SLED Opportunity · FLORIDA · WALTON COUNTY
AI Summary
Walton County seeks bids for construction of a new northbound right-turn lane at the intersection of U.S. Highway 98 and County Road 393 S, including paving, drainage, clearing, and retaining wall installation.
The proposed project, hereinafter referred to as the “Project” consists of the construction of a new northbound right-turn lane at the intersection of U.S. Highway 98 and County Road 393 S. Work includes the paving of approximately 250 linear feet of a new turn lane within the existing Walton County right-of-way. Additional improvements include drainage enhancements, clearing and grubbing of the project site, and the installation of approximately 30 linear feet of retaining wall.
Location: Intersection of U.S Hwy 98 and CR 393, Santa Rosa Beach
Contract Time: The contract duration is ONE HUNDRED TWENTY (120) days to substantial completion with an additional THIRTY (30) days for punch list completion.
Purpose of Addendum
This Addendum is issued to notify all prospective bidders of the following change to the solicitation documents for ITB 26-11.
Revisions
In response to questions received regarding the original bid schedule, Walton County has made adjustments to select line items to better reflect anticipated scope.
Please note the following lines that have been added and changed:
LINE #12: CHANGED
LINE #23: CHANGED
LINE#39: CHANGED
LINE#44: CHANGED
LINE#47: ADDED
All Other Terms Unchanged
All other sections, terms, and conditions of ITB 26-11 remain unchanged.
Acknowledgment
Bidders must acknowledge this Addendum in the space provided on the Bid Form.
Bidders must submit the updated bid schedule as part of their sealed response via the electronic bidding system.
Failure to acknowledge this addendum may result in disqualification.
Please use the See What Changed link to view all the changes made by this addendum.
Purpose of Addendum
This Addendum is issued to notify all prospective bidders of the following change to the solicitation documents for ITB 26-11.
Revisions
The Typical Sections Sheet for CR 393 South Northbound Right Turn Lane has been added to the attachments as attachment G.
All Other Terms Unchanged
All other sections, terms, and conditions of ITB 26-11 remain unchanged.
Acknowledgment
Bidders must acknowledge receipt of this Addendum in their bid submittal.
Please use the See What Changed link to view all the changes made by this addendum.
The proposed project consists of the construction of a new northbound right-turn lane at the intersection of U.S. Highway 98 and County Road 393 S. Work includes the paving of approximately 250 linear feet of a new turn lane within the existing Walton County right-of-way.
Additional project improvements include drainage improvements, clearing and grubbing of the project area, and the installation of approximately 30 linear feet of retaining wall, all in accordance with the project plans and specifications.
The Contractor shall furnish all labor, materials, equipment, supervision, and incidentals necessary to complete the work in compliance with the contract documents, applicable codes, and governing authority requirements.
The Contractor shall be fully responsible for all Maintenance of Traffic (MOT) associated with the project. This requirement is identified on the Bid Schedule and is further detailed within the project plans. All MOT shall be provided, installed, maintained, and removed in accordance with applicable local, state, and federal regulations.
All work performed under this contract shall be covered by a one (1) year workmanship warranty from the date of final acceptance. In addition, all materials and products shall carry the applicable manufacturer’s warranty, which shall be provided to the Owner at project closeout.
Line Item #3 of the Base Bid is a required line item and represents the Owner’s Contingency. Bidders shall acknowledge this requirement and ensure the set value is included for this line item as part of the Base Bid.
The term "Bidder" shall mean one who submits a bid directly to the County, as distinct from a sub-bidder, who submits a bid to a Bidder. The term "Responsible and Responsive Bidder" means a person or entity who has submitted a bid which conforms in all material respects to the requirements set forth in the Bidding Documents and has the capability, in all respects, to perform fully the contract requirements, and the tenacity, perseverance, experience, integrity, reliability, capacity, facilities, equipment, and credit which will assure good faith performance. The term “Successful Bidder” means the most Responsible and Responsive Bidder with the lowest bid who has been selected for award of the Contract. The term “Contract” shall mean the agreement between the Successful Bidder and the County resulting from this ITB. The term “Contract Documents” includes the Construction Contract, Construction Plans prepared by Halff, signed December 18, 2025, consisting of information provided in Scope of Work and Attachments sections. The term "Bidding Documents" includes the Invitation to Bid, Instruction to Bidders, Contract Documents and the Bid Form (including all addenda issued prior to receipt of bids). The term “Notice of Award” shall mean the form issued by the Purchasing Department awarding the Contract to the Successful Bidder. The term “Notice to Proceed” shall mean the letter issued by the Purchasing Department notifying Successful Bidder to commence work on the Project.
To demonstrate qualifications to perform the Project, each Bidder shall submit with their bid detailed written evidence of experience completing projects of the nature and scope similar to the project described in this Invitation to Bid, documentation of current commitments, a copy of all applicable occupational and state contractor licenses, and such information as is required in the Vendor Submissions section. Each Bidder must also be prepared to submit within five (5) business days of the County's request, written evidence, such as licenses, financial data, previous experience, present commitments, and other such data as may be requested by the County. Each bid must contain evidence of Bidder's qualification to do business in the State of Florida. Specifically, the Bidder shall have all licenses and permits required by federal, state, and local statutes, regulations, and ordinances.
BIDDERS MUST BE FDOT PREQUALIFIED
The contractor(s) performing the work on Project (whether the prime contractor or a subcontractor) must be FDOT prequalified in the following work classes if performing work in that specific work class:
WORK CLASS NO. | WORK CLASS NAME |
7 | Drainage |
10 | Flexible Paving |
11 | Grading |
12 | Grassing, Seeding, and Sodding |
28 | Pavement Marking |
Proof of FDOT prequalification in the above work classes must be submitted with the bid.
A mandatory pre-bid conference will be held at 9:00 am on Tuesday, March 3, 2026 at Office of Central Purchasing 176 Montgomery Circle DeFuniak Springs, Florida 32435.
Bidders attending in person must be present at the designated start time of the pre-bid conference and must remain until the conference is adjourned.
Bidders may also attend the mandatory pre-bid meeting via teleconference by dialing 850-635-0655, extension 261217.
Bidders attending via teleconference are strongly encouraged to join the teleconference at least 10 minutes before the designated start time. If unable to join the teleconference at the number above, please call 850-892-8176 and ask to be included in the CR393 South Northbound Right Turn Lane pre-bid teleconference.
Attendance will be confirmed via roll call at no later than 5 minutes after the designated start time and any Bidder not present for the roll call will not be eligible to bid on the project. If joining via teleconference, please keep phones muted until the question and answer portion of the teleconference. All bidders must remain until the conference is adjourned. The County will not accept bids from bidders arriving after attendance is confirmed or departing prior to adjournment of the pre-bid teleconference.
A non-mandatory pre-bid conference will be held at 9:00 am on Tuesday, March 3, 2026 at Office of Central Purchasing 176 Montgomery Circle DeFuniak Springs, Florida 32435.
Bidders may also attend the non-mandatory pre-bid meeting via teleconference by dialing 850-635-0655, extension 261217.
Bidders attending via teleconference are encouraged to join the teleconference at least 10 minutes before the designated start time. If unable to join the teleconference at the number above, please call 850-892-8176 and ask to be included in the CR393 South Northbound Right Turn Lane pre-bid teleconference.
DIRECTING QUESTIONS TO ANY OTHER COUNTY COMMISSIONER, COUNTY EMPLOYEE, PROJECT ENGINEER, OR ANY OTHER PERSON IS PROHIBITED AND WILL RESULT IN A BID BEING DISQUALIFIED. QUESTIONS MUST BE SUBMITTED ON THE COUNTY'S E-PROCUREMENT PORTAL AT https://procurement.opengov.com/portal/waltoncountyfl NO LATER THAN 2:00 pm ON Monday, March 30, 2026. Interpretations or clarifications considered necessary by the County in response to such questions will be issued by Addenda on the County’s e-Procurement portal. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect.
The period between the beginning of the advertisement for the Invitation to Bid, and the contract award, or any resulting bid protest is resolved, or the solicitation is otherwise canceled is referred to as the blackout period. During the blackout period any communication regarding the aforementioned solicitations is prohibited between the Bidder (or its agents or representatives) and any 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 County including the County’s architect, engineer, or their sub consultants, or anyone designated to provide a recommendation to award a particular contract, other than Purchasing Division staff. Each competitive solicitation shall provide notice of the blackout period.
Exceptions to the Blackout Period. The blackout period shall not apply to:
The use of brand names is for the purpose of describing the standard of quality, performance, and characteristics desired and is not intended to limit or restrict competition. Equipment or materials determined by the County to be substantially equivalent to that equipment or materials specified by brand name will be considered for award.
Contractor shall substantially complete the Project within ONE HUNDRED TWENTY (120) calendar days of issuance of the Notice to Proceed. Final completion of the project shall be accomplished within THIRTY (30) calendar days from the date a punch list of the remaining items to be completed is issued by the County. Failure to achieve substantial completion within the designated time may result in the County imposing liquidated damages in the amount of ONE THOUSAND SIX HUNDRED NINE AND 00/100 DOLLARS ($1,609.00 ) per day. Failure to achieve final completion within the designated time may result in the imposition of liquidated damages of ONE THOUSAND SIX HUNDRED NINE AND 00/100 DOLLARS ($1,609.00 ) per calendar day and shall accrue until an application for final payment has been approved by the County. These liquidated damages represent a reasonable estimate of the County’s extra expenses and losses for denied use of the facility, financing costs, additional extended overhead, and any lost revenues and do not constitute a penalty or forfeiture.
All bids submitted on e-Procurement Portal will be securely locked and digitally encrypted until the submission deadline passes. Please note that all bids must be submitted prior to 2:00 pm on Monday, March 30, 2026.
Ensure that all required documents and information are complete and accurately provided before submission.
Upon successful submission through the e-Procurement Portal, you will receive a confirmation email acknowledging receipt of your bid.
Bids received after the specified deadline will not be considered.
Thank you for your attention to these submission instructions. Should you have any questions regarding the bidding process or requirements, feel free to contact the Purchasing Department at purchasing@co.walton.fl.us or call 850.892.8176.
All bids shall remain open and subject to acceptance for a period of forty-five (45) calendar days after the date of bid opening, but the County at its sole discretion may release any bid and return the bid security prior to that date.
If the contract is to be awarded, it will be awarded to the Responsible and Responsive Bidder submitting the lowest bid whose evaluation by the County indicates to the County that the award will be in the best interest of the Project. The County will give the Successful Bidder a Notice of Award within forty-five (45) days after the day of the bid opening.
Any person or entity whose bid is rejected, in whole or in part, or who submits a bid but is not awarded the contract, may protest such decision. Written notice of intent to file a bid protest must be submitted with the Purchasing Department or Chief Financial Officer within twenty-four (24) hours after the Board’s declaration of its intention with regard to an award. Written protest must be submitted to Purchasing Director or Chief Financial Officer within ten (10) calendar days after filing written notice of intent.
Each written protest must be accompanied by a bid protest bond in the form of a certified check, cashier’s check, or money order made payable to the Walton County Board of County Commissioners, in an amount equal to 1% of the protestor’s bid received by the County, but in no case less than $500.00.
The condition of the protest bond shall be that, should the protest be determined to be without merit and non-valid, the bond shall be forfeited to the County in its entirety.
A person or an affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of thirty-six (36) months from the date of being placed on the convicted vendors list.
I hereby certify under penalty of perjury that my business qualifies as a local vendor/contractor in accordance with Walton County Purchasing Policies and Procedures, Procedure No: PP017.
The undersigned, herein defined as the "Bidder," declares that the only persons or parties interested in this bid are those named herein, that this bid is, in all respects, fair and without fraud, that it is made without collusion with any employee or official of the County, and that the bid is made without any connection or collusion with any person submitting another bid on this Project.
The Bidder further declares that it has visited the Project site, inspected the plans and specifications, examined all the Contract Documents, and has satisfied itself to the quantities involved, including materials and equipment and the conditions of work involved, including the fact that the description of work and materials, as included herein, is brief and is intended only to indicate the general nature of the Project and to identify the said quantities with the detailed requirements of the Contract Documents, and this bid is made according to the provisions and under the terms of the Contract Documents which are made a part of this bid.
The Successful Bidder agrees to acknowledge the terms and conditions of the Contract and return a signed Contract with any Certificates of Insurance (COI) to the County, within TEN (10) business days after Notice of Award. Upon receipt of the signed Contract and COI, the County will execute the Contract and send the executed contract to the Successful Bidder to acquire the Performance and Payment Bond(s) within FIVE (5) business days. The Successful Bidder must provide certified copies of the recorded Performance and Payment Bond(s) prior to the issuance of the Notice to Proceed. Failure to either return a signed Contract with COI to the County within TEN (10) business days after Notice of Award is sent or provide certified copies of the recorded Performance and Payment Bond(s) within FIVE (5) business days after receipt of the executed contract will result in loss of surety.
The Successful Bidder further agrees to begin work on the Project within TEN (10) business days after the date of issuance of the Notice to Proceed, to substantially complete the Project within ONE HUNDRED TWENTY (120) calendar days of issuance of the date of the Notice to Proceed, and to finally complete the Project within THIRTY (30) calendar days from the date a punch list of remaining items is issued by the County. The Contractor shall comply with all specific completion dates and sequences indicated elsewhere in the Contract Documents.
The Bidder agrees that any and all applicable federal, state and local sales and use taxes that are incurred by the Bidder are included in the stated bid price for the Project. The County is tax exempt from federal excise and state sales tax.
Please download the below documents, complete, and upload.
By confirming, if awarded the contract, the Bidder agrees to accept as full payment for the work proposed under this Project, as specified in the Bidding Documents prepared by Walton County, and based upon their own estimate of the quantities and costs, including the cost of any necessary fee or permit provided as part of their bid.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Will you be utilizing Surety 2000 for submitting your Bid Bond?
Please enter your Bid Bond information from Surety2000 below.
If you would like to use your preferred surety, please select "No" to the above question.
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.
Please download the below documents, complete and have notarized. An online notarization option will be provided for you when responding.
Identical tie bids: preference shall be given to businesses with drug-free workplace programs. Whenever two or more bids which are equal with respect price, quality, and service are received by the state or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certified that it has implemented a drug-free work place program shall be given preference in the award process. Established procedures for processing tie bids will be followed in none of the tied Consultants have 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.
Please enter your FEIN below.
Please download the below documents, complete, and upload.
Please upload proof of registration from Sunbiz.org.
For purposes of determining any possible conflict of interest, all Bidders must disclose if any Walton County employee(s), elected official(s), or if any of its agencies is also an owner, corporate officer, agency, employee, etc., of their business.
Please select "No" if this is a grant-funded, federally-funded or state-funded.
Who provided the construction plans?
Example: Walton County Public Works or Name of the Outside Engineering Firm (Atkins etc.)
Format: Month Date, Year
Example: January 12, 2024
Substantial completion in _____ calendar days after issuance of Notice to Proceed.
Format: NUMBER IN WORDS (#)
Example: ONE HUNDRED FIFTY (150)
Days after issuance of punch list for final completion.
Format: NUMBER IN WORDS (#)
Example: FIFTEEN (15)
Example: THREE HUNDRED AND 00/100THS DOLLARS ($300.00 )
Example: THREE HUNDRED AND 00/100THS DOLLARS ($300.00 )
How many days after issuance of NTP must the project start?
Format: NUMBER IN WORDS (#)
Example: TWENTY (20)
Q (Budget):
A: Can you share the budget or engineers' estimated cost of construction? The estimated cost is $287,045.34 with an additional $30,000.00 owners contingency.
Q (Line Item 49 - Utility Adustements): Can you confirm what is included in pay item 49 - Utility adjustments? I cannot find it in the plans.
A: This was included as an allowance before the SUE was completed and has now been removed from the Bid Schedule.
Q (Bid Item 36, 0710 90 - Painted Pavement Marking Final Surface): Are bid items #37 through #42 shown for informational purposes only and the total cost to be included under bid item #36?
A: That is correct. The total cost should be included under bid item #36.
Q (Bid Item #39): It calls for thermoplastic on this item but shouldn't it be paint?
A: The bid schedule has been updated to "Painted Pavement Markings, White, Bike Lane Symbol"
Q (Bid Item #12 - 0285714 OBG14 (Graded Aggregate)): Is the callout for graded aggregate correct? FDOT does not list GAB as a material option for this base group.
A: The callout and pay item has been revised to "Optional Base Group 11 (Graded Aggregate)". This includes 14” of Graded Aggregate Base.
Q (Existing Driveway Connection On CR 393 ): There is an existing asphalt driveway with 42" RCP that is to be removed and replaced with 42" RCP. There is job out for Circle K at this location. In that plan set it is required to remove this driveway and pipe and replace with a wider driveway and pipe. Please confirm that this work will be required.
A: Yes, this work should be bid as shown on the plan set.
Q (Bid Item 23 - 48" Side Drain): There appears to be an error on the bid schedule. Plans call for 49 feet of pipe but the bid schedule only calls for 10 feet.
A: The bid schedule has been updated to reflect the 49 feet of 48” pipe.
Q (Striping): Most of the time the 24” white markings for crosswalks on FDOT ROW are preformed thermoplastic. Can you see if that will be the case here and if so if a pay item will be provided?
A: The bid schedule has been updated to add line#47.
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.