Active SLED Opportunity · FLORIDA · WALTON COUNTY

    Helen McCall Park Pour in Place

    Issued by Walton County
    countyInvitation To BidWalton CountySol. 230500
    Open · 28d remaining
    DAYS TO CLOSE
    28
    due May 21, 2026
    PUBLISHED
    Apr 22, 2026
    Posting date
    JURISDICTION
    Walton County
    county
    NAICS CODE
    238990
    AI-classified industry

    AI Summary

    Invitation to bid for furnishing and installing a poured-in-place rubber safety surfacing system at Helen McCall Park, Walton County, FL. Includes site prep, drainage, crushed stone base, and surfacing installation. Contract duration 20 days plus 10 days punch list. Mandatory pre-bid meeting on April 30, 2026. Bids due May 21, 2026.

    Opportunity details

    Solicitation No.
    230500
    Type / RFx
    Invitation To Bid
    Status
    open
    Level
    county
    Published Date
    April 22, 2026
    Due Date
    May 21, 2026
    NAICS Code
    238990AI guide
    Jurisdiction
    Walton County
    State
    Florida
    Agency
    Walton County

    Description

    The proposed project, hereinafter referred to as the “Project” consists of furnishing and installing a pour in place playground surface at Helen McCall Park.

    Location: Helen McCall Park

    Contract Time: The contract duration is TWENTY (20) days to substantial completion with an additional TEN (10) days for punch list completion.

    Project Details

    • Reference ID: 26-08
    • Department: Facility Maintenance
    • Department Head: Brad Alford (Director)

    Important Dates

    • Questions Due: 2026-05-04T17:00:51.980Z
    • Pre-Proposal Meeting: 2026-04-30T19:00:16.447Z — Office of Central Purchasing 176 Montgomery Circle DeFuniak Springs, Florida 32435 OR Bidders may also attend the pre-bid meeting via teleconference by dialing 850-635-0655 ext. 261217

    Evaluation Criteria

    • Scope Summary

      1. PURPOSE

      The purpose of this Invitation to Bid is to solicit bids for the installation of a pour in place rubber safety surfacing system at Helen McCall Park. The Project includes the removal of existing materials, site preparation, drainage improvements, base installation, and placement of the safety surfacing system as specified herein. All existing playground equipment shall be protected in place and remain undisturbed throughout the duration of the Project.


      2. PROJECT DESCRIPTION

      The work includes furnishing all labor, materials, equipment, permits, and supervision necessary to complete the following items:

      2.1 Removal & Site Preparation

      Remove and dispose of existing surfacing material within the designated work area.
      Clear and prepare the subgrade for drainage and base installation, ensuring compliance with project geometry and grades.

      Bidders are responsible for verifying the limits of work and material quantities associated with removal and preparation.

      2.2 Drainage Improvements

      Provide all labor, materials, equipment, and supervision necessary to furnish and install a comprehensive subsurface drainage system beneath the surfacing area to effectively manage runoff and prevent water accumulation. The system shall include, but not be limited to, piping, catch basins, gravel, clean-outs, and all associated appurtenances, installed in accordance with accepted industry standards and best construction practices.

      The drainage system shall be designed and installed in accordance with standard industry practices sufficient to prevent standing water beneath the surfacing system. Final system configuration shall be subject to County approval prior to installation.

      Bidders shall be responsible for verifying all quantities, elevations, and layout requirements necessary to provide a complete, operational, and fully functional drainage system.

      2.3 Crushed Stone Sub-Base

      Supply and place 4" of compacted crushed stone over the prepared subgrade to serve as a stable base for the rubber surfacing.

      Contractor is responsible for verifying all quantities required to achieve the specified depth and proper compaction.

      2.4 Poured-In-Place Rubber Safety Surfacing

      Install approximately 6,132 square feet of poured-in-place rubber surfacing system with a required uniform thickness of 4.25 inches.

      The installed system shall be certified for a minimum 8-foot fall height rating and must comply with all applicable ASTM standards for safety and impact attenuation.

      IPEMA Certification for proposed poured-in-place rubber surfacing must be included with BID.

      Surface color to be 50/50 color black mix (black TPV blend).

      No variation, reduction, or substitution in the specified 4.25-inch thickness will be accepted. The thickness requirement is mandatory to achieve the required 8-foot fall height rating.

      The Contractor shall install the system in accordance with manufacturer specifications and ASTM standards to achieve the required 8-foot fall height rating.

      The square footage identified in this Invitation to Bid is an estimate intended to provide a common basis for bidding. All bidders shall base their proposals on the stated approximate quantity. The lowest, most responsive , and responsible bidder shall verify and document actual installed quantities in the field prior to installment.


      3. PERMITS, LICENSES & REQUIREMENTS

      Development Order Permit (If needed)
      General Contractor’s License
      ADA Accessibility Guidelines compliance

    • DEFINED TERMS

      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, 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.

    • Warranty

      Contractor shall provide a minimum one (1) year warranty on workmanship and materials.

    • COPIES OF BIDDING DOCUMENTS
      1. Complete sets of Bidding Documents must be used in preparing bids; neither the County nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents.
      2. The County and Engineer in making copies of Bidding Documents available on the above terms do so only for the purpose of obtaining bids on the Project and do not confer a license or grant for any other use.
    • QUALIFICATIONS OF BIDDERS

      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.

    • EXAMINATION OF CONTRACT DOCUMENTS AND SITE
      1. It is the responsibility of each Bidder before submitting a bid, to (a) examine the Contract Documents thoroughly, (b) visit the Project site to become familiar with local conditions that may affect cost, progress, performance, or completion of the Project, including the time and cost in obtaining any necessary fee or permit, (c) consider federal, state, and local laws and regulations that may affect cost, progress, performance, or completion of the Project, (d) study and carefully correlate Bidder's observations with the Contract Documents, (e) notify the County of any conflicts, errors, or discrepancies in the Contract Documents, and (f) attend any mandatory pre-bid meeting.  The County does not assume responsibility for the accuracy or completeness of the Contract Documents or for any additional reports, drawings, and specifications that may be made available for viewing by the County to any Bidder on request.
      2. Before submitting a bid, each Bidder will, at the Bidder's own expense, make or obtain any additional information and data which pertain to the physical conditions (surface, subsurface, underground facilities) at or contiguous to the site which may affect cost, progress, performance, or completion of the Project and which Bidder deems necessary to determine its bid for performing and completing the Project in accordance with the time, price, and other terms and conditions of the Contract Documents.
      3. Upon request, in advance, the County will provide each Bidder access to the Project site to conduct such explorations and tests as each Bidder deems necessary for submission of a bid. Bidder shall fill all holes, clean up, and restore the site to its former condition upon completion of such explorations.
      4. Temporary construction facilities and storage of materials and equipment will be provided by Bidder.
      5. The submission of a bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of these Instructions to Bidders including visiting the Project site to become familiar with local conditions that may affect the cost, progress, performance, or completion of the Project; that without exception the bid is premised upon performing and furnishing of the labor, services, equipment, and materials required by the Contract Documents in accordance with such means, methods, techniques, sequences, or procedures of construction as may be indicated in or required by the Contract Documents; and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and completion of the Project.
    • MANDATORY PRE-BID CONFERENCE

      A mandatory pre-bid conference will be held at 2:00 pm on Thursday, April 30, 2026 at Office of Central Purchasing 176 Montgomery Circle DeFuniak Springs, Florida 32435 OR Bidders may also attend the pre-bid meeting via teleconference by dialing 850-635-0655 ext. 261217.

      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 Helen McCall Park Pour in Place 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.

    • NON-MANDATORY PRE-BID CONFERENCE

      A non-mandatory pre-bid conference will be held at 2:00 pm on Thursday, April 30, 2026 at Office of Central Purchasing 176 Montgomery Circle DeFuniak Springs, Florida 32435 OR Bidders may also attend the pre-bid meeting via teleconference by dialing 850-635-0655 ext. 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 Helen McCall Park Pour in Place pre-bid teleconference.

       

       

    • INTERPRETATIONS AND ADDENDA
      1. All questions about the meaning or intent of the Contract Documents are to be posted on the County's e-Procurement portal accessible via the following link; https://procurement.opengov.com/portal/waltoncountyfl.
      2. Addenda may be issued to modify the Bidding Documents as deemed appropriate by the County.

      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 3:00 pm ON Thursday, May 21, 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.

    • BLACKOUT PERIOD

      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:

      1. Communications at any public proceeding or meeting, including pre-bid conferences, selection committee presentations, or pre-award meetings.
      2. Communications during contract negotiations between designated County employees and the contract awardee.
      3. Communication with a vendor initiated by a Purchasing Division employee following the bid opening to clarify the vendor’s bid or intended scope of services.
      4. Communication following the filing of a protest between the protesting party and the Purchasing Division, County Administrator’s Office, and the County Attorney’s Office, during the dispute resolution process.
      5. Purchases exempt from competitive selection, sole source procurements, single source procurements, and emergency procurements, as defined in Walton County Board of County Commissioners Purchasing Policy and Procedure Manual.
      6. Communications with existing vendors in the performance of existing contracts.
    • BID SECURITY
      1. Each bid must be accompanied by bid security in an amount of five percent (5%) of the Bidder's base bid price made payable to Walton County Board of County Commissioners and in the form of a certified bank check or a bid bond on the form attached, issued by a surety duly authorized and qualified to conduct business in the State of Florida. Further, the surety or insurance company shall have at least an “A-" policyholder’s rating and a financial rating of at least Class VII and shall be listed on the United States Treasury Department's T-list as acceptable to issue bonds for the applicable dollar amount. Applicable bond documents may be uploaded, but physical checks must be delivered to the Office of Central Purchasing prior to the bid opening. It is the Bidder’s responsibility to ensure that its bid bond check is delivered at the proper time and place.
      2. The bid security of the Successful Bidder will be retained until such Bidder has executed the Contract, and has furnished the required Performance and Payment Bond(s) and Certificates of Insurance. If the Successful Bidder fails to execute and deliver the Contract, or furnish the required Certificates of Insurance, within TEN (10) business days after the Notice of Award and the required certified copies of the recorded Performance and Payment bond(s) within FIVE (5) business days of receipt of the executed contract, the County may annul the Notice of Award and the bid security of that Bidder will be forfeited. The bid security of other Bidders may be retained by the County until TEN (10) business days after the Notice of Award, whereupon bid security furnished by such Bidders will be returned.
      3. Failure to submit an appropriate bid security shall result in the bid being declared unresponsive.
    • SUBSTITUTE OR "OR-EQUAL" ITEMS

      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.

    • CONTRACT TIME AND LIQUIDATED DAMAGES

      Contractor shall substantially complete the Project within TWENTY (20) calendar days of issuance of the Notice to Proceed. Final completion of the project shall be accomplished within TEN (10) 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 TWO HUNDRED SEVENTY-THREE AND 32/100THS DOLLARS ($273.32) per day. Failure to achieve final completion within the designated time may result in the imposition of liquidated damages of ONE HUNDRED THIRTY-SIX AND 66/100THS DOLLARS ($136.66) 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.

    • BID FORM
      1. The Bidder shall use the Bid Form included with the Bidding Documents. Failure to use the Bid Form shall result in the bid being declared un-responsive. All blanks on the Bid Form must be completed in ink by hand or typewritten. 
      2. Bids by corporations must be executed in the corporate name by the president or a vice-president (or other corporate officer accompanied by evidence of authority to sign), and the corporate seal must be affixed and attested. The corporate address and state of incorporation must be shown below the signature.
      3. Bids by partnerships must be executed in the partnership name and signed by a partner, whose title must appear under the signature, and the official address of the partnership must be shown below the signature.
      4. All bids shall be notarized and names must be typed or printed below the signature. The bid shall contain an acknowledgement of receipt of all addenda via County’s e-Procurement Portal. The contact person's name, address and telephone number, for communications regarding the bid must be provided.
      5. Each Bidder’s submittal shall include all the items listed in the Vendor Submissions section.
    • SUBMISSION OF BIDS

      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 3:00 pm on Thursday, May 21, 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.

    • MODIFICATION AND WITHDRAWAL OF BIDS
      1. Bids may be modified or withdrawn by the Bidder by clicking on “Unsubmit Proposal” via County’s e-Procurement Portal. Bids can be re-submitted at any time prior to the opening of bids.
      2. Bids may not be withdrawn for a period of thirty (30) calendar days after the date of bid opening.
    • BIDS TO REMAIN OPEN SUBJECT TO ACCEPTANCE

      All bids shall remain open and subject to acceptance for a period of thirty (30) 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.

    • AWARD OF CONTRACT
      1. The County reserves the right to reject any and all bids for any reason or for no reason as may be deemed necessary by the County to be in its best interest, including but not limited to bids from any contractor who has failed to successfully complete a previous project to the satisfaction of the County. The County further reserves the right to waive any and all informalities, and reserves the right to reject all nonconforming, unresponsive, unbalanced, or conditional bids. PLEASE NOTE:  ANY TERMS, CONDITIONS, OR EXCEPTIONS SUBMITTED WITH A BID SHALL BE DISREGARDED AND HAVE NO EFFECT UPON THE CONTRACT RESULTING FROM THIS SOLICITATION.  The County reserves the right to reject the bid of any Bidder if the County believes that it would not be in the best interest of the Project to make an award to that Bidder, because the bid is not responsive or responsible, or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by the County. The County also reserves the right to enter into contract negotiations with a Responsible and Responsive Bidder who submits the lowest bid. If the County and the low Bidder cannot negotiate a successful contract the County may terminate such negotiations and begin negotiations with a Responsible and Responsive Bidder who submits the next lowest bid. No Bidder shall have any rights against the County arising from such negotiations. Discrepancies in the multiplication of units of work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Where numeric data is given both in Arabic numerals and in written language, and where there exists a discrepancy between an Arabic numeral and written language, the written language shall be presumed to be correct and the Arabic numeral presumed incorrect.
      2. In the event the apparent low bid submitted by a Responsible and Responsive Bidder exceeds the County's budget for the Project, the County reserves the right to value engineer the published scope of work in order to effect deductive cost changes. In light of the modified scope of work, the County shall review the three lowest bids submitted by Responsible and Responsive Bidders in order to select one Bidder to whom to award the contract. 
      3. The County reserves the right to delete any bid items and the total bid shall be determined as the sum of the bid items awarded. In evaluating bids, the County will consider the qualifications of the Bidders, whether or not the bids comply with the prescribed requirements, time of completion and other data, as may be requested in the Bid Form or prior to the Notice of Award. The County may conduct such investigations as the County deems necessary to assist in the evaluation of any bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers, and other persons and organizations to perform and complete the Project in accordance with the Contract Documents to the County's satisfaction within the prescribed time. The County may consider the operating costs, maintenance requirements, performance data, and guarantees of major items of materials and equipment proposed for incorporation in the Project when such data is required to be submitted prior to Notice of Award.

      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 thirty (30) days after the day of the bid opening.

    • BID PROTEST

      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.

    • PUBLIC ENTITY CRIMES

      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.

    Submission Requirements

    • LOCAL PREFERENCE APPLICATION (required)

      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.

    • BIDDER'S DECLARATION AND UNDERSTANDING (required)

      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.  

    • CONTRACT EXECUTION, CERTIFICATES OF INSURANCE AND BONDS (required)

      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.


       
    • START OF CONSTRUCTION AND CONTRACT COMPLETION TIME (required)

      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 TWENTY (20) calendar days of issuance of the date of the Notice to Proceed, and to finally complete the Project within TEN (10) 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.

    • SALES AND USE TAXES (required)

      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.  

    • BID SCHEDULE (required)

      Please download the below documents, complete, and upload.

    • Acknowledgment of Bid Schedule (required)

      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. 

    • BID FORM (required)

      Please download the below documents, complete, and upload.

    • Trench Safety Compliance (required)

      Please download the below documents, complete, and upload.

    • BID BOND (required)

      Will you be utilizing Surety 2000 for submitting your Bid Bond?

    • Surety 2000 Electronic Bid Bond (required)

      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.

    • Bid Bond (required)

      Please download the below documents, complete, and upload.

    • PREVIOUS EXPERIENCE AND CURRENT COMMITMENTS (required)

      Please download the below documents, complete, and upload.

    • SUBCONTRACTORS AND SUPPLIERS DECLARATION (required)

      Please download the below documents, complete, and upload.

    • SUBCONTRACTORS AND SUPPLIERS DECLARATION (required)

      Please download the below documents, complete, and upload.

    • PUBLIC ENTITY CRIMES (required)

      Please download the below documents, complete and have notarized. An online notarization option will be provided for you when responding.

    • DRUG FREE WORK PLACE CERTIFICATION (required)

      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:

      1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the workplace specifying the actions that will be taken against employees for violations of such prohibition.
      2. Inform employees about the dangers of drug abuse in the workplace, the business’s policy of maintaining a drug-free workplace, available drug counseling, rehabilitation providing employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations.
      3. Give each employee engaged in providing the commodities of contractual services that are under bid a copy of the statement specified in paragraph #A.
      4. In the statement specified in paragraph #A, notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of or pleas of guilty or no contest to, and violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the work place no later than five (5) days after such conviction.
      5. Impose a sanction on or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee’s community, by any employee who is so convicted.
      6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section.

      As the person authorized to sign this statement, I certify that this firm complies fully with the above requirements.

    • Federal Employer Identification Number (FEIN) (required)

      Please enter your FEIN below.

    • UNAUTHORIZED ALIENS (required)

      Please download the below documents, complete, and upload.

    • Proof of Registration with State of Florida Division of Corporations (required)

      Please upload proof of registration from Sunbiz.org.

    • Conflict of Interest Disclosure

      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.

    • Indicate either “YES” (a County employee, elected official, or agency is also associated with your business), or “NO”. (required)
    • Provide person(s) name(s) and position(s) with your business. (required)
    • QUESTIONNAIRE
    • Has your organization filed any law suits or requested arbitration, mediation, or any kind dispute resolution or administrative proceeding, with regard to construction contracts within the last ten (10) years? (required)
    • If the answer is yes, identify the proceeding, the parties thereto, and a brief summary of the nature of the dispute and ultimate resolution thereof. (required)
    • Has your organization been sued with regard to a construction contract within the last ten (10) years? (required)
    • If the answer is yes, identify the proceeding, the parties thereto, and a brief summary of the nature of the dispute and ultimate resolution thereof. (required)
    • How many years has your organization been in business as a licensed Contractor under your present business name? (required)
    • Has your organization ever failed to complete work awarded to it? (required)
    • If so, where and why? (required)
    • Has any officer or partner of your organization ever been an officer or partner of another organization that failed to complete a construction project? (required)
    • If so, state name of individual, organization and reason therefore. (required)
    • Does your organization now hold valid certificates of competency or licenses for which a specific license is required? (required)
    • If so, attach copies of all licenses covering the work together with the specific political jurisdiction issuing said licenses. (required)
    • Identify the project superintendent you intend to use for this project. Also provide the following information, years project superintendent has been employed with your organization; the contracts in the last five years that said personnel has worked on; said personnel’s position and responsibilities in said contracts (required)
    • Pricing (required)
    • Is Local Vendor Preference applicable? (required)

      Please select "No" if this is a grant-funded, federally-funded or state-funded. 

    • Is Trench Safety Compliance applicable? (required)
    • Construction Plans Creator (required)

      Who provided the construction plans? 

      Example: Walton County Public Works or Name of the Outside Engineering Firm (Atkins etc.)

    • Date of Scope of Work & Construction Plans (required)

      Format: Month Date, Year

      Example: January 12, 2024

    • Contract Duration in Days (required)

      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 (required)

      Days after issuance of punch list for final completion.

      Format: NUMBER IN WORDS (#)

      Example: FIFTEEN (15)

    • Substantial Liquidated Damages Per Day (required)

      Example: THREE HUNDRED AND 00/100THS DOLLARS ($300.00 ) 

    • Final Liquidated Damages Per Day (required)

      Example: THREE HUNDRED AND 00/100THS DOLLARS ($300.00 ) 

    • Days to Start Project after Issuance of Notice to Proceed (required)

      How many days after issuance of NTP must the project start?

      Format: NUMBER IN WORDS (#)

      Example: TWENTY (20)

    • Does this project require building permits? (required)
    • Is there a pre-bid meeting? (required)
    • Best Rating of ___ or better and shall be listed on the United States Treasury Department's T-list as acceptable to issue bonds for the applicable dollar amount. (required)
    • Type of Bid (required)

    Key dates

    1. April 22, 2026Published
    2. May 21, 2026Responses Due

    AI classification tags

    Frequently asked questions

    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

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.