Addendum No.3 to ITB 2017-33 Wakulla County Fire and EMS Station Issued: November 1, 2017 MANDATORY PRE-BID CONFERENCE RFI 1. ITB Section 2.0 Schedule of Events Bids are due November 20, 2017 @ 2:00 P.M. Event Date/Time Bid Advertisement Date October 19, 2017 Release of Invitation to Bid October 19, 2017 Mandatory Pre-Bid Conference October 31, 2017 @ 10:00 A.M. Technical Questions Due from Prospective Bidder November 6, 2017 @ 5:00 P.M. Responses to Technical Questions Due November 13, 2017 @ 5:00 P.M. BIDS DUE TO BOCC November 20, 2017 @ 10:00 A.M. November 20, 2017 @ 2:00 P.M. Posting of Intended Award November 21, 2017 Board Consideration of Intended Award December 4, 2017 Posting of Notice of Award December 5, 2017 2. ITB Section 5.3 Bid Construction Tab 2 Experience for Similar Projects (Qualification) Please provide a list of three to five similar projects completed. Projects can be older than 5 years specified in the original ITB. 3. Appendix A Bid Proposal Form - #4 Information Added To accomplish the work in accordance with the Contract Documents and to commence such work on or before the date specified by the Architect in the written Notice to Proceed and to substantially complete the Project within 240 consecutive calendar days and to completion within 30 consecutive calendar days thereafter. (revised Proposal form included Attachment 1) 4. The Work RFI 1 - Who is responsible for power line removal? Response - See note on sheet C5
RFI 2 - Paving on the south side of the Public Works Facility is not included in this scope of work. Response - See civil sheets for site work limits RFI 3 - Is a geotechnical report available? Response - Yes, geotechnical report is included in the addendum as Attachment 2 RFI 4 - Sheet C2 of civil plans defines the scope of the earth work. Response - Refer to civil drawings for scope of earth work RFI 5 - Will the county direct purchase materials? Response No, all necessary materials need to be included in bid proposal RFI 6 - Do building permit fees need to be included in the bid proposal? Response Pending 5. Minority, Women, and Small Business Enterprise A. The purpose of the Minority, Women, and Small Business Enterprise Program is to provide guidance in the outreach of W/MBE s to ensure awareness and opportunities of doing business with Wakulla County. The Minority, Women, and Small Business Enterprise Program shall only apply to those projects, services or commodities funded by a federal or state grant/contract/agreement having W/MBE requirements and, not otherwise covered by a W/MBE or Disadvantaged Business Enterprise program. B. The Procurement Office will ensure compliance with this purpose by ensuring its requirements are included in Competitive Procurements as it applies to both primary and sub-contractors. C. The County will accept certification of W/MBE status from the City of Tallahassee, Leon County and State of Florida, Office of Supplier and Diversity as well as the Florida Department of Transportation (FDOT), DBE Program in lieu of creating its own Certification Program. The County may also consider and accept certification from other State of Florida, county or city programs on a case by case basis. D. W/MBE requirements: 1. The County will utilize the State of Florida, City of Tallahassee, Leon County, and FDOT directories to notify certified W/MBE firms of procurement opportunities in Wakulla County. The efforts of such outreach shall be maintained in the original procurement solicitation file. 2. Each primary contractor that intends to use subcontractors shall also use the State of Florida, City of Tallahassee, Leon County and FDOT directories of W/MBE to solicit W/MBE s for sub-contracting opportunities under a primary contract. 3. Each primary contractor that intends to use subcontractors shall be responsible for documenting outreach activities in accordance with the Competitive Procurement document.
4. Each Competitive Procurement document shall have a W/MBE goal determined by the amount of project as follows: 6. Local Preference Does not apply. 5% for Projects $50,000 or less 10% for Projects $50,000-$100,000 12% for Projects $100,001 or greater
Attachment 1 APPENDIX A-1: BID PROPOSAL FORM (TO BE COPIED BY THE BIDDER ON THE BUSINESS LETTERHEAD AND SUBMITTED IN ACCORDANCE WITH THE INSTRUCTIONS TO BIDDERS) BID TO: BID FROM: (Name of Firm) (Address) PROJECT: PROJECT #: ITB 2017-33 I have received the Instructions to Bidders, Bidding Documents and Specifications of the Project. I have received Addenda Numbers and have included their provisions in my Bid. I have examined both the Bidding Documents and the site and submit the following Bid. In submitting this Bid, I agree: 1. To hold my Bid in full force and effect for a period of thirty (30) calendar days after the date of the opening of this Bid. 2. To abide by the provisions of the Instructions to Bidders regarding disposition of the Bid Security. 3. To enter into and execute a Contract within ten (10) calendar days after the Contract is delivered to me, if awarded, and to furnish Performance Bonds and Public Payments Bonds in accordance with the General Conditions. 4. To accomplish the work in accordance with the Contract Documents and to commence such work on or before the date specified by the Architect in the written Notice to Proceed and to substantially complete the Project within 240 consecutive calendar days and to completion within 30 consecutive calendar days thereafter. 5. To pay as liquidated damages, the sum of $500. for each consecutive calendar day after the date for substantial completion as specified in the Contract. 6. To allow to be withheld three (3) times the installed market value of any item on punch list, as determined by the Architect, that has not been completed at the time of final completion. I will construct this Project for the lump sum price as listed below: $
Attachment 1 BID PROPOSAL FORM Florida Construction Industries Licensing Board Certification: (Name of Holder) (Certificate No.) FIRM: (Name of Firm) BY: (Signature of Bidder) (Name of Bidder) TITLE: (Title of Bidder) DATE: