in sheet are attached to this Addendum.
RECEIPT OF THIS ADDENDUM SHALL BE ACKNOWLEDGED BY WRITING THIS ADDENDUM NUMBER AND DATE IN THE SPACE PROVIDED ON DOCUMENT ENTITLED, ‘ADDENDUM ACKNOWLEDGEMENT - ATTACHMENT A’ in SECTION 00410.
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.
ITB PW 41-26 Veterans Park East Lobe Expansion
Notice is hereby given that the Board of County Commissioners of Okaloosa County, FL, will accept bids until 3:00 PM (CST) April 23, 2026 for the construction of the Veterans Park East Lobe Expansion ITB PW 41-26. The Project consists of construction of a concrete walking path, boardwalk, statue pedestals, irrigation well, and landscaping. The work is further defined as shown on the Plans and as described by the Contract Documents.
Please see the Attachments section for specifications and attachments.
| Release Project Date: | March 24, 2026 |
| Pre-Proposal Meeting (Mandatory): | April 13, 2026, 9:00am A mandatory pre-bid conference will be held at 9:00 AM local time on April 13, 2026 at the Okaloosa County Public Works Office, 1759 S. Ferdon Blvd., Crestview, FL. |
| Question Submission Deadline: | April 14, 2026, 3:00pm |
| Proposal Submission Deadline: | April 23, 2026, 3:00pm |
Amber Hammonds
Purchasing Agent II
5479A Old Bethel Road
Crestview, FL 32536
Email: ahammonds@myokaloosa.com
Phone: (850) 689-5960 Ext: 6962
Amber Hammonds
Purchasing Agent II
5479A Old Bethel Road
Crestview, FL 32536
Email: ahammonds@myokaloosa.com
Phone: (850) 689-5960 Ext: 6962
Please Upload your COMPLETE response, including any and all required forms listed in the solicitation and the corresponding attachments.
(Do not upload cost information in 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.
Q (Start date): When's the project start date for this project?
A: This project will begin as soon as possible, with the County’s contract execution process typically taking about one month.
Q (Bid Proposal): Where does the bid proposal/unit price sheet get uploaded when everything is to turn in?
A: The bidder should follow the instructions in Section 00100 and submit all bid forms and attachments in a single document to https://procurement.opengov.com/portal/myokaloosa.
Q (Builder's Risk info): When was the park built?
A: Phase I, which included the walkways and statues, was completed in 2021, while Phase II, the shoreline restoration project, was completed in 2025.
Q (Electrical panel schedule ): Sheet E-3 shows panel schedules for existing panels with one note A; Existing 60A/2P breaker shall be replaced by a 100A/2P breaker. 1.) There are several other breakers shown bold on these panel schedules with no reference as to why they are shown bold. Why are these breakers shown bold? Please advise.
A: The existing 60A/2P breaker feeding panel LC-1 as well as the main 60A/2P breaker in LC shall be replaced with 100A/2P breakers as stated in keynote A. The additional breakers shown in bold on Sheet E 3, indicate new breakers serving new equipment being added to the existing panel as part of this project.
Q (Pole Details): 2.) Sheet E-5; shows 3 different pole details, but there is only one pole referenced on the lighting schedule. Please advise. Are all of the poles the same?
A: The pole details shown on Sheet E 5 include both new and existing installation conditions. All newly installed poles for this project shall be provided with internal handholes and internal conduit entry. The remaining pole details showing external handholes are provided for reference only and shall be used to guide conduit and conductor installations on existing poles where applicable.
Q (Sheet E-4 work references): Sheet E-4; shows an existing park, and east Lobe Expansion, with no reference as to whether some of what is shown on this sheet is existing, other than some existing poles shown with an E. 3.) Does all of the work referenced on sheet E-4 need to be provided, or is some of what is shown, other than poles with an E, existing to remain?
A: Existing work and equipment are shown in grayscale, while the east lobe expansion and all work pertaining to the expansion are shown in bold. Any bold items shown within the existing park limits represent additional equipment being added to existing poles as stated in keynote E.
Q (Conduit and conductor schedule): Sheet E-3 has a conduit and conductor schedule which shows conduit pathways with pull strings or wiring. There are a bunch of items shown on this list with no conduit sizes listed. 1.) Are these conduit pathways existing to remain? Please clarify that the electrical requirement is to ONLY pull string or wire as shown.
A: The conduit pathways shown on Sheet E 3 are new and are not existing to remain. Conduit for fiber runs shall be installed complete with pull string. Fiber optic cable shall be owner furnished and owner installed. Refer to General Note 4. Fiber runs with pull string shall utilize 1-1/2” conduit Low voltage runs with 1#10, 1#10N, 1#10G shall utilize 1” conduit.
Q (Sheet E-3 Lighting Fixture Schedule): The last part of this part number, (PMOS24) appears to be incorrect. The lighting vendor does not know, and it is not shown as an available option in the fixture spec sheets. Please clarify.
A: Concur. “PMOS24” is not a valid option and is not applicable to this luminaire. It shall be removed from the part number. The corrected luminaire part number is MPP-LED-10L-SIL-3-UNV-DIM-27-70CRI-ALSC-BRZ.
Q (No subject): Who will be installing the statues? If it is the contractor, is there design criteria for the installation?
A: The contractor will be responsible for installing the statues. Okaloosa County hired an artist to create the statues for the Veteran’s Park. Mott MacDonald has supplied a basis of the design for the anchor bolts attaching the statues to the pile caps. Okaloosa County shall be contacted regarding the number of connection points to the pile cap and statue size and square footage coverage area. Before the size of the pile caps are finalized and constructed in the field, the contractor shall coordinate the size of the statue with the size of the pile caps to ensure the statue bears fully and completely on the pile caps.
Q (No subject): We will have to navigate Pump trucks and concrete trucks. Will need to boat ramp parking lot and the east end of the convention center parking lot. Will this be a problem?
A: If the contractor provides 48 hour advanced notice and uses correct MOT in the parking areas the County will allow closing a few of the boat parking spaces and the east end of the convention center parking lot for short durations. The County has the right to deny the request if it conflicts with a scheduled event at the existing park or the convention center.
Q (Wetlands): Are there any wetlands that will impact the construction site
A: There are wetlands onsite however, no wetlands shall be impacted as part of the construction activities.
Q (S-001 Preservative treatment): Note 2 Preservative treatment Vendors are having trouble procuring lumber with the ACQ treatment. MCA or CCA are readily available, is that a viable solution?
A: ACQ and CCA are both acceptable. All timbers shall be pressure treated to a rate of 0.60 pcf and pilings to a rate of 2.5 pcf.
Q (sign in sheet): can the pre bid sign in sheet be posted
A: The Pre-Bid Sign-in sheet will be released with Addendum 1.
Q (Bid tab item 28): Item 28 on the bid tab looks like a one year maintenance contract. Is that what the county wants us to include in the bid.
A: This pay item has been revised to “Maintenance Warranty” that the landscaping shall have a warranty of 1 year from the substantial completion date to include a one-time trip for weed removal, replacing dead plants, and adding mulch and fertilizer.
Q (Misc 10%): Is line item 18 on the unit price sheet (10%) Contingency?
A: The Misc (10%) pay item was removed. All incidental electrical materials and labor necessary for complete installation of the electrical work, including minor conduit fittings, grounding and bonding components, field‑driven routing adjustments, testing, and coordination items shall be included in the associated cost of the electrical pay item.
Q (Aluminum handrails): Drawing No. S-103 details show an aluminum handrail for the boardwalk. Drawing No. C-9 shows a boardwalk profile of 3.08%, less than 5%. Is the owner looking for an alternate price to provide an aluminum handrail for the entire length of the boardwalk? Please advise.
A: The aluminum handrail shown on Drawing No. S 103 is required for the full length of the boardwalk. The handrail requirement is not related to the longitudinal slope, but is included to protect the public from drop hazards along the edges of the boardwalk where grade differences exist adjacent to the walking surface. The handrail shall be provided as shown per plans.
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.