WAKULLA COUNTY BOARD OF COUNTY COMMISSIONERS

Similar documents
INVITATION TO BID U Directional Boring Utility Department

INVITATION TO BID-R Frieda Zamba Pool Renovations

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #09-04 MOLE CRICKET BAIT PRODUCT, DELIVERY AND APPLICATION

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS. To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park

FURNISH AND INSTALL ALUMINUM AWNINGS AT BAKER COUNTY ANIMAL CONTROL BUILDING

DRAWINGS: SPECIFICATIONS: ADDENDA: IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above.

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals

BAKER COUNTY BOARD OF COUNTY COMMISSIONERS

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #10-20 MAINTENANCE/STREETS

INVITATION TO BID CONSTRUCTION BID EXTEND FIRE TRUCK BAY AT FIRE STATION 20 BID #

Invitation to Bid-B A Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-13 UTILITIES

FORM 1 RESPONDENT S CONTACT INFORMATION. The Respondent shall identify the contact information as described below.

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #14-05

SUBCONTRACTOR PRE-QUALIFICATION STATEMENT

Invitation to Bid-B Annual Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance

Naples Beach Renourishment (Sand Placement) COLLIER COUNTY BID NO COLLIER COUNTY, FLORIDA

BIDDING AND CONTRACT DOCUMENTS ITB

Request for Qualifications (RFQ) AQUATIC ENGINEER FOR HISTORIC SPRING PARK POOL & INTERACTIVE WATER FEATURE

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

CITY OF TITUSVILLE, FLORIDA

Glenwood/Bell Street Well Pump and Piping Construction

JUNK REMOVAL SERVICES RFP

REQUEST FOR PROPOSALS FOR $3,700,000 LINE OF CREDIT NON-REVOLVING TAX-EXEMPT NON-BANK QUALIFIED SPECIAL ASSESSMENTS PROGRAM PROJECT #: LOC-1501

Town of Belleair, Florida

INVITATION TO BID (ITB)

BID DOCUMENTS and CONSTRUCTION DOCUMENTS ITB REMODELING FOR PROBATION & PAROLE LEASE PROJECT NO For

FLORIDA STATE FAIR AUTHORITY INVITATION TO BID CONTRACTUAL SERVICES

INVITATION TO BID ISSUE DATE: Nov. 17, 2015

APPLICATION FOR RENEWAL VENDOR PREQUALIFICATION

INSTRUCTIONS TO BIDDERS

CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES

PROPOSAL REQUIREMENTS AND CONDITIONS

ATTACHED FORMS. Drug-Free Workplace Program Certification (Form ) MBE Planned Utilization (Form )

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID # UTILITIES

WAKULLA COUNTY BOARD OF COUNTY COMMISSIONERS

BIDS WILL BE OPENED: NOVEMBER 15, 2:00 P.M. and may not be withdrawn within 90 days after such date and time.

FRANKLIN COUNTY EMERGENCY MANAGEMENT FRANKLIN COUNTY, FLORIDA

INVITATION TO BID ISSUE DATE: May 3, 2016

Town of Micanopy REQUEST FOR QUALIFICATIONS CONTINUING PROFESSIONAL SERVICES FOR ENGINEERING SERVICES RFQ

B. The Bid is made in compliance with the Bidding Documents.

REQUEST FOR PROPOSALS FOR THE CITY OF FORT MEADE, FLORIDA. RFP #18-03 Construction Services for City Mobile Home Park:

ATTACHED FORMS. Drug-Free Workplace Program Certification (Form ) Anticipated DBE Participation Statement (Form )

ST. JOHNS RIVER STATE COLLEGE FOUNDATION, INC ST. JOHNS AVENUE PALATKA, FLORIDA (386)

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #14-15 MAINTENANCE/STREETS

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

INVITATION TO BID (ITB)

CITY OF ROCKLEDGE CLASSIFICATION AND COMPENSATION STUDY CITY OF ROCKLEDGE

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code

NORTHAMPTON AREA SCHOOL DISTRICT REQUEST FOR BIDS

INSTRUCTIONS TO BIDDERS

COUNTY OF COLE JEFFERSON CITY, MISSOURI

Invitation to Bid Network/Communication Systems Cabling, Maintenance and Supplies /2016

THE SCHOOL DISTRICT OF PALM BEACH COUNTY, FLORIDA RENEWAL VENDOR PREQUALIFICATION PROGRAM

INSTRUCTIONS TO BIDDERS

3B 72) 1.0 INTRODUCTION

Specifications and Bid Forms for. Riprap at Bridge Berm Structure # rd Street, Yankton South Dakota, Yankton County,

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS

THE CITY OF DAYTONA BEACH INTERNATIONAL SPEEDWAY BLVD. / HALIFAX RIVER PEDESTRIAN BRIDGE PAINTING

AIA Document A701 TM 1997

PROJECT MANUAL INDEX I. BIDDING CONDITIONS. A - Project Information Sheet. B - Instructions to Bidders. C - Proposal Form

Request for Proposal

Document A701 TM. Instructions to Bidders

THE GOVERNING BOARD OF THE ST. JOHNS RIVER WATER MANAGEMENT DISTRICT ANNUAL INDEPENDENT FINANCIAL AUDITING SERVICES REQUEST FOR PROPOSALS 33063

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-09 FLEET DIVISION (Garage, Golf & Airport)

City of Bowie Private Property Exterior Home Repair Services

ATTACHED FORMS. Drug-Free Workplace Program Certification (Form ) Anticipated DBE Participation Statement (Form )

PURCHASE OF HIGH DENSITY POLYETHYLENE (HDPE) AND PVC PIPES & FITTINGS. Quotation Number 14-Q06/PF

INSTRUCTIONS TO BIDDERS

University of California, Riverside Barn Expansion

VILLAGE of MILLBROOK INVITATION TO BID ADA SIDEWALK REPAIRS

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

NORTH HILLS SCHOOL DISTRICT INVITATION TO BID GENERAL/SPECIAL CONDITIONS. Security Cameras. Bids Due: October 24, 2018 At 11:00 a.m., e.s.t.

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-10 MARINA

ITB Document and updates are on the College website:

CONTRACTOR PRE-QUALIFICATION APPLICATION FORM

Replace Transmission - Bulldozer

INVITATION TO BID VEHICLE MAINTENANCE AND REPAIRS FOR COUNTY EMS AND FLEET VEHICLES BID #

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

Bid #:13-B-034 Due Date: July 2, 3:00 PM Mail Date: June 4, 2013 Wynn Greene Sr. Procurement Analyst II

CITY OF TITUSVILLE, FLORIDA

UNIT DESCRIPTION ETUDE STUDENT CLARINET MODDEL ECL STANDARD 33 ETUDE EAS-100 STUDENT ALTO SAXOPHONE LACQUER 5

WAKULLA COUNTY BOARD OF COUNTY COMMISSIONERS

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB:

STATEMENT OF BIDDER'S QUALIFICATIONS

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

INVITATION TO BID (ITB)

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY DEPARTMENT OF PROCUREMENT

CITY OF OCALA Purchasing Department 2100 NE 30 th Avenue Building E, Gate 4 Ocala, Florida Phone: (352) Fax (352)

BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT

ITB-PW Citywide Plumbing Services

Agency for Persons with Disabilities State of Florida Tacachale HOUSEKEEPING AND JANITORIAL SERVICES

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

CITY OF TITUSVILLE, FLORIDA

Transcription:

WAKULLA COUNTY BOARD OF COUNTY COMMISSIONERS TRICE LANE RESURFACING (FPID #431226-1-58-01) WAKULLA-ARRAN ROAD WIDENING & RESURFACING (FPID #431076-1-58-01) Invitation to Bid Number: ITB 2014-12 RESPONSES ARE DUE BY: July 8, 2014, 10am MAIL OR DELIVER RESPONSES TO Wakulla County Board of County Commissioners Purchasing Office 3093 Crawfordville Highway PO Box 1263 Crawfordville, FL 32327 Contact: Katie Taff at 850.926.0919 or via email at ktaff@mywakulla.com 850.926.0940 FAX

WAKULLA COUNTY ITB #2014-12 TRICE LANE RESURFACING (PRI Proj # 203.111) WAKULLA-ARRAN ROAD WIDENING & RESURFACING (PRI Proj # 203.113) BIDDING AND CONTRACT DOCUMENTS Legal Advertisement 00010 Statement of Work 00090 Notice to Proceed TABLE OF CONTENTS 00096 Application and Certification for Payment 00100 Instructions to Bidders 00131 Certificate of Final Completion 00400 Bid Proposal 00410 Bid Schedule 00420 Bidder s Qualification Statement 00500 Construction Agreement 00610 Performance Bond 00620 Public Payment Bond 00700 General Conditions 00710 Insurance Requirements 00850 Release and Affidavit 00900 Change Order Form Appendix A Local Preference in Purchasing and Contracting TABLE OF CONTENTS 1 of 1

Legal Advertisement WAKULLA COUNTY BOARD OF COUNTY COMMISSIONERS TRICE LANE RESURFACING (FPID #431226-1-58-01) AND WAKULLA-ARRAN ROAD WIDENING & RESURFACING (FPID #431076-1-58-01) Request for Proposal No. ITB 2014-12 Advertisement Begin Date/Time: June 2, 2014, 8am Board Decisions will be available at: 3093 Crawfordville Highway, Crawfordville, FL 32327. Sealed responses for Trice Lane Resurfacing and Wakulla-Arran Road Widening & Resurfacing addressed to the Wakulla County Purchasing Director, at 3093 Crawfordville Highway, Crawfordville, FL 32327 will be received until July 8, 2014, 10am, at which time all proposals will be publicly opened. Any responses received after the time and date specified will not be accepted and shall be returned unopened to the Proposer. Please direct all questions to: Katie Taff Phone: 850.926.0919, FAX: 850.926.0940 e-mail: ktaff@mywakulla.com Copies of the Invitation to Bid and the Plans and Specifications Packages may be obtained at the Wakulla County Purchasing Office at 3093 Crawfordville Highway, Crawfordville, FL 32327 for a non-refundable deposit of $100.00 beginning June 2, 2014, 8am. Checks or money orders only please - made payable to: Preble-Rish, Inc. No pre-bid meeting will be held for this project. All Bidders are encouraged to visit the site to become familiar with the project area. Any person with a qualified disability requiring special accommodations at the bid opening shall contact purchasing at the phone number listed above at least 5 business days prior to the event. If you are hearing or speech impaired, please contact this office by using the Florida Relay Services which can be reached at 1.800.955.8771 (TDD). The Board of County Commissioners reserves the right to reject any and all bids or accept minor irregularities in the best interest of Wakulla County. Richard Harden, Chairman Katie Taff, Purchasing

WAKULLA COUNTY ITB #2014-12 TRICE LANE RESURFACING (PRI Proj # 203.111) WAKULLA-ARRAN ROAD WIDENING & RESURFACING (PRI Proj # 203.113) SECTION 00010 STATEMENT OF WORK Trice Lane Resurfacing and Wakulla-Arran Road Widening & Resurfacing is a construction project consisting of widening, resurfacing, minor drainage, signage and striping improvements along Trice Lane and Wakulla-Arran Road in Wakulla County, Florida. All construction practices shall conform to 2014 Florida Department of Transportation (FDOT) Standard Specifications for Road and Bridge Construction as well as the 2014 FDOT Design Standards. Striping and signage shall be installed per FDOT Standards, compliant with Manual on Uniform Traffic Control Devices (MUTCD) guidelines. All disturbed areas that are not sodded shall be seeded and mulched in an effort to have a full stand of grass at project completion. STATEMENT OF WORK 00010 PAGE 1 OF 1

WAKULLA COUNTY ITB #2014-12 TRICE LANE RESURFACING (PRI Proj # 203.111) WAKULLA-ARRAN ROAD WIDENING & RESURFACING (PRI Proj # 203.113) SECTION 00090-NOTICE TO PROCEED TO: DATE:, 2014 PROJECT: TRICE LANE RESURFACING AND WAKULLA-ARRAN ROAD WIDENING & RESURFACING You are hereby notified to commence WORK in accordance with the Agreement dated, 2014 on or before, 2014, and you are to complete the WORK within 120 consecutive calendar days thereafter. The date of completion is therefore, 2014. WAKULLA COUNTY, FLORIDA Owner By: Richard Harden, Chairman Wakulla County Board of County Commissioners ACCEPTANCE OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged By This day of, 2014 END OF SECTION 00090 NOTICE TO PROCEED-00090 1 of 1

WAKULLA COUNTY - WAKULLA-ARRAN ROAD WIDENING AND RESURFACING SECTION 00096 APPLICATION AND CERTIFICATION FOR PAYMENT AIA DOCUMENT G702 PAGE ONE OF PAGES TO OWNER: PROJECT: APPLICATION NO: Distribution to: OWNER ARCHITECT PERIOD TO: CONTRACTOR FROM CONTRACTOR: VIA ARCHITECT: ENGINEER PROJECT NOS: CONTRACT FOR: CONTRACTOR'S APPLICATION FOR PAYMENT Application is made for payment, as shown below, in connection with the Contract. Continuation Sheet, AIA Document G703, is attached. CONTRACT DATE: The undersigned Contractor certifies that to the best of the Contractor's knowledge, information and belief the Work covered by this Application for Payment has been completed in accordance with the Contract Documents, that all amounts have been paid by the Contractor for Work for which previous Certificates for Payment were issued and payments received from the Owner, and that current payment shown herein is now due. 1. ORIGINAL CONTRACT SUM $ 2. Net change by Change Orders $ CONTRACTOR: 3. CONTRACT SUM TO DATE (Line 1 ± 2) $ 4. TOTAL COMPLETED & STORED TO $ DATE (Column G on G703) By: Date: 5. RETAINAGE: a. % of Completed Work $ State of: County of: (Column D + E on G703) Subscribed and sworn to before me this day of b. % of Stored Material $ Notary Public: (Column F on G703) My Commission expires: Total Retainage (Lines 5a + 5b or Total in Column I of G703) $ ARCHITECT'S CERTIFICATE FOR PAYMENT 6. TOTAL EARNED LESS RETAINAGE $ In accordance with the Contract Documents, based on on-site observations and the data (Line 4 Less Line 5 Total) comprising the application, the Architect certifies to the Owner that to the best of the 7. LESS PREVIOUS CERTIFICATES FOR Architect's knowledge, information and belief the Work has progressed as indicated, PAYMENT (Line 6 from prior Certificate) $ the quality of the Work is in accordance with the Contract Documents, and the Contractor 8. CURRENT PAYMENT DUE $ is entitled to payment of the AMOUNT CERTIFIED. 9. BALANCE TO FINISH, INCLUDING RETAINAGE $ (Line 3 less Line 6) AMOUNT CERTIFIED........... $ CHANGE ORDER SUMMARY ADDITIONS DEDUCTIONS (Attach explanation if amount certified differs from the amount applied. Initial all figures on this Total changes approved Application and onthe Continuation Sheet that are changed to conform with the amount certified.) in previous months by Owner ARCHITECT: Total approved this Month By: Date: TOTALS This Certificate is not negotiable. The AMOUNT CERTIFIED is payable only to the Contractor named herein. Issuance, payment and acceptance of payment are without NET CHANGES by Change Order prejudice to any rights of the Owner or Contractor under this Contract. AIA DOCUMENT G702 APPLICATION AND CERTIFICATION FOR PAYMENT 1992 EDITION AIA 1992 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, DC 20006-5292 Users may obtain validation of this document by requesting a completed AIA Document D401 - Certification of Document's Authenticity from the Licensee. APPLICATION AND CERTIFICATION FOR PAYMENT - 00096 1

WAKULLA COUNTY - TRICE LANE RESURFACING SECTION 00096 APPLICATION AND CERTIFICATION FOR PAYMENT AIA DOCUMENT G702 PAGE ONE OF PAGES TO OWNER: PROJECT: APPLICATION NO: Distribution to: OWNER ARCHITECT PERIOD TO: CONTRACTOR FROM CONTRACTOR: VIA ARCHITECT: ENGINEER PROJECT NOS: CONTRACT FOR: CONTRACTOR'S APPLICATION FOR PAYMENT Application is made for payment, as shown below, in connection with the Contract. Continuation Sheet, AIA Document G703, is attached. CONTRACT DATE: The undersigned Contractor certifies that to the best of the Contractor's knowledge, information and belief the Work covered by this Application for Payment has been completed in accordance with the Contract Documents, that all amounts have been paid by the Contractor for Work for which previous Certificates for Payment were issued and payments received from the Owner, and that current payment shown herein is now due. 1. ORIGINAL CONTRACT SUM $ 2. Net change by Change Orders $ CONTRACTOR: 3. CONTRACT SUM TO DATE (Line 1 ± 2) $ 4. TOTAL COMPLETED & STORED TO $ DATE (Column G on G703) By: Date: 5. RETAINAGE: a. % of Completed Work $ State of: County of: (Column D + E on G703) Subscribed and sworn to before me this day of b. % of Stored Material $ Notary Public: (Column F on G703) My Commission expires: Total Retainage (Lines 5a + 5b or Total in Column I of G703) $ ARCHITECT'S CERTIFICATE FOR PAYMENT 6. TOTAL EARNED LESS RETAINAGE $ In accordance with the Contract Documents, based on on-site observations and the data (Line 4 Less Line 5 Total) comprising the application, the Architect certifies to the Owner that to the best of the 7. LESS PREVIOUS CERTIFICATES FOR Architect's knowledge, information and belief the Work has progressed as indicated, PAYMENT (Line 6 from prior Certificate) $ the quality of the Work is in accordance with the Contract Documents, and the Contractor 8. CURRENT PAYMENT DUE $ is entitled to payment of the AMOUNT CERTIFIED. 9. BALANCE TO FINISH, INCLUDING RETAINAGE $ (Line 3 less Line 6) AMOUNT CERTIFIED........... $ CHANGE ORDER SUMMARY ADDITIONS DEDUCTIONS (Attach explanation if amount certified differs from the amount applied. Initial all figures on this Total changes approved Application and onthe Continuation Sheet that are changed to conform with the amount certified.) in previous months by Owner ARCHITECT: Total approved this Month By: Date: TOTALS This Certificate is not negotiable. The AMOUNT CERTIFIED is payable only to the Contractor named herein. Issuance, payment and acceptance of payment are without NET CHANGES by Change Order prejudice to any rights of the Owner or Contractor under this Contract. AIA DOCUMENT G702 APPLICATION AND CERTIFICATION FOR PAYMENT 1992 EDITION AIA 1992 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, DC 20006-5292 Users may obtain validation of this document by requesting a completed AIA Document D401 - Certification of Document's Authenticity from the Licensee. APPLICATION AND CERTIFICATION FOR PAYMENT - 00096 1

WAKULLA COUNTY ITB #2014-12 TRICE LANE RESURFACING (PRI Proj # 203.111) WAKULLA-ARRAN ROAD WIDENING & RESURFACING (PRI Proj # 203.113) SECTION 00100 INSTRUCTIONS TO BIDDERS Section 1. Definitions. 1.1 The term "COUNTY" used herein refers to WAKULLA COUNTY, FLORIDA, or its duly authorized representative. 1.2 The term "Bidder" used herein means one who submits a bid directly to the COUNTY in response to this solicitation. 1.3 The term "Successful Bidder" means the lowest qualified, responsible and responsive Bidder who is awarded the contract by the COUNTY, on the basis of the COUNTY's evaluation. 1.4 The term "Bidding Documents" includes the Legal Advertisement, these Instructions to Bidder s, the Bid Schedule and the Contract Documents as defined in the Agreement. 1.5 The term "Bid" shall mean a completed Bid Proposal (Section 00400), Bid Schedule (Section 00410), and Bidder s Qualifications Statement (Section 00420), bound in the Bidding Documents, properly signed, providing the COUNTY a proposed cost for providing the services required in the Bidding Documents. 1.6 The term "Work" includes all work required in connection with the Project specified in the Legal Advertisement for this solicitation as set forth in the Bidding Documents for this Project. Section 2. Preparation of Bids 2.1 The Bids must be submitted on the standard form herein furnished by the COUNTY (pages 00410-1 to 00410-3 as bound in these Bidding Documents). The Bidder shall complete the Bid in ink or by type, and the original Bid shall be manually signed by the Bidder. An original and three (3) copies of the Bid fastened by clip (please, NO staples) must be received by the COUNTY no later than July 8, 2014 at 10:00 am local time in the offices of the COUNTY in Crawfordville, Florida. The Bid may be rejected if it contains any omission, alteration of form, conditional bid or irregularities of any kind. Bids must be submitted in sealed envelopes, marked with the Bid Number, Project Name, Bid Opening Date and Time, and shall be addressed to: Wakulla County Purchasing INSTRUCTIONS TO BIDDERS 00100 PAGE 1 OF 7

Wakulla County, Florida 3093 Crawfordville Highway Crawfordville, Florida 32327 (850) 926-0919 If forwarded by mail, the sealed envelope containing the Bid must be enclosed in another sealed envelope addressed as above. Bids received after the time specified for bid opening will be returned to the Bidder unopened and shall not be considered. Section 3. Bid Deposit Requirements 3.1 No Bid shall be considered or accepted unless at the time of Bid filing the same shall be accompanied by a cashier's check, a certified check payable to COUNTY on some bank or trust company located in the State of Florida insured by the Federal Deposit Insurance Corporation, or bid bond, in an amount not less than 5% of the Bid issued by a Surety authorized to issue such bonds in the State of Florida (collectively referred to herein as the "Bid Deposit"). The Bid Deposit shall be retained by COUNTY as liquidated damages if the successful Bidder fails to execute and deliver to COUNTY the construction agreement, or fails to deliver the required performance and payment bonds or certificates of insurance, all within ten (10) calendar days after receipt of the Notice of Award. The Attorney-in-fact who executes this bond on behalf of the Surety must attach a notarized copy of the Power of Attorney as evidence of its authority to bind the Surety. Where laws or regulations require certification by a resident agent that shall also be provided. Bid Deposits of the three (3) lowest Bidder s shall be held until the Agreement has been executed by the Successful Bidder and same has been delivered to COUNTY together with the required bonds and insurances, after which all three (3) Bid Deposits shall be returned to the respective Bidder s. All other Bid Deposits shall be released within ten (10) working days of the Bid Opening. No Bid shall be withdrawn within ninety (90) days after the public opening thereof. If a Bid is not accepted within ninety (90) days after the public opening, it shall be deemed rejected and the Bid Deposit shall be returned to Bidder as provided herein. 3.2 The Successful Bidder shall execute six (6) copies of the Agreement and deliver same to COUNTY within the time period noted above. The COUNTY shall execute all six (6) copies and return two fully executed copies of the Agreement to Successful Bidder within thirty (30) working days after receipt of the executed Agreement from Successful Bidder unless any governmental agency having funding control over the Project requires additional time, in which event the COUNTY shall have such additional time to execute the Agreement as may be reasonably necessary. Section 4. Right to Reject Proposals 4.1 COUNTY reserves the right to reject any and all Bids or to waive informalities and negotiate with the apparent lowest, qualified Bidder. Further, COUNTY reserves the right to withdraw this solicitation at anytime prior to final award of the contract. COUNTY is not liable for any costs incurred by Bidder prior to issuance of the executed Agreement as set forth in Section 3.2 hereof. INSTRUCTIONS TO BIDDERS 00100 PAGE 2 OF 7

4.2 COUNTY reserves the right to formally amend and/or clarify the requirements of the Bid Specifications where it deems necessary. Any such addendum/clarification shall be in writing and shall be distributed to all parties who receive the original bid specification and are eligible for consideration prior to the deadline for submission of proposals. Only one Bid from any individual, firm, partnership or corporation, under the same name or different names, shall be considered. Should it appear to COUNTY that a Bidder has an interest in more than one Bid for the Work, all Bids of such Bidder shall be rejected. Section 5. Signing of Bids 5.1 Bids submitted by a corporation must be executed in the corporate name by the president or a vice president, and a corporate seal must be affixed and attested to by the secretary or assistant secretary of the corporation. The corporate address and state of incorporation must be shown below the signature. 5.2 Bid proposals by a partnership must be executed in the partnership name and signed by a general partner whose title must appear under the signature and the official address of the partnership must be shown below said signature. 5.3 If Bidder is an individual, his signature shall be inscribed. 5.4 If signature is by an agent or other than an officer of corporation or general partner of partnership, a properly notarized power of attorney must be submitted with the Bid. 5.5 All Bids shall have names typed or printed below all signatures. 5.6 All Bids shall state the Bidder's contractor license number. 5.7 Failure to follow the provisions of this section shall be grounds for rejecting the Bid as irregular or unauthorized. Section 6. Withdrawal of Proposals Any Bid may be withdrawn at any time prior to the hour fixed in the Legal Advertisement for the opening of Bids, provided that the withdrawal is requested in writing, properly executed by the Bidder and received by COUNTY prior to Bid Opening. The withdrawal of a Bid will not prejudice the right of a Bidder to file a new Bid prior to the time specified for Bid opening. Section 7. Late Bids INSTRUCTIONS TO BIDDERS 00100 PAGE 3 OF 7

Bids received after the scheduled receipt time will not be accepted and may be returned unopened to the sender. Section 8. Interpretation of Contract Documents 8.1 No interpretation of the meaning of the plans, specifications or other Bidding Documents shall be made to a Bidder orally. Any such oral or other interpretations or clarifications shall be without legal effect. All requests for interpretations or clarifications shall be in writing, addressed to the COUNTY, to be given consideration. All such requests for interpretations or clarification must be received at least ten (10) calendar days prior the Bid opening date. Any and all such interpretations and supplemental instructions shall be in the form of written addenda which, if issued, shall be sent by mail to all known Bidder s at their respective addresses furnished for such purposes no later than three (3) working days prior to the date fixed for the opening of Bids. Such written addenda shall be binding on Bidder and shall become a part of the Bidding Documents. 8.2 It shall be the responsibility of each Bidder to ascertain, prior to submitting his Bid that he has received all addenda issued and he shall acknowledge same in his Bid. Section 9. Examination of Site and Contract Documents has: 9.1 By executing and submitting a Bid, each Bidder certifies that the submitter a. Examined all Bidding Documents thoroughly; b. Visited the site to become familiar with local conditions that may in any manner affect performance of the Work; c. Become familiar with all federal, state and local laws, ordinances, rules, and regulations affecting performance of the Work; and d. Correlated all of his observations with the requirements of Bidding documents. No plea of ignorance of conditions or difficulties that may exist or conditions or difficulties that may be encountered in the execution of the Work pursuant to these Bidding Documents as a result of failure to make the necessary examinations and investigations shall be accepted as an excuse for any failure or omission on the part of the Successful Bidder, nor shall they be accepted as a basis for any claims whatsoever for extra compensation or for an extension of time. INSTRUCTIONS TO BIDDERS 00100 PAGE 4 OF 7

9.2 The COUNTY will make copies of surveys and reports performed in conjunction with this Project available to any Bidder requesting them at cost; provided, however, the COUNTY does not warrant or represent to any Bidder either the completeness or accuracy of any such surveys and reports. Before submitting his Bid, each Bidder shall, at his own expense, make such additional surveys and investigations as may be necessary to determine his Bid price for the performance of the Work within the terms of the Bidding Documents. Section 10. Material Requirements It is the intention of these Bidding Documents to identify standard materials. When space is provided on the Bid Schedule, Bidder s shall specify the materials which they propose to use in the Project. The COUNTY may declare any Bid non-responsive or irregular if such materials are not specifically named by Bidder. Section 11. Bid Quantities Quantities given in the Bid Schedule, while estimated from the best information available, are approximate only. Payment for unit price items shall be based on the actual number of units installed for the Work. Bids shall be compared on the basis of number of units stated in the Bid Schedule as set forth in the Bidding Documents. Said unit prices shall be multiplied by the bid quantities for the total Bid price. Any Bid not conforming to this requirement may be rejected. Special attention to all Bidder s is called to this provision, for should conditions make it necessary or prudent to revise the unit quantities, the unit prices will be fixed for such increased or decreased quantities. Compensation for such additive or subtractive changes in the quantities shall be limited to the unit prices in the Bid. Section 12. Award of Contract and Right to Protest Award of contract shall be made to the lowest, responsive and responsible Bidder determined on the basis of the entire Bid and the COUNTY's investigations of the Bidder. When the contract is awarded by COUNTY, such award shall be evidenced by a written document "Notice of Award," signed by the authorized representative of COUNTY and delivered to the intended awardee by certified mail or other express delivery service, and a copy also provided to each bidder for the project. Award of Contract will be made by the COUNTY Board in public session. Award recommendations will be posted outside the offices of the COUNTY at its Crawfordville address. Any Bidder who desires to formally protest the recommended contract award must file a notice of intent to protest with the COUNTY's Administrator within seventy two (72) hours (excluding weekends and holidays) of the date that the recommended award is posted. Upon filing of said notice of intent, the protesting party will have seven (7) days from the date of posting to file a formal protest and will be given instructions as to the form and content requirements of the formal protest. A copy of the "protest policy" is available at the offices of the COUNTY's Administrator. INSTRUCTIONS TO BIDDERS 00100 PAGE 5 OF 7

For Bidder s who may wish to receive copies of Bids after the Bid opening, the COUNTY reserves the right to recover all costs associated with the printing and distribution of such copies. Section 13. Sales Tax The COUNTY is a political subdivision of the State of Florida and is exempt from the payment of Florida sales tax. Corporations, Individuals and other entities are impacted by Chapter 212, Florida Statutes according to the type of service, sale of commodity or other contractual arrangement to be made with the COUNTY. By submittal of a properly executed response to a procurement request from the COUNTY, the Bidder is acknowledging that he is aware of his statutory responsibilities for sales tax under Chapter 212, Florida Statutes. The COUNTY is also exempt from most Federal excise taxes. By submittal of a properly executed response to a procurement request from the COUNTY, the Bidder is acknowledging that he is aware of his responsibilities for Federal excise taxes. Section 14. Exclusion of County Permits in Bid Prices 14.1 To ensure compliance with Section 218.80, F.S., otherwise known as "The Public Bid Disclosure Act", the COUNTY will pay for all local County permits and fees, including license fees, permit fees, impact fees or inspection fees applicable to this work. Hence, Bidder s shall not include these permit/fee amounts in their bid offer. However, the successful bidder shall retain the responsibility to initiate and complete all necessary and appropriate actions to obtain the required permits other than payment for the items identified in this section. 14.2 The successful Bidder shall be responsible for procuring and paying for all necessary permits not issued by the local Counties pursuant to the prosecution of the work. Section 15. Public Entity Crimes Section 287.133, Florida Statutes, provides: A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services tot 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, 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 36 months from the date of being placed on the convicted vendor list. INSTRUCTIONS TO BIDDERS 00100 PAGE 6 OF 7

Bidder shall complete and return the public entity crimes affidavit included in the Bidding Documents. Section 16 Prohibited Communication 16.1 Any form of communication, except for written correspondence authorized herein, shall be prohibited regarding this particular Invitation to Bid, or any other competitive solicitation between: a. Any person or person s representative seeking an award from such competitive solicitation; and b. Any County Commissioner or Commissioner s staff, the evaluation team, or any county employee authorized to act on behalf of the Commission in relation to this ITB. For the purpose of this section, a person s representative shall include, but not be limited to, the person s employee, partner, officer, director, consultant, lobbyist, or any actual or potential subcontractor or consultant of the person. This prohibition on communication shall be in effect as of the publication of the bid advertisement. The provisions of this section shall not apply to oral communications at any public proceeding, written questions submitted pursuant to this ITB, pre-bid conferences, oral presentations before an evaluation team, presentations made to the Board, and protest hearings. Further, the provisions of this section shall not apply to contract negotiations between any employee and the intended awardee, any dispute resolution process following the filing of a protest between the person filing the protest and any employee, or any other communication specifically authorized in this ITB. The provisions of this section shall terminate at the time the Board, or a County department authorized to act on behalf of the Board, awards or approves a contract, rejects all bids or responses, or otherwise takes action which ends the solicitation process. INSTRUCTIONS TO BIDDERS 00100 PAGE 7 OF 7

WAKULLA COUNTY ITB #2014-12 TRICE LANE RESURFACING (PRI Proj # 203.111) WAKULLA-ARRAN ROAD WIDENING & RESURFACING (PRI Proj # 203.113) SECTION 00131 - CERTIFICATE OF FINAL COMPLETION PROJECT: TRICE LANE RESURFACING AND WAKULLA-ARRAN ROAD WIDENING & RESURFACING This certificate of Final Completion applies to all Work under the Contract Documents or to the following specified parts thereof. The work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND ENGINEER, and that Work is hereby declared to be complete in accordance with the Contract Documents on; DATE OF FINAL COMPLETION The following documents are attached to and made a part of this Certificate: 1. 2. This certificate constitutes an acceptance of Work in accordance with the Contract Documents and is not a release of CONTRACTOR'S obligation to have completed the Work in accordance with the Contract Documents. Executed by ENGINEER on PREBLE-RISH, INC. Accepted by CONTRACTOR on, 2014 By: By: Accepted by OWNER on, 2014 By: CERTIFICATE OF FINAL COMPLETION-00131 1

WAKULLA COUNTY ITB #2014-12 TRICE LANE RESURFACING (PRI Proj # 203.111) WAKULLA-ARRAN ROAD WIDENING & RESURFACING (PRI Proj # 203.113) SECTION 00400 BID PROPOSAL BID PROPOSAL WAKULLA COUNTY, FLORIDA Full Company Name of Bidder: Main Business Address: (including city, state and zip) Place of Business: (including city, state and zip) Business Telephone and Fax Numbers: Contact Name: State Contractor's License# To: BOARD OF COUNTY COMMISSIONERS OF WAKULLA COUNTY, FLORIDA (hereinafter called the "COUNTY") The undersigned, as Bidder declares that the only person or parties interested in this Proposal as principals are those named herein, that this Proposal is made without collusion with any other person, firm or corporation; that he has carefully examined the location of the proposed work, the proposed forms of Agreement and Bonds, and the Contract Drawings and Specifications, including Addenda issued thereto and acknowledges receipt below: Contractor's Addendum Number Date Issued Initials -------------- ----------- ------------ -------------- ----------- ------------ -------------- ----------- ------------ BID PROPOSAL 00400 PAGE 1 of 14

Bidder proposes, and agrees if this Proposal is accepted, Bidder will contract with the COUNTY in the form of the copy of the Agreement included in these Contract Documents, to provide all necessary machinery, tools, apparatus and other means of construction, including utility and transportation services necessary to do all the Work, and furnish all the materials and equipment specified or referred to in the Contract Documents in the manner and time herein prescribed and according to the requirements of the COUNTY as therein set forth, furnish the Contractor's Bonds and Insurance specified in the General Conditions of the Contract, and to do all other things required of the Contractor by the Contract Documents, and that he will take full payment the sums set forth in the following Bid Schedule (Section 00410): MATERIAL MANUFACTURERS The Bidder is required to state below, material manufacturers he proposes to utilize on this project. No change will be allowed after submittal of Bid. If substitute material proposed and listed below is not approved by Engineer, Bidder shall furnish the manufacturer named in the specification. Acceptance of this Bid does not constitute acceptance of material proposed on this list. THIS LIST MUST BE COMPLETED OR BID MAY BE DEEMED NON-RESPONSIVE. MATERIAL MANUFACTURER 1. 2. 3. 4. 5. 6. Dated Bidder By BID PROPOSAL 00400 PAGE 2 of 14

LIST OF SUBCONTRACTORS The undersigned states that the following is a full and complete list of the proposed subcontractors on this Project and the class of work to be performed by each, and that such list will not be added to nor altered without written consent of the owner through the Engineer. Subcontractors not listed will not be considered approved by the Engineer. Subcontractor and address Class of Work to be performed Dated Bidder By BID PROPOSAL 00400 PAGE 3 of 14

DRUG FREE WORKPLACE CERTIFICATION In the event of a tie, preference shall be given to businesses with drug-free workplace programs. Whenever two or more response which are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a response received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie responses will be followed if none of the tied vendors 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 and 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, and employee assistance programs, and the penalties that may be imposed upon employees from drug abuse violations. 3) Give each employee engaged in providing the commodities or contractual services that are under this solicitation a copy of the statement specified in subsection (1) above. 4) In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under this solicitation, the employee will abide by the terms of the statement and will notify the employee of any conviction of, or plea of guilty or nolo contendere to, any 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 the statement, I certify that this firm complies fully with the above requirements. VENDOR TITLE AUTHORIZED SIGNATURE DATE BID PROPOSAL 00400 PAGE 4 of 14

CONFLICT OF INTEREST DISCLOSURE STATEMENT The award hereunder is subject to the provisions of Chapter 112, Florida Statutes. Respondents must disclose with their bids whether any officer, director, employee or agent is also an officer or an employee of the Board of County Commissioners. All firms must disclose the name of any state officer or employee who owns, directly or indirectly, an interest of five percent (5%) or more in the Respondent s firm or any of its branches or affiliates. All Respondents must also disclose the name of any employee, agent, lobbyist, previous employee of the Board, or other person, who has received or will receive compensation of any kind, or who has registered or is required to register under Section 112.3215, Florida Statutes, in seeking to influence the actions of the Board in Connection with this procurement. Names of Officer, Director, Employee or Agent that is also an Employee of the Board: Name of a County Employee that owns 5% or more in Respondent s firm: Not applicable: Name Company Date BID PROPOSAL 00400 PAGE 5 of 14

CERTIFICATION REGARDING LOBBYING CERTIFICATION FOR CONTRACTS, GRANTS, LOANS AND COOPERATIVE AGREEMENTS The undersigned certifies, to the best of his or her knowledge and belief, that: No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a member of congress, an officer or employee of congress, or an employee of a member of congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement. If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a member of congress, an officer or employee of congress, or an employee of a member of congress in connection with this federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, Disclosure Form to Report Lobbying, in accordance with its instructions. The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, sub-grants, and contracts under grants, loans, and cooperative agreements) and that all sub-recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Signature Date Name of Authorized Individual Name of Company/Organization Address of Company/Organization BID PROPOSAL 00400 PAGE 6 of 14

SWORN STATEMENT UNDER SECTION 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS 1. This sworn statement is submitted to by For Whose business address is and (if applicable) its Federal Employer Identification Number (FEIN) is (if the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement): 2. I understand that a public entity crime as defined in Section 287.133 (1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency of political subdivision of any other state or with the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or such an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 3. I understand that "convicted" or "conviction" as defined in Paragraph 287.133 (1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non-jury trial, or entry of a plea of guilty or nolo contendere. 4. I understand that "affiliate" as defined in Paragraph 2871.33 (1)(a), Florida Statutes, means: (a.) A predecessor or successor of a person or a corporation convicted of a public entity crime, or (b.) An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term affiliate includes officers, directors, executives, partners, shareholders, employees, members and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling BID PROPOSAL 00400 PAGE 7 of 14

agreement of equipment or income among persons when not for fair market value under an arm s length agreement, shall be a prima facie case that one person controls another person. A person knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5. I understand that a person as defined in Paragraph 287.133 (1)(e), Florida Statute, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter in to a binding contract and which bids or applied to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term persons includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 5. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. [Indicate which statement applies.] Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, share holders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Office of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vender list. [Attach a copy of the final order] BID PROPOSAL 00400 PAGE 8 of 14

I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1(ONE) ABOVE IS FOR THE PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. Signature Sworn to and subscribed before me this day of, 2014. Personally known OR Produced identification Notary Public- State of My commission expires [printed, typed or stamped commissioned name of notary public] BID PROPOSAL 00400 PAGE 9 of 14

ANTI-COLLUSION STATEMENT I hereby attest that I am the person responsible within my company for the final decision as to the price(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my company. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose or with the effect of restricting competition with any other company or person who is a bidder or potential prime bidder. 2. Neither the price(s) nor the amount of this bid have been disclosed to any other company or person who is a bidder or potential prime bidder on this project, and will not be so disclosed prior to bid opening. 3. Neither the prices nor the amount of the bid of any other company or person who is a bidder or potential prime bidder on this project have been disclosed to me or my company. 4. No attempt has been made to solicit, cause or induce any company or person who is a bidder or potential prime bidder to refrain from bidding on this project, or to submit a bid higher than the bid of this company, or any intentionally high or noncompetitive bid or other form of complementary bid. 5. No agreement has been promised or solicited for any other company or person who is a bidder or potential prime bidder on this project to submit an intentionally high, noncompetitive or other form of complementary bid on this project. 6. The bid of my company is made in good faith and not pursuant to any consultation, communication, agreement or discussion with, or inducement or solicitation by or from any company or person to submit any intentionally high, noncompetitive or other form of complementary bid. 7. My company has not offered or entered into a subcontract or agreement regarding the purchase or sale of materials or services from any company or person, or offered, promised or paid cash or anything of value to any company or person, whether in connection with this or any other project, in consideration for an agreement or promise by any company or person to refrain from bidding or to submit any intentionally high, noncompetitive or other form of complementary bid or agreeing or promising to do so on this project. 8. My company has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any company or person, and has not been promised or paid cash or anything of value by any company or person, whether in connection with this or any other project, in consideration for my company's submitting any intentionally high, noncompetitive or other form of complementary bid, or agreeing or promising to do so, on this project. 9. I have made a diligent inquiry of all members, officers, employees, and agents of my company with responsibilities relating to the preparation, approval or submission of my company's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, or other conduct inconsistent with any of the statements and representations made in this affidavit. BID PROPOSAL 00400 PAGE 10 of 14

10. I understand and my company understands that any misstatement in this affidavit is and shall be treated as a fraudulent concealment from the Florida Department of Transportation, of the true facts relating to submission of bids for this contract. I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE. Signature Title Date Company Name Address Phone Number BID PROPOSAL 00400 PAGE 11 of 14

BID REPRESENTATIONS Upon receipt of written notice of the conditional acceptance of this Bid, Bidder will execute the formal Contract attached within 10 calendar days and deliver the Surety Bond or Bonds and Insurance as required by the Contract Documents. The bid security attached in the sum of: dollars ($ ) is to become the property of the COUNTY in the event the Contract, Insurance and Bonds are not executed within the time above set forth for the delay and additional expense to the COUNTY. If awarded a contract under this Proposal, the undersigned proposes to commence work at the site within 5 calendar days from the commencement date established in the written Notice to Proceed. The undersigned further agrees to substantially complete all work covered by this Proposal within consecutive calendar days from and including the date stipulated in the written Notice to Proceed and to be fully completed to the point of final acceptance by the COUNTY within consecutive calendar days from and including the date stipulated in the written Notice to Proceed. Respectfully Submitted State of ) County of ), being first duly sworn on oath deposes and says that the Bidder on the above Proposal is organized as indicated below and that all statements herein made are made on behalf of such Bidder and that this deponent is authorized to make them., also deposes and says that he has examined and carefully prepared his Bid Proposal from the Contract Drawings and Specifications and has checked the same in detail before submitting this Bid; that the statements contained herein are true and correct. (a) Corporation The Bidder is a corporation organized and existing under the laws of the State of, which operates under the legal name of, and the full names of its officers are as follows: President Secretary BID PROPOSAL 00400 PAGE 12 of 14

Treasurer Manager and it (does) or (does not) have a corporate seal. The (name) is authorized to sign construction proposals and contracts for the company by action of its Board of Directors taken, a certified copy of which is hereto attached (strike out this last sentence if not applicable). (b) Partnership The Bidder is a co-partnership consisting of individual partners whose full names are as follows: The co-partnership does business under the legal name of: (c) Individual The Bidder is an individual whose full name is, and if operating under a trade name, said trade name is: Dated legal entity Witness Witness By Name of Bidder (typed) Signature/Title BID PROPOSAL 00400 PAGE 13 of 14

[Corporate Seal] STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of,, by, as of, a corporation, on behalf of the corporation. He/she is personally known to me or has produced as identification and did (did not) take an oath. My Commission Expires: (Signature of Notary) Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Commission No.: BID PROPOSAL 00400 PAGE 14 of 14

BID SCHEDULE CALENDAR OF EVENTS All times listed in Calendar of Events are Eastern Daylight Time. EVENT DATE & LOCATION ITB Released and Advertised June 2, 2014 NO PRE-BID MEETING WILL BE HELD FOR THIS PROJECT Technical Questions Due from Prospective June 16, 2014 Respondents Responses to Technical Questions Posted June 20, 2014 Bids Due and Opened (NO FAX ACCEPTED) July 8, 2014 @ 10:00 a.m. Posting of Intended Award July 8, 2014 Board Consideration July 14, 2014 Anticipated Start Date Upon Issuance of Notice to Proceed Bid Format/Schedule: Payment for the various items of the Bid Schedule shall include all compensation for furnishing tools, equipment, supplies, and manufactured articles, labor operations, permit fees, licenses, taxes, insurances, bonds, overhead and profit, and incidentals appurtenances thereto, and including all costs of compliance with the regulations of public agencies having jurisdiction, including the Occupational Safety and Health Administration of the US Department of Labor (OSHA), FDEP, NWFWMD, and Wakulla County Health Department. No separate payment will be made for any item that is not specifically set forth in the Bid Schedule, and all costs therefore shall be included in the prices named in the Schedule for the various appurtenant items of work. The bidder shall submit a bid on all items or the bid shall be considered irregular. The County reserves the right to accept or reject the bid. The County further reserves the unqualified right to determine whether any particular item or items or materials, equipment, or whatsoever is an approved equal, and reserves the unqualified right to a final decision regarding the approval or rejection of the same. The Bidder shall perform with his own organization, work amounting to not less than fifty percent (50%) of the total contract amount, less the total amount for those contract items designed as specialty work. Note: LF = Linear Foot LS = Lump Sum PS = Per Set NM= Nominal Mile LB = Pounds CY = Cubic Yard TN= Ton AS = Assembly EA = Each SY = Square Yard GM= Gross Mile 1 BID SCHEDULE 00410 PAGE 1 OF 3

Written Unit Prices shall take precedence over Cost Trice Lane Resurfacing RESURFACING PAY ITEM NUMBER DESCRIPTION UNIT QUANTITY UNIT PRICE COST GENERAL COSTS 101-1 MOBILIZATION LS 1.00 102-1 MAINTENANCE OF TRAFFIC LS 1.00 110-1-1 CLEARING & GRUBBING LS 1.00 908104-1 CONTRACTORS EROSION CONTROL LS 1.00 ROADWAY 334-1-12 RESURFACING - 1.5" (165 LBS/SY) TYPE SP-9.5 STRUCTURAL COURSE, TRAF B TN 1,200.00 285701 OPTIONAL BASE GROUP 01 (DRIVEWAY TURNOUT CONSTRUCTION) SY 50.00 286-2 SIDE ROAD/DRIVEWAY TURNOUT CONSTRUCTION - ASPHALT (165 LBS/SY) TN 60.00 162-1-11 PREPARED SOIL LAYER, FINISH SOIL LAYER, 6" SY 3,710.00 425-6 VALVE BOXES, ADJUST EA 4.00 570-1-2 PERFORMANCE TURF, SOD SY 3,710.00 PAVEMENT MARKINGS 710-90 PAINTED PAVEMENT MARKINGS, FINAL SURFACE LS 1.00 711-11111 THERMOPLASTIC, STD, WHITE, SOLID, 6" NM 2.36 711-11211 THERMOPLASTIC, STD, YELLOW, SOLID, 6" NM 2.34 711-11125 THERMOPLASTIC,STD, SOLID, WHITE, 24 LF 170.00 711-11131 THERMOPLASTIC, STD, WHITE, SKIP, 6" GM 0.01 711-11160 THERMOPLASTIC, STD, WHITE, MESSAGE EA 1.00 711-11170 THERMOPLASTIC, STD, WHITE, ARROW EA 2.00 711-11224 THERMOPLASTIC, STD, YELLOW, SOLID, 18" LF 10.00 706-3 RETRO-REFLECTIVE PAVEMENT MARKERS - YELLOW (single line) EA 155.00 706-3 RETRO-REFLECTIVE PAVEMENT MARKERS - BLUE (at Hydrants) EA 4.00 700-1-60 SINGLE POST SIGN, REMOVE EA 2.00 700-20-11 SINGLE POST SIGN EA 27.00 705-10-1 OBJECT MARKER, TYPE 1 EA 2.00 705-10-2 OBJECT MARKER, TYPE 2 EA 2.00 DRAINAGE 120-3 LATERAL DITCH EXCAVATION CY 25.00 430-94-1 DESILTING PIPE, 0-24" LF 40.00 570-1-1 PERFORMANCE TURF SY 100.00 425-1521 INLETS, DT BOT, TYPE C, <10' EA 1.00 162-1-11 PREPARED SOIL LAYER, FINISH SOIL LAYER, 6" SY 100.00 570-1-2 PERFORMANCE TURF, SOD SY 100.00 430982129 MITERED END SECTION, RCP, 24" CD EA 1.00 524-1-2 CONCRETE DITCH PAVEMENT, NON REINFORCED, 4" SY 40.00 9999-04 RIPRAP, F&I (6" - 8" Limerock) SY 20.00 TOTAL *In no case shall Pay Factors be greater than 1.00 2 BID SCHEDULE 00410 PAGE 2 OF 3

Written Unit Prices shall take precedence over Cost Wakulla-Arran Road Widening & Resurfacing RESURFACING PAY ITEM NUMBER DESCRIPTION UNIT QUANTITY UNIT PRICE COST GENERAL COSTS 101-1 MOBILIZATION LS 1.00 102-1 MAINTENANCE OF TRAFFIC LS 1.00 110-1-1 CLEARING & GRUBBING LS 1.00 908104-1 CONTRACTORS EROSION CONTROL LS 1.00 ROADWAY 334-1-12 RESURFACING - 1.5" (165 LBS/SY) TYPE SP-9.5 SURFACE COURSE, TRAF B TN 2,065.00 285701 OPTIONAL BASE GROUP 01 (DRIVEWAY TURNOUT CONSTRUCTION) SY 450.00 285706 OPTIONAL BASE GROUP 06 (SIDE ROAD TURNOUT CONSTRCUTION) SY 130.00 286-2 SIDE ROAD/DRIVEWAY TURNOUT CONSTRUCTION - ASPHALT (165 LBS/SY) TN 100.00 162-1-11 PREPARED SOIL LAYER, FINISH SOIL LAYER, 6" SY 6,730.00 425-6 VALVE BOXES, ADJUST EA 28.00 570-1-2 PERFORMANCE TURF, SOD SY 6,730.00 570-1-1 PERFORMANCE TURF SY 19,600.00 120-1 REGULAR EXCAVATION (INCREASE OF RADIUSES AT SIDE ROADS) CY 360.00 160-4 12" TYPE "B" STABILIZATION (INCREASE OF RADIUSES AT SIDE ROADS) SY 60.00 285706 ADDITIONAL BASE GROUP 6 (INCREASE OF RADIUSES AT SIDE ROADS) SY 60.00 334-1-12 ADDITIONAL ASPHALT - 1.5" (165 LBS/SY) (INCREASE OF RADIUSES AT SIDE ROADS) TN 5.00 PAVEMENT MARKINGS 660-2101 LOOP ASSEMBLY, F&I, TYPE A AS 1.00 6602106 LOOP ASSEMBLY, F&I, TYPE F AS 1.00 710-90 PAINTED PAVEMENT MARKINGS, FINAL SURFACE LS 1.00 711-11111 THERMOPLASTIC, STD, WHITE, SOLID, 6" NM 4.31 711-11211 THERMOPLASTIC, STD, YELLOW, SOLID, 6" NM 1.07 711-11125 THERMOPLASTIC,STD, SOLID, WHITE, 24 LF 190.00 711-11170 THERMOPLASTIC, STD, WHITE, ARROW EA 3.00 711-11231 THERMOPLASTIC, STD, YELLOW, SKIP, 6" GM 1.47 706-3 RETRO-REFLECTIVE PAVEMENT MARKERS - YELLOW (single line) EA 280.00 706-3 RETRO-REFLECTIVE PAVEMENT MARKERS - BLUE (at Hydrants) EA 7.00 700-1-60 SINGLE POST SIGN, REMOVE EA 2.00 700-20-11 SINGLE POST SIGN EA 15.00 705-10-1 OBJECT MARKER, TYPE 1 EA 4.00 REMOVAL OF CROSS DRAIN 104-10-3 SEDIMENT BARRIER LF 200.00 430-175-115 REMOVE 15" CMP CROSS DRAIN AND REHABILITATE LF 50.00 TOTAL ALTERNATE 1: 1FT WIDENING (1.5" OF ASPHALT) PAY ITEM NUMBER DESCRIPTION UNIT QUANTITY UNIT PRICE COST ROADWAY 110-7-1 MAILBOX RELOCATION EA 10.00 120-1 REGULAR EXCAVATION CY 3,710.00 120-6 EMBANKMENT CY 275.00 160-4 12" TYPE "B" STABILIZATION (3'-8" EACH SIDE) SY 9,150.00 285706 OPTIONAL BASE GROUP 06 (1'-4" EACH SIDE) SY 3,330.00 334-1-12 WIDENING (1' EACH SIDE) - 1.5 (165 LBS/SY) TYPE SP-9.5 STRUCTURAL COURSE, TR TN 210.00 334-1-12 WIDENING (1' EACH SIDE) - 1.5 (165 LBS/SY) TYPE SP-9.5 SURFACE COURSE, TRAF TN 210.00 TOTAL *In no case shall Pay Factors be greater than 1.00 *If the bids come in over budget, the County reserves the right to remove certain aspects of the project using the bid unit prices. 3 BID SCHEDULE 00410 PAGE 3 OF 3

WAKULLA COUNTY ITB #2014-12 TRICE LANE RESURFACING (PRI Proj # 203.111) WAKULLA-ARRAN ROAD WIDENING & RESURFACING (PRI Proj # 203.113) SECTION 00420 BIDDER S QUALIFICATION STATEMENT BIDDER S QUALIFICATION STATEMENT The undersigned guarantees the truth and accuracy of all statements and answers herein contained. Include additional sheets if necessary. Print in ink or type all answers. Any Bidder s proposing to be qualified to perform the Work are advised that they must address each item of this sheet, giving full descriptions of the material and equipment that they propose to furnish. Any information omitted will be sufficient reason for refusal to qualify. All Bidder s or the appropriate subcontractor shall be prequalified with FDOT in the following work groups. Note that the Bidder shall perform with his own organization, work amounting to not less than fifty percent (50%) of the total contract amount, less than the total amount for those contract items designed as specialty work. Drainage Flexible Paving Maintenance of Traffic Grading Grassing, Seeding, & Sodding Hot Plant-mixed Bituminous Courses Pavement Markings A copy of the Contractor s Qualifications Letter must be attached to the bid. Failure to do so may result in the Board deeming the bid non-compliant, subjecting it to disqualification. STATEMENT OF EXPERIENCE OF BIDDER The Bidder is required to state below what work of similar magnitude is a judge of his experience, skill and business standing and of his ability to conduct the work as completely and as rapidly as required under the terms of the contract. Project and Location Reference 1. 2. BIDDER S QUALIFICATION STATEMENT 00420 PAGE 1 OF 4

3. 4. 5. Dated Bidder By Experience 1. How many years has your organization been in business? 2. Have you ever failed to complete the work awarded to you within the specified contract time in the last five (5) years? If so, where, when, and why? Attach sheet, if necessary. 3. Give names, addresses, and telephone numbers of three (3) individuals or corporations (not including Wakulla County personnel) for which you have performed work and that can be contacted as a reference. Attach sheet, if necessary. BIDDER S QUALIFICATION STATEMENT 00420 PAGE 2 OF 4

4. Complete the table below as fully as possible, describing projects similar in character and scope to the Work specified herein and which have been successfully completed during the past five (5) years. Location and Type of Work OWNER Name/City Consulting Engineer Year Completed Contract Price General 5. Describe your present workload. Do you have project underway which might interfere with the start of this Work and completion on schedule? 6. List all past litigations, arbitrations, mediations, informal settlement discussions, or disputes involving your company or project for the past five (5) years and final outcome. Fully describe the circumstances (use additional sheets if necessary). BIDDER S QUALIFICATION STATEMENT 00420 PAGE 3 OF 4

7. Are you presently involved in any litigations arbitrations, mediations, informal settlement discussions, or disputes involving your company or project? If so, describe fully the circumstances and dollar amounts associated with litigation. Attach sheet, if necessary. 8. Use the following space to give a summary of the Financial Statement of your organization. (List assets and liabilities for the past five (5) years, and use additional sheet if necessary): 9. Has your corporation(s) been declared insolvent and/or had the bond pulled on a project? 10. What bonding company do you use and what is your bond rating? 11. State the true and exact, correct, and complete name under which you do business. BIDDER IS: (Signature) (Name) (Title) (Company) (date) BIDDER S QUALIFICATION STATEMENT 00420 PAGE 4 OF 4

WAKULLA COUNTY ITB #2014-12 TRICE LANE RESURFACING (PRI Proj # 203.111) WAKULLA-ARRAN ROAD WIDENING & RESURFACING (PRI Proj # 203.113) SECTION 00500 CONSTRUCTION AGREEMENT CONSTRUCTION AGREEMENT WAKULLA COUNTY, a political subdivision of the State of Florida, by and through its Board of County Commissioners, situated at 3093 Crawfordville Highway, Crawfordville, Florida 32327(the"County"), hereby contracts with (address) a contractor licensed to perform all work in the State of Florida in connection with the County's Project No. ITB 2014-12 (the "Project"), as said work is set forth in the Plans and Specifications prepared by Preble-Rish, Inc._ the Engineer and/or Architect of Record (the "Design Professional") and other Contract Documents hereafter specified (the "Work"). The County and the Contractor, for the consideration herein set forth, agree as follows: Section 1. Contract Documents. A. The Contract Documents consist of this Agreement, the Exhibits described in Section 6 hereof, the Legal Advertisement, the Instructions to Bidder s, the Proposal and any duly executed and issued addenda, Change Orders, Work Directive Changes, Field Orders, Work Authorizations and amendments relating thereto. All of the foregoing Contract Documents are incorporated by reference and made a part of this Agreement (all of said documents including the Agreement sometimes being referred to herein as the "Contract Documents" and sometimes as the "Agreement"). A copy of the Contract Documents shall be maintained by Contractor at the Project site at all times during the performance of the Work. B. The County shall furnish to the Contractor up to five (5) sets of the Contract Documents as are reasonably necessary for execution of the Work. Additional copies of the Contract Documents shall be furnished, upon request, at the cost of reproduction. Section 2. Scope of Work. The Contractor agrees to furnish and pay for all management, supervision, financing, labor, materials, tools, fuel, supplies, utilities, equipment and services of every kind and type necessary to diligently, timely, and fully perform and complete in a good and workmanlike manner the work required by this Agreement. Section 3. Contract Amount. In consideration of the faithful performance by the Contractor of the covenants in this Agreement to the full satisfaction and acceptance of the County, the County agrees to pay, or cause to be paid, to Contractor the total cost for the Trice Lane Resurfacing project (herein "Contract Amount") based on the following unit prices (herein Unit Prices ) totaling XXXXXXX, ($XXXXXX) and the total cost for the Wakulla-Arran Road Widening and Resurfacing project CONSTRUCTION AGREEMENT 00500 PAGE 1 OF 7

(herein "Contract Amount") based on the following unit prices (herein Unit Prices ) totaling XXXXXXX, ($XXXXXX) in accordance with the terms of this Agreement and a work authorization for the project: Trice Lane Resurfacing RESURFACING PAY ITEM NUMBER DESCRIPTION UNIT QUANTITY UNIT PRICE COST GENERAL COSTS 101-1 MOBILIZATION LS 1.00 102-1 MAINTENANCE OF TRAFFIC LS 1.00 110-1-1 CLEARING & GRUBBING LS 1.00 908104-1 CONTRACTORS EROSION CONTROL LS 1.00 ROADWAY 334-1-12 RESURFACING - 1.5" (165 LBS/SY) TYPE SP-9.5 STRUCTURAL COURSE, TRAF B TN 1,200.00 285701 OPTIONAL BASE GROUP 01 (DRIVEWAY TURNOUT CONSTRUCTION) SY 50.00 286-2 SIDE ROAD/DRIVEWAY TURNOUT CONSTRUCTION - ASPHALT (165 LBS/SY) TN 60.00 162-1-11 PREPARED SOIL LAYER, FINISH SOIL LAYER, 6" SY 3,710.00 425-6 VALVE BOXES, ADJUST EA 4.00 570-1-2 PERFORMANCE TURF, SOD SY 3,710.00 PAVEMENT MARKINGS 710-90 PAINTED PAVEMENT MARKINGS, FINAL SURFACE LS 1.00 711-11111 THERMOPLASTIC, STD, WHITE, SOLID, 6" NM 2.36 711-11211 THERMOPLASTIC, STD, YELLOW, SOLID, 6" NM 2.34 711-11125 THERMOPLASTIC,STD, SOLID, WHITE, 24 LF 170.00 711-11131 THERMOPLASTIC, STD, WHITE, SKIP, 6" GM 0.01 711-11160 THERMOPLASTIC, STD, WHITE, MESSAGE EA 1.00 711-11170 THERMOPLASTIC, STD, WHITE, ARROW EA 2.00 711-11224 THERMOPLASTIC, STD, YELLOW, SOLID, 18" LF 10.00 706-3 RETRO-REFLECTIVE PAVEMENT MARKERS - YELLOW (single line) EA 155.00 706-3 RETRO-REFLECTIVE PAVEMENT MARKERS - BLUE (at Hydrants) EA 4.00 700-1-60 SINGLE POST SIGN, REMOVE EA 2.00 700-20-11 SINGLE POST SIGN EA 27.00 705-10-1 OBJECT MARKER, TYPE 1 EA 2.00 705-10-2 OBJECT MARKER, TYPE 2 EA 2.00 DRAINAGE 120-3 LATERAL DITCH EXCAVATION CY 25.00 430-94-1 DESILTING PIPE, 0-24" LF 40.00 570-1-1 PERFORMANCE TURF SY 100.00 425-1521 INLETS, DT BOT, TYPE C, <10' EA 1.00 162-1-11 PREPARED SOIL LAYER, FINISH SOIL LAYER, 6" SY 100.00 570-1-2 PERFORMANCE TURF, SOD SY 100.00 430982129 MITERED END SECTION, RCP, 24" CD EA 1.00 524-1-2 CONCRETE DITCH PAVEMENT, NON REINFORCED, 4" SY 40.00 9999-04 RIPRAP, F&I (6" - 8" Limerock) SY 20.00 TOTAL CONSTRUCTION AGREEMENT 00500 PAGE 2 OF 7

Wakulla-Arran Road Widening & Resurfacing CONSTRUCTION AGREEMENT 00500 PAGE 3 OF 7